PROJECT DESIGN MANUAL Bid Set...

338
S T R A T A A P A R C H I T E C T U R E M A N A G E M E N T PO Box 1207 Sonoma, CA 95476 T 707.935.7944 F 707.935.6618 www.strataap.com PROJECT DESIGN MANUAL Bid Set SPECIFICATIONS City of Rohnert Park Performing Arts Center Roof Replacement Project No.2015-08 & HVAC Replacement Project No.2017-04 Rohnert Park, California July 01, 2017

Transcript of PROJECT DESIGN MANUAL Bid Set...

Page 1: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

S T R A T A A P A R C H I T E C T U R E M A N A G E M E N T

PO Box 1207

Sonoma, CA 95476

T 707.935.7944

F 707.935.6618

www.strataap.com

PROJECT DESIGN MANUAL

Bid SetSPECIFICATIONS

City of Rohnert ParkPerforming Arts Center Roof Replacement Project

No.2015-08&

HVAC Replacement Project No.2017-04 Rohnert Park, California

July 01, 2017

Page 2: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

SECTION 00 00 02

PROJECT DIRECTORY

Project: Performing Arts Center Roofing Replacement & HVAC Project

Location: 5409 Snyder Lane, Rohnert Park, California 94928

Owner: City of Rohnert Park600 Enterprise Dr.Rohnert Park, California 94928Terrie Zwillinger, Project CoordinatorDepartment of Public WorksPhone: (707) [email protected]

Architect: STRATAapPO Box 1207Sonoma, California 95476David B. Rapp, AIA, Project ArchitectBennett Martin, AAIA, Project ManagerPhone: (707) [email protected]@strataap.com

Mechanical Engineer: GHD, Inc.2235 Mercury Way, Suite 150Santa Rosa, California 95407Phone: (707) 523-1010

Page 3: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

SECTION 00 00 05

TABLE OF CONTENTS

00 00 02 Project Directory00 00 05 Table of Contents

Invitation to Bid - Provided by the City of Rohnert Park

DIVISION 01 GENERAL REQUIREMENTS

01 11 00 Summary of Work01 21 00 Allowances01 31 13 Coordination01 31 21 Project Meetings01 32 33 Applicable Standards01 33 24 Submittals and Substitutions01 60 00 Product Requirements01 71 13 Mobilization and Demobilization01 73 29 Cutting and Patching01 74 13 Cleaning01 77 00 Project Closeout

DIVISION 02 EXISTING CONDITIONS

02 41 19 Selective Demolition

DIVISION 06 WOOD, PLASTICS AND COMPOSITES

06 10 00 Rough Carpentry06 20 13 Exterior Finish Carpentry

DIVISION 07 THERMAL AND MOISTURE PROTECTION

07 14 80 Roofing Underlayment07 41 13 Metal Roof Panels07 53 60 Modified Bitumen Roofing07 62 00 Sheet Metal Flashing and Trim 07 90 00 Sealants & Caulking

DIVISION 09 FINISHES

09 91 00 Painting

DIVISION 21 FIRE SUPPRESSION

211313 Wet-Pipe Sprinkler System

Page 4: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

DIVISION 22 PLUMBING

220518 Escutcheons for Plumbing Piping220523 General - Duty Valves for Plumbing Piping220529 Hangers and Supports for Plumbing Piping and Equipment220553 Identification for Plumbing Piping and Equipment221116 Domestic Water Piping221119 Domestic Water Piping Specialities221316 Waste and Vent Piping

DIVISION 23 HEATING, VENTILATING, and AIR-CONDITIONING (HVAC)

230529 Hangers and Supports for HVAC Piping and Equipment230553 Identification for HVAC Piping and Equipment230593 Testing and Adjusting and Balancing for HVAC230713 Duct Insulation230800 Commission of HVAC Systems231123 Facility Natural Gas Piping233113 Metal Ducts233300 Air Duct Accessories237413 Packaged Outdoor Central-Station Air-Handling Units

DIVISION 26 ELECTRICAL

260500 Common Work Results for Electrical260519 Low Voltage Electrical Power Conductors and Cables260526 Grounding and Bonding for Electrical Systems260533 Raceways and Boxes for Electrical Systems260554 Identification for Electrical Systems262816 Enclosed Switches

END OF TABLE OF CONTENTSThe specification sections in this project manual may either be in the form of written specifications or product literature. Whether the section contains product literature or written specifications, it is assumed that the work of that section shall be performed in accordance with industry standards and applicable codes. Regardless of how the specification sections are provided they are part of the Contract Documents and as such are complementary, and what is required by one shall be as binding as if required by all.

Page 5: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

INVITATION TO BID

Page 6: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Updated 05-10-2017

CITY OF ROHNERT PARK

CONTRACT DOCUMENTS, SPECIAL PROVISIONS AND

STANDARD SPECIFICATIONS

FOR

SPRECKELS PERFORMING ARTS CENTER RE-ROOF AND HVAC REPLACEMENT

PROJECT

PROJECT NO. 2015-08, 2015-05 AND 2017-04

Prepared by

City of Rohnert Park-

Public Works

600 Enterprise Drive

Rohnert Park, CA 94928

(707)588-3331

CITY COUNCIL

Mayor – Jake Mackenzie

Vice-Mayor – Pam Stafford

Council Member – Amy O. Ahanotu

Council Member – Gina Belforte

Council Member – Joseph Callinan

City Manager – Darrin Jenkins

City Engineer – Mary Grace Pawson

Page 7: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Updated 05-10-17 TOC-i

TABLE OF CONTENTS

Page

PART 1 - BID DOCUMENTS

Invitation for Sealed Bids 1-1

Instructions to Bidders 1-3

Bidder's Proposal 1-7

Schedule of Bid Prices 1-9

Addendum Acknowledgment 1-10

Contractor's License Declaration 1-11

List of Subcontractors 1-12

Bid Bond 1-13

Noncollusion Declaration 1-14

Declaration of Eligibility to Contract 1-15

Sample Contract 1-16

Insurance 1-23

Sample Certificate of Insurance and Endorsements 1-24

PART 2 - SPECIAL PROVISIONS

Project Owner 2-1

Location and Description of Work 2-1

Insurance 2-1

Bonds 2-4

Liquidated Damages 2-4

Withdrawals of Proposals 2-5

Drawings and Specifications 2-5

Cooperation and Collateral Works 2-5

Protection and Restoration of Existing Improvements 2-5

Permits and Licenses 2-5

Approved Debris Haulers 2-6

Field Review Prior to Bidding 2-6

Testing 2-6

Project Identification Sign 2-6

PART 3–STANDARD SPECIFICATIONS

SECTION 1 - DEFINITIONS AND TERMS

Paragraph Page

Definitions and Terms ........................................................................................... n/a 3-1

SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS Intent ...................................................................................................................... 2.1 3-4

SECTION 3 - AWARD AND EXECUTION OF CONTRACT Award of Contract ....................................................................................... .......... 3.1 3-5

Bid Protests ................................................................... ......................................... 3.2 3-5

Return of Proposal Guarantees .............................................................................. 3.3 3-5

Page 8: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Updated 05-10-17 TOC-ii

Bonds ................................................................................. .................................... 3.4 3-6

Execution of Contract ........................................................................ .................... 3.5 3-6

Failure to Execute Contract ................................................................................... 3.6 3-6

SECTION 4 - SCOPE OF WORK Work to be Done by Contractor .................................................................. .......... 4.1 3-7

Final Clean-Up ............................................................................................ .......... 4.2 3-7

Changes in the Contract - Effect Between Parties ...................................... .......... 4.3 3-7

Maintenance of Detours .............................................................................. .......... 4.4 3-10

Use of Materials Found on the Work .......................................................... .......... 4.5 3-11

SECTION 5 - CONTROL OF THE WORK Authority of City Engineer ....................................................................... ............. 5.1 3-12

Plans..................................................................................................... ................... 5.2 3-12

Conformity with Plans ................................................................................ .......... 5.3 3-12

Working Drawings ...................................................................................... .......... 5.4 3-12

Coordination of Plans, Specifications, and Special Provisions .................. .......... 5.5 3-12

Interpretation of Plans and Specifications .................................................. .......... 5.6 3-13

Superintendence .......................................................................................... .......... 5.7 3-13

Lines, Grades and Measurements ............................................................... .......... 5.8 3-13

Inspection .................................................................................................... ........... 5.9 3-14

Unauthorized Work and Defective Work or Materials ............................... ......... 5.10 3-15

Methods and Equipment ............................................................................. .......... 5.11 3-15

Final Inspection and Acceptance ................................................................ .......... 5.12 3-16

Clean-Up Work ........................................................................................... .......... 5.13 3-16

SECTION 6 - CONTROL OF MATERIALS City-Furnished Materials ....................................................................................... 6.1 3-17

Materials to be Furnished by the Contractor ............................................... ......... 6.2 3-17

Source of Supply and Quality of Materials ................................................. ......... 6.3 3-17

Water and Electric Power ........................................................................... ........... 6.4 3-18

Materials and Workmanship ....................................................................... .......... 6.5 3-18

Storage of Materials .................................................................................... .......... 6.6 3-18

Samples and Specimens .............................................................................. .......... 6.7 3-18

Trade Names and Alternatives .................................................................... .......... 6.8 3-18

Removal of Equipment or Materials ........................................................... .......... 6.9 3-19

Testing of Materials .................................................................................... ........... 6.10 3-19

SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY Laws to be Observed ................................................................................... .......... 7.1 3-20

Permits ........................................................................................................ ........... 7.2 3-20

Patent Claims .............................................................................................. ........... 7.3 3-20

Sanitary Provisions ..................................................................................... ........... 7.4 3-20

Right of Way and Right of Access .............................................................. ......... 7.5 3-21

Public Convenience and Access ................................................................. .......... 7.6 3-21

Storage of Materials in Public Streets, Roads or Highways ....................... ......... 7.7 3-21

Public Safety ............................................................................................... ........... 7.8 3-21

Street Closures, Detours, Barricades .......................................................... .......... 7.9 3-22

Use of Explosives ....................................................................................... ........... 7.10 3-22

Preservation of Property ............................................................................. ........... 7.11 3-23

Preservation of Monuments ........................................................................ .......... 7.12 3-23

Page 9: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Updated 05-10-17 TOC-iii

Safeguarding Excavations and Structures ................................................... ......... 7.13 3-23

Emergencies and Responsibility for Damage ............................................. .......... 7.14 3-23

Disposal of Material Outside of City's Right of Way ............................. ............. 7.15 3-24

Contractor's Responsibility for Work ......................................................... .......... 7.16 3-24

City Engineer Cannot Waive Obligations ................................................. ........... 7.17 3-25

Rights in Land Improvements ..................................................................... .......... 7.18 3-25

Personal Liability ........................................................................................ ........... 7.19 3-25

Repair of Equipment ................................................................................... .......... 7.20 3-26

Contractor's Legal Address ......................................................................... .......... 7.21 3-26

Cooperation and Collateral Works .............................................................. .......... 7.22 3-26

Utilities ........................................................................................................ ........... 7.23 3-26

SECTION 8 - PROSECUTIONS AND PROGRESS Subcontracts ................................................................................................ ........... 8.1 3-30

Assignment .................................................................................................. .......... 8.2 3-30

Progress of the Work .................................................................................. ........... 8.3 3-30

Character of Workmen ................................................................................ .......... 8.4 3-30

Temporary Suspension of Work ................................................................. .......... 8.5 3-30

Time of Essence, Liquidated Damages, Extension of Time by City ...... ............. 8.6 3-31

Default By Contractor.. ....... 8.7 3-32

Work at Night ........................................................................................................ 8.8 3-32

Maximum Length of Open Trench ............................................................. .......... 8.9 3-32

Limited Acceptance of Work ...................................................................... .......... 8.10 3-33

SECTION 9 - MEASUREMENT AND PAYMENT Measurement for Payment .......................................................................... .......... 9.1 3-34

Scope of Payment ....................................................................................... ........... 9.2 3-34

Deductions from Payments ......................................................................... .......... 9.3 3-34

Schedule of Values...................................................................................... ........... 9.4 3-34

Payments and Monthly Estimates ............................................................... .......... 9.5 3-35

Payment for Extra Work ........................................................................................ 9.6 3-36

Final Payment ............................................................................. ........................... 9.7 3-36

SECTION 10 - CLAIMS BY CONTRACTOR Obligation to File Claims for Disputed Work....................................................... 10.1 3-37

Form and Contents of Claim................................................................................. . 10.2 3-37

Informal Conference after Claim Submission....................................................... 10.3 3-38

Mediation ............................................................................................................... 10.4 3-38

Other Matters ......................................................................................................... 10.5 3-39

Compliance with Statutory Procedures ................................................................. 10.6 3-40

PART 4 – TECHNICAL SPECIFICATIONS

PART 5 – DRAWINGS

Page 10: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Updated 05-10-17 TOC-iv

PART 1 - BID DOCUMENTS

Page 11: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-1 LA #4834-0043-9827 v1

INVITATION FOR SEALED BIDS

SPRECKELS PERFORMING ARTS CENTER RE-ROOF AND HVAC REPLACEMENT

PROJECT NO. 2015-08, 2015-05 AND 2017-04

Notice is hereby given that on Tuesday, August 1, 2017, at 2:00 PM at 130 Avram Avenue, Rohnert

Park, California, the City of Rohnert Park will receive and open sealed bids for the Spreckels

Performing Arts Center Re-roof and HVAC Replacement Project No. 2015-08, 2015-05 and 2017-04.

Bids must be received by the Development Services Department before 2:00:00 PM on Tuesday,

August 1, 2017, based on the Official Bid Clock displayed in the area where bids are submitted on the

Second Floor of City Hall. The work is described generally as replacing the roof and HVAC units at the

Performing Arts Center, located at 5409 Snyder Lane, Rohnert Park. The Contractor must have a valid

California contractor's license, and the Contractor or subcontractor on the team must have a Class B

license, and a C-39, roofing license. The Engineer’s estimate for this project is $2,008,000.

Under California Labor Code section 1770 et seq., copies of the determination of the Director of the

Department of Industrial Relations of the general prevailing rate of per diem wages for each craft,

classification and type of workman needed to execute the work are on file in and available to any

interested person on request at the Department of Public Works, or on the Internet at

http://www.dir.ca.gov/dlsr/PWD/index.htm, and are incorporated herein. (Labor Code § 1773.2.)

Prevailing wage determinations will also be posted at each job site.

SB 854 (Stat. 2014, Chapter 28) establishes that no contractor or subcontractor may be listed on a bid

proposal for a public works project (submitted on or after March 1, 2015) unless registered with the

Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from

this requirement for bid purposes only under Labor Code section 1771.1(a]. No contractor or

subcontractor may be awarded a contract for public work on a public works project (awarded on or after

April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code

section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of

Industrial Relations. All contractors and subcontractors must furnish electronic certified payroll records

directly to the Labor Commissioner (aka Division of Labor Standards Enforcement).

Per California Civil Code Section 3247, a performance bond in the amount of 100% of the bid total will

be required from the successful bidder for bids exceeding $25,000. The bond must be provided within

15 calendar days from notice of award and prior to the performance of any work.

For any moneys earned by the Contractor and withheld by the City of Rohnert Park to ensure the

performance of the contract, the Contractor may, at their request and sole expense, substitute certain

securities equivalent to the amount withheld in the form and manner and subject to the terms and

conditions provided in the California Public Contracts Code Section 22300.

This notice incorporates by reference the terms, conditions and requirements of the specifications

approved by the City, any and all changes or amendments to the specifications and special instructions

or special notice issued to or given to prospective bidders.

The City of Rohnert Park makes no representation or warranty of the condition of the jobsite. All

prospective bidders are requested to carefully review the plans and specifications and to examine and

conduct tests or otherwise satisfy themselves as to the conditions at the project site, subject to

coordination with the office of the Rohnert Park City Engineer.

Bids will be publicly opened, examined and declared on said day and hour and referred to and

considered by the City Council at a future City Council meeting. Each bid must be submitted on the bid

Page 12: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-2 LA #4834-0043-9827 v1

forms furnished by the City, and each bid must include all the items shown on these forms. Substitute

forms may be used if specified in this Notice.

A prebid conference will be held at 9:00 AM on July 24, 2017 at the Spreckels Performing Arts Center,

located at 5409 Snyder Lane, Rohnert Park. Attendance at the prebid conference is mandatory for all

prime contractors submitting a bid. For those who have attended the prebid conference, additional site

visits can be scheduled if the City is notified 24 hours in advance.

A copy of the drawings and specifications may be obtained from the City of Rohnert Park, Attn: Terrie

Zwillinger, 600 Enterprise Drive, Rohnert Park, California 94928, telephone: (707) 588-3331, upon

payment of a $50.00 nonrefundable fee, if picked up, or payment of a $60.00 nonrefundable fee, if

mailed.

Posted Date: July 11, 2017 /s/ JOANNE BUERGLER

Published Date: July 14, 2017 and July 21, 2017 City Clerk of the City of Rohnert Park

Page 13: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-3 LA #4834-0043-9827 v1

INSTRUCTIONS TO BIDDERS

The bidder must file its bid with the City Engineer of the City of Rohnert Park, California, using the copy of

the Bidder's Proposal and Schedule of Bid Prices furnished with the specifications. These documents must

be placed in a sealed envelope marked,

SPRECKELS PERFORMING ARTS CENTER RE-ROOF AND HVAC REPLACEMENT

PROJECT NO. 2015-08, 2015-05 AND 2017-04

and addressed to the City Engineer of the City of Rohnert Park, California. Said sealed bids must be

delivered to the office of the City Engineer of said City located at City Hall, 130 Avram Avenue, Second

Floor, Rohnert Park, California, before 2:00:00 PM on August 1, 2017, based on the Official Bid Clock

displayed in the area where bids are submitted. The bidder must not file the book of Special Provisions or

the Contract Drawings with his bid.

The bidders attention is directed to the schedule of bid prices that requires this project be bid as a lump sum

contract.

Bid Forms. The City will furnish to each bidder one additional bound set of Standard Proposal Forms

which, when filled out and executed, must be submitted as its proposal. Each proposal must conform and

be responsive to the Invitation, the Plans, Specifications and Contract documents.

The wording of the proposal must not be changed. Any additions, conditions, limitations, or provisions

inserted by the bidder will render the proposal irregular and may cause its rejection. Erasures or

interlineations in the proposal must be explained or noted over the signature of the bidder.

Prices. All proposals must give the prices proposed, both in writing and in figures in the respective spaces

provided, and must be signed by the bidder, who must fill out all blanks in the proposal form as therein

required.

Rejection of Bids. Proposals may be rejected if they show any alterations of form, additions not called for,

conditional proposals, incomplete proposals, erasures, or irregularities of any kind, excepting that erasures

or delineations in the proposal will be accepted providing they are initialed by the signator of the proposal.

When proposals are signed by an agent, other than the officer or officers of a corporation authorized to sign

Contracts on its behalf or a member of a co-partnership, a Power of Attorney must be on file with the City

prior to opening proposals or must be submitted with the proposal; otherwise, the proposal may be rejected

as irregular and unauthorized.

Bid Security. All proposals must be presented under sealed cover and accompanied by one of the

following forms of bidder's security: Cashier's check, certified check, or a bidder's bond executed by an

admitted surety insurer authorized to transact business in this State, made payable to the City. Said bidder's

bond submitted must be the City's bid bond or a bid bond approved in advance by the City Attorney. The

security must be in an amount equal to at least 10 percent of the amount proposal. A proposal must not be

considered unless one of the forms of bidder's security is enclosed with it. A bidder's bond will not be

accepted unless it has been properly filled out and executed by the surety and by the bidder.

Withdrawal of Bid. Any bid may be withdrawn at any time prior to the time fixed in the public notice for

the opening of proposals only by written request for the withdrawal of bid filed with the City Engineer. The

request must be executed by the bidder or its duly authorized representative. The withdrawal of a bid does

not prejudice the right of the bidder to file a new bid. This article does not authorize the withdrawal of any

bid after the time fixed in the public notice for the opening of bids.

Page 14: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-4 LA #4834-0043-9827 v1

Means of Submittal. Proposals submitted by facsimile and proposals failing to reach the office of the City

prior to the date and time set for receipt of same will not be considered.

Opening. Bids will be opened and read at the time and place indicated in the Invitation for Sealed Bids.

Bidders and the public are invited to be present.

Multiple Proposals. More than one proposal from an individual, a firm or partnership, a corporation or an

association under the same or different names, will not be considered. Reasonable grounds for believing

that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of

all proposals in which such bidder is interested. If there is reason for believing that collusion exists among

the bidders, none of the participants in such collusion will be considered in future proposals. Proposals in

which the prices obviously are unbalanced may be rejected.

License Requirement. No proposal will be accepted from a Contractor who is not licensed in accordance

with law under the provisions of Division III, Chapter 9, of the Business and Professions Code of the State

of California, or from a Contractor that has been deemed irresponsible or unresponsive by the City Council.

Subcontractors. Subcontractors listed by the bidder in accordance with the Special Provisions included

herein must be properly licensed under the laws of the State of California for the type of work which they

are to perform.

All bidders are hereby notified that they will be required to comply strictly with the provisions of Sections

4100 to 4113, inclusive, of the Government Code of the State of California.

Each bidder must file with its proposal the name and location of place of business of each Subcontractor

who will perform a portion of the Contract work in an amount in excess of one-half of one percent of the

total Contract price. In each such instance, the nature and extent of the work to be sublet must be described.

The General Contractor to whom the Contract is awarded will not be permitted, without the written consent

of the City, to substitute any person as Subcontractor in place of the Subcontractor designated in the original

proposal, or to permit any Subcontract to be assigned or transferred, or to allow it to be performed by

anyone other than the original Subcontractor. The City may consent to the substitution of another person as

Subcontractor if the original Subcontractor, after having reasonable opportunity so to do, fails or refuses to

execute the written Contract presented to it by the General Contractor, when said written Contract is based

upon the conditions of the general Contract and complies with the Subcontractor's written proposal.

The failure of the Contractor to specify a Subcontractor for any portion of the Contract work in excess of

one-half of one percent of the total Contract price, must be deemed to indicate that the Contractor intends to

perform such portion itself. The subletting or Subcontracting of work for which no Subcontractor was

designated in the original proposal and which is in excess of one-half of one percent of the total Contract

price will be allowed only with the written consent of the City and then only in cases of public emergency

or necessity as determined by said City. Under such circumstances, the City is required to establish the facts

constituting the emergency or necessity and reduce its findings to a written public record.

Violations of the provisions of these specified sections of the Code must be deemed to be a violation of the

Contract, and the City, because of any such violations, must have the right to cancel the Contract. The

Contractor, after any such violations, must be penalized to the extent of 20 percent of the amount of the

Subcontract involved.

Suppliers. The principal material suppliers must be listed on the Material Suppliers Form attached to the

proposal. For the purpose of these specifications, the principal material suppliers are construed to be only

the suppliers of those materials listed on said form.

Page 15: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-5 LA #4834-0043-9827 v1

Material. In addition to completion of the list of material suppliers on the Material Suppliers Form, the

bidder may be required to furnish, prior to award of Contract, a complete statement of the origin,

composition, and manufacture of any or all materials to be used in the construction of the work, together

with samples. Such samples may be subjected to the tests provided for in these specifications or in the

Special Provisions to determine their quality and fitness for the work.

Additional Requirements. The bidder's attention is directed to Section 3 of the General Provisions for

additional proposal requirements and conditions, and information regarding award and execution of the

contract. Contractor submitting a bid to the City of Rohnert Park, a public entity, must state, under penalty

of perjury, the contractor's license number and the license's expiration date. This information must be

entered in the Schedule of Bid Prices. No contractor or subcontractor may be awarded a contract for public

work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of

Industrial Relations pursuant to Labor Code section 1725.5.

Explanations and Addenda. Any explanation desired by the bidders regarding the meaning or

interpretation of the drawings and specifications must be requested in writing and in sufficient time to allow

for a written reply to reach them and all other potential bidders before the date and time for submission of

bids. Oral explanation or instructions given before award of the contract will not be binding. Any

interpretations made will be in the form of an addendum to the specifications or drawings and will be

furnished to all bidders and its receipt by the bidder must be acknowledged. Any explanation that makes a

material change, addition, or deletion to the terms of the Invitation for Sealed Bids shall be issued no less

than 72 hours before the date and time for submission of bids. If an explanation making a material change,

addition, or deletion must be issued less than 72 hours before the scheduled date and time for submission of

bids, the date and time for submission shall be extended so that a full 72 hours is provided for analysis of

the change, addition, or deletion.

Quantity of Work. The quantity of work for the unit price items to be done under the contract as noted in

the Bid Schedule is but an estimate and is not to be taken as an expressed or implied statement that the

actual quantity of work will correspond to the estimate. The right is reserved to increase or decrease, or to

entirely eliminate items from the work if found desirable or expedient. The Contractor will be allowed no

claims for anticipated profits, loss of profits, or for any damages of any sort because of any difference

between the estimated and the actual quantities of work done.

The quantities given in the schedule, for unit price items, are for comparing proposals and may vary from

the actual final quantities. Some quantities may be increased and others may be decreased or entirely

eliminated, and no claim must be made against the City for damage occasioned thereby or for loss of

anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit

prices proposal.

The City reserves and must have the right to increase or decrease the quantities of work to be performed

under a scheduled unit item or to entirely omit the performance thereof and upon decision of the City to so

do, the City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase

in the quantity of work so ordered should result in delay to the work, the Contractor will be given an

equivalent extension of time.

All estimates and all measurements used in determining the quantities of unit price items of work done, the

percentage of completion of lump sum items of work, and the quantity of materials furnished under the

Contract at various times during the progress of the work must be the Engineer's estimates and

measurements.

The planimeter must be considered an instrument of precision adapted to the measurements of all areas.

Insurance. The bidder’s attention is drawn to Section 2.02 of the Special Provisions, Location and

Page 16: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-6 LA #4834-0043-9827 v1

Description of Work, and to Section 2.03B of the Special Provisions, Minimum Limits of Insurance.

Inspection of Site. The bidder must examine carefully the site of the work contemplated and the proposal,

plans, specifications, and the Contract form therefor. It will be assumed that the bidder has investigated and

is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be

performed and materials to be furnished, and as to the requirements of these specifications, the special

provisions, and the Contract.

Where investigation of subsurface conditions has been made by the City in respect to foundation or other

design, bidders may inspect the records of the City as to such investigation, including examination of

samples, if available. When the Plans include a log of test borings showing a record of the data obtained by

the City's investigation of subsurface conditions, said log represents only the opinion of the City as to the

character of material encountered by it in its test borings and is only included for the convenience of

bidders.

Investigations of subsurface conditions are made for the purpose of design. The City assumes no

responsibility whatever in respect to the sufficiency or accuracy of borings or of the log of test borings or

other preliminary investigations, or of the interpretation thereof, and there is no guaranty, either expressed

or implied, that the conditions indicated are representative of those existing throughout the work, or any part

of it, or that unlooked for developments may not occur.

Making such information available to the bidders is not to be construed in any way as a waiver of the

provisions of the first paragraph of this article and bidders must satisfy themselves through their own

investigations as to conditions to be encountered.

No information derived from such inspection of the records of preliminary investigations made by the City

or from the maps, plans, specifications, profiles or drawings will in any way relieve the Contractor from any

risk from properly fulfilling all the terms of the Contract.

Records of such preliminary investigations as may have been made by the City may be inspected at the

office of the Engineer.

Pre-construction Meeting. At the pre-construction meeting, the successful bidder must submit a CPM

progress schedule which will show the time he/she proposes to occupy in prosecuting the various major

divisions of work and his/her proposed sequence of operations. The CPM progress schedule must be

subject to the approval of the City Engineer.

Adjustment of Schedule. If at any time the construction schedule is inadequate to secure completion of

the work within the time specified, and the work is being prosecuted inadequately or improperly, the

Engineer must have the right to require the Contractor to submit a revised progress schedule, providing for

proper and timely completion of the work.

The Contractor must not be entitled to additional compensation on account of revisions required by the

City.

Page 17: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-7 LA #4834-0043-9827 v1

BIDDER'S PROPOSAL

SPRECKELS PERFORMING ARTS CENTER RE-ROOF AND HVAC REPLACEMENT

PROJECT NO. 2015-08, 2015-05 AND 2017-04

To: City Council, City of Rohnert Park

The undersigned hereby declares:

(a) That the only persons or parties interested in this proposal as principals are the following:

________________________________________________________________________.

(If the bidder is a corporation, give the name of the corporation and the name of its president,

secretary, treasurer, and manager. If a co-partnership, give the name under which the co-partnership

does business, and the names and addresses of all co-partners. If an individual, state the name under

which the contract is to be drawn.)

(b) That this proposal is made without collusion with any other person, firm, or corporation.

(c) That he/she has carefully examined the locations of the proposed work, and has familiarized

himself/herself with all of the physical and climatic conditions, and makes this bid solely upon his/her

own knowledge.

(d) That he/she has carefully examined the drawings and specifications and makes this proposal in

accordance therewith.

(e) That, if this bid is accepted, he/she agrees to enter into an agreement with City in the form included

in the Contract Documents to complete all work as specified in the Contract for the contract price

and within the contract time indicated in this bid and in accordance with the Contract Documents.

(f) That this bid will remain open and not be withdrawn for the period specified in the Instructions to

Bidders.

(g) That he/she has read the insurance requirements in Section 2.03, Insurance in the Special Provisions

section of this bid document;

(h) That he/she has conferred with his/her insurance carriers or brokers to determine in advance of the bid

submission the availability of insurance certificates and endorsements as prescribed and provided

herein;

(i) That if the bid is accepted, he/she will enter into a written contract and within fifteen (15) calendar

days furnish the required proof of insurance including certificates and endorsements;

(j) That failure to comply strictly with the insurance requirements may result in forfeiture of the bid

security and withdrawal of the bid proposal.

(k) That he/she is properly licensed in accordance with California Business and Professions Code

section 7000 et seq. Bidder acknowledges that if the bidder is not properly licensed at the time the

bid is awarded or as otherwise required by law, the bid will be considered non-responsive and will

be rejected.

(l) That he/she and any subcontractor relied on by him will keep an accurate payroll record, showing

the name, address, social security number, work classification, straight time and overtime hours

worked each day and week, and the actual per diem wages paid to each journeyman, apprentice,

worker, or other employee employed by the contractor or subcontractor in connection with the

public work, as more fully set forth in the Contract. All contractors and subcontractors must

Page 18: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-8 LA #4834-0043-9827 v1

furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of

Labor Standards Enforcement).

(m) That in compliance with the Subletting and Subcontracting Fair Practices Act, California Public

Contracts Code section 4100 et seq., he/she has listed on the attached “List of Subcontractors”

each subcontractor who will perform work or labor or render service to the bidder in or about the

construction of the work or will specifically fabricate and install a portion of the work in an

amount in excess of one half of one percent (0.5%) of the total bid sum or in the case of bids or

offers for the construction of streets or highways, including bridges, in excess of one-half of one

percent (0.5%) of the total bid or $10,000, whichever is greater, and that no subcontractors may be

used other than those specified without written approval of the City Engineer.

Accompanying this proposal is a certified or cashier's check, or bidder's bond payable to the order of the

City Clerk of the City of Rohnert Park, in the sum of _______________________ Dollars

($_________________). Said bidder's bond submitted is the City's bid bond form or a bid bond approved

in advance by the City Attorney. Said bidder's bond has been duly executed by the undersigned bidder and

by a financially sound surety company authorized to transact business in the State of California.

It is understood and agreed that should the bidder fail within fifteen (15) calendar days after the date of

mailing written notice to the successful bidder that the contract has been awarded, to enter into the contract

and furnish acceptable surety bonds and insurance on forms included herein, then the proceeds of said

check, or bidder's bond, must become the property of the City. But if the contract is entered into and said

bonds are furnished or if the bid is not accepted, then said check must be returned to the undersigned or the

bidder will be released from the bidder's bond.

______________________________ ______________________________

Address of Bidder Telephone Number of Bidder

______________________________ ______________________________

City Signature of Bidder

Page 19: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-9 LA #4834-0043-9827 v1

SCHEDULE OF BID PRICES

SPRECKELS PERFORMING ARTS CENTER RE-ROOF AND HVAC REPLACEMENT

PROJECT NO. 2015-08, 2015-05 AND 2017-04

In accordance with the plans and specifications therefor approved by the City of Rohnert Park, the

undersigned bidder is herewith submitting the following base bid prices and bid alternate for the

performance of the entire proposed work as described in these specifications and attached drawings. The

contract award amount will be based on the Base Bid. The Bid Alternate may or may not be approved,

based on available budget.

ITEM

NO. ITEM DESCRIPTION QUANTITY UNIT

UNIT

PRICE

TOTAL

COST

1 PAC Roof Replacement 1 LS

2 PAC HVAC unit replacement (6 units on

upper mezzanine) 1 LS

Total Amount of Base Bid (written in words) is:

Dollars

and Cents.

In the event of discrepancy between words and figures, the words shall prevail.

$_____________________________

(Figures)

ITEM

NO. ITEM DESCRIPTION QUANTITY UNIT

UNIT

PRICE

TOTAL

COST

BID ALTERNATE

A-1 PAC HVAC unit replacement (3 units on

lower mezzanine) 1 LS

______________________________ ______________________________

Address of Bidder Signature of Bidder

______________________________ ______________________________

City, Zip Name of Bidder (Print)

______________________________ ______________________________

Telephone Number of Bidder FAX Number of Bidder

______________________________

Contractor's License Number License's Expiration Date

Contractor’s email address

Page 20: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-10 LA #4834-0043-9827 v1

ADDENDUM ACKNOWLEDGEMENT

ADDENDUM #1 Date Signature acknowledging receipt:

ADDENDUM #2 Date Signature acknowledging receipt:

ADDENDUM #3 Date Signature acknowledging receipt:

Page 21: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-11 LA #4834-0043-9827 v1

CONTRACTOR'S LICENSE DECLARATION

(Business and Professions Code Section 7028.15)

The undersigned declares that he or she is ________________________________ of

____________________________. (party making foregoing bid) (hereinafter the "Bidder")

1. Bidder's Contractor's License Number is as follows:___________________________.

2. The expiration date of Bidder's Contractor's License is _______________, 20___.

3. Bidder acknowledges that Section 7028.15(e) of the Business and Professions Code

provides as follows:

"A licensed contractor must not submit a bid to a public agency unless his or her contractor's

license number appears clearly on the bid, the license expiration date is stated, and the bid

contains a statement that the representations therein are made under penalty of perjury. Any

bid not containing this information, or a bid containing information which is subsequently

proven false, must be considered non-responsive and must be rejected by the public

agency."

The undersigned declares, under penalty of perjury, that the representations made by the

undersigned in this bid proposal are true and correct.

Executed on ________________________, 2017, at _____________________________ (insert

city and state where Declaration signed).

________________________________________

Signature

________________________________________

Typed Name

________________________________________

Title

________________________________________

Name of Bidder

Page 22: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-12 LA #4834-0043-9827 v1

LIST OF SUBCONTRACTORS

In accordance with the provisions of Sections 4102 to 4108, inclusive, of the Public Contact Code of the

State of California, each bidder must list below the name and location of place of business of each

subcontractor who will perform a portion of the contract work in an amount in excess of one-half of one

percent of the total contract price. In each such instance, the nature and extent of the work to be sublet must

be described.

Name, State and

Contractor’s License

Number of

Subcontractor

Address of Office, Mill or

Shop

Description of Work to be

Performed (also show bid

Schedule Item No.)

Percentage of

Total Contract

Work to be

Performed

**Note, the Subletting and Subcontracting Fair Practices Act also requires inclusion of any subcontractor

who specially fabricates and installs a portion of the work according to detailed drawings.

Page 23: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-13 LA #4834-0043-9827 v1

BID BOND Bond No. _________

WHEREAS, ______________________________________________ ("Principal") intends to submit a

bid to the City of Rohnert Park ("City") for the above-referenced Project, and the terms of the bid

require the Principal to submit bidder's security.

NOW, THEREFORE, Principal and , a

corporation organized and existing under the laws of the State of and

duly authorized to transact business under the laws of the State of California, as Surety, are held and

firmly bond unto City in the sum of

dollars ($_______________) lawful money of the United States of America, such sum being not less

than ten percent (10%) of the bid amount for the payment of which sum to be made, the Principal and

Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,

firmly by these presents. .

THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal submits a bid for the

above-referenced Project, the terms and conditions of which are incorporated herein by reference, and if

said bid is rejected by the City, or if said bid is accepted by the City and the Bidder properly executes

and submits to the City the Agreement and all required documents (including the Faithful Performance

bond, the Labor and Material Bond, and the proof of insurance), then this obligation must be null and

void; otherwise it must be and remain in full force and effect.

The Surety hereby agrees, for value received, that its obligations under this bond must in no way be

impaired or modified by an agreement between the City and the Principal to extend the time within

which the City may accept the Principal's bid, and the surety hereby waives notice of any such

extension.

In the event suit is brought upon this bond, the surety must pay reasonable attorneys' fees and costs

incurred by the prevailing parties in such suit, which fees and costs must be in addition to the face

amount of the bond.

IN WITNESS WHEREOF, the undersigned represent and warrant that they have the right, power, legal

capacity, and authority to enter into and execute this document on behalf of the Principal and the Surety,

and have caused this document to be executed by setting hereto their names, titles and signatures.

Principal: _________________________ Surety: _____________________________

(Name of Firm) (Name of Firm)

By: ______________________________ By: ________________________________

Title: _____________________________ Title: ______________________________

Date: _____________________________ Date: ______________________________

Address for Notices to Surety:

___________________________________

___________________________________

___________________________________

Note: Notary acknowledgment for Surety and Surety's Power of Attorney must be attached.

Page 24: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-14 LA #4834-0043-9827 v1

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER

AND SUBMITTED WITH BID

The undersigned declares:

I am the _________________ of ______________, the party making the foregoing bid.

The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association,

organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or

indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or

indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to

refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement,

communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any

overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid

are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the

contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company,

association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid,

and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture,

limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full

power to execute, and does execute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

Executed this ________ day of ___________________, 20___, at _____________________, California.

Firm (print or type) Signature

State of California

County of

Subscribed and sworn to (or affirmed) before me on this _______ day of __________________, 20___, by

______________________________________________________________, proved to me on the basis of

satisfactory evidence to be the person(s) who appeared before me

Signature (seal)

Page 25: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-15 LA #4834-0043-9827 v1

DECLARATION OF ELIGIBILITY TO CONTRACT

The undersigned, a duly authorized representative of the bidder, certifies and declares that:

1. The bidder is aware of California Labor Code sections 1771.1 and 1777.7, which prohibit a

contractor or subcontractor who has been found by the Labor Commissioner or the Director of

Industrial Relations to be in violation of certain provisions of the Labor Code from bidding on,

being awarded, or performing work as a subcontractor on a public works project for specified

periods of time.

2. The bidder is not prohibited from bidding on, being awarded, or performing work as a contractor

or subcontractor on a public works project under Labor Code sections 1771.1 and 1777.7, or any

other provision of law.

3. The bidder is aware of California Public Contract Code section 6109, which states:

"(a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit

a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public

works project pursuant to Section 1771.1 or 1777.7 of the Labor Code to bid on, be

awarded, or perform work as a subcontractor on, a public works project. Every public

works project shall contain a provision prohibiting a contractor from performing work on

a public works project with a subcontractor who is ineligible to perform work on the

public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code.

(b) Any contract on a public works project entered into between a contractor and a debarred

subcontractor is void as a matter of law. A debarred subcontractor may not receive any

public money for performing work as a subcontractor on a public works contract, and any

public money that may have been paid to a debarred subcontractor by a contractor on the

project will be returned to the awarding body. The contractor is responsible for the

payment of wages to workers of a debarred subcontractor who has been allowed to work

on the project."

4. The bidder has investigated the eligibility of each and every subcontractor that bidder intends to

use on this public works project, and determined that none of them is ineligible to perform work

as a subcontractor on a public works project by virtue of Public Contract Code section 6109,

Labor Code sections 1771.1 and 1777.7, or any other provision of law.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and

correct.

Executed this ________ day of ___________________, 20___, at ______________________, California.

Signature and Title of Authorized Official

Page 26: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-16 LA #4834-0043-9827 v1

C O N T R A C T

SPRECKELS PERFORMING ARTS CENTER RE-ROOF AND HVAC REPLACEMENT

PROJECT NO. 2015-08, 2015-05 AND 2017-04

THIS AGREEMENT, made and entered into this _____ day of______________, 2017, by and

between _____________________, hereinafter called "Contractor", and the City of Rohnert Park,

hereinafter called "City".

W I T N E S S E T H :

WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the

work hereinafter mentioned in accordance with the sealed proposal of said Contractor.

NOW, THEREFORE, IT IS AGREED, as follows:

1. Scope of Work: The Contractor must perform all the work and furnish all the labor,

materials, equipment and all utility and transportation services required to complete all of the work of

construction and installation of the improvements more particularly described in the Resolution adopted by

the City Council of said City on <<MONTH DAY, YEAR>>, the items and quantities of which are more

particularly set forth in the Contractor's bid therefor on file in the office of the City Clerk, except work to be

performed by subcontractors as set forth in the Contractor’s bid and for which the Contractor retains

responsibility.

2. Time of Performance and Liquidated Damages: The Contractor must begin work within

fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must

diligently prosecute the same to completion within 90 calendar days of that Notice. The Contractor

acknowledges and agrees that time is of the essence with respect to Contractor’s work and that

Contractor shall diligently pursue performance of the work.

In the event the Contractor does not complete the work within the time limit so specified or within

such further time as said City Council must have authorized, the Contractor must pay to the City liquidated

damages in the amount of $500.00 per day for each and every day's delay in finishing the work beyond the

completion date so specified. Additional provisions with regard to said time of completion and liquidated

damages are set forth in the specifications, which provisions are hereby referred to and incorporated herein

by reference.

3. Payments: Payments will be made by City to the Contractor for said work performed at the

times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid.

The award of the contract is for a total amount of <<AMOUNT>>.

4. Component Parts and Interpretation: This contract must consist of the following documents,

each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a

part hereof by reference thereto:

a) This Agreement

b) Notice Inviting Sealed Proposals

c) Instruction and Information to Bidders

d) Accepted Proposal, with all attachments and certifications

e) Faithful Performance Bond

f) Labor and Material Bond

g) Special Provisions

h) Standard Specifications

Page 27: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-17 LA #4834-0043-9827 v1

i) Technical specifications

j) Design Standards

k) Plans, Profiles and Detailed Drawings

In the event of conflict between these documents, the following order of precedence will govern:

this contract; change orders; supplemental agreements and approved revisions to plans and

specifications; special conditions; standard specifications; detail plans; general plans; standard plans;

reference specifications. In the absence of a controlling or contrary provision in the foregoing, the

Standard Specifications (2010 edition) of the California Department of Transportation shall apply to this

project.

5. Independent Contractor. Contractor is and will at all times remain as to City a

wholly independent contractor. Neither City nor any of its officers, employees, or agents will have

control over the conduct of Contractor or any of Contractor’s officers, employees, agents or

subcontractors, except as expressly set forth in the Contract Documents. Contractor may not at any time

or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any

manner officers, employees, agents or subcontractors of City.

6. Prevailing Wages: Copies of the determination of the Director of the Department

of Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of

worker needed to execute this Contract will be on file in, and available at, the office of the Director at

601 Carmen Drive, Camarillo, California 93010.

Contractor must post at the work site, or if there is no regular work site then at its principal

office, for the duration of the Contract, a copy of the determination by the Director of the Department of

Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.)

Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified

prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code

§ 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the

retention and inspection of payroll records.

Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775,

Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of

the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the

worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between

the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof,

for which each worker was paid less than the prevailing wage rate.

Nothing in this Contract prevents Contractor or any subcontractor from employing properly

registered apprentices in the execution of the Contract. Contractor is responsible for compliance with

Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and

subcontractors must submit contract award information to the applicable joint apprenticeship committee,

must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of

apprentice’s work for every five hours of labor performed by a journeyman (unless an exception is

granted under § 1777.5), must contribute to the fund or funds in each craft or trade or a like amount to

the California Apprenticeship Council, and that contractors and subcontractors must not discriminate

among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed,

national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in

training under apprenticeship standards and who have written apprentice contracts, may be employed on

public works in apprenticeable occupations.

If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply,

Page 28: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-18 LA #4834-0043-9827 v1

as applicable, with the labor and reporting requirements of the Davis-Bacon Act (40 USC § 276a-7), the

Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards

Act (40 USC § 327 and following).

7. Hours of Labor: Contractor acknowledges that under California Labor Code sections

1810 and following, eight hours of labor constitutes a legal day’s work. Contractor will forfeit as a

penalty to City the sum of $25.00 for each worker employed in the execution of this Contract by

Contractor or any subcontractor for each calendar day during which such worker is required or permitted

to work more than eight hours in any one calendar day and 40 hours in any one calendar week in

violation of the provisions of Labor Code section 1810.

8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411,

Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the

Contractor or any Subcontractor under him.

Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any

apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works

project and which administers the apprenticeship program in that trade for a certificate of approval. The

certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the

Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except:

A. When unemployment in the area of coverage by the joint apprenticeship committee has

exceeded an average of 15 percent in the 90 days prior to the request for certificate, or

B. When the number of apprentices in training in that area exceeds a ratio of one to five, or

C. When the trade can show that it is replacing at least 1/30 of its membership through

apprenticeship training on an annual basis statewide or locally, or

D. When the assignment of an apprentice to any work performed under a public works Contract

would create a condition which would jeopardize his life or the life, safety, or property of

fellow employees or the public at large, or if the specified task to which the apprentice is to

be assigned is of such a nature that training cannot be provided by a journeyman, or

E. When the Contractor provides evidence that he employs registered apprentices on all of his

Contracts on an annual average of not less than one apprentice to eight journeymen.

The Contractor is required to make contributions to funds established for the administration of

apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on

such Contracts and if other Contractors on the public works site are making such contributions.

The Contractor and any Subcontractor under him must comply with the requirements of Section

1777.5 and 1777.6 in the employment of apprentices.

Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained

from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco,

California, or from the Division of Apprenticeship Standards and its branch offices. .

9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads

as follows:

"A contractor must not discriminate in the employment of persons upon public

works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those

bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise

provided in Section 12940 of the Government Code. Every contractor for public works who

violates this section is subject to all the penalties imposed for a violation of this chapter. "

10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5, Chapter

Page 29: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-19 LA #4834-0043-9827 v1

1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with

Section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment

of compensation to his employees and must for that purpose obtain and keep in effect adequate Workmen's

Compensation Insurance.

The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which

requires every employer to be insured against liability for workmen's compensation or to undertake self-

insurance in accordance with the provisions of that Code, and will comply with such provisions before

commencing the performance of the work of this contract.

11. Indemnity and Insurance: To the fullest extent permitted by law, Contractor must indemnify,

hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and

consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses

including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be

asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor’s

activities hereunder, including the activities of other persons employed or utilized by Contractor including

subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the

active negligence of the City. This indemnification obligation is not limited in any way by any limitation

on the amount or type of damages or compensation payable by or for Contractor under Worker's

Compensation, disability or other employee benefit acts or the terms, applicability or limitations of any

insurance held or provided by Contractor and must continue to bind the parties after termination/completion

of this Agreement.

Contractor shall procure and maintain throughout the time for performance of the work under this

Contract the insurance required by the Special Provisions. The requirement that Contractor procure and

maintain insurance shall in no way be construed to limit the Contractor’s duty to indemnify City as

provided in the paragraph above.

Failure of City to monitor compliance with these requirements imposes no additional obligations

on City and will in no way act as a waiver of any rights hereunder.

12. City Right of Termination and Right to Complete the Work. The City may terminate the

Contract when conditions encountered during the work make it impossible or impracticable to proceed,

or when the City is prevented from proceeding with the Contract by act of God, by law, or by official

action of a public authority. In addition, the occurrence of any of the following is a default by

Contractor under this Contract:

A. Contractor refuses or fails to prosecute the Work or any part thereof with such

diligence as will insure its completion within the time specified or any permitted

extension.

B. Contractor fails to complete the Work on time.

C. Contractor is adjudged bankrupt, or makes a general assignment for the benefit of

creditors, or a receiver is appointed on account of Contractor’s insolvency.

D. Contractor fails to supply enough properly skilled workers or proper materials to

complete the Work in the time specified.

E. Contractor fails to make prompt payment to any subcontractor or for material or

labor.

F. Contractor fails to abide by any applicable laws, ordinances or instructions of City

in performing the Work.

G. Contractor breaches or fails to perform any obligation or duty under the Contract.

Page 30: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-20 LA #4834-0043-9827 v1

Upon the occurrence of a default by Contractor, the Director will serve a written notice of default

on Contractor specifying the nature of the default and the steps needed to correct the default. Unless

Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements

acceptable to City for the correction or elimination of such default are made, as determined by City, City

may thereafter terminate this Contract by serving written notice on Contractor. In such case, Contractor

will not be entitled to receive any further payment, except for Work actually completed prior to such

termination in accordance with the provisions of the Contract Documents.

In event of any such termination, City will also immediately serve written notice of the

termination upon Contractor’s surety. The surety will have the right to take over and perform pursuant

to this Contract; provided, however, that if the surety does not give City written notice of its intention to

take over and perform this Contract within five days after service of the notice of termination or does not

commence performance within 10 days from the date of such notice, City may take over the Work and

prosecute the same to completion by contract or by any other method it may deem advisable for the

account and at the expense of Contractor. Contractor and the surety will be liable to City for any and all

excess costs or other damages incurred by City in completing the Work.

If City takes over the Work as provided in this Section, City may, without liability for so doing,

take possession of, and utilize in completing the Work, such materials, appliances, plant, and other

property belonging to Contractor as may be on the site of the Work and necessary for the completion of

the Work.

13. Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts

Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure

performance under a contract. At the request and sole expense of the Contractor, securities equivalent to

the amount withheld must be deposited with the public agency, or with a state or federally chartered bank as

the escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the

contract.

Securities eligible for substitution under this section must include those listed in the California

Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor

must be the beneficial owner of any securities substituted for moneys withheld and must receive any

interest thereon.

Alternatively, the Contractor may request and the City shall make payment of retentions earned

directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the

Contractor may direct the investment of the payments into securities and the Contractor shall receive the

interest earned on the investments upon the same terms provided for in Section 22300 for securities

deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive

from the escrow agent all securities, interest, and payments received by the escrow agent from the City,

pursuant to the terms of this section.

Any escrow agreement entered into pursuant to this section must contain as a minimum the

following provisions:

a. The amount of securities to be deposited;

b. The terms and conditions of conversion to cash in case of the default of the Contractor; and

c. The termination of the escrow upon completion of the contract.

14. General Provisions

Page 31: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-21 LA #4834-0043-9827 v1

A. Authority to Execute. Each Party represents and warrants that all necessary

action has been taken by such Party to authorize the undersigned to execute this Contract and to bind it

to the performance of its obligations.

B. Assignment. Contractor may not assign this Contract without the prior written

consent of City, which consent may be withheld in City’s sole discretion since the experience and

qualifications of Contractor were material considerations for this Contract.

C. Binding Effect. This Agreement is binding upon the heirs, executors,

administrators, successors and permitted assigns of the Parties.

D. Integrated Contract. This Contract, including the Contract Documents, is the

entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed

under this Contract and supersedes all other agreements or understandings, whether oral or written,

between Contractor and City prior to the execution of this Contract.

E. Modification of Contract. No amendment to or modification of this Contract will

be valid unless made in writing and approved by Contractor and by the City Council or City Manager, as

applicable. The Parties agree that this requirement for written modifications cannot be waived and that

any attempted waiver will be void.

F. Counterparts, Facsimile or other Electronic Signatures. This Contract may be

executed in several counterparts, each of which will be deemed an original, and all of which, when taken

together, constitute one and the same instrument. Amendments to this Contract will be considered

executed when the signature of a party is delivered by facsimile or other electronic transmission. Such

facsimile or other electronic signature will have the same effect as an original signature.

G. Waiver. Waiver by any Party of any term, condition, or covenant of this Contract

will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any

breach of the provisions of this Contract will not constitute a waiver of any other provision, or a waiver

of any subsequent breach or violation of any provision of this Contract. Acceptance by City of any

Work performed by Contractor will not constitute a waiver of any of the provisions of this Contract.

H. Interpretation. This Contract will be interpreted, construed and governed

according to the laws of the State of California. Each party has had the opportunity to review this

Contract with legal counsel. The Contract will be construed simply, as a whole, and in accordance with

its fair meaning. It will not be interpreted strictly for or against either party.

I. Severability. If any term, condition or covenant of this Contract is declared or

determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining

provisions of this Contract will not be affected and the Contract will be read and construed without the

invalid, void or unenforceable provision.

J. Venue. In the event of litigation between the parties, venue in state trial courts

will be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the

Northern District of California.

IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its

officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above

written.

Page 32: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-22 LA #4834-0043-9827 v1

CITY OF ROHNERT PARK <<CONTRACTOR>>

____________________________________

City Manager Date Name/Title Date Per Resolution No. <<RESO #>>adopted by the Rohnert Park

City Council at its meeting of <<Month>><<Day>>,<<Year>>.

ATTEST: APPROVED AS TO FORM:

____________________________________

City Clerk City Attorney

Page 33: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-23 LA #4834-0043-9827 v1

INSURANCE

Bidder's attention is directed to the following insurance forms and to Section 2.03 of the Special

Provisions, located on Pages 2-1 through 2-6 in the Special Provisions section. It is highly

recommended that bidders confer with their respective insurance carriers or brokers to determine

in advance of bid submission the availability of insurance certificates and endorsements as

prescribed and provided herein. Failure to comply strictly with the insurance requirements may

result in forfeiture of the bid security and withdrawal of the bid proposal.

Page 34: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-24 LA #4834-0043-9827 v1

CERTIFICATE OF INSURANCE ISSUE DATE MM/DD/YY)

CITY OF ROHNERT PARK (the "City")

PRODUCER

THIS CERTIFICATE OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.

BEST'S

COMPANIES RATING

COMPANY

LETTER A ________________________________ ______________

COMPANY

LETTER B________________________________ ______________

COMPANY

LETTER C ________________________________ ______________

COMPANY

LETTER D ________________________________ ______________

COMPANY

LETTER E ________________________________ ______________

INSURED

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVEN BEEN REDUCED BY PAID CLAIMS.

CO LTR

TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY)

POLICY EXPIRATION DATE (MM/DD/YY)

ALL LIMITS IN THOUSANDS

GENERAL LIABILITY

COMMERCIAL GENERAL LIABILITY

CLAIMS MADE OCCUR.

OWNER'S & CONTRACTOR'S PROT.

OTHER _________________________

GENERAL AGGREGATE $

PRODUCTS-COMP/OPS AGGREGATE

$

PERSONAL & ADVERTISING INJURY

$

EACH OCCURRENCE

$

FIRE DAMAGE (Any one fire)

$

MEDICAL EXPENSE (Any one person)

$

AUTOMOBILE LIABILITY

ANY AUTO

ALL OWNED AUTOS

SCHEDULED AUTOS

HIRED AUTOS

NON-OWNED AUTOS

GARAGE LIABILITY

COMBINED SINGLE LIMIT

$

BODILY INJURY (Per person)

$

BODILY INJURY (Per accident)

$

PROPERTY DAMAGE

$

EXCESS LIABILITY

UMBRELLA

OTHER THAN UMBRELLA FORM

EACH OCCURRENCE $ AGGREGATE

$ $

WORKER'S COMPENSATION AND

EMPLOYERS' LIABILITY

STATUTORY

EACH ACCIDENT $

DISEASE-POLICY LIMIT $

DISEASE-EACH EMPLOYEE $

PROPERTY INSURANCE

COURSE OF CONSTRUCTION

AMOUNT OF INSURANCE

$ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS

THE FOLLOWING PROVISIONS APPLY:

1. None of the above-described policies will be canceled until after 30 days' written notice has been given to the City at the address indicated below. 2. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are added as insureds on all liability insurance policies listed above. 3. It is agreed that any insurance or self-insurance maintained by the City will apply in excess of and not contribute with, the insurance described above. 4. The City is named a loss payee on the property insurance policies described above, if any. 5. All rights of subrogation under the property insurance policy listed above have been waived against the City. 6. The workers' compensation insurer named above, if any, agrees to waive all rights to subrogation against the City for injuries to employees of the insured resulting

from work for the City or use of the City's premises or facilities.

CERTIFICATE HOLDER/ADDITIONAL INSURED

CITY OF ROHNERT PARK

130 AVRAM AVENUE ROHNERT PARK, CA 94928

AUTHORIZED REPRESENTATIVE

SIGNATURE _________________________________________

TITLE _________________________________________

PHONE NO. _________________________________________ Rev. 11/08

Page 35: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-25 LA #4834-0043-9827 v1

INSURERISO FORM CG 20 10 11 85 (MODIFIED) POLICY NO: COMMERCIAL GENERAL LIABILITY ENDORSEMENT NO:

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY

ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS

This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Organization: The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are named as additional insured. (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). WHO IS INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of “your work” performed for that insured. Modifications to ISO for CG 20 10 11 85 1. The insured scheduled above includes the insured's elected or appointed officers, officials,

employees, agents and volunteers. 2. This insurance must be primary as respects the insured shown in the schedule above, or if excess,

must stand in an unbroken chain of coverage excess of the Named Insured's scheduled underlying primary coverage. In either event, any other insurance maintained by the Insured scheduled above must be in excess of this insurance and must not be called upon to contribute with it.

3. The insurance afforded by this policy must not be canceled except after thirty (30) days prior written

notice by certified mail, return receipt requested, has been given to the Entity. 4. Coverage must not extend to any indemnity coverage for the active negligence of the additional

insured in any case where an agreement to indemnify the additional insurance would be invalid under Subdivision (b) of Section 2782 of the Civil Code.

_________________________________

Signature-Authorized Representative _________________________________

_________________________________

Address _________________________________

CG 20 10 11 85 Insurance Services Office, Inc. Form (Modified)

Page 36: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-26 LA #4834-0043-9827 v1

SUBMIT IN DUPLICATE

AUTOMOBILE LIABILITY SPECIAL ENDORSEMENTError! Bookmark not defined. FOR CITY OF ROHNERT PARK (the "City")

ENDORSEMENT NO.

ISSUE DATE (MM/DD/YY)

PRODUCER

POLICY INFORMATION: Insurance Company: Policy No.: Policy Period: (from) (to)

LOSS ADJUSTMENT EXPENSE Included in Limits

In Addition to Limits Telephone

Deductible Self-Insured Retention (check which) of $__________________

NAMED INSURED

APPLICABILITY. This insurance pertains to the operation and/or tenancy of the named

insured under all written agreements and permits in force with the City unless checked here in which case only the following specific agreements and permits with the City are covered: CITY AGREEMENTS/PERMITS

TYPE OF INSURANCE

OTHER PROVISIONS

COMMERCIAL AUTO POLICY

BUSINESS AUTO POLICY

OTHER ____________________________________________________________ LIMIT OF LIABILITY

CLAIMS: Underwriter's representative for claims pursuant to this insurance. Name: _____________________________________________________ Address: _____________________________________________________ Telephone: ( )

$ ______________ per accident, for bodily injury and property damage.

In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or hereafter attached thereto, it is agreed as follows: 1. INSURED. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are included as insureds with regard to damages and defense of

claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured, or for which the Named Insured is responsible.

2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy must: (a) be primary insurance as respects the City, its officers, officials, employees, agents or volunteers; or (b) stand in an unbroken chain of coverage excess of the Named Insured's primary coverage. Any insurance or self-insurance maintained by the City, its officers, officials, employees and volunteers must be excess of the Named Insured's insurance and not contribute with it.

3. CANCELLATION NOTICE. With respect to the interests of the City, this insurance must not be cancelled, except after thirty 30) days prior written notice by receipted delivery has been given to the City.

4. SCOPE OF COVERAGE. This policy affords coverage at least as broad as: (1) If primary, Insurance Services Office form number CA0001 (Ed. 1/87), Code 1 ("any auto"); or (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1).

Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement is attached. ENDORSEMENT HOLDER

CITY

CITY OF ROHNERT PARK 130 AVRAM AVENUE ROHNERT PARK, CA 94928

AUTHORIZED Broker/Agent Underwriter _________________ REPRESENTATIVE I _______________________ (print/type name), warrant that I have authority to bind the above-mentioned insurance company and by my signature hereon do so bind this company to this endorsement. Signature ________________________________________

(original signature required) Telephone: ( ) Date signed: __________________

REV. 11/08

Page 37: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 1: Bid Documents

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 1-27 LA #4834-0043-9827 v1

SUBMIT IN DUPLICATE

WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY SPECIAL ENDORSEMENT FOR CITY OF ROHNERT PARK (the "City")

ENDORSEMENT NO.

ISSUE DATE (MM/DD/YY)

PRODUCER

POLICY INFORMATION: Insurance Company: Policy No.: Policy Period: (from) (to)

Telephone

OTHER PROVISIONS

NAMED INSURED CLAIMS: Underwriter’s representative for claims pursuant to this insurance.

Name: _________________________________________________________________ Address: _________________________________________________________________

_________________________________________________________________ Telephone: (______)__________________________________________________________

EMPLOYERS LIABILITY LIMITS $ ____________________________ (Each Accident) $_____________________________ (Disease - Policy Limit) $_____________________________ (Disease - Each Employee)

In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or

hereafter attached thereto, it is agreed as follows:

1. CANCELLATION NOTICE. This insurance must not be cancelled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.

2. WAIVER OF SUBROGATION. This insurance Company agrees to waive all rights of subrogation against the City, its officers, officials, employees, agents and

volunteers for losses paid under the terms of this policy which arise from the work performed by the Named Insured for the City.

Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement

is attached.

ENDORSEMENT HOLDER

CITY

CITY OF ROHNERT PARK 130 AVRAM AVENUE ROHNERT PARK, CA 94928

AUTHORIZED Broker/Agent Underwriter _________________ REPRESENTATIVE I _______________________ (print/type name), warrant that I have authority to bind the above-mentioned insurance company and by my signature hereon do so bind this company to this endorsement. Signature ________________________________________

(original signature required) Telephone: ( ) Date signed: __________________

REV. 11/08

Page 38: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

LA #4834-0043-9827 v1

PART 2 – SPECIAL PROVISIONS

Page 39: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-1 LA #4834-0043-9827 v1

SPECIAL PROVISIONS

PROJECT OWNER

The Project Owner is the City of Rohnert Park, California. Wherever in these or the Standard

Specifications the word "Owner" appears, it must be interpreted to mean the City of Rohnert

Park.

LOCATION AND DESCRIPTION OF WORK

Location of work is within the City of Rohnert Park, at the Spreckels Performing Arts Center,

located at 5409 Snyder Lane.

The work generally consists of, but not limited to, replacing the roof on the entire building and

six HVAC units located on the upper mezzanine, and appurtenances as shown on the plans and

specified in these Special Provisions.

INSURANCE

INSURANCE REQUIREMENTS FOR CONTRACTORS

The following parties or entities must be listed as additional insured by endorsement:

A. The City of Rohnert Park, its officers, elected officials, employees, agents and

volunteers

BIDDER'S ATTENTION IS DIRECTED TO THE INSURANCE REQUIREMENTS

BELOW. IT IS HIGHLY RECOMMENDED THAT BIDDERS CONFER WITH THEIR

RESPECTIVE INSURANCE CARRIERS OR BROKERS TO DETERMINE IN ADVANCE

OF BID SUBMISSION THE AVAILABILITY OF INSURANCE CERTIFICATES AND

ENDORSEMENTS AS PRESCRIBED AND PROVIDED HEREIN. IF AN APPARENT

LOW BIDDER FAILS TO COMPLY STRICTLY WITH THE INSURANCE

REQUIREMENTS, THAT BIDDER MAY BE DISQUALIFIED FROM AWARD OF THE

CONTRACT.

Contractors must procure and maintain for the duration of the contract insurance against claims

for injuries to persons or damages to property which may arise from or in connection with the

performance of the work hereunder by the Contractor, the contractor’s agents, representatives,

employees or subcontractors. The coverage of the above-named parties as additional insureds

shall be “primary and non-contributory” and must state that it will not seek contribution from

the City’s insurance or self-insurance. The cost of Contractor’s insurance must be included in

the Contractor's bid. The Notice to Proceed with the Work will not be issued, and the

Contractor must not commence work, until such insurance has been approved by the City.

Such insurance must remain in full force and effect at all times during the prosecution of the

Work and until the final completion and acceptance thereof. In addition, the Commercial

General Liability Insurance must be maintained for a minimum of three (3) years after final

completion and acceptance of the Work. It must be the Contractor’s responsibility to ensure

that proof of insurance is sent to the City during this time. The Notice to Proceed does not

relieve the Contractor of the duty to obtain such insurance as required herein.

A. Minimum Scope of Insurance

Page 40: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-2 LA #4834-0043-9827 v1

Coverage must be at least as broad as:

1. Insurance Services Office Commercial General Liability coverage (Occurrence

Form CG 0001).

2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering

Automobile Liability, Code 1 "any auto" or the exact equivalent. If Contractor

owns no vehicles, this requirement may be satisfied by a non-owned auto

endorsement to the general liability policy described above. If Contractor or

Contractor’s employee(s) will use personal autos in any way on this project,

Contractor must provide evidence of personal auto liability coverage for each

such person.

3. Workers' Compensation and Employers Liability: Workers' Compensation on a

state-approved policy form providing statutory benefits as required by law with

employer’s liability insurance, with minimum limits of One Million Dollars

($1,000,000) per occurrence.

Coverage must not extend to any indemnity coverage for the active negligence of

the additional insured in any case where an agreement to indemnify the additional

insured would be invalid under Subsection (b) of Section 2782 of the Civil Code.

B. Minimum Limits of Insurance

Contractor must maintain limits no less than:

1. Commercial General Liability: $2,000,000 per occurrence for bodily injury,

personal injury and property damage and $2,000,000 general aggregate. It is

permissible to use excess/umbrella coverage to meet limit requirements

provided the umbrella policies are appropriately endorsed and meet all other

requirements. Additionally, a letter clearly identifying the primary policy or

policies to which the excess umbrella coverage applies must be submitted

attesting to the following: “Umbrella or excess liability policies must provide

coverage at least as broad as specified for underlying coverages and covering

those insured in the underlying policies. Coverage must be “pay on behalf”,

with defense costs payable in addition to policy limits. There must be no cross

liability exclusion of claims or suits by one insured against another, and such

coverage must also apply on a primary and non-contributory basis for the

benefit of the City before the City’s own insurance or self-insurance shall be

called upon to protect it as a named insured.”

2. Automobile Liability: $2,000,000 combined single limit per accident for bodily

injury and property damage.

3. Workers' Compensation and Employers Liability: Workers' Compensation

providing statutory benefits as required by the Labor Code of the State of

California with employers liability insurance, with minimum limits of

$1,000,000 per accident or disease.

Contractor agrees that any available insurance proceeds broader than or in excess of

these specified minimum coverage requirements or the limits in subsection (A) shall be

Page 41: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-3 LA #4834-0043-9827 v1

available to the additional insureds named above. Furthermore, the requirements for

coverage and limits shall be (1) the minimum coverage and limits specified herein; or

(2) such broader coverage and maximum limits of coverage of any insurance policy or

proceeds available to the named insured for the work performed; whichever is greater.

C. Deductibles and Self-Insured Retentions

Any deductibles or self-insured retentions must be declared to and approved by the

City. At the option of the City, either: the insurer must reduce or eliminate such

deductibles or self-insured retentions as respects the City, its officers, elected officials,

employees, agents, and volunteers; or the Contractor must procure a bond guaranteeing

payment of losses and related investigations, claim administration and defense

expenses.

D. Other Insurance Provisions

The policies are to contain, or be endorsed to contain, the following provisions:

1. General Liability and Automobile Liability Coverages

a. The City, its officers, elected officials, employees, agents and volunteers

are to be covered as insureds as respects: liability arising out of

activities performed by or on behalf of the Contractor, including the

insured's general supervision of the Contractor; products and completed

operations of the Contractor, premises owned, occupied or used by the

Contractor, or automobiles owned, leased, hired or borrowed by the

Contractor. The coverage must contain no special limitations on the

scope of protection afforded to the City, its officers, elected officials,

employees, agents or volunteers.

b. The Contractor's insurance coverage must be primary insurance as

respects the City, its officers, elected officials, employees, agents and

volunteers. Any insurance or self-insurance maintained by the City, its

officers, elected officials, employees, agents or volunteers must be in

excess of Contractor's insurance and must not contribute with it.

c. Any failure to comply with reporting provisions of the policies must not

affect coverage provided to the City, its officers, elected officials,

employees, agents or volunteers.

d. The Contractor's insurance must apply separately to each insured against

whom claim is made or suit is brought, except with respect to the limits

of the insurer's liability.

2. Workers' Compensation and Employers Liability Coverage

The insurer must agree to waive all rights of subrogation against the City, its

officers, elected officials, employees, agents and volunteers for losses arising

from work performed by Contractor for the City.

3. All Coverages

Page 42: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-4 LA #4834-0043-9827 v1

a. Each insurance policy required by this clause must be endorsed to state

that coverage must not be suspended, voided, cancelled by either party,

reduced in coverage or in limits except after thirty (30) days' prior

written notice by certified mail, return receipt requested, has been given

to the City.

b. Coverage must not extend to any indemnity coverage for the active

negligence of the additional insured in any case where an agreement

to indemnify the additional insured would be invalid under

Subsection (b) of Section 2782 of the Civil Code.

E. Acceptability of Insurers

Insurance is to be placed with insurers with a Best's rating of no less than A:VII or as

approved by the City.

F. Verification of Coverage

Contractor must furnish the City with certificates of insurance and with original

endorsements affecting coverage required by this clause. The certificates and

endorsements for each insurance policy are to be signed by a person authorized by that

insurer to bind coverage on its behalf. The certificates and endorsements are to be on

forms provided by the City. Where by statute, the City's workers' compensation-related

forms cannot be used, equivalent forms approved by the Insurance Commissioner are to

be substituted. All certificates and endorsements are to be received and approved by

the City before work commences. The City reserves the right to require complete,

certified copies of all required insurance policies, at any time.

G. Subcontractors

Contractor must include all subcontractors as insureds under its policies or must furnish

separate certificates and endorsements for each subcontractor. All coverages for

subcontractors must be subject to all of the requirements stated herein.

BONDS

In accordance with Section 3.4 of the Standard Specifications, the Contractor must provide the

following bonds:

Labor and Material Bond equal to 100% of the Contract Bid Price, Faithful Performance Bond

equal to 100% of the Contract Bid Price. The Faithful Performance Bond must, by its term,

remain in full force and effect for a period of one (1) year after the completion and acceptance

of said work to guarantee the replacing or making acceptable of any defective materials or

faulty workmanship.

The Contractor may elect to post a maintenance bond equal to 100% of the contract bid price,

which will run for one year after completion and acceptance of said work to guarantee

replacing or making acceptable any defective materials or faulty workmanship prior to the

acceptance of said work.

LIQUIDATED DAMAGES

Page 43: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-5 LA #4834-0043-9827 v1

In accordance with Section 8.6 of the Standard specifications, Liquidated Damages shall be

agreed to amount to $500.00 per calendar day

WITHDRAWALS OF PROPOSALS

The City reserves the right to reject any and all bids and to waive any informality or

irregularity in the bids received.

No bidder may withdraw his/her bid for a period of ninety (90) days from the opening thereof.

DRAWINGS AND SPECIFICATIONS

The drawings showing location and character of work are entitled City of Rohnert Park PAC –

Roofing and HVAC Replacement, consisting of 32 sheets numbered A0.01 through E-601

inclusive, and are included as a part of these specifications. The City of Rohnert Park 2010

Manual of Standards, Details and Specifications are the adopted Standard Plans for the City of

Rohnert Park and are included as a part of these specifications.

Also included by reference as part of these specifications are the Standard Specifications of the

CITY OF ROHNERT PARK, Sections 1-10 inclusive, hereinafter referred to as GENERAL

PROVISIONS.

In addition, the technical provisions of the Standard Plans and Standard Specifications, State of

California, Department of Transportation, Business and Transportation Agency, most current

edition, and to revisions thereof are included by reference as a part of these specifications

insofar as they refer to materials and methods of work where applicable. Wherever in the

SPECIAL PROVISIONS reference is made to Caltrans STANDARD SPECIFICATIONS or

Caltrans STANDARD PLANS, it is these specifications or plans referred to.

COOPERATION AND COLLATERAL WORKS

The Contractor must conform to the provisions of Section 7.26, "Cooperation and Collateral

Works," of the STANDARD SPECIFICATIONS.

The Contractor must ascertain the nature and extent of any simultaneous collateral work and

must coordinate his operations and cooperate to minimize interference.

PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS

The Contractor must conform to the provisions of Section 7.15, "Preservation of Property," of

the STANDARD SPECIFICATIONS.

Without additional compensation, the Contractor may remove and replace, in a condition as

good as or better than original, such small miscellaneous structures as fences and sign posts,

that interfere with the Contractor's operations.

All costs to the Contractor for protecting, removing, modifying, relocating and restoring

existing improvements must be considered as included in the contract prices paid for the

various items of work, and no additional allowance will be made therefor.

PERMITS AND LICENSES

The Contractor will not be required to obtain a City permit for this work. The building permits

will be obtained by the City.

Page 44: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-6 LA #4834-0043-9827 v1

The Contractor and all subcontractors will be required to obtain a City Business license.

2.11 APPROVED DEBRIS HAULERS

There are two approved debris haulers within the City and contact information is listed below.

The Contractor shall contract with one of the two debris haulers for service on the project.

Payment for debris hauling shall be included within the Contractor’s bid and no additional

payment will be made for using one of the two approved debris haulers.

Industrial Carting

(Global Materials Recovery Services

C&D Recycling Facility)

(707) 585-6666 or (707) 585-8426

Rohnert Park Disposal

(707) 586-2283

www.unicycler.com

When the Contractor utilizes a staging area or storage yard that is fenced and screened, final

cleanup of the staging area and storage yard will be completed before the fence and screen are

removed, except for spot cleanup or trimming that may be required in areas directly under or

adjacent to the fence and screen.

Unless expressly waived by the City Engineer, when the contractor utilizes an area for storage

of material or staging its activities, the area will be fenced and locked and all fencing will be

installed with protective screening (i.e., green screen) to minimize the visual impact of the

storage and staging area.

FIELD REVIEW PRIOR TO BIDDING

The bidder must examine carefully the site of the work contemplated and the proposal, plans,

specifications, and the contract forms therefor. It will be assumed that the bidder has

investigated and is satisfied as to the conditions to be encountered, as to the character, quality

and quantities of work to be performed and materials to be furnished, and as to the

requirements of these specifications, the Special Provisions, and the contract.

TESTING

The City of Rohnert Park will only pay for passing compaction tests meeting the requirements

of these specifications. All failing tests will be charged to the Contractor and the costs of such

failing tests will be deducted from the contract. In addition, the decision as to when and from

what areas tests are to be made will be at the judgment of the Engineer only.

PROJECT NOTIFICATION AND IDENTIFICATION SIGN

Contractor shall post construction notification signs at each residence or commercial

establishment within 500 feet of the work limit two (2) weeks prior to commencement of work

and three days prior to commencement of work. No-parking signs shall be posted 72 hours

prior to start of work. Cost for notification shall be considered as part of mobilization, and no

additional payment shall be made.

The Contractor shall supply a 4' X 8' sign to be displayed at the project site as approved by the

Public Works Director, or designee, in wording to be provided by the City. The signs shall be

constructed in accordance with City STD 742.

Page 45: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 2: Special Provisions

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 2-7 LA #4834-0043-9827 v1

.

Page 46: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

LA #4834-0043-9827 v1

PART 3 – STANDARD SPECIFICATIONS

Page 47: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-1 LA #4834-0043-9827 v1

PART 3

CONDITIONS OF THE CONTRACT

SECTION 1

DEFINITIONS AND TERMS

Whenever in these specifications, or in any documents or instruments where these specifications

govern, the following terms, or pronouns in place of them, are used, the intent and meaning must

be interpreted as follows (except as the context requires a different meaning):

Abbreviations

AAI American Asphalt Institute

AASHTO American Association of State Highway and Transportation Officials

ACI American Concrete Institute

AISC American Institute Steel Construction

AISI American Iron and Steel Institute

API-ASME American Pressure Institute - American Society of Mechanical Engineers

AREA American Railway Engineering Association

ASA American Standards Association

ASTM American Society for Testing Materials

AWPA American Wood Preservers Association

AWA American Welding Society

AWWA American Water Works Association

CRA California Redwood Association

DFPA Douglas Fir Plywood Association

NEMA National Electrical Manufacturers' Association

WCLA West Coast Lumbermen's Association

Acceptance

The formal written acceptance by the City of an entire Contract which has been completed in all

respects in accordance with the plans and specifications and any modifications thereof previously

approved.

Bidder

Any individual, firm or corporation submitting a proposal for the work contemplated, acting

directly or through a duly authorized representative.

City

City of Rohnert Park

City Engineer

The City Engineer of the City of Rohnert Park.

Contract

The Contract or agreement to be entered into by the successful bidder for the performance of the

work must consist of the following documents, each of which is on file in the office of the City

Page 48: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-2 LA #4834-0043-9827 v1

Clerk and all of which are incorporated in the Contract and made a part thereof by reference

thereto: Contract, Invitation for Sealed Proposals, Instructions and Information to Bidders,

Accepted Proposal, Faithful Performance Bond, Labor and Material Bond, Special Provisions,

Standard Specifications, Design and Construction Standards, Plans, Profiles and Detailed

Drawings.

Contractor

The word “Contractor” must mean the person, persons, partnership or corporation entering into a

Contract for the performance of the work required and the legal representative of said party of the

agent appointed to act for said party in the performance of the work.

Contract Prices

Either the unit prices or lump sum amounts to be named in the Contract, or the total of all

payments under the Contract at the unit prices or lump sum amounts, as the case may be. This

definition is for convenience and reference only, and must not be construed to alter the fact that

the Contract is an entire Contract for the performance of all work depicted on the plans and as

described herein.

Directed

Whenever in these specifications the words “directed,” “required,” “permitted,” “ordered,”

“instructed,” “designated,” “considered necessary,” “prescribed,” or words of like import are used,

it must be understood that the directions, requirements, permission, order, instruction, designation,

or prescription, etc. of the City Engineer are intended; and, similarly, the words “approved,”

“acceptable,” “satisfactory,” or words of like import, must mean approved by, or acceptable or

satisfactory to the City Engineer, unless otherwise stated.

Engineer

Engineer must mean properly authorized engineers, inspectors, and superintendents acting

severally within their scope of the particular duties entrusted to them by the City Engineer.

Federal Agencies

Whenever in these specifications reference is made to any Federal Agency or officer, such

references must be deemed made to any agency or officer succeeding in accordance with law to

the powers, duties, jurisdictions and authority of the agency or officer mentioned.

Inspector

The word “Inspector” must mean the authorized individual or firm acting within the jurisdiction

entrusted to it by the City Engineer.

Plans

The Plans must mean collectively all of the drawings or plans referenced by the project

specifications and made a part thereof, and also such supplemental drawings or plans as the City

Engineer must issue from time to time in order to elucidate drawings or plans attached to these

specifications, or for showing details which are not shown thereon, or for the purpose of showing

changes in the work, as authorized in later paragraphs describing changes and extra work.

Specifications

Page 49: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-3 LA #4834-0043-9827 v1

The directions, provisions, and requirements contained herein as supplemented by such special

provisions or special specifications as may be necessary, pertaining to the method and manner of

performing the work or the quantities and qualities of materials to be furnished under the Contract.

The special provisions or special specifications are specified clauses setting forth conditions or

requirements peculiar to the project under consideration and covering work or materials involved

in the proposal and estimate but not satisfactorily covered by these Standard Specifications.

State

State of California.

Supervision

The word “supervision” where used in these specifications to indicate supervision by the City

Engineer must mean the performance of obligations and the exercise of rights specifically

imposed and granted upon and to the City in becoming a party to the Contract, of which the text

of these specifications form a part. Excepting as specifically stated herein, supervision by the City

must not be construed to mean active and direct superintendence of the details of work.

Surety

The word “surety” or “sureties” must mean the bondsmen or party or parties who may guarantee

the fulfillment of the Contract by bond, and whose signatures are attached to said bond.

Page 50: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-4 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 2

PROPOSAL REQUIREMENTS AND CONDITIONS

2.1 INTENT

It is the intent of these specifications that the provisions of all sections must apply unless

otherwise specified in the Special Provisions, in which case the provisions contained therein must

have precedence over those specified in the Standard Specifications. It is also the intent where

reference is made to specifications or other organizations for portions of the work, that such

reference must apply only to construction methods and materials used in said work.

Page 51: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-5 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 3

AWARD AND EXECUTION OF CONTRACT

3.1 AWARD OF CONTRACT

The City reserves the right to accept or reject any or all proposals and waive technical defects as

the best interests of the City may require. Award of the Contract, if it be awarded, will be to the

lowest responsive, responsible bidder whose proposal complies with all the requirements

prescribed. The award, if made, will be awarded as soon as practicable after the opening of the

proposals but not before the time for bid protests set forth below. Proposals in which the prices are

obviously unbalanced will be rejected.

The proposals will be compared on a basis of the sum of the totals of the items of the schedule as

calculated from the given estimated quantities and the unit prices or lump sums of the amount

submitted. The entire work will be awarded to one bidder, unless otherwise specified in the

Special Provisions.

3.2 BID PROTESTS

Any bid protest ("Bid Protest") must be filed in writing with the City Clerk, with a copy to the

bidder whose bid is being protested, and served by email or facsimile transmission within 7

(seven) calendar days of the bid opening day. Proof of service of the Bid Protest must be

submitted to the City Clerk within one business day of the filing of the Bid Protest.

The Bid Protest must state all grounds upon which the protest is based and include all facts and

documents in support of each protest ground.

Any bidder whose bid is subject to a protest may submit to the City Clerk a written response

("Response") to the Bid Protest, with a copy to the protesting bidder, and served by email or

facsimile transmission within 5 (five) calendar days of the service of the Bid Protest.

The Bid Protest, and any Response, shall be submitted by the City Clerk 12 (twelve) days after

bid opening day to the City Manager or his/her designee for decision ("Decision"). The

Decision on the Bid Protest shall be in writing and shall be served upon the protesting bidder,

and the bidder whose bid is being protested, via email or facsimile transmission within 5 (five)

calendar days of receipt of Bid Protest and any Response. If the City Manager or his/her

designee has not issued a written Decision on the Bid Protest within said 5 (five) calendar day

period, then the Bid Protest shall be deemed denied. The Decision, by written Decision or

deemed denial, shall be final.

Failure to comply with these Bid Protest Procedures shall be deemed to be a waiver of the right

to protest a bid.

3.3 RETURN OF PROPOSAL GUARANTEES

Within 10 days after award of Contract, the City will upon demand return the proposal guarantees

accompanying the proposals of all bidders, except those of the three lowest responsible bidders as

determined by the City. Proposal guarantees of such three lowest responsible bidders will be held

until the Contract has been finally executed, after which they will be returned to the respective

bidders whose proposals they accompany.

Page 52: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-6 LA #4834-0043-9827 v1

3.4 BONDS

Prior to the execution by the City of the Contract, the successful bidder must file good and

sufficient bonds to be approved by the City conditioned upon the faithful performance of the

Contract and upon the payment of claims for labor and materials in connection therewith. The

Contractor must pay all premiums and costs thereof and incidental thereto. Such bonds must not

be subject to cancellation.

The payment bond should contain the terms and conditions set forth in Sections 3247 through

3252, inclusive, of the Civil Code of the State of California, and must be subject to the provisions

of that chapter and, in addition, must be in the amounts which are specified in the Special

Provisions.

The “Bond for Faithful Performance” must be in an amount specified in the Special Provisions

and must be so conditioned as to insure the faithful performance of the Contract without

exception. The faithful performance bond must also insure the replacing or making acceptable of

any defective materials or faulty workmanship which may be discovered at any time, prior to date

of final payment or one year after final payment, after which no liability must accrue thereunder

except in the case of fraud.

Should any surety or sureties be deemed unsatisfactory at any time by the City, notice will be

given to the Contractor to that effect, and he must forthwith substitute a new surety or sureties

satisfactory to the City. No further payment must be deemed due or will be made under this

Contract until the new surety must qualify and be accepted by the City.

Any alterations in the work to be done, or increase or decrease of the materials to be furnished,

which may be made pursuant to the terms of said Contract, must not in any way release either the

principal or surety thereunder, nor must any extensions of time granted under the provisions of

said Contract release either the principal or surety, and notice of such alterations or extensions of

the Contract must be waived by the surety. The bonds must be maintained in full force and effect

until the Contract has been completely performed and until all claims for material and labor have

been paid.

3.5 EXECUTION OF CONTRACT

The Contract must be signed by the successful bidder and returned, together with the Contract

Bonds and valid insurance on City forms, within fifteen (15) calendar days after the date of

mailing written notice to the successful bidder that the Contract has been awarded.

3.6 FAILURE TO EXECUTE CONTRACT

Failure to execute a Contract, file acceptable bonds, and/or acceptable insurance as provided

herein within said fifteen (15) calendar days shall allow the City, at its discretion, to annul the

award and claim the proposal guarantee as provided in the California Public Contract Code. If the

successful bidder refuses or fails to execute the Contract, the City may award the Contract to the

second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to

execute the Contract, the City may award the Contract to the third lowest responsible bidder. On

the failure or refusal of the second or third lowest responsible bidder, to whom any Contract is so

awarded, to execute the same, such bidders' guarantees must be likewise forfeited to the City. The

work may then be re-advertised or may be constructed by other means as the City may decide.

Page 53: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-7 LA #4834-0043-9827 v1

Page 54: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-8 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 4

SCOPE OF WORK

4.1 WORK TO BE DONE BY CONTRACTOR

The work to be done consists of furnishing all labor, methods or processes, implements, tools,

machinery, transportation, insurance, permits, bonds, taxes and materials, except as otherwise

specified which are required to construct the replacement of the roof and six HVAC units (on the

upper mezzanine) at the Spreckels Performing Arts Center in complete order for use and to leave

the grounds in a neat and orderly condition.

Where items contain a description of work to be included for payment under a particular item,

such description must be considered as including, but not being limited to, the work described. It

must be further understood that it is the intent that the cost of all work necessary for the

completion of the particular item must be included in the price proposal for the item, unless the

cost of such work is specifically included in another item.

4.2 FINAL CLEANUP

Before final inspection by the City, the Contractor must clean the site and grounds occupied by it

in connection with the work of all rubbish, excess materials, falsework, temporary structures, and

equipment, and all parts of the work must be left in a neat and presentable condition. Nothing

herein, however, must require the Contractor to remove warning and directional signs prior to

formal acceptance by the City.

When the Contractor utilizes a staging area or storage yard that is fenced and screened, final

cleanup of the staging area and storage yard will be completed before the fence and screen are

removed, except for spot cleanup or trimming that may be required in areas directly under or

adjacent to the fence and screen.

4.3 CHANGES IN THE CONTRACT - EFFECT BETWEEN PARTIES

The City reserves the right to make such alterations or deviations, additions to or omissions from

the plans and specifications, as may be determined during the progress of the work to be necessary

and advisable for the proper completion thereof. When such change is ordered, the City Engineer

must determine and state in his/her written order to the Contractor made pursuant thereto whether

or not in his/her opinion such change constitutes a material change and what adjustment of

consideration provided for in the Contract is warranted. Upon written order of the City Engineer,

the Contractor must proceed with the work as so increased, decreased or altered. Such action and

any disposition thereof may be taken without notice by City to Insurance Underwriters, Sureties,

or Guarantors required by this Contract and absence of notice thereto must in no way whatsoever

discharge the obligation of any such party.

When the City and the Contractor fail to agree as to whether an omission of a portion of the work

or alterations, or deviations or additions to or omissions from the plans and specifications ordered

by the Engineer or City constitute a material change or difference in character of work as herein

contemplated sufficient to warrant adjustment in the consideration provided to be paid to the

Contractor or fail to agree on the consideration adjustment or compensation to be allowed for such

change, the Contractor must forthwith proceed with the changed work upon receipt of written

Page 55: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-9 LA #4834-0043-9827 v1

order from the City Engineer and the following procedures must become operative.

Pending a settlement of the dispute, the Contractor must file with the City Engineer, within ten

(10) days after receiving such written notice to proceed, a protest setting forth in detail in what

particulars the character of the work was changed so as to warrant a consideration adjustment or

by what amount the unit cost or other cost was increased or to what extent the consideration

demand or reduction in consideration determined by the City Engineer as warranted is excessive.

The failure of the parties to agree must in nowise be construed as relieving the Contractor of its

duty and responsibility for continuing with performance under the Contract as changed and filing

a protest as above provided for. Failure to continue performance under such circumstances must

constitute a breach of Contract by the Contractor and the appropriate provisions hereof with

relation thereto must apply. The determination of the City Engineer of the amount of reduction in

Contract consideration or other consideration to City or increase in consideration or other basis of

compensation to Contractor arising out of any such change must be final and binding upon the

Contractor, unless it files such a protest as hereinabove provided within ten (10) days after

receiving notice from the City Engineer to proceed. Payment by City on the basis of Contract

prices so adjusted must constitute full and final performance of City obligation hereunder. If the

parties fail to agree prior to completion of the Contract, final payments must not be delayed but

must be made in accordance with the City Engineer's determinations subject to further claim of

the Contractor and compliance by City with court order, but nothing contained in this clause must

excuse the Contractor from proceeding with the prosecution of the work as changed.

4.3.1 Reduction in Cost

If the cost of work to the Contractor is reduced by reason of any modification of the Contract,

compensation must be made to the City therefor or proportionate reduction in Contract

consideration must be made therefor.

4.3.2 Quantity Changes

The quantities given in the proposal schedule for unit price items are for comparing proposals and

may vary from the actual final quantities. Some quantities may be increased and others may be

decreased or entirely eliminated, and no claims must be made against the City for damage

occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to

compensation for the actual work done at the unit prices proposed.

4.3.3 Extra Work

(a) The City reserves and must have the right, when confronted with unpredicted conditions,

unforeseen events, or emergencies, to revise the details of the contemplated work or to add work

of a different character or function and have the Contractor perform such revised or added work,

as extra work, when such extra work is considered by the City Engineer to be vitally appurtenant

to the satisfactory completion of the project. Extra Work is defined as added work of a different

character or function and for which no basis for payment is prescribed; or that involving revisions

of the details of the work in such a manner as to render inequitable payment under items upon

which the Contractor proposed; or that work to be done under stipulated prices as given in the

Schedule of Bid Prices.

The signing of the Contract by the Contractor will be deemed to be an agreement on its part to

perform extra work, as and when ordered by the City Engineer. The Contractor must give notice

Page 56: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-10 LA #4834-0043-9827 v1

to the sureties on the Contractor's bonds if the estimated total value of the Contract, as changed or

supplemented, must exceed the original total proposal price by more than twenty-five percent

(25%), but failure to give such notice must in no way whatsoever affect the surety's obligation

under said bonds. If required extra work results in delay to the work, the Contractor will be given

an equivalent extension of time.

(b) Upon decision of the City to have extra work performed, the City Engineer will so inform

the Contractor, acquainting it with the details of the new work. Should an item of work within the

proposal schedule correspond with the type of work to be done under extra work to the mutual

satisfaction of the Contractor and the City, the extra work must be performed at the stipulated bid

price and in the manner provided for said item. Should such extra work not correspond to a

stipulated bid price, the Contractor must prepare a price for said work based upon its estimate of

cost and submit said price and estimate to the City Engineer based on one of the following

methods as requested by the City:

(1) For a stated unit price or lump sum amount based upon current prevailing fair

prices for materials, labor, plant, overhead, and profit.

(2) On a cost plus markup basis (force account by the Contractor). All work done by

the Contractor on a cost plus markup basis will be computed in the manner hereinafter described,

and the compensation thus provided must be accepted as payment in full by the Contractor, and

no additional payment will be allowed for the use of small tools, superintendent's services,

timekeeper's services, nor any other overhead expenses incurred in the prosecution of the force

account work.

Total Cost Must Include:

MATERIALS: For all materials purchased by the Contractor and used in this

specific work, it will receive the actual cost less normal discounts of such materials,

including freight and delivery charges, as shown by original receipted bills. It must be

understood, however, that such salvage value, as may be agreed upon between the City

and the Contractor for materials which are not permanently incorporated in the work, will

be deducted from the total amount as derived above. The City reserves the right to furnish

such materials required as it deems advisable, and the Contractor must have no claim for

profit on the cost of such materials.

LABOR: For all direct labor engaged in the specific operation, the Contractor

will receive the prevailing wage paid on the project for each and every hour that said labor

is actually engaged in such work. In addition, the City will reimburse the Contractor for

compensation insurance payments; contributions made to the State as required by the

provisions of the Unemployment Reserve Act, Chapter 352, Statutes of 1935, as amended;

and for taxes paid to the Federal Government, as required by the Social Securities Act,

approved August 14, 1935, as amended.

EQUIPMENT RENTAL: For any machine, power and equipment which is

deemed necessary, the Contractor must receive the actual cost of rented equipment

furnished by it as shown on its paid vouchers.

For the use of equipment owned by the Contractor, it must be paid the rental rates

currently prevailing in the locality, and said rental rates must be deemed to include profit

Page 57: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-11 LA #4834-0043-9827 v1

and overhead, and no extra compensation will be allowed, nor will any percentage or

amount whatsoever be added thereto.

MARKUP:

(i) Work by Contractor. A 15% allowance must be added to Contractor's direct

costs and must constitute the markup for all overhead and profit on work by the

Contractor. The Contractor must also be compensated for the actual increase in the

Contractor's bond premium caused by the extra work.

(ii) Work by Subcontractor. When any of the extra work is performed by a

Subcontractor, a 15% allowance must be added to the Subcontractor's direct costs and

must constitute the markup for all overhead and profit on work by the Subcontractor. In

addition, a 5% allowance must also be added to the Subcontractor's direct cost and must

constitute the markup for all overhead and profit for the Contractor on work by the

Subcontractor. The Contractor must also be compensated for the actual increase in the

Contractor's bond premium caused by the extra work.

(c) The Contractor must not commence extra work until it has secured the approval of the

City as to the method and amount of payment thereunder, excepting that the City Engineer may,

in writing, order the Contractor to proceed with extra work in advance of such approval.

(d) Upon receipt of the Contractor's price, the City Engineer will make an analysis thereof,

and the City will adopt one of the following procedures for prosecuting extra work:

(1) Accept the Contractor's price for lump sum or unit price amount in the original or

amended form and direct Contractor to proceed with the work; or direct Contractor to perform the

work on a cost plus markup basis.

(2) Have the work performed by the City under separate contract, without undue

interference or hindrance to the Contractor and without claim or suit by the Contractor for

damages on account thereof.

4.4 MAINTENANCE OF DETOURS

The Contractor must construct and maintain detours and detour bridges for the use of public

traffic as provided in the Special Provisions, or as shown on the plans or as directed by the

Engineer, and payment for such work will be made as set forth in the Special Provisions or at the

contract prices for the items of work involved if the work being performed is covered by contract

items of work, and no other method of payment therefor is provided in the Special Provisions.

Otherwise, the work will be paid for as extra work as specified under Paragraph 4.3 of this

section.

When public traffic is routed through the work, provisions for passageway through construction

operations will not be considered as detour construction or detour maintenance.

Detours used exclusively by the Contractor for hauling materials and equipment must be

constructed and maintained by Contractor at Contractor’s expense.

The failure or refusal of the Contractor to construct and maintain detours at the proper time must

be sufficient cause for closing down the work until such detours are in satisfactory condition for

the use of public traffic.

Page 58: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-12 LA #4834-0043-9827 v1

Where the Contractor's hauling is causing such damage to the detour that its maintenance in a

condition satisfactory for public traffic is made difficult and unusually expensive, the Engineer

must have authority to regulate the Contractor's hauling over the detour.

4.5 USE OF MATERIALS FOUND ON THE WORK

The Contractor, with the approval of the Engineer, may use in the proposed construction such

stone, gravel, sand or other material suitable, in the opinion of the Engineer, as may be found in

the excavation, but it must replace at its own expense with other suitable material all of that

portion of the material so removed and used which was contemplated for use in the embankments,

backfills, bridge approaches, or otherwise. No charge for materials so used will be made against

the Contractor. The Contractor must not excavate or remove any materials from within the project

location which is not within the excavation, as indicated by the slope and grade lines, without

written authorization from the Engineer.

Page 59: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-13 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 5

CONTROL OF THE WORK

5.1 AUTHORITY OF CITY ENGINEER

The City Engineer must decide all questions which may arise as to the quality or acceptability of

materials furnished and work performed and as to the manner of performance and rate of progress

of the work and all questions which may arise as to the interpretation of the Plans and

Specifications. His/her decision must be final, unless otherwise ordered by the City Manager, and

he/she must have authority to enforce and make effective such decisions and orders which the

Contractor fails to carry out promptly.

5.2 PLANS

The approved Plans are hereby made a part of these Specifications. These Plans show in general

the nature and dimensions of the work to be done. It is hereby understood that changes may be

made according to the best interests of the City.

5.3 CONFORMITY WITH PLANS

Finished surfaces in all cases must conform with the lines, grades, cross sections, and dimensions

shown on the approved plans. Deviations from the approved plans and working drawings, as may

be required by the exigencies of construction, will in all cases be determined by the City Engineer

and must be authorized in writing by him/her.

The Contractor must have Plans and Specifications for the project on the project location at all

times and must make these Plans and Specifications available to the Engineer upon request.

5.4 WORKING DRAWINGS

The Contractor must submit such working drawings, in quadruplicate, as required by the Special

Provisions. Working drawings for any structure must consist of such detailed plans as may be

required for the prosecution of the work and are not included in the plans furnished by the City.

They must include shop details, erection plans, masonry layout diagrams, and bending diagrams

for reinforcing steel, which must be approved by the Engineer before any work involving these

plans is performed. Plans for cribs, cofferdams, falsework, centering, and form work will be

required and must be subject to approval, unless approval is waived by the Engineer. These plans

will be subject to approval insofar as the details affect the character of the finished work, but other

details of design will be left to the Contractor, who must be responsible for the successful

construction of the work.

It is expressly understood, however, that approval by the Engineer of the Contractor's working

drawings does not relieve the Contractor of any responsibility for accuracy of dimensions and

details, or for mutual agreement of dimensions and details.

Full compensation for furnishing all working drawings must be considered as included in the

prices paid for the various Contract items of work, and no additional allowance will be made

therefor.

5.5 COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS

These Specifications, the Plans, Special Provisions, Contract Change Orders, and all

Page 60: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-14 LA #4834-0043-9827 v1

supplementary documents are essential parts of the Contract, and a requirement occurring in one

is binding as though occurring in all. They are intended to be cooperative and to describe and

provide for a complete work.

In case of discrepancy either in the Plans or Specifications, the matter must be promptly submitted

to the City Engineer who must make a determination in writing. Any adjustment by the Contractor

without this determination must be at its own risk and expense. If the Contractor, in the course of

the work, finds any discrepancy in the Plans in the physical conditions of the locality or any errors

or omissions in the Plans or in the layout as given by survey points and instructions, it must

immediately notify the Engineer in writing who must promptly verify the same. Any work or

material not herein specified or shown on the Plans, but which be fair implication in the judgment

of the City Engineer, should be included therein, must be done or furnished as a part of the

Contract as though shown or included in the Plans or Specifications. Any work done after such

discovery, until authorized, must be done at the Contractor's risk.

5.6 INTERPRETATION OF PLANS AND SPECIFICATIONS

Should it appear that the work to be done or any of the matter relative thereto are not sufficiently

detailed or explained in the Plans and Specifications, the Contractor must apply to the Engineer

for such further explanations as may be necessary and must conform to them as part of the

Contract, so far as may be consistent with the original Specifications; and in the event of any

doubt or question arising respecting the true meaning of the Specifications, reference must be

made to the City Engineer, whose decision thereon must be final.

In the event of any discrepancy between any Plans and the figures written thereon, the figures

must be taken as correct.

5.7 SUPERINTENDENCE

Whenever the Contractor is not present on any part of the work where it may be desired to give

direction, orders will be given by the Engineer, which must be received and obeyed by the

superintendent or foreman or authorized representative who may have charge of the particular

work in reference to which the orders are given. Any order given by the Engineer, not otherwise

required by the Specifications to be in writing, will, on request of the Contractor, be given or

confirmed by the Engineer in writing.

An authorized representative of the Contractor must be present at the site of the work at all times,

both while work is actually in progress of the Contract and during periods when work is

suspended.

Where the Contractor is comprised of two or more persons, co-partnership or corporations,

functioning on a joint venture basis, said Contractor must designate in writing to the City the

name of their authorized representative who must have supreme authority to direct the work and

to whom orders will be given by the Engineer, to be received and obeyed by the Contractor.

The Contractor must have a sufficient number of superintendents or foremen on the site of the

work to adequately supervise and direct each major type of its construction work, and when, in the

opinion of the Engineer, the Contractor's required supervisory personnel are considered

inadequate, the Contractor, upon request from the City, must promptly provide adequate

personnel.

Page 61: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-15 LA #4834-0043-9827 v1

5.8 LINES, GRADES AND MEASUREMENTS

Initial staking out of the work will be done by the Contractor, unless otherwise stated in the

Special Provisions. The Contractor will establish control lines and offset lines and set all stakes

normally required in order that the Contractor can make the necessary measurements therefrom

for the layout of the details of its work without the need for surveyors. Survey stakes and bench

marks removed by the carelessness of the Contractor or its employees will be replaced by the City

at the Contractor's expense.

The Contractor must employ skilled personnel for making measurements and skilled mechanics

for setting equipment or metal parts that are to be permanently imbedded in or attached to

proposed structures. Any inaccuracies in the placing of equipment or metal parts must be

remedied by the Contractor at its own cost. Any inaccuracies in the performance of the

Contractor's work due to faulty transfer or measurements must be remedied by the Contractor at

its own expense.

5.9 INSPECTION

5.9.1 Except as otherwise provided in paragraph 5.9.4 below, all material and workmanship, if

not otherwise designated by the Specifications, must be subject to inspection, examination and test

by the Engineer at any and all times during manufacture and/or construction and at any and all

places where such manufacture and/or construction are carried on. The Engineer must have the

right to reject defective material and workmanship or require its correction. Rejected

workmanship must be satisfactorily corrected, and rejected material must be satisfactorily

replaced with proper material without charge therefor, and the Contractor must promptly

segregate and remove the rejected material from the premises. If the Contractor fails to proceed at

once with the replacement of rejected material and/or the correction of defective workmanship,

the Engineer may by Contract or otherwise replace such material and/or correct such

workmanship and charge the cost thereof to the Contractor, or may terminate the right of the

Contractor to proceed.

5.9.2 The Contractor must furnish promptly without additional charge, all reasonable facilities,

labor, and materials necessary for the safe and convenient inspection and tests that may be

required by the Engineer. All inspection and tests by the Engineer must be performed in such a

manner as not unnecessarily to delay the work. Special, full size, and performance tests must be as

described in the Specifications. The Contractor must be charged with any additional cost of

inspection when material and workmanship are not ready at the time inspection is requested by the

Contractor.

5.9.3 Inspection of material and finished articles to be incorporated in the work at the site must be

made at the place of production, manufacture, or shipment, whenever the quantity justifies it,

unless otherwise stated in the Specifications; and such inspection and written or other formal

acceptance, unless otherwise stated in the Specifications, must be final, except as regards latent

defects, departures from specific requirements of the Contract, damage or loss in transit, frauds, or

such gross mistakes amount to fraud. Subject to the requirements contained in the preceding

sentence, the inspection of material and workmanship for final acceptance as a whole or in part

must be made at the site. Nothing contained in this paragraph must in any way restrict the City's

rights under any warranty or guarantee. No work must be covered by a succeeding operation until

the Engineer has had adequate notice and a sufficient opportunity to inspect the work. Any

Page 62: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-16 LA #4834-0043-9827 v1

violation of this requirement will be deemed an attempt to defraud the City, and the work covered

may be rejected. The Contractor must comply promptly with the instructions of the Engineer.

Failure to so comply must be sufficient cause for breach of Contract. The Engineer may, when in

the best interests of the City, order a suspension of the work or any part of the work which is not,

in his/her opinion, proceeding satisfactorily.

The inspection of the work must not relieve the Contractor of any of its obligations to fulfill its

Contract as prescribed.

5.9.4 Should it be considered necessary or advisable by the Engineer at any time before final

acceptance of the entire work to make an examination of work already completed, and upon

which adequate notice and sufficient opportunity for inspection was as provided in the previous

paragraph, by removing or tearing out same, the Contractor must on request promptly furnish all

necessary facilities, labor, and material. If such work is found to be defective or non-conforming

in any material respect due to fault of the Contractor or its Subcontractors, it must defray all the

expense of such examination and of satisfactory reconstruction. If, however, such work is found to

meet the requirements of the Contract, the actual direct cost of labor and material necessarily

involved in the examination and replacement, plus markup as determined in Section 4.3, must be

allowed the Contractor, and it must, in addition, if completion of the work has been delayed

thereby, be granted a suitable extension of time on account of the additional work involved.

5.9.5 All inspection by the City, the Engineer, or the Engineer’s representative is for the use by

the City in determining the acceptability of the project by the Engineer. The Contractor is

responsible for the quality of all materials supplied and all workmanship. The Contractor must

provide and implement a quality control program independent of the inspections provided by the

City. Such quality control program must be designed to ensure materials and workmanship are of

first quality in conformance with these specifications and the best practices of the construction

industry. The contractor’s quality control plan must be submitted to the Engineer for review

within 15 days of Notice to Proceed. Approval of the quality control plan by the Engineer does

not relieve the contractor of providing sufficient tests or certifications to provide a complete and

useable product in accordance with these specifications.

5.10 UNAUTHORIZED WORK AND DEFECTIVE WORK OR MATERIALS

Any work done beyond the scope of the Plans, Specifications, established by the City Engineer, or

any extra work done without written authority, will be considered as unauthorized and will not be

paid for. Work so done may be ordered removed at the Contractor's expense. Upon failure on the

part of the Contractor to comply promptly with any order of the Engineer made under the

provisions of this Section 5, the City Engineer must have authority to cause defective work or

materials to be remedied or removed and replaced, and unauthorized work to be removed, and to

deduct the cost from any moneys due or to become due the Contractor notwithstanding that such

defective work and materials have been previously overlooked by the Engineer and accepted or

estimated for payment.

5.11 METHODS AND EQUIPMENT

Equipment not suitable to produce the quality of work required will not be permitted to operate on

the project.

Plants must be designed and constructed in accordance with general practice for such equipment

Page 63: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-17 LA #4834-0043-9827 v1

and must be of sufficient capacity and of such character to insure the production of sufficient

material to carry the work to completion within the time limit.

The Contractor must provide adequate and suitable equipment and plants to meet the above

requirements and, when ordered by the Engineer, must remove unsuitable equipment from the

work and discontinue the operation of unsatisfactory plants.

Each machine or unit of equipment must be operated by a person experienced in handling the

particular make of machine or unit of equipment in use, at a speed or rate of production not to

exceed that recommended by the manufacturer.

All vehicles used to haul materials over existing highways must be equipped with pneumatic tires.

Beam scales for use in batchers, proportioning plants, platform scales, or for other purposes must

be equipped with “V” blocks and pivots of hard steel in all hangers or other points of support

which are used as parts of the weighing mechanism.

5.12 FINAL INSPECTION AND ACCEPTANCE

The work will be inspected by the City for acceptance promptly upon receipt of notice in writing,

for the Contractor, that the work required under the Contract has been performed.

If, in the judgment of the City Engineer, the work has been completed in accordance with the

Plans and the Specifications and is ready for acceptance, he/she will so certify and accept the

completed work in accordance with the City’s approved procedures. The City Engineer will, in

his/her certification to the City, give the date upon which the work was completed. Upon

acceptance by the City pursuant to such certification, the date of completion as certified by the

City Engineer will be the date of completion of work up to which penalties for liquidated

damages, if any, will be computed.

5.13 CLEANUP WORK

During construction the Contractor must keep the site reasonably free and clear from all rubbish

and debris. Care must be taken to prevent spillage when hauling is being done on any public road

or street, and any such spillage or debris resulting from the Contractor's operation must be

immediately cleaned up.

Upon the completion of the work, the Contractor must remove all plants, building, rubbish,

unused materials, concrete forms and other like material belonging to it or used under its

direction during the construction. In the event of its failure to do so, the same may be removed

by the City at the expense of the Contractor.

Page 64: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-18 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 6

CONTROL OF MATERIALS

6.1 CITY-FURNISHED MATERIALS

The Contractor must notify the City as to the time at which it will require those materials which

are to be furnished by the City. This notice must be given in sufficient advance of actual need to

avoid delay.

City-furnished materials will be delivered Freight on Board (f.o.b.) trucks at the site of the work.

The site of the work must be construed as meaning the nearest point to the work which is readily

accessible to trucks. The Contractor will be charged with any standby or demurrage charges

which may accrue at the point of delivery because of his failure to unload the trucks immediately

upon their arrival at the site of work.

The Contractor must receive and be responsible for these materials, storing those which may be

damaged by the elements, in a safe, substantial manner until they are used in the work.

Any materials delivered in an acceptable condition to the Contractor by the City and subsequently

lost to or rejected by the City due to damages from handling, transporting, storing, flood waters,

fire, or for any other reasons before its acceptance in the completed work, must be paid for by the

Contractor. The total value of such materials will be deducted from moneys due or becoming due

the Contractor. Any condemned material must be immediately and permanently removed from the

site of work by the Contractor.

Any of the City's materials, remaining unused after all requirements for said materials have been

met, must be promptly returned to the City in acceptable condition. These materials must be

returned by the Contractor f.o.b. the City's truck at the site of work and at such points as will be

conveniently accessible to City transportation.

The Contractor must not sell, assign, mortgage, hypothecate, or remove equipment or materials

which have been installed or delivered and which may be necessary for the completion of the

Contract, without the formal consent of the City.

6.2 MATERIALS TO BE FURNISHED BY THE CONTRACTOR

Unless otherwise specified herein, or on the Plans and Specifications, the Contractor must furnish

all materials required for the completion of the Contract. The cost of hauling, storing and handling

of all the materials required to be furnished by the Contractor must be included in the unit price

proposal in the schedule for the work for which the materials are required.

6.3 SOURCE OF SUPPLY AND QUALITY OF MATERIALS

It must be the Contractor's responsibility to require material suppliers and Subcontractors to

furnish materials which meet the requirements of the Specifications. All materials which are to

become part of the completed project must be new and must conform to the requirement

prescribed therefor in these Specifications or as specified in the Special Provisions.

Unless otherwise waived in writing by the Engineer, the Contractor will be required to furnish the

City with certification prepared and signed by the manufacturer and/or supplier to the effect that

items furnished meet all the requirements of the Specifications. Such certification must be

furnished prior to the use of the material in any part of the construction.

Page 65: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-19 LA #4834-0043-9827 v1

In the case of sand and gravel to be used for concrete construction, the Contractor must notify the

City's representative in writing, the sources of the available materials and secure source approval

in writing prior to placing order for delivery of this material to the job site.

6.4 WATER AND ELECTRIC POWER

Unless otherwise indicated in the proposal schedules, the responsibility must be upon the

Contractor to provide, pay all cost for, and maintain at his own expense an adequate supply of

water and electric power of a quality suitable for its construction and domestic purposes.

The Contractor must indemnify, defend, and save harmless the City against any and all claims or

suits for damages arising from its acquisition and use of electric power and water.

6.5 MATERIALS AND WORKMANSHIP

All material furnished by the Contractor must be of the specified quality and equal to approved

samples, if samples have been submitted. All work must be performed and completed in a

thorough, workmanlike manner, notwithstanding any omission from the Plans and Specifications.

All work done and all materials furnished must comply with these Specifications to the

satisfaction of the City.

Materials furnished by the Contractor and condemned by the Engineer as being unfit for use must

be immediately and permanently removed from the site of work. Unused materials, except such as

furnished by the City, must remain the property of the Contractor.

6.6 STORAGE OF MATERIALS

Materials must be so stored as to insure the preservation of their quality and fitness for the work.

When considered necessary by the Engineer, they must be placed on wooden platforms or other

hard, clean surfaces and not on the ground. They must be placed under cover when so directed.

Stored materials must be so located as to facilitate prompt inspection.

6.7 SAMPLES AND SPECIMENS

The Contractor must submit specimens or samples of materials to be used in the work as the

Engineer may require.

6.8 TRADE NAMES AND ALTERNATIVES

For convenience in designation on the Plans or in the Specifications, certain equipment or articles

or materials may be designated under a trade name of a manufacturer and its catalogue

information. The use of alternative equipment or an article or material which is of equal quality

and of the required characteristics for the purpose intended will be permitted, subject to the

approval of the City Engineer, in accordance with the following requirements:

The burden of proof as to the comparative quality and suitability of alternative equipment or

articles or materials must be upon the Contractor, and its must furnish, at its own expense, all

information necessary or related thereto as required by the City Engineer. The City Engineer must

be the sole judge as to the comparative quality and suitability of alternative equipment or articles

or materials, and his/her decision must be final.

The price proposal by the Contractor is assumed to be on the basis of trade names specified or

designated in the Specifications. Savings resultant from use of a less expensive equal or alternate

must accrue to the City and must be subtracted from the unit price for this item.

Page 66: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-20 LA #4834-0043-9827 v1

6.9 REMOVAL OF EQUIPMENT OR MATERIALS

The Contractor must not sell, assign, mortgage, hypothecate or remove equipment or materials

which have been installed or delivered and which may be necessary for the completion of the

Contract without the formal consent of the City.

6.10 TESTING OF MATERIALS

Unless otherwise specified elsewhere in the Specifications or in the Special Provisions or called

for in the Plans, all tests of materials and work for determining compliance with specified

requirements must be performed by the City or its authorized representative.

Page 67: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-21 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 7

LEGAL RELATIONS AND RESPONSIBILITY

7.1 LAWS TO BE OBSERVED

The Contractor must keep itself fully informed of all existing and future State and Federal laws

and County and municipal ordinances and regulations which in any manner affect those engaged

or employed in the work, or the materials used in the work, or which in any way affect the

conduct of the work, and of all such orders and decrees of bodies or tribunals having any

jurisdiction or authority over the same. The contractor must at all times observe and comply with

all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or

tribunals having any jurisdiction or authority over the work; and must indemnify, defend, and save

harmless the City and all its officers, agents and servants against any claim or liability arising

from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by

itself or its employees. If any discrepancy or inconsistency is discovered in the Plans, Drawings,

Specifications, or Contract for the work in relation to any such law, ordinance, regulation, order or

decree, the Contractor must forthwith report the same to the City Engineer in writing.

7.2 PERMITS

The City will obtain all necessary rights and approvals for the work to occupy properties in

streets, highways or railways. The Contractor must obtain all permits and pay any fees connected

therewith having to do with its construction operations. The Contractor must furnish the City with

a copy of all permits and must fully comply with all conditions and provisions of same.

Bidders must contact railway companies affected by the work under the project and ascertain their

requirements in respect to indemnification agreements, bonds and insurance. Upon award of

Contract, the Contractor must immediately again contact the railway company and, if required,

enter into an indemnification agreement, and furnish bonds and insurance, and pay the fees

therefor.

All expenses incurred by the railway company as a result of the Contractor's operations must be

borne by the Contractor.

7.3 PATENT CLAIMS

The bidder must include in the price proposal for the work the patent fees or royalties or charges

upon any patented article or process which it may furnish or use in the prosecution of the work,

and the bidder to whom the Contract is awarded must indemnify, defend and save harmless the

City against any legal action that may be brought for infringement of patents upon any articles or

processes that may be used by it in the prosecution of the work. The contractor must furnish

satisfactory evidence of release of all claims of this nature before the final payment is made upon

the Contract.

7.4 SANITARY PROVISIONS

The Contractor must provide and maintain in a neat and sanitary condition such accommodations

for the use of its employees as may be necessary to comply with all applicable laws, ordinances

and regulations pertaining to the public health and sanitation of dwellings and camps. Enclosed

toilets must be provided for the use of the persons employed or engaged on any work under these

Page 68: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-22 LA #4834-0043-9827 v1

Specifications.

7.5 RIGHT OF WAY AND RIGHT OF ACCESS

The City will acquire all permanent rights of way or permanent easements required for the

constructed project. The Contractor is hereby empowered to use the site for the purposes

described in the Specifications.

The responsibility for obtaining the right to enter, remove, alter, or make use of any existing road,

culvert, bridge, canal, pipeline, levee, fence or similar barrier, lines of communications or

improvement of any nature, or the trespassing on privately owned lands, must be in the hands of

the Contractor, and it must indemnify, defend and save harmless the City from any and all claims

for such damages occasioned by such entering, removing, altering, using or trespassing.

In case of interference to the work by delay of the City in furnishing permanent rights of way or

permanent easements, the Contractor will be allowed an extension of time equivalent to the time

lost by unavoidable delay in the completion of the Contract because of the failure to furnish the

rights of way on time, but no damages will be allowed or paid for such delay.

Rights of way and/or easements and construction easements have been secured for work sites, and

for trails and roadways as considered necessary for ingress and egress to the work site. Such rights

and/or easements have been delineated on the Plans. The right to enter, remove, alter, or otherwise

make use of adjacent property, roads, utility lines, fences, vegetation and other improvements as

not included within the rights of way or easements must be at the sole expense and responsibility

of the Contractor.

7.6 PUBLIC CONVENIENCE AND ACCESS

The Contractor must conduct its operations so as to cause the minimum obstruction and

inconvenience to traffic and to places of business and residence adjacent to the work. No greater

quantity of work must be under construction at any one time than can be properly conducted with

due regard for the rights of the public. Where existing streets are not available as detours, all

traffic must be permitted to pass through the work with as little inconvenience and delay as

possible, unless otherwise provided or authorized. If half the street only is under improvement, the

other half must be conditioned and maintained as a detour.

The work must be conducted by tunneling, backfilling or bridging where necessary to provide

access to fire hydrants and water gates; driveways to service stations, markets or other places of

business requiring public vehicular access; and driveways to private residences, unless the

Contractor makes other arrangements satisfactory to the City. Temporary approaches to

intersecting streets and alleys must be provided and maintained in good condition. Safe crossings

for pedestrians must be provided at intervals of not more than 300 feet.

7.7 STORAGE OF MATERIALS IN PUBLIC STREETS, ROADS OR HIGHWAYS

Construction materials must not be stored in streets unless permitted by the City Engineer.

7.8 PUBLIC SAFETY

Attention is called to the “Construction Safety Order,” “Trench Construction Safety Orders,”

“General Safety Orders,” and “Tunnel Safety Rules” of the California Division of

Occupational Safety and Health to which the Contractor is required by law to conform. The

contractor must provide itself with copies of these rules and orders and must keep a copy of

Page 69: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-23 LA #4834-0043-9827 v1

each at the site of its operations and must be governed by the requirements thereof. The

requirements concerning Ventilation, General Safety Precautions, Transportation, Roof

Inspection, Timbering, and all rules and regulation concerning the use of explosives are of

particular importance.

7.9 STREET CLOSURES, DETOURS, BARRICADES

In addition to the requirements of this paragraph and Section 4 of these Specifications, the

Contractor must, unless otherwise permitted by the City Engineer, conform to the requirements

for street closures, detours and barricades as stipulated in the Special Provisions. However, the

City Engineer may permit deviations from the requirements stipulated therein when such

deviations are to the best interests of the City and are approved by the County, City or State

authorities concerned.

During the progress of the work, adequate provisions must be made by the Contractor to

accommodate the normal traffic along streets and highways immediately adjacent to or crossing

the work so as to cause a minimum of inconvenience to the general public.

The Contractor must give due notice to local police and fire departments prior to beginning

construction and must cooperate with said departments in complying with their requirements

pertaining to emergency vehicles and equipment.

The Contractor must comply with the requirements of the County, City or State authorities

concerned in regard to their requirements for closure of streets; the providing of barriers, guards,

lights, temporary bridges, flagmen and watchmen; and the posting of proper notices or signals to

the public regarding detours and the condition of the work under construction so as to effectively

guard the public from danger as a result of the work being done under the Contract. The

Contractor must fully comply with such requirements. The Contractor must also be held

responsible for compliance with any additional requirements as may arise during the progress of

the work. All costs involved in respect to the above requirements will be considered as included in

the prices proposal for the various items of work.

The Contractor must furnish, install, and upon completion of the work, remove all signs and

warning devices required for directing and protecting the public during construction.

The signs and posting thereof must conform to the current requirements as specified in the

manuals covering signs published by the Division of Highways, Department of Public Works of

the State of California. Copies of these manuals are on file in the office of the Engineer.

The Contractor must notify the appropriate authorities of any municipality or unincorporated area

24 hours in advance of the start of any construction work being done in said municipality or area.

The provisions of Paragraph 7.18, “Emergencies and Responsibility for Damage,” must apply to

the precautions and safeguards taken by the Contractor in connection with the closure of streets,

barricades, detours, signs, etc., as required by the above authorities.

7.10 USE OF EXPLOSIVES

The use of explosives will not be permitted unless otherwise stated in the Special Provisions. If

permitted, the method employed and the quantity of explosives used must at all times be subject to

the approval of the Engineer. Explosives must be handled, used and stored in accordance with the

provisions and requirements of all applicable laws, ordinances and regulations with respect

Page 70: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-24 LA #4834-0043-9827 v1

thereto.

The approval by the Engineer for the use of explosives must not relieve the Contractor from its

responsibility to indemnify, defend and save harmless the City from any legal actions or claims

brought against it because of or on account of the use of explosives.

7.11 PRESERVATION OF PROPERTY

The Contractor must be held responsible for the protection of the restoration of, or the

replacement of, any improvements such as, but not limited to, lawns, trees, shrubs, hedges, fences,

walls, sidewalks, driveways, curbs, gutters and pavement existing on public or private property at

the start of work or placed there during the progress of work and not being specified or shown on

the drawings to be either temporarily or permanently removed. Replacement or restoration must

meet the approval of the Engineer.

With respect to trees, the Contractor must obtain permission from the Engineer and from the

jurisdictional agency concerned prior to the removal or trimming of any trees, except where a tree

is specifically indicated on the Plans or in the Specifications to be removed. Trees which are so

indicated need not be replaced except where otherwise stipulated in the Specifications.

All costs involved in the protection and restoration of existing improvements as herein specified

must be included in the prices proposal for the various items of work.

7.12 PRESERVATION OF MONUMENTS

The Contractor must not disturb any monuments or stakes found on the line of improvements

without permission from the Engineer, and must bear the expenses of resetting any monuments or

stakes which may have been disturbed with such permission. The Contractor must reset all street

signs and traffic signs disturbed by it during the progress of the work.

7.13 SAFEGUARDING EXCAVATIONS AND STRUCTURES

In making excavations for the project, the Contractor must be fully responsible for providing and

installing adequate sheeting and/or timbering and bracing as may be necessary as a precaution

against slides or cave-ins, and to protect all existing improvements of any kind, either on public or

private property, full from damage. The Contractor must make necessary repairs to or

reconstruction of any such improvements damaged at its own expense and as directed by the

Engineer.

The Contractor must remove all shattered rock or other loose material which appears dangerous to

workmen or to structures. The fact that such removal may enlarge the excavation beyond the

required limits must not operate to relieve the Contractor from the necessity of making such

removal, and the Contractor must be entitled to no additional compensation under any Contract

item on account of such removal and enlargement.

All material required for sheeting, bracing and shoring must be furnished by the Contractor and

upon completion of the work, except for such as may be left in place, must become the property of

the Contractor.

7.14 EMERGENCIES AND RESPONSIBILITY FOR DAMAGE

The Contractor, at all times throughout the performance of the Contract, must take all precautions

necessary to effectually prevent any accident or other cause of damage to life or property in any

Page 71: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-25 LA #4834-0043-9827 v1

place affected by the operations in consequence of work being done under the Contract and in

consequence of any unusual conditions which may arise, and must to this end erect and maintain

suitable and sufficient barriers, signs, lights, or other necessary protection. This requirement must

also apply to interruption or contamination of public water supply, irrigation, or other public

services, or from the failure of partly completed works.

If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate

at any time during the life of the Contract, he/she may order the Contractor to take further

precautions, and if the Contractor must fail so to do, the Engineer may order the work done by the

City forces and charge the Contractor for the cost thereof, such cost to be deducted from any

moneys due or becoming due the Contractor. Failure of the Engineer to order such additional

precautions, however, must not relieve the Contractor from its full responsibility for public safety.

The Contractor must indemnify, defend and save harmless the City from any legal actions or

claims of every name and description brought against it for, or on account of, any injury or

damage to person or property received or sustained by any person or persons by or from the

Contractor, or any duly authorized Subcontractor or any agent, employee or workman, by or on

account of work done under the Contract of any extension or addition thereof caused by its

negligence, or by or in consequence of any negligence in guarding the same, or any material used

or to be used for the same, or by or on account of any material, implement, appliance or machine

used in the construction, or by or on account of any accident or of any act or omission of the

Contractor, or of any duly authorized Subcontractor or any agent, employee or workman.

A sufficient amount of the money due the Contractor under the Contract as must be determined to

be necessary by the City may be retained until all legal actions or claims for damages as aforesaid

have been settled and evidence to that effect has been furnished to the City. This amount may be

retained in addition to that provided for in Paragraph 9.5.

All of the above provisions must include suits for loss of business and/or obstruction or

inconvenience to business or private property owners.

7.15 DISPOSAL OF MATERIAL OUTSIDE OF CITY'S RIGHT OF WAY

Unless otherwise specified in the Special Provisions, the Contractor must make its own

arrangements for disposing of materials outside of City's right of way at its own profit or loss, and

it must pay all costs involved therewith.

When any material, including excess or unsuitable excavated earth or other materials are to be

disposed of outside of City's right of way, the Contractor must first obtain written permit from the

property on whose property the disposal is to be made, and it must file said permit or a certified

copy thereof, together with a written release from the property owner, absolving the City from any

and all responsibility in connection with disposal of material on said property.

Unless otherwise provided in the Special Provisions, full compensation for all costs involved for

disposing of materials, as above specified, must be considered as included in the prices paid for

the various Contract items of work, and no additional allowance will be made therefor.

7.16 CONTRACTOR'S RESPONSIBILITY FOR WORK

The submitting of a proposal hereunder must be considered as evidence that the bidder has

carefully examined the site of the work with regard to the climatic and physical conditions which

Page 72: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-26 LA #4834-0043-9827 v1

will affect construction operations.

The Contractor must, throughout the entire term of the Contract, assume all risks and expense of

interference and delay in its operations, and the protection from or the repair of damage to

improvements being built by it under the Contract as may be caused by water of whatever

quantity from floods, storms, industrial waste, irrigation, underground, or other sources. The

Contractor must also assume full responsibility and expense of protecting or removing and

returning to the site of work all equipment or materials under its care endangered by any action of

the elements.

Furthermore, the Contractor must indemnify, defend and save harmless the City against all claims

or suits for damage arising from his operations in dewatering the work and control or diversion of

water.

All works installed by the Contractor in connection with dewatering, control, and diversion of

water, but not specified to become a permanent part of the project, must be removed and the site

restored, insofar as practical, to original condition at the Contractor's own expense.

7.17 CITY ENGINEER CANNOT WAIVE OBLIGATIONS

It is expressly agreed that neither the City Engineer nor any of his/her agents must have the power

to waive any of the obligations of these Specifications for the furnishing by the Contractor of good

and suitable material and for performing the work as herein described. Failure or omission on the

part of the City Engineer, or any of his/her assistants or agents, to condemn defective or inferior

work or materials, must not imply acceptance of the work, nor release of the Contractor from

obligations at once to tear out, remove and properly replace the same without compensation, at its

own cost and expense at any time, upon the discovery of said defective work and material, prior to

the final acceptance of the entire Contract; neither must such failure or omission nor any

acceptance by the City or by the City Engineer or any other officer or employee of the City be

construed as barring the City at any subsequent time from recovery of damages from the

Contractor and its sureties, and of such a sum of money as may be needed to remove and to build

anew all portions of the work in which fraud was practiced, or improper work or material hidden.

7.18 RIGHTS IN LAND IMPROVEMENTS

Nothing in these Specifications must be considered as allowing the Contractor to make any

arrangements with any person to permit occupancy or use of any land, structure or building within

the limits of the Contract for any purpose whatsoever, either with or without compensation, in

conflict with any agreement between the City and any owner, former owner, or tenant of such

land, structure or building.

7.19 PERSONAL LIABILITY

Neither the City, the City Engineer, nor any of his/her agents or other officer or authorized

employee of the City must be personally responsible for any liability arising under the Contract.

The Contractor must maintain in full force and effect, during the entire life of the Contract, public

liability, property damage and personal injury insurance in amounts not less than specified in the

Special Provisions. The Contractor must maintain on file with the City during the entire life of the

Contract a memorandum of coverage or other evidence of such insurance, issued by the

underwriter. Said insurance referred to must not be cancelled or renewal thereof declined unless

notice is mailed to the named insured at least 45 days prior to the effective date or renewal or at

Page 73: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-27 LA #4834-0043-9827 v1

least 60 days prior to the effective date of cancellation. In addition, if a public agency is named as

an additional insured by way of endorsement or certificate of insurance, notice should be given to

said public agency. The Contractor must pay all premiums whether said premiums cover extra

work or work under regular contract items.

7.20 REPAIR OF EQUIPMENT

The work of installing, assembling, repairing or reconditioning, or other work of any nature on

machinery, equipment, or tools used in or upon the work must be considered a part of the work to

be performed under the Contract, and any laborers, workmen, or mechanics working on such

machinery, equipment or tools, unless employed by bonafide commercial repair shops, garages,

blacksmith shops, or machine shops, which have been established and operating on a commercial

basis for a period of at least two months prior to the award of the Contract, must be subject to all

of the requirements relating to labor set forth herein and in these Provisions.

7.21 CONTRACTOR'S LEGAL ADDRESS

The address given in the proposal must be considered the Contractor's legal address, but this may

be changed at any time by notice in writing to the City at its office. The delivery to such address,

or the depositing in the United States mails in a sealed envelope, postpaid, registered and properly

directed to the Contractor's legal address, of any communications must be considered a legal and

sufficient service of the same upon the Contractor.

7.22 COOPERATION AND COLLATERAL WORKS

Where two or more contractors are employed in related or adjacent work, each must conduct its

operations in such manner as not to cause any unnecessary delay or hindrance to the other. Each

contractor must be responsible to the other for all damage to work, to person or property, or for

loss caused by failure to finish the work within the specified time for completion.

The Contractor must also coordinate its work and cooperate with contractors or workmen

employed by other agencies on or adjacent to the site of the work.

7.23 UTILITIES

Utilities for the purpose of these specifications must be considered as including, but not limited to,

pipelines, conduits, transmission lines, and appurtenances of “Public Utilities” (as defined in the

Public Utilities Act of the State of California) and those of private industry, businesses, or

individuals solely for their own use or for use of their tenants; and storm drains, sanitary sewers,

street lighting, and traffic signal systems.

All utility service interrupted or severed by the Contractor's operation must be immediately

reinstated by temporary connections, and permanent reconstruction must be made as soon as

construction operations permit.

The City has, by a search of known records, endeavored to locate and indicate on the drawings, all

utilities which exist within the limits of the work. However, the accuracy or completeness of the

utilities indicated on the drawings is not guaranteed. Service connections to adjacent property may

or may not be shown on the drawings. It must be the responsibility of the Contractor to determine

the exact location of all utilities and their service connections. The Contractor must make its own

investigation as to the location and type of existing utilities and their appurtenances and service

connections which may be affected by the Contract work and must notify the City as to any utility

Page 74: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-28 LA #4834-0043-9827 v1

located by it which has been incorrectly shown or omitted from the drawings.

Work required in connection with utilities because of interference with Contract work will be

performed and paid for as specified in the following paragraphs, 7.27.1 through 7.22.8; however,

when directed or approved by the City Engineer, changes in line or grade of structure being built

may be made in order to avoid utilities. The cost of such changes will be paid for as extra work.

7.23.1 By Other Than the Contractor:

When it is stated in the Special Provisions or indicated on the drawings that a utility is to be

relocated, altered, or reconstructed by other than the Contractor, the City will conduct all

negotiations with the owners in respect to such work, and the work will be done at no cost to the

Contractor.

7.23.2 By the Contractor Under A Specified Contract Item:

When the bidding schedule contains a separate item covering the relocation, alteration, or

reconstruction of a utility by the Contractor, the price proposal for said item must cover all costs

involved in such work.

The utility owner's drawings and Special Provisions will give the construction details for the

work, and, unless the time at which the work must be done is specified in the Special Provisions,

the Contractor must coordinate with the utility owner in respect to when the work is to be done.

7.23.3 By the Contractor But Not Under a Specified Contract Item:

When work on a utility is specified or indicted on the Plans to be done by the Contractor, but is

not included as a separate Contract item in the bidding schedule, the City will make all

arrangements with owner of the utility in respect to the construction details; however, the

Contractor must coordinate with the utility owner as to when the work is to be done. Any costs for

such work must be absorbed in the unit prices or included in the lump sum amounts proposal for

the various Contract items.

7.23.4 By the Contractor - Service Connections:

The alteration, temporary relocation or reconstruction of service connections to adjacent property

must be the responsibility of the Contractor, and the contractor must notify occupants of the

affected properties before service is interrupted and make all arrangements with the utility owners

regarding requirements of interruption and reconstruction of service connections. The costs for

such work on service connections must be absorbed in the unit prices or included in the lump sum

amounts proposal for the various Contract items, unless otherwise specified in the Special

Provisions. Reconstruction of sanitary sewer house connections must be accomplished in the

manner shown on the Plans.

7.23.5 By the Contractor for His Own Convenience:

The temporary relocation or the alteration of any utility desired by the Contractor solely for its

own convenience in the performance of the Contract work to a position or condition other than

that provided for in the Special Provisions or shown on the Plans must be the Contractor's own

responsibility, and the contractor must make all arrangements with the owners of the utility

regarding such work. Any cost of such work for the Contractor's own convenience must be

absorbed in the unit prices or included in the lump sum amounts proposal for the various Contract

items.

Page 75: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-29 LA #4834-0043-9827 v1

7.23.6 By the Contractor or by Others – Unknown Utilities Disclosed during Contract

Work:

In the event that a utility is disclosed subsequent to the award of Contract, such utility not being

indicated on the drawings, the alteration, relocation, or proper support and protection must be

done and paid for as follows:

7.23.6.1 When said utility is found to occupy the space required to be occupied by a part of the

permanent works to be constructed under the Contract, or when said utility is more or less parallel

with the conduit and, in the case of the pipe conduit, found to be within vertical planes of each

side of the pipe a distance away from the pipe equal to ten inches for pipe 96 inches or less in

diameter and equal to twelve inches for pipe greater than 96 inches in diameter or to be within the

specified excavation pay lines (when such are specified or shown on the drawings), the City will

arrange for the relocation or alteration of said utility or require the Contractor to do same as extra

work. However, when said utility is found to cross the excavation laterally, but not to intercept

the permanent works to be constructed, then the Contractor will be required to maintain the utility

in place at its own expense.

7.237.6.2 When said utility is more or less parallel with and any portion of it does not lie within

the vertical planes specified hereinabove (for pipe conduit) or does not lie within the excavation

pay lines (when such are specified or shown on the drawings), the Contractor must advise the City

thereof, and, in cooperation with the City, provide and place the necessary support for proper

protection to insure continuous and safe operation of the utility structure. All costs for such work

must be borne by the Contractor, unless it is ascertained by the City that the utility's franchise is

such as to require the utility to bear such costs, in which case it must be the responsibility of the

Contractor to secure enforcement of said franchise if it so desires.

7.23.7 Responsibility of the Contractor

The Contractor must be held responsible for all costs for the repair of any and all damage to the

Contract work or to any utility (whether previously known or disclosed during the work), as may

be caused by its operations. Utilities not shown on the drawings to be relocated or altered by

others must be maintained in place by the Contractor. Utilities which are relocated by others in

order to avoid interference with structures and which cross the project work must be maintained in

their relocated positions by the Contractor.

At the completion of the Contract work, the Contractor must leave all utilities and appurtenances

in a condition satisfactory to the owners and the City.

7.23.8 Delays Caused by Failure to Relocate Utilities

Where parties other than the Contractor are responsible for the relocation of utilities, in

accordance with the provisions of these Plans and Specifications, and a delay in the Contractor's

work is caused by the failure on the part of said parties to remove or relocate such utilities in time

to prevent such delay. It must be understood that the Contractor must not be entitled, as a result of

such delay to its work, to damages or additional payments over and above the Contract price. If

delays in the Contractor's work are caused by the reason mentioned hereinabove, the Contractor

must be entitled to an extension of time. The length of such extension of time will be determined

by the City, with consideration as to the effect of the delay on the project as a whole.

In order to minimize delays to the Contractor caused by the failure of other parties to relocate

Page 76: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-30 LA #4834-0043-9827 v1

utilities which interfere with construction works, the Contractor, upon request to the City, may be

permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted

must be constructed by the Contractor immediately following the relocation of the utility

involved. Should the omitted portion of the work consist of concrete pipe, the Contractor may

complete said portion by constructing a field joint.

Unless otherwise specified, where sewers, drainage water, gas or any other conduits and related

structures and appurtenances which have been abandoned or which are to be abandoned as a result

of the construction of this project are found to interfere with construction, the interfering portions

must be removed and the remaining exposed portions sealed with either a wall of concrete not less

than six inches thick. All salvable castings or steel parts which interfere with construction must be

removed, and the Contractor must contact the owners and, if required, must deliver such materials

f.o.b. the owner's trucks at the site of the work; otherwise, such material must become the property

of the Contractor and must be disposed of by the contractor away from the site of work.

The cost of all such work must be absorbed in the prices proposal for the various items of work,

unless it is ascertained that the franchise of the former owner is such as to require it to bear such

costs, in which case it must be the responsibility of the Contractor to secure enforcement of said

franchise if it so desires.

Page 77: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-31 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 8

PROSECUTIONS AND PROGRESS

8.1 SUBCONTRACTS

The Contractor may sublet the Contract work only in accordance with the provisions of these

Specifications and with the consent of the City. The prime Contractor must be held responsible to

see that its subcontractors and material suppliers conform to all the provisions of these

Specifications. If the Contractor, after complying with these conditions, must sublet any portion of

the proposed work to a Subcontractor, the Contractor under the original Contract must remain

directly responsible to the City for all work being performed by it or by any Subcontractor under

it, and all obligations imposed upon the Contractor in the original Contract must be equally

binding upon any Subcontractor under it. The City will deal directly with and make all payment to

the original Contractor. Contractor understands and acknowledges that the Subletting and

Subcontracting Fair Practices Act (as set forth in the California Public Contracts Code) applies to

the Contract and Contractor Agrees to comply with the terms of said Act.

8.2 ASSIGNMENT

The Contractor must not assign the Contract or sublet it as a whole without the written consent of

the City. The Contractor must not assign or permit the assignment of or any lien on any money

due or to become due to it hereunder without the proper consent of the City.

8.3 PROGRESS OF THE WORK

Time is of the essence in this Contract. Unless otherwise provided in the Special Provisions, the

Contractor must begin work not later than 15 calendar days after the date of the Notice to Proceed,

and the contractor must prosecute the work with due diligence so as to complete the work within

the time specified in the Special Provisions or within such extension of time as may be granted.

Should the Contractor begin work in advance of receiving notice that the Contract has been

approved as above provided, any work performed by it in advance of said date of approval must

be considered as having been done by it at its own risk and as a volunteer, unless such Contract is

so approved.

8.4 CHARACTER OF WORKMEN

The Contractor must employ none but skilled foremen and workmen upon work requiring special

qualifications. When required by the Engineer, the contractor must discharge from the work and

must not again employ without the consent of the Engineer any employee who is incompetent,

disorderly, abusive, dangerous, insubordinate, or who in any way attempts to interfere with the

employees of the City in the inspection and supervision of the work.

Any representative of the Contractor who is proven to have deliberately given false information

about the performance of any part of the work must be discharged if so ordered by the City

Engineer.

8.5 TEMPORARY SUSPENSION OF WORK

The City Engineer may order the Contractor to suspend work when, in his/her opinion, the

conditions are such as to prevent the work being properly carried out. Such conditions may

include: war, government regulations, labor disputes, strikes, fire, floods, adverse weather or

Page 78: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-32 LA #4834-0043-9827 v1

elements, inability to obtain material, labor or equipment, required extra work, or other specific as

may be further described in the Specifications. When delay is caused by such order, an extension

of time may be granted when the conditions, in the opinion of the City Engineer, are such as could

not have reasonably been foreseen. It is agreed that under no circumstances must the Contractor

be excused from performance or entitled to any extra compensation or reimbursement because of

any such suspension.

8.6 TIME OF ESSENCE, LIQUIDATED DAMAGES, EXTENSION OF TIME BY

CITY

Time is of the essence, and, in case all the work called for under the Contract in all parts and

requirements is not finished or completed by the date set forth in the Special Provisions, it is

agreed by the parties to the Contract that circumstances and conditions as reflected by records of

the City are such that material damage will be sustained by the City, and that it is and will be

impracticable and extremely difficult to ascertain and determine the actual damage which the City

will sustain in the event of any by reason of such delay. It is, therefore, expressly agreed that the

Contractor will pay to the City the sum stated in Special Provisions per day for each and every

calendar days delay in finishing the work beyond the date prescribed; and the Contractor agrees to

pay said liquidated damages as herein provided. In case the same are not paid, Contractor agrees

that the City may deduct the amount thereof from any monies due or that may become due the

Contractor under the Contract.

It is further agreed that in case the work called for under the Contract is not finished and

completed in all parts and requirements by the date specified, the City must have the right to

extend the time of completion or not, as may be deemed to best serve the interest of the City. If it

is decided to increase said time, said City must further have the right to charge to the Contractor,

its heirs, assigns or sureties and to deduct from the final payment for the work all or any part, as

may be deemed proper, of the actual cost of engineering, inspection, superintendence, and other

overhead expenses which are directly chargeable to the Contract and which accrue during the

period of such extension, except that cost of final surveys and preparation of final estimate must

not be included in such charges.

The time of completion will be extended and the Contractor must not be assessed with liquidated

damages during any delay beyond the day named for completion of the work caused by Acts of

God or acts of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, and

freight embargoes or delay of subcontractors due to such causes, provided the Contractor must

notify the Engineer in writing of such cause or causes of delay within ten (10) days from the

beginning of any such delay and includes in each monthly pay request the number of days of such

delay which occurred in said pay period. Subject to and until entry of a judgment of a court of

competent jurisdiction holding contrary to the decision of the Engineer's ascertainment of the facts

of existence of such a cause of delay, the extent of the delay and of what constitutes a reasonable

extension of time of completion in consequence thereof must be final and conclusive. Failure to

give notice of cause of such time delay and failure of inclusion of the Contractor's request for

extension based thereon in the monthly pay request as hereinabove provided will be deemed a

waiver of right to extension of time for such cause subject only to impossibility of compromise

therewith by the Contractor.

It is agreed that under no circumstances must the Contractor be excused from performance or

entitled to any extra compensation or reimbursement because of any delay occasioned by or in

Page 79: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-33 LA #4834-0043-9827 v1

any way arising out of any Acts of God or acts of the public enemy, fires, floods, epidemics,

quarantine restrictions, strikes, and freight embargoes or delay of subcontractors due to such

causes.

8.7 DEFAULT BY CONTRACTOR

If the Contractor fails to begin delivery of material and equipment, to commence the work

within the time specified, to maintain the rate of delivery of material, to execute the Work in

the manner and at such locations as specified, or fails to maintain the work schedule which will

insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract,

the Agency may serve written notice upon the Contractor and the Surety on its Faithful

Performance Bond demanding satisfactory compliance with the Contract.

The Contract may be canceled by the City without liability for damage, when in the City's

opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or

subcontracted any part of the work without the City's consent. In the event of such

cancellation, the Contractor will be paid the actual amount due based on Contract unit prices or

lump sums proposal and the quantity of the work completed at the time of cancellation, less

damages caused to the City by acts of the Contractor. The Contractor, in having tendered a

Proposal, must be deemed to have waived any and all claims for damages because of

cancellation of Contract for any such reason. If the City declares the Contract canceled for any

of the above reasons, written notice to that effect must be served upon the Surety. The Surety

must, within 5 days, assume control and perform the work as successor to the Contractor.

If the Surety assumes any part of the work, it must take the Contractor's place in all respects for

that part, and must be paid by the City for all work performed by it in accordance with the

Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of

its default must be payable to the Surety as the work progresses, subject to the terms of the

Contract.

If the Surety does not assume control and perform the work within 5 days after receiving notice

of cancellation, or fails to continue to comply, the City may exclude the Surety from the

premises. The Agency may then take possession of all material and equipment and complete

the work by City forces, by letting the unfinished work to another Contractor, or by a

combination of such methods. In any event, the cost of completing the work must be charged

against the Contractor and its Surety and may be deducted from any money due or becoming

due from the Agency. If the sums due under the Contract are insufficient for completion, the

Contractor or Surety must pay to the City within 5 days after the Notice of Completion

resolution, all costs in excess of the sums due.

The provisions of this subsection must be in addition to all other rights and remedies available

to the City under law.

8.8 WORK AT NIGHT – Not Applicable

8.9 MAXIMUM LENGTH OF OPEN TRENCH

Except by special permission of the Engineer, the maximum length of open trench where

prefabricated pipe is used must not be greater than 500 feet, or the distance necessary to

accommodate the amount of pipe installed in a single day, whichever is the greater. The distance

is the collective length, including excavation, construction, pipe laying, backfilling, and

Page 80: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-34 LA #4834-0043-9827 v1

compaction at any one location.

Except by special permission of the Engineer, the maximum length of open trench in any one

location where concrete structures are poured in place will be that which is necessary to permit the

uninterrupted progress of construction of the concrete structure, with construction pursued as

follows: excavation, setting of reinforcing steel, pouring of floor slab, walls, and cover slab or

arch are to follow each other without any one of these operations preceding the next nearest

operation by more than 200 feet.

Except by special permission of the Engineer, the maximum length of open trench in any one

location where prefabricated concrete box conduit is used will be that which is necessary to permit

the uninterrupted progress of construction of the concrete structure with construction pursued as

follows: excavation, setting of reinforcing steel, pouring of floor slab, erection of side walls,

erection of cover slab, and pouring of filler spaces are to follow each other without any one of

these operations preceding the next nearest operation by more than 200 feet.

8.10 LIMITED ACCEPTANCE OF WORK

At any time during the progress of the work, the City may, upon written notice to the

Contractor, take over and utilize the whole or part of the work, or appurtenance thereto which

has been completed, giving, if desired, permits to utilize the same. Such use by the City must

constitute a limited acceptance of that part of the work so taken over and utilized which must

relieve the Contractor and its sureties from responsibility for any damage to, or defect in, that

part of the work not inherent in its construction which may be caused by the use of such part by

the City or by property owners under its permits.

Page 81: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-35 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 9

MEASUREMENT AND PAYMENT

9.1 MEASUREMENT FOR PAYMENT

Measurement and calculations of quantities for payment will be as hereinafter specified for the

particular material to be furnished or class of work to be performed, unless otherwise specified in

the Special Provisions.

It must be understood that the unit prices or lump sum amounts proposal must include full

compensation for furnishing all labor, materials, tools, and equipment and doing all work shown

on the Plans or stipulated in the Specifications for that particular item of work, unless otherwise

specified in the Special Provisions.

When payment is specified to be made on the basis of weight, the weighing must be done on

certified platform scales, and the Contractor must furnish the Engineer with the duplicate Certified

Weighmaster's Certificates showing the actual net weights. When weighing is done on certified

scales at a mixing plant, duplicate weight delivery tickets will be accepted. One ticket must be

furnished to the inspector at the plant and one ticket to the Engineer at the site of work. The City

will accept the certificates as evidence of the weight delivered.

9.2 SCOPE OF PAYMENT

The Contractor must accept the compensation as herein provided, in full payment for furnishing

all materials, labor, tools, and equipment necessary to the completed work and for performing all

work contemplated and embraced under the Contract; also for loss or damage arising from the

nature of the work, or from the action of the elements, except as hereinbefore provided or from

any unforeseen difficulties which may be encountered during the prosecution of the work until the

acceptance by prosecution of the work; also for all expenses incurred in consequence of the

suspension or discontinuance of the work as herein specified; and for completing the work

according to the Plans and Specifications. Neither the payment of any estimate nor of any retained

percentage must relieve the Contractor of any obligation to make good any defective work or

material.

9.3 DEDUCTIONS FROM PAYMENTS

The City may, at its option and at any time, retain out of any amounts due the Contractor sums

sufficient to cover any unpaid claims, provided that sworn statements of said claims must have

been filed with the City.

9.4 SCHEDULE OF VALUES

Prior to the Contractor’s application for the first progress payment, Contractor must submit a

detailed breakdown of its bid by scheduled Work items and/or activities, including coordination

responsibilities and project record document responsibilities. Where more than one

subcontractor comprises the work of a work item or activity, the Schedule of Values must show a

separate line item for each subcontract. Contractor must furnish such breakdown, of the total

Contract Sum, by assigning dollar values (cost estimates) to each applicable Progress Schedule

network activity, which cumulative sum equals the total Contract Sum. The format and detail of

the breakdown must be as directed by City to facilitate and clarify future progress payments to

Page 82: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-36 LA #4834-0043-9827 v1

Contractor for direct Work under Contract Documents. This breakdown must be referred to as

the Schedule of Values.

Contractor’s overhead, profit, insurance, cost of bonds and/or other financing, as well as “general

conditions costs,” (e.g., site cleanup and maintenance, temporary roads and access, off site access

roads, temporary power and lighting, security and the like), must be prorated through all

activities so that the sum of all the Schedule of Values line items equal Contractor’s total

Contract Sum.

City will review the breakdown in conjunction with the Progress Schedule to ensure that the

dollar amounts of this Schedule of Values are, in fact, fair market cost allocations for the Work

items listed. Upon favorable review by City, City will accept this Schedule of Values for use.

City must be the sole judges of fair market cost allocations.

Any attempt to increase the cost of early activities, i.e., “front loading,” will be rejected by City,

resulting in a complete reallocation of monies until such “front loading” is corrected. Repeated

attempts at “front loading” may result in suspension or termination of the Work or refusal to

process progress payments, until such time as the Schedule of Values is acceptable to City.

9.5 PAYMENTS AND MONTHLY ESTIMATES

The City Engineer will, after the award of Contract, establish a monthly payment closure date.

This date will be the date which will terminate each working month during the life of the Contract

for which a monthly payment is payable. The Contractor will, within 5 days after the established

monthly payment closure date of each month during the period in which work is being performed,

make and deliver to the City two signed copies of monthly Contract payment applications stating

the amount or percentage of work completed according to the Contract, as of the closure date

established, estimated on the basis of the unit or lump sum Contract prices. No allowance will be

made for materials and equipment not incorporated into the work. The City will independently

verify the Contractor's monthly payment application and create a monthly progress payment

request. The City's determinations for the amounts or percentages of work completed are final.

The City will prepare a warrant in an amount sufficient with all previous payments to make the

aggregate 95 percent of the amount earned as certified, provided, however, that the City at any

time after 50 percent of the work has been completed, if it finds that satisfactory progress is being

made, may make any of the remaining partial payments in full, less authorized deductions.

The partial payments made as the work progresses will be payments on account and must in no

way be considered as an acceptance of any part of the work or materials of the Contract, nor must

they in any way govern the final estimate. Extra work will be paid for as specified in Section

4.3.3. Payments for unit price items will be made upon the basis of the unit prices proposal and

the quantities of work done, calculated as hereinafter specified, for each particular item of work.

However, where several types of work are included in a unit price item, the City will make partial

payment for the portions of such work as are completed at the time of making the monthly

estimates. All monies due the Contractor under the Contract will be paid on demand by the City,

prepared and approved as required by law, and it is understood that any delay in the preparation,

approval and payment of these demands will not constitute a breach of Contract on the part of the

City.

Payments for lump sum items will be based upon the lump sum proposal and the City's estimate

Page 83: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-37 LA #4834-0043-9827 v1

as to the percentage of completion.

9.6 PAYMENT FOR EXTRA WORK

Payment for extra work will be made as provided by Section 4.3.3. Where payment is to be made

on a force account basis, the Contractor and the City's representative must compare records of

extra work performed by the Contractor on a force account basis at the end of each day. Copies of

these records will be made in duplicate by the City's representative and must be signed by both the

inspector and the Contractor's Representative, one copy being forwarded to the Contractor and

one copy to the City. Bills for extra work must be signed by the Contractor and submitted to the

City.

Each month the Contractor must include in the monthly payment application an estimate of the

amount or cost of extra work performed as included in approved Contract Change Orders. The

Contractor must submit, at the same time it returns the signed monthly payment application, a

complete itemized statement of claim for all costs of extra work performed. Failure to include

such a statement or claim for extra work for the pay period, or failure to deliver a complete

statement for extra work in excess of that estimated by the City Engineer, must constitute a waiver

on the part of the Contractor to any claim for payment for extra work not therein included.

9.6.1 Method of payment for extra work approved as specified in Section 4 under unit price or

lump sum amounts or at stipulated prices must be the same as that for Contract items as set forth

in this Section.

9.6.2 Payment for extra work by Contractor's force account must be made in the following

manner:

Upon verification by the Engineer of the Contractor's statement for force account work, a claim

will be prepared upon the proper claims form for approval of the City Engineer and presentation

to the City Manager, for his approval and direction.

9.7 FINAL PAYMENT

Upon completion of the Contract work, the City Engineer will, upon acceptance of the work by

the City and 35 days after the date of recordation of the Notice of Completion, present the

Contractor's claim for the balance of the total Contract price, less any sums which may lawfully be

retained under the Contract.

Unless qualified by the Contractor under the procedure established in Section 9.5 hereof, the final

progress payment request of the City Engineer must be taken as conclusive evidence of the

amount of work done under the Contract. If the Contractor qualified its acceptance of the final

progress payment and the parties fail to agree prior to the termination of the 35-day period after

recordation of Notice of Completion, the final payment must not be delayed but must be made in

accordance with the City Engineer's determination, subject to further claim of the Contractor and

compliance by City with court order.

Page 84: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-38 LA #4834-0043-9827 v1

STANDARD SPECIFICATIONS

SECTION 10

CLAIMS BY CONTRACTOR

10.1 OBLIGATION TO FILE CLAIMS FOR DISPUTED WORK

10.1.1 Should it appear to Contractor that the Work to be performed or any of the matters

relative to the Contract Documents are not satisfactorily detailed or explained therein, or

should any questions arise as to the meaning or intent of the Contract Documents, or should

any dispute arise regarding the true value of any work performed, work omitted, extra work

that the Contractor may be required to perform, time extensions, payment to the Contractor

during performance of this Contract, performance of the Contract, and/or compliance with

Contract procedures, or should Contractor otherwise seek extra time or compensation FOR

ANY REASON WHATSOEVER, then Contractor shall first follow all other procedures set

forth in the Contract Documents and Standard Specifications. If a dispute remains, then

Contractor shall give written notice to City that expressly invokes this Section 10. City shall

decide the issue in writing within 15 days; and City’s written decision shall be final and

conclusive. If Contractor disagrees with City’s decision, or if Contractor contends that City

failed to provide a decision timely, then Contractor’s SOLE AND EXCLUSIVE REMEDY is

to promptly file a written claim setting forth Contractor’s position as required herein.

10.1.2 Contractor shall present as its claims all Subcontractor, sub-Subcontractor and supplier

claims of any type, and prove them under the terms of the Contract Documents. City shall not

be directly liable to any Subcontractor, any supplier, or any other person or organization, or to

any surety for or employee or agent of any of them, for damages or extra costs of any type

arising out of or resulting from the Project.

10.2 FORM AND CONTENTS OF CLAIM

10.2.1 Contractor’s written claim must be submitted via registered mail or certified mail with

return receipt requested and must identify itself as a “Claim” under this Section 10 and must

include the following: (i) a narrative of pertinent events; (ii) citation to contract provisions; (iii)

theory of entitlement; (iv) complete pricing of all cost impacts; (v) a time impact analysis of all

time delays that shows actual time impact on the critical path; (vi) reasonable documentation

supporting items (i) through (v); and (vii) a verification under penalty of perjury of the claim’s

accuracy. The Claim shall be submitted to City within thirty (30) calendar days of receiving

City’s written decision, or the date Contractor contends such decision was due, shall be priced

like a change order, and must be updated monthly as to cost and entitlement if a continuing

claim. Routine contract materials, for example, correspondence, RFI, change order requests, or

payment requests shall not constitute a Claim. Contractor shall bear all costs incurred in the

preparation and submission of a Claim.

10.2.2 Upon receipt of a Claim, City shall conduct a reasonable review of the Claim. Within

45 days, or such expended period as City and Contractor may agree, City shall provide

Contractor with a written statement identifying what portion of the claim is disputed and what

portion is undisputed.

10.2.3 If City’s governing body must approve City’s response to the Claim and the governing

body has not met within the 45-day (or extended) period, then City shall provide its written

statement within three (3) days of the governing body’s meeting.

Page 85: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-39 LA #4834-0043-9827 v1

10.2.4 City shall pay the undisputed portions of the Claim within 60 days of the issuance of a

written statement identifying an undisputed portion.

10.2.5 Claims must be submitted on or before the day of final payment. Claims not submitted

before final payment are deemed waived.

10.2.6 Notwithstanding and pending the resolution of any claim or dispute, Contractor shall

diligently prosecute the disputed work to final completion in accordance with City’s

determination.

10.3 INFORMAL CONFERENCE AFTER CLAIM SUBMISSION

10.3.1 If the Contractor disputes City’s response to its Claim, including a failure to respond, it

may submit via registered mail or certified mail, return receipt requested, a written demand for

an informal conference to meet and confer for settlement of the issues in dispute. City shall

schedule such a meet and confer conference within 30 days for settlement of the dispute.

10.3.2 Within ten (10) days of the meet and confer conference City shall provide Contractor

with a written statement identifying the portion of the Claim that remains in dispute and the

portion that is undisputed.

10.3.3 City shall pay the undisputed portions of the Claim within 60 days of the issuance of a

written statement identifying an undisputed portion.

10.4 MEDIATION

10.4.1 If the Contractor disputes City’s statement provided under Paragraph 10.3(B) it shall

inform City and the parties shall mutually agree to a mediator within 10 business days of the

written statement. If the parties cannot agree upon a mediator, each party shall select a

mediator and those mediators shall select a qualified neutral third party to mediate with regard

to the disputed portion of the claim. Each party shall bear the fees and costs charged by its

respective mediator in connection with the selection of the neutral mediator.

10.4.2 Mediation shall be confidential and non-binding. Unless otherwise agreed, by the

parties or as provided in this Paragraph 10.4, the mediation shall be pursuant to the

construction mediation procedures of JAMS and held at the JAMS office closest to the Project

site.

10.4.3 The cost of mediation shall be equally shared by all parties to the mediation. The

parties shall, prior to the commencement of mediation upon notice of the other party, exchange

relevant, non-privileged project documents in compliance with Code of Civil Procedure

Sections 2031.010, et seq. The parties may agree mutually to engage in additional discovery

prior to mediation. Should the parties proceed with additional discovery, they shall, unless

mutually agreed otherwise, comply with Code of Civil Procedure Sections 2019, et. seq. The

mediator will undertake to resolve any discovery disputes relating to the mediation.

10.4.4 For Claims under $375,000, unless the parties agree otherwise in writing, mediation

pursuant to this Paragraph 10.4 shall excuse the mediation obligation under Public Contract

Code Section 20104.4(a).

10.4.5 If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be

resolved as otherwise provided by the Contract and applicable law.

Page 86: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 3: Standard Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 3-40 LA #4834-0043-9827 v1

10.4.6 Following receipt of a Claim, the parties may mutually agree, in writing, to waive the

mediation requirements of this Paragraph 10.4 and proceed to the commencement of a civil

action.

10.4.7 All statutes of limitation shall be tolled from the date of the demand for mediation until

a date two weeks following the mediation’s conclusion.

10.5 OTHER MATTERS

10.5.1 The provisions of this Section 10 constitute a non-judicial claim settlement procedure

that, pursuant to Government Code Section 930.2, shall constitute a condition precedent to

submission of a valid Government Code Claim under the Government Code. Contractor shall

bear all costs incurred in the preparation, submission and administration of a claim. Any

claims presented in accordance with the Government Code must affirmatively indicate

Contractor’s prior compliance with the claims procedure herein and the previous dispositions

under Paragraphs 10.3 and 10.4 above of the claims asserted. No suit may be brought against

City arising out of or in connection with the Project unless and until Contractor presents to City

a statutory Government Code Claim, in accordance with Government Code Sections 910, et

seq. Pursuant to Government Code Section 930.2, the one-year period in Government Code

Section 911.2 shall be reduced to 150 days from either accrual of the cause of action,

substantial completion or termination of the contract, whichever occurs first; in all other

respects, the Government Code shall apply unchanged.

10.5.2 Failure to submit and administer claims as required in Section 10 shall waive

Contractor’s right to claim on any specific issues not included in a timely submitted claim.

Claim(s) or issue(s) not raised in a timely protest and timely claim submitted under this Section

10 may not be asserted in any subsequent litigation, Government Code Claim, or legal action.

10.5.3 Contractor shall submit Subcontractor claims in the same manner as other Claims. In

the event a Subcontractor (on behalf of the Subcontractor or a lower-tier subcontractor)

requests Contractor in writing to present a Claim to the City and furnishes reasonable

documentation supporting the Claim, Contractor shall, within 45 days of receipt of the written

request, notify the Subcontractor in writing as to whether the Contractor presented the claim to

City and, if the Contractor did not present the Claim, provide the Subcontractor with a

statement of the reasons for not doing so.

10.5.4 All waivers or modifications of this Section 10 may only be made a writing signed by

City and Contractor, and approved as to form by legal counsel for both; oral or implied

modifications shall be ineffective.

10.5.5 Any failure by City to respond within any time frame contained in Paragraphs 10.2

through 10.5 of this Section shall result in the Claim being deemed rejected in its entirety. No

failure to meet a time requirement shall constitute an adverse finding with regards to the merits

of the Claim or the responsibility or qualifications of the Contractor.

10.6 COMPLIANCE WITH STATUTORY PROCEDURES

10.6.1 The foregoing provisions of Paragraphs 10.2 through 10.5 are intended to comply with

Public Contract Code Section 9204 and, to the extent applicable, Public Contract Code Section

20104, et seq. In the event of any conflict, the applicable Public Contract Code provision will

apply.

Page 87: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

LA #4834-0043-9827 v1

PART 4 – TECHNICAL SPECIFICATIONS

Page 88: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 4: Technical Specifications

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 4-1 LA #4834-0043-9827 v1

Page 89: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

LA #4834-0043-9827 v1

PART 5 – DRAWINGS

Page 90: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

Spreckels Performing Arts Center Re-roof and HVAC Replacement Part 5: Drawings

Rohnert Park City Proj. No.2015-08, 2015-05, 2017-04 Page 5-1 LA #4834-0043-9827 v1

Page 91: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Coordination Bid Set 01 31 13-3

A. Contractor to coordinated activities so as to not disrupt the functioning of the building and

the use by city staff and the public. Contractor is to ensure the safety of the city staff and the public for the duration of the project.

END OF SECTION

Page 92: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

SECTION 01 31 21 PROJECT MEETINGS

City of Rohnert Park – PAC Re-Roof Project Meetings Bid Set 01 31 21-1

PART 1 - GENERAL 1.01 DESCRIPTION

A. Work Included: To enable orderly review during progress of the Work, and to provide for systematic discussion of problems, the Architect will conduct project meetings throughout the construction period.

B. Related Work Described Elsewhere: The Contractor's relations with his subcontractors and

materials suppliers, and discussions relative thereto, are the Contractor's responsibility and are not part of project meetings contents.

1.02 QUALITY ASSURANCE

A. Persons designated by the Contractor to attend and participate in the project meetings shall have all required authority to commit the Contractor to solutions agreed upon in the project meetings.

1.03 SUBMITTALS

A. Agenda Items: To the maximum extent practicable, advise the Architect at least 24 hours in advance of project meetings regarding all items to be added to the agenda.

B. Minutes: The Contractor will compile minutes of each project meeting and will furnish copies to the

Owner and Architect. The Contractor may make and distribute such other copies as he wishes. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.01 MEETING SCHEDULE

A. Except as noted below for Preconstruction Meeting, project meetings will be held weekly. Coordinate as necessary to establish mutually acceptable schedule for meetings.

3.02 MEETING LOCATION

A. To the maximum extent practicable, meetings will be held at the job site. 3.03 PRE-CONSTRUCTION MEETING

A. Preconstruction Meeting will be scheduled within ten days after the Owner has issued Notice to Proceed. Provide attendance by authorized representatives of the Contractor and all major subcontractors. The Architect will advise other interested parties and request their attendance.

B. Minimum Agenda: Distribute data on and discuss:

1. Organizational arrangement of Contractor's forces and personnel and those of

subcontractors, materials suppliers and Architect.

2. Channels and procedures for communications.

3. Construction Schedule, including sequence of critical work.

4. Contract Documents, including distribution of required copies of original Documents and revisions.

5. Processing of Shop Drawings and other data submitted to the Architect for review.

Page 93: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Meetings Bid Set 01 31 21-2

6. Processing of field decisions and Change Orders.

7. Rules and regulations governing performance of the work.

8. Procedures for safety and first aid, security, quality control, housekeeping, and other

related matters. 3.04 PROJECT MEETINGS

A. Attendance: To the maximum extent practicable, assign the same person to represent the Contractor at project meetings throughout progress of the work. Subcontractors, materials suppliers, and others may be invited to attend those project meetings in which their aspects of the Work are involved.

B. Minimum Agenda:

Review, revise as necessary and approve minutes of previous meeting.

Contractor shall provide:

Current Weekly Report Three-Week Look Ahead Schedule

Review progress of the Work since last meeting, including status of submittals for approval.

Identify problems which impede planned progress.

Develop corrective measures and procedures to regain planned schedule.

Complete other current business.

END OF SECTION

Page 94: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

SECTION 01 32 33 APPLICABLE STANDARDS

City of Rohnert Park – PAC Re-Roof Applicable Standards Bid Set 01 32 33-1

PART 1 - GENERAL 1.01 DESCRIPTION

A. Work Included:

1. Throughout the Contract Documents, reference is made to codes and standards which establish qualities and types of workmanship and materials, and which establish methods for testing and reporting on the pertinent characteristics.

2. Where materials or workmanship are required by these Contract Documents to meet or

exceed the specifically named code or standard, it is the Contractor's responsibility to provide materials and workmanship which meet or exceed the specifically named code or standard.

3. It is also the Contractor's responsibility, when so required by the Contract Documents or by

written request from the Owner and Architect, to deliver to the Owner and Architect all required proof that the materials or workmanship, or both, meet or exceed the requirements of the specifically named code or standard. Such proof shall be in the form requested in writing by the Owner and Architect and generally will be required to be copies of a certified report of tests conducted by a testing agency approved for that purpose by the Owner and Architect.

B. All measurements shall be in imperial units.

C. Related Work Described Elsewhere: Specific naming of codes or standards occurs on the Drawings

and in other Sections of these Specifications. 1.02 QUALITY ASSURANCE

Familiarity with Pertinent Codes and Standards: In procuring all items used in this Work, it is the Contractor's responsibility to verify the detailed requirements of the specifically named codes and standards and to verify that the items procured for use in this Work meet or exceed the specified requirements.

Rejection of Non-Complying Items: The Owner and Architect reserves the right to reject items

incorporated into the Work which fail to meet the specified minimum requirements. The Owner and Architect further reserves the right, and without prejudice to other recourse the Owner and Architect may take, to accept non-complying items subject to an adjustment in the Contract Amount as approved by the Owner and Architect.

Applicable Standards listed in these Specifications include, but are not necessarily limited to,

standards promulgated by the following agencies and organizations:

ASSHTO = American Association of State Highway and Transportation Officials, 341 National Press Building, Washington, D.C. 20004.

ACI = American Concrete Institute, Box 19150, Redford Station, Detroit, Michigan 48129.

AISC = American Institute of Steel Construction, Inc., 1221 Avenue of the Americas, New

York, New York 10020.

ANSI = American National Standards Institute (successor to USASI and ASA), 1430 Broadway, New York, New York 10018.

ASTM = American Society for Testing and Materials, 1916 Race Street, Philadelphia,

Pennsylvania 19103.

AWS = American Welding Society, Inc., 2501 N.W. 7th Street, Miami, Florida 33125.

Page 95: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Applicable Standards Bid Set 01 32 33-2

AWWA = American Water Works Association, Inc., 6666 West Quincy Avenue, Denver, Colorado 80235.

CRSI = Concrete Reinforcing Steel Institute, 228 North LaSalle Street, Chicago, Illinois

60610.

CS = Commercial Standard of NBS, U.S. Department of Commerce, Government Printing Office, Washington, D.C. 20402.

FGMA = Flat Glass Marketing Association, 3310 Harrison, Topeka, Kansas 66611.

NAAMM = National Association of Architectural Metal Manufacturers, 1033 South Boulevard,

Oak Park, Illinois 60302.

NEC = National Electrical Code (see NFPA).

NEMA = National Electrical Manufacturers Association, 155 East 44th Street, New York, New York 10017.

NFPA = National Fire Protection Association, 470 Atlantic Avenue, Boston, Massachusetts

12210.

SDI = Steel Deck Institute, 135 Addison Avenue, Elmhurst, Illinois 60125.

SSPC = Steel Structures Painting Council, 4400 5th Avenue, Pittsburgh, Pennsylvania 15213.

TCA = Tile Council of America, Inc., P.O. Box 326, Princeton, New Jersey 08540.

UL = Underwriters' Laboratories, Inc., 207 East Ohio Street, Chicago, Illinois 60611.

CBSC = 2013 California Building Standard Code.

ICC = International Code Council - 5203 Leesburg Pike, Suite 600; Falls Church, VA

22041-3401.

Fed. Specs. and Fed Standards: Specifications Sales (3FRI), Bldg. 197, Washington Navy Yard, General Services Administration, Washington, D.C. 20407.

END OF SECTION

Page 96: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

SECTION 01 33 24 SUBMITTALS AND SUBSTITUTIONS

City of Rohnert Park – PAC Re-Roof Submittals and Substitutions Bid Set 01 33 24-1

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work included: 1. Make submittals required by the Contract Documents, and revise and resubmit as

necessary to establish compliance with the specified requirements.

B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General

Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Individual requirements for submittals also may be described in pertinent Sections of these

Specifications. 3. See General Conditions for submittal of schedules, cost breakdown, subcontractors’ list, etc.

C. Work not included: 1. Unrequired submittals will not be reviewed by the Architect. 2. The Contractor may require his subcontractors to provide drawings, setting diagrams, and

similar information to help coordinate the Work, but such data shall remain between the Contractor and his subcontractors and will not be reviewed by the Architect.

1.2 QUALITY ASSURANCE

A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being

submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified

requirements. 3. Shop drawings shall be submitted by the Contractor. Shop drawings shall be stamped and

signed by the Contractor showing that they have been reviewed and approved by him/her before being sent to the Architect.

a. Details shall be identified by reference number to sheet and detail, schedule or room

numbers on the Contract Drawings. b. Submittals that have not been reviewed by the Contractor and do not bear a stamp of

review by the Contractor will be returned and will not be reviewed by the Architect.

4. All Shop Drawings and material submittals shall be numbered in sequence of submittal. Resubmittals shall receive a new number.

5. Fabrication of work shall not be started or any parts shipped or transported to the job site prior to the review of shop drawings by the Architect, and compliance with the Contract Documents has been verified.

6. The Contractor shall assume full responsibility for coordinating and verifying schedules, quantities and dimensions shown on Shop Drawings. The Architect assumes no responsibility for checking schedules, quantities or dimensions.

B. Substitutions: 1. The Contract is based on the standards of quality established in the Contract Documents.

Substitutions will be considered only when substantiated by the Contractor's submittal of required data within 5 calendar days after the Notice to Proceed. Only one substitution request will be considered for each specified item. Unless noted otherwise in a specific Section of the Specifications after 5 calendar days after the Notice to Proceed it will be assumed all items are to be as specified in these documents and substitutions may not be accepted by the Architect. It shall be the Contractor's responsibility to notify the Architect in writing, of any deviations in the submittals from the requirements of the Contract Documents.

3. The following products do not require further approval except for interface within the Work:

a. Products specified by reference to standard specifications such as ASTM and similar standards.

Page 97: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Submittals and Substitutions Bid Set 01 33 24-2

b. Products specified by manufacturer's name and catalog model number. c. The Contractor, however, shall submit to the Architect a letter stating that the products

submitted will be as stated in a. and b. above. 4. Do not substitute materials, equipment, or methods unless such substitution has been

specifically approved in writing for this Work by the Architect.

C. Time for review of substitutions: 1. In the interest of time, substitutions are not encouraged unless absolutely unavoidable.

When submitting an item for substitution for a specified item, submit all pertinent data required to enable the Architect to make an accurate and timely evaluation. Incomplete submittals or insufficient data will be cause for the submittal to be rejected.

2. Requests for extension of the time directly or indirectly related to approval of substituted items will not be granted.

3. Additional review time by the Architect caused by a substitution shall in no way be charged as a delay to the Project.

4. It shall be the sole responsibility of the Contractor to avoid delays through the process of substitution.

D. "Or equal": 1. Where the phrase "or equal," or "as approved equal," occurs in the Contract Documents,

do not assume that the materials, equipment, or methods will be considered as equal unless the item has been specifically so reviewed by the Architect and deemed in conformance with design intent and quality established for this Work.

2. The decision of the Architect shall be final. 3. If submittals on "or equal" items are not made within the prescribed time or are incomplete,

then the item or material originally specified shall be supplied.

1.3 SUBMITTALS

A. Make submittals of Shop Drawings, Samples, substitution requests, and other items in accordance with the provisions of this Section.

B. Submittals shall include all technical and performance data on the product or material required for the Architect to make a fair evaluation, including physical samples if deemed necessary by the Architect.

C. Incomplete submittals will be returned to the Contractor and will not be reviewed by the Architect. The Contractor shall be solely responsible for any delays caused by making incomplete submittals

D. For purposes of uniformity, only one make and/or brand of material will be accepted for each type of material used. All electrical material shall be listed by Underwriters Laboratories, Inc., and shall meet their requirements and bear their label.

PART 2 - PRODUCTS

2.1 SHOP DRAWINGS

A. Scale and measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work.

B. Types of prints required: 1. Submit Shop Drawings in the form of an electronic PDF file or hard copy.

C. Review comments of the Architect will be shown on the transparency when it is returned to the Contractor. The Contractor may make and distribute such copies as are required for his purposes.

D. Review of Shop Drawings and submittals is only for general conformance with the design concept, colors, texture of material and general compliance with the Contract Documents. Any action indicated or shown is subject to the requirements of the Contract Drawings and

Page 98: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Submittals and Substitutions Bid Set 01 33 24-3

Specifications. Review of Shop Drawings is not intended to modify or change in any way the Contract Documents (any deviations shall be separately stated in writing). The Contractor shall be solely responsible for fabrication processes and methods, field dimensions and quantities.

2.2 MANUFACTURERS' LITERATURE

A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review.

B. Submit the number of paper copies which are required to be returned, plus three copies which will be retained by the Architect or submit one electronic copy in PDF format to the Owner and Architect.

2.3 SAMPLES

A. Provide Sample or Samples identical to the precise article proposed to be provided. Identify as described under "Identification of submittals" below.

B. Number of Samples required: 1. Unless otherwise specified, submit Samples in the quantity which is required to be returned,

plus one which will be retained by the Architect.

2.4 COLORS AND PATTERNS

A. Unless the precise color and pattern is specifically called out in the Contract Documents, and whenever a choice of color or pattern is available in the specified products, submit accurate color and pattern charts to the Architect for selection.

B. Within 10 days from the Notice to Proceed, General Contractor shall submit to the Architect a list of manufacturers of all products or materials requiring color selections, which will be used on the job. Samples of the manufacturer’s complete color range shall also be submitted at this time. Color selections will not be made by the Architect until color samples for all items to be selected have been submitted. The Architect will not make partial color selections.

C. Failure of the Contractor to submit all color charts for all products or materials requiring color selections within 10 days, thus requiring additional time for the Architect to make selections, shall not be grounds for a delay claim.

D. Allow 10 working days after the receipt of all color lists of all products or materials requiring color selections for the Architect to make color selections.

E. All concrete colors including the natural concrete color shall have 3’x3’ samples poured in place on site. Review and approval by Architect is required for all concrete colors and finish prior to final placement.

PART 3 - EXECUTION

3.1 IDENTIFICATION OF SUBMITTALS

A. Each submittal shall be numbered or named consecutively by the Contractor and all documentation shall refer to that number. 1. When material is resubmitted for any reason, transmit under a new letter of transmittal and

with a new transmittal number. 2. On resubmittals, cite the original submittal number for reference.

B. Accompany each submittal with a letter of transmittal or e-mail showing all information required for identification and checking.

C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included.

Page 99: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Submittals and Substitutions Bid Set 01 33 24-4

D. Maintain an accurate submittal log for the duration of the Work, showing current status of all submittals at all times. Make the submittal log available to the Architect for his review upon request.

3.2 GROUPING OF SUBMITTALS

A. Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received. 1. Partial submittals may be rejected as not complying with the provisions of the Contract. 2. The Contractor may be held liable for delays so occasioned.

3.3 TIMING OF SUBMITTALS

A. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmittals, and for placing orders and securing delivery. The Contractor will be solely responsible for any delays caused by not making submittals in time for proper review.

B. In scheduling, allow Sufficient time for review by the Architect following his receipt of the submittal as set forth in the General Conditions.

3.4 ARCHITECT'S REVIEW

A. Review by the Architect does not relieve the General Contractor from responsibility for errors which may exist in the submitted data nor does review by the Architect relieve the Contractor from responsibility or in any way change the original Contract.

B. Revisions: 1. Make revisions required by the Architect. 2. If the Contractor considers any required revision to be a change, he shall so notify the

Architect as provided for in the Contract Documents. 3. Make only those revisions directed by the Architect.

C. Reimbursement of Architect's costs: 1. In the event substitutions are proposed to the Architect after the Contract has been

awarded, the Architect will record all time used by him and by his consultants in evaluation of each such proposed substitution.

2. Whether or not the Architect approves a proposed substitution, the Contractor promptly

upon receipt of the Architect's billing shall reimburse the Architect at his standard billing rates and that of his consultants for all time spent by them in evaluating the proposed substitution.

3. If the Contractor does not reimburse the Architect for all time spent by them in evaluating

the proposed substitution, with the authorization of the Owner, the amounts due the Architect will be deducted from the pay request.

END OF SECTION

Page 100: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Submittals and Substitutions Bid Set 01 33 24-5

SUBSTITUTION REQUEST FORM TO: STRATAap PROJECT: We hereby submit for your consideration the following product instead of the specified item for the above project: Section Paragraph Specified Item Proposed Substitution: Attached complete technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and/or Specifications, which proposed substitution will require for its proper installation. Fill in blanks below: What affect does the substitution have on other trades? Yes No Does the substitution affect dimensions shown on the Drawings? Differences between proposed substitution and specified item? Manufacturer’s guarantees of the proposed and specified items are: o Same o Different (explain on attachment) The undersigned states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? Yes No Submitted by: Contractor Street Address City, CA Zip By: Firm: Phone: Fax:

Date:

For use by Architect/Engineer: o Accepted o Accepted as noted o Not Accepted o Received too late

Page 101: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Product Requirements Bid Set 01 60 00-1

SECTION 01 60 00

PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products.

B. Related Requirements:

1. Section 01 33 24 "Substitution Procedures" for requests for substitutions.

1.2 DEFINITIONS

A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent.

1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents.

2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products.

3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product.

B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification.

1.3 ACTION SUBMITTALS

A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles.

1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within [15] days of receipt of request, or [seven] days of receipt of additional information or documentation, whichever is later.

a. Form of Approval: As specified in Section 01 33 24 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable

product request within time allocated.

Page 102: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Product Requirements Bid Set 01 60 00-2

1.4 QUALITY ASSURANCE

A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options.

1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions.

B. Delivery and Handling:

1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces.

2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.

3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing.

4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected.

C. Storage:

1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight

enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of

installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation,

and weather-protection requirements for storage. 6. Protect stored products from damage and liquids from freezing.

1.6 PRODUCT WARRANTIES

A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents.

1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner.

2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner.

B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution.

1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed.

2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed.

3. Refer to other Sections for specific content requirements and particular requirements for submitting special warranties.

C. Submittal Time: Comply with requirements in Section 01 77 00 "Closeout Procedures."

Page 103: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Product Requirements Bid Set 01 60 00-3

PART 2 - PRODUCTS

2.1 PRODUCT SELECTION PROCEDURES

A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation.

1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation 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. Descriptive, performance, and reference standard requirements in the Specifications

establish salient characteristics of products.

B. Product Selection Procedures:

1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered.

2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered.

3. Products:

a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience may be considered by the City.

b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product.

4. Manufacturers:

a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience may be considered by the City.

b. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product.

5. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers.

C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches.

1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures" for proposal of product.

D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items.

Page 104: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Product Requirements Bid Set 01 60 00-4

2.2 COMPARABLE PRODUCTS

A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements:

1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work.

2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated.

3. Evidence that proposed product provides specified warranty. 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.

END OF SECTION

Page 105: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

SECTION 01 71 13 MOBILIZATION AND DEMOBILIZATION

City of Rohnert Park – PAC Re-Roof Mobilization and Demobilization Bid Set 01 71 13-1

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Mobilization and demobilization requirements.

1.02 DEFINITIONS

A. Mobilization includes bringing in all necessary equipment to the site to do the work. It also includes all labor materials and equipment to set up temporary offices, structures, facilities, signs and utilities.

B. Demobilization includes removing all construction equipment and debris so site is left clean.

1.03 TEMPORARY FACILITIES

A. Field Office: CONTRACTOR’S OPTION (Not required). If provided, the Contractor's field office must be confined to the designated staging area as determined by the City’s project manager.

B. Phone: Contractor shall maintain a mobile phone on site at all times with a number available to the Project Manager and Architect.

C. Utilities: Owner will provide power, water and sanitary facilities. Contractor shall provide all other temporary utilities required.

D. Construction and Support: Set up and maintain in a neat and orderly manner temporary enclosures, identification signs, and waste material disposal.

PART 2 - PRODUCTS 2.01 MATERIALS

A. Temporary Materials: CONTRACTOR’S OPTION.

PART 3 - EXECUTION 3.01 INSTALLATIONS

A. Relocate and modify temporary facilities as required. B. Install temporary utility service or connect to existing service. C. Locate field office, storage sheds, sanitary facilities and other temporary construction and support

facilities for easy access and within the staging area shown on the plans. Use of gasoline-burning, open flame or salamander type heating units is prohibited.

D. Conform to local standards and codes for erection of adequate fences and barricades. Maintain all signing, barricades, fencing, drainage, and other items as required to protect public and private property from damage caused by demolition operations.

E. Coordinate location of storage areas to avoid interference with drainage, traffic, or private property. F. Provide and maintain all temporary signage required by the Work. G. Provide and install safety barriers as required by the work to protect employees and the public.

3.02 REMOVALS

A. Completely remove temporary materials and equipment:

1. At completion of work. B. Clean and repair damage caused by installation of temporary facilities. C. Restore areas to original or to specified conditions at completion of the Work.

END OF SECTION

Page 106: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Cutting and Patching Bid Set 01 73 29-1

SECTION 01 73 29 CUTTING AND PATCHING

PART 1 - GENERAL 1.01 DESCRIPTION

A. Work Included: This Section establishes general requirements pertaining to cutting (including excavating), fitting, and patching of the Work required to:

1. Make the several parts fit properly. 2. Removal of weather damaged material in preparation for replacement. 3. Uncover Work to provide for installation, inspection or both of ill-timed Work. 4. Remove and replace Work not conforming to requirements of the Contract Documents. 5. Remove and replace defective work. 6. Remove and replace work described in the contract documents.

B. Related Work Described Elsewhere:

1. In addition to other requirements specified, upon the Owner's request, uncover Work to

provide for inspection by the Owner of covered Work, and remove samples of installed materials for testing.

2. Do not cut or alter work performed under separate contract without the Owner's written permission.

1.02 QUALITY ASSURANCE

A. Perform all cutting and patching in strict accordance with pertinent requirements of these Specifications and, in the event no such requirements are determined, in conformance with the Owner's written direction.

1.03 SUBMITTALS

A. Request for the Owner 's Consent:

1. Prior to cutting which affects structural safety, submit written request to the Owner for permission to proceed with cutting.

2. Should conditions of the Work, or Schedule, indicate a required change of materials or methods for cutting and patching, so notify the Owner and secure his written permission prior to processing.

B. Notice to the Owner:

1. Prior to cutting and patching performed pursuant to the Owner's instructions, submit cost

estimate to the Owner. Secure the Owner's approval of cost estimates and type of cost reimbursement before proceeding with cutting and patching.

2. Submit written notice to the Owner designating time the Work will be uncovered, to provide for the Owner's observation.

PART 2 - PRODUCTS 2.01 MATERIALS

A. For replacement of Work removed, use materials which comply with the pertinent Sections of these Specifications.

PART 3 - EXECUTION 3.01 CONDITIONS

A. Inspection:

1. Inspect existing conditions, including elements subject to movement or damage during cutting, excavating, backfilling, and patching.

2. After uncovering the Work, inspect conditions affecting installation of new Work.

Page 107: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Cutting and Patching Bid Set 01 73 29-2

B. Discrepancies:

1. If uncovered conditions are not as anticipated, immediately notify the Owner and secure

needed directions. 2. Do not proceed in areas of discrepancy until all such discrepancies have been fully

resolved. 3.02 PREPARATION PRIOR TO CUTTING

A. Provide all required protection including, but not necessarily limited to, shoring, bracing, and support to maintain structural integrity of the Work.

3.03 PERFORMANCE

A. Perform cutting and demolition by methods which will prevent damage to other portions of the Work and will provide proper surfaces to receive installation of repair and new work. Perform fitting and adjustment of products to provide finished installation complying with the specified tolerances and finishes.

B. The Contractor shall do all cutting, fitting or patching of its work that may be required to make its

several parts come together properly and fit it to receive or be received by work of other contractors shown upon, or reasonably implied by, the Drawings and Specifications for the completed structure, and Contractor shall make good after them.

C. Contractor shall match existing and adjoining materials and details wherever possible. Re-use of

existing materials may be allowed only where specifically designated in the Contract Documents or approved by the Architect or Owner.

D. The Contractor shall not endanger any work by cutting, digging or otherwise and shall not cut or

alter the work of any other contractor, without the prior written consent of the Owner. E. Contractor shall uncover out-of-sequence, defective and non-conforming work, provide openings for

penetrations of existing surfaces and provide samples for testing. Contractor shall seal penetrations through floors, walls and ceilings.

END OF SECTION

Page 108: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Cleaning Bid Set 01 74 13-1

SECTION 01 74 13 CLEANING

PART 1 - GENERAL 1.01 DESCRIPTION

A. Work Included: Throughout the construction period, maintain the buildings and site in a standard of cleanliness as described in this Section.

B. In addition to standards described in this Section, comply with all requirements for cleaning up as

described in various other Sections of these Specifications.

C. Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub-contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following:

1. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 1 Specification Sections, apply to this Section. 1.02 QUALITY ASSURANCE

A. Inspection: Conduct daily inspection, and more often if necessary, to verify that requirements of cleanliness are being met.

B. Codes and Standards: In addition to the standards described in this Section, comply with all pertinent

requirements of governmental agencies having jurisdiction. PART 2 - PRODUCTS 2.01 CLEANING MATERIALS AND EQUIPMENT

A. Provide all required personnel, equipment, and materials needed to maintain the specified standard of cleanliness.

2.02 COMPATIBILITY

A. Use only the cleaning materials and equipment which are compatible with the surface being cleaned, as recommended by the manufacturer of the material or as approved by the architect.

PART 3 - EXECUTION 3.01 PROGRESS CLEANING

A. General:

1. Retain all stored items in an orderly arrangement allowing maximum access, not impeding drainage or traffic, and providing the required protection of materials.

2. Do not allow the accumulation of scrap, debris, waste material, and other items not required

for construction of this Work.

3. At least twice each month, and more often if necessary, completely remove all scrap, debris, and waste material from the job site.

4. Provide adequate storage for all items awaiting removal from the job site, observing all

requirements for fire protection and protection of the ecology.

Page 109: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Cleaning Bid Set 01 74 13-2

B. Site:

1. Daily, and more often if necessary, inspect the site and pick up all scrap, debris, and waste material. Remove all such items to the place designated for their storage.

2. Weekly, and more often if necessary, inspect all arrangements of materials stored on the site;

restock, tidy, or otherwise service all arrangements to meet the requirements of subparagraphs 3.1.1.

3. Maintain the site in a neat and orderly condition at all times.

C. Structures:

1. Weekly, and more often if necessary, inspect the structures and pick up all scrap, debris, and

waste material. Remove all such items to the place designated for their storage.

2. Weekly, and more often if necessary, sweep all interior spaces clean. "Clean," for the purpose of this sub-paragraph, shall be interpreted as meaning free from dust and other material capable of being removed by use of reasonable effort and hand-held broom.

3. As required preparatory to installation of succeeding materials, clean the structures or pertinent

portions thereof to the degree of cleanliness recommended by the manufacturer of the succeeding material, using all equipment and materials required to achieve the required cleanliness.

4. Following the installation of finish floor materials, clean the finish floor daily (and more often

if necessary) at all times while work is being performed in the space in which finish materials have been installed. "Clean," for the purpose of this subparagraph, shall be interpreted as meaning free from all foreign material which, in the opinion of the architect may be injurious to the finish floor material.

3.02 FINAL CLEANING

A. Definition: Except as otherwise specifically provided, "clean," for the purpose of this Article, shall be interpreted as meaning the level of cleanliness generally provided by skilled cleaning using commercial quality building maintenance equipment and materials.

B. General: Prior to completion of the Work, remove from the job site all tools, surplus materials, equipment,

scrap, debris, and waste. Conduct final progress cleaning as described in Article 3.01 above.

C. Site: Unless otherwise specifically directed by the architect, broom clean all paved areas on the site and all public paved areas directly adjacent to the site. Completely remove all resultant debris.

D. Structures:

1. Exterior: Visually inspect all exterior surfaces and remove all traces of soil, waste material,

smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. If necessary to achieve a uniform degree of exterior cleanliness, hose down the exterior of the structure. In the event of stubborn stains not removable with water, the architect may require light sandblasting or other cleaning at no additional cost to the City.

2. Interior: Visually inspect all interior surfaces and remove all traces of soil, waste material,

smudges, and other foreign matter. Remove all traces of splashed materials from adjacent surfaces. Remove all paint dropping, spots, stains, and dirt from finished surfaces. Use only the specified cleaning materials and equipment.

E. Timing: Schedule final cleaning as approved by the architect to enable the City to accept a completely

clean project.

END OF SECTION

Page 110: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-1

SECTION 01 77 00 PROJECT CLOSEOUT

PART 1 - GENERAL 1.01 SUMMARY

A. This Section describes contract closeout procedures including:

1. Project record documents

2. Product Data

3. Operation and Maintenance data

4. Removal of temporary construction facilities

5. Final completion

6. Final cleaning

7. Material, equipment and finish data

8. Project guarantee

9. Warranties

10. Restorative and Remedial Work

11. Turn-in

12. Fire Inspection Coordination

13. Building Inspection Coordination

B. Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub-contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following:

1. Drawings and general provisions of the Contract, including General and

Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.02 PROJECT RECORD DOCUMENTS

A. Maintenance of Documents and Samples:

1. Store Project documents and samples in field office apart from documents used for construction.

2. Maintain Project documents in a clean, dry, legible condition and in good order.

3. Do not use Project record documents for construction.

B. Recording:

1. Record information carefully and neatly, with felt tip pens, in color code designated,

and in the manner approved in advance by the Architect.

a. Information recording will be continuous throughout construction. Information shall be recorded at the time of event(s) and shall be available at all times for review by the Architect and Owner.

Page 111: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-2

2. Label each document “Project Record” in large, neat, printed letters.

C. Record Drawings:

1. Record the following kinds of information on black line or blue line prints or in

electronic PDF format:

a. Changes made by Change Orders and other modifications described in the General Conditions.

b. Locations of work buried under or outside the building, such as plumbing and electrical lines and conduits.

c. Locations of work concealed inside the building whose general location is changed from that shown on the Contract Documents.

d. Locations of items, not necessarily concealed, which have been changed, with the Architect’s prior acceptance, from the locations indicated on the Contract Documents.

e. Locations of significant items such as main power disconnect, main water and gas shutoffs, motor disconnects, filters, controls, isolating valves and the like shall be highlighted on the record drawings.

f. Provide line diagrams of all installed electrical power, lighting, switching, low voltage, security electronics, subpanels, meter mains, termination points, transformers and systems.

g. In addition to the previously specified requirements for record drawings: Keep up to date during the entire progress of the work, and make available to the Architect. Furnish additional drawings necessary for clarification. Record deviations from the sizes, locations, and other features of installations shown in the Contract Documents. Establish locations of underground work by dimensions to column lines or walls, locating turns, and by referenced centerline or invert elevations and rates of fall. Give sufficient information to locate work concealed in the Building. Drawing to Scale:

Locate main runs of piping, conduit, ductwork, and similar items by dimensions. Locate other items either by dimensions or in relation to spaces within the building.

2. Furnish reproducible record drawings, made from final Shop Drawings, updated to

show actual conditions, for specified work.

D. “As-Built” Drawings:

1. At time of acceptance of the work and prior to final payment, using the record drawings for reference, prepare “As-Built” drawings on permanent, transparent, reproducible prints or in electronic PDF format that will be furnished by the Architect and paid for by the Owner.

2. Employ a professional draftsman to prepare the “As-Built” drawings from the record

drawings; record information in ink in electronic PDF format.

E. Specifications and Addenda:

1. Mark each Specification Section to record:

a. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment incorporated in the work.

b. Changes made by Change Order and other modifications described in the General Conditions.

F. Large Scale Layout Drawings:

1. The preparations of large scale detailed layout drawings are required for the

coordination of the work, specifically Divisions 15 and 16 of the Specifications. These layout drawings are not Shop Drawings as defined by the General Conditions, but, together with Shop Drawings or layout drawings of affected Sections, are used to check, coordinate, and integrate the work of the various Sections.

Page 112: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-3

2. Provide layout drawings as part of the Project record documents.

G. Record Construction Schedule: Using the latest Progress Schedule required by Section 01 32 16 as a reference, submit a Record Construction Schedule showing the actual dates and duration of construction activities.

H. Sign and date the completed Project record documents; deliver to the Architect who will

deliver to the Owner after Final Acceptance of the Work. 1.03 PRODUCT DATA

A. Furnish three copies of manufacturers’ product data, specifications, installation instructions, and maintenance instructions for products incorporated in the work; information specified herein shall be for products in addition to equipment items requiring operating and maintenance data specified elsewhere in this Section. All product data pertaining to an item shall be assembled together.

B. Sign and date the completed product data, and submit to the Architect, who will deliver

them to the Owner. 1.04 OPERATING AND MAINTENANCE DATA

A. General: Where maintenance manuals, record data, and operating instructions are specified, assemble in three ring, plastic binders sized for 8-1/2" x 11" sheets or in electronic PDF format; include the following:

1. Identification on, or readable through, the front cover containing the Project name

and address and the general subject matter in the manual.

2. Typewritten index near the front of the manual indicating locations of emergency data for equipment included in the manual.

3. Instructions regarding operation and maintenance of the equipment included in the

manual.

4. Replaceable parts, part numbers, cost, and name and address of nearest parts distributor.

5. Copy of each warranty and service contract issued for the equipment included in

the manual.

6. Include additional data required for the Owner’s operation and maintenance.

B. Catalog Data: Where contents of manuals include manufacturers' catalog pages, indicate the items included in the Project and delete data which is not applicable.

C. Shop Drawings: Furnish one set of reviewed or revised Shop Drawings showing changes

made during construction and/or installation.

D. Number of Copies Required:

1. Submit manuals in the quantity required to be returned, plus the following which will be retained by the Architect:

a. Two copies of other manuals; In lieu of paper copies, manuals may be

submitted in electronic PDF format. 1.05 INSTRUCTION OF THE OWNER’S PERSONNEL

A. Furnish qualified personnel for on the job instruction of the Owner’s operating and maintenance personnel.

1.06 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES

A. Remove temporary materials, equipment, services, and construction prior to Substantial Completion Inspection.

Page 113: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-4

B. Clean and repair damage caused by installation or use of temporary facilities.

C. Restore permanent facilities used during construction to specified condition.

1.07 SUBSTANTIAL COMPLETION

A. When Contractor considers Work or designated portion of the Work as substantially complete, Contractor shall submit written notice to Owner, with list of items to be completed or corrected.

B. Within reasonable time, Architect and Owner will inspect to determine status of completion.

C. Should Architect and Owner determine that Work is not substantially complete, Owner will

promptly notify Contractor in writing, listing all defects and omissions.

D. Contractor shall remedy deficiencies and send a second written notice of substantial completion. Owner and Architect will reinspect the Work. If deficiencies previously noted are not corrected on reinspection, then Contractor shall pay the cost of the reinspection.

E. When Owner and Architect concurs that Work is substantially complete, Owner will issue a

Certificate of Substantial Completion, accompanied by Contractor’s list of items to be complete or corrected as verified by Owner and Architect.

F. Manufactured units, equipment and systems that require startup must have been started up

and run for periods prescribed by Owner before a Certificate of Substantial Completion will be issued. The term “Substantial Completion” is defined in the General Conditions of the Contract.

1. Certification that all mechanical, electrical, plumbing, and hardware equipment has

been tested and is operational. The Contractor will provide copies of all test results and reports including a binder by division fully indexed, outlining all equipment and performance tests. See Section 01 33 24 - Submittals and Substitutions.

1.08 COMMISSIONING:

A. Building Commissioning:

1. Not Applicable

1.09 FINAL COMPLETION A. Final Completion is defined in the General Conditions. Final Completion occurs when Work

meets requirements for Owner’s Final Acceptance. When Contractor considers Work is finally complete, submit written certification that:

1. Contractor has inspected Work for compliance with Contract Documents, and all

requirements for Final Acceptance have been met.

2. Except for Contractor maintenance after Final Acceptance, Work has been completed in accordance with Contract Documents and deficiencies listed with Certificate of Substantial Completion have been corrected. Operation of equipment and systems have been reviewed with Owner Maintenance and Operational personnel, have been tested in the presence of Owner’s representative, and are operative.

3. Work is complete and ready for final inspection.

B. In addition to submittals required by conditions of Contract, Contractor shall provide

submittals required by governing authorities and submit final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due.

C. When Architect and Owner finds Work is acceptable and final submittal is complete, Owner

will issue final change order reflecting approved adjustments to Contract Sum not previously made by Change Order. Should Architect or Owner determine that Work is incomplete or defective:

Page 114: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-5

1. Owner promptly will so notify Contractor, in writing, listing the incomplete or defective items.

2. Contractor shall promptly remedy the deficiencies and notify the Owner when it is

ready for re inspection.

3. When Architect and Owner determine that the Work is acceptable under the Contract Documents, Owner will request Contractor to make closeout submittals.

D. Final adjustments of accounts:

1. Contractor shall submit a final statement of accounting to Owner, showing all

adjustments to the Contract Sum and complete and execute a notarized Final Lien Release.

2. If so required, Owner shall prepare a final Change Order for submittal to Contractor,

showing adjustment to the Contract Sum that were not previously made into a Contract Modification.

1.10 FINAL CLEANING

A. Execute final cleaning prior to final inspection.

B. Clean interior and exterior surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.

1. Clean equipment and fixtures to a sanitary condition, clean or replace filters of

mechanical equipment operated during construction, clean ducts, blowers and coils of units operated without filters during construction.

2. Employ skilled workers for final cleaning.

C. Clean Site; mechanically sweep paved areas.

D. Remove waste and surplus materials, rubbish, and construction facilities from Site.

1.11 MATERIAL, EQUIPMENT AND FINISH DATA

A. Contractor shall submit two sets of data for primary materials, equipment and finishes as required under each specification section prior to final inspection, bound in 8-1/2" by 11" three-ring binders with durable plastic covers to Owner for Owner’s records. In lieu of paper copies, Contractor may submit an electronic version of material data in PDF format.

1.12 MISCELLANEOUS PROJECT RECORD SUBMITTALS

A. Refer to other Specification Sections for miscellaneous record keeping requirements and submittals in connection with various construction activities. Immediately prior to Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for use and reference. Submit to Owner for Owner’s records.

1.13 PROJECT GUARANTEE

A. Contractor shall guarantee Work done under Contract against failures, leaks or breaks or other unsatisfactory conditions due to defective equipment, materials or workmanship, and perform repair work or replacement required, at Contractor’s sole expense, for period of one year from date of Final Acceptance.

B. Neither recordation of final acceptance nor final certificate for payment nor provision of the

Contract nor partial or entire use or occupancy of premises by Owner shall constitute acceptance of Work not done in accordance with Contract Documents nor relieve Contractor of liability in respect to express warranties or responsibility for faulty materials or workmanship.

C. Owner may make repairs to defective Work as set forth in the General Conditions, if, within

5 working days after mailing of written notice of defective work to Contractor or authorized agent, Contractor shall neglect to make or undertake repair with due diligence; provided, however, that in case of leak or emergency where, in opinion of Owner, delay would cause

Page 115: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-6

hazard to health or serious loss or damage, repairs may be made without notice being sent to Contractor, and Contractor shall pay cost thereof.

D. If, after installation, operation or use of materials or equipment to be furnished under

Contract proves to be unsatisfactory to Owner, Owner shall have right to operate and use materials or equipment until it can, without damage to Owner, be taken out of service for correction or replacement. Period of use of defective materials or equipment pending correction or replacement shall in no way decrease guarantee period required for acceptable corrected or replaced items of materials or equipment.

E. Nothing in this Section shall be construed to limit, relieve or release Contractor’s,

subcontractors’ and equipment suppliers’ liability to Owner for damages sustained as result of latent defects in equipment caused by negligence of suppliers’ agents, employees or subcontractors. Stated in another manner, warranty contained in the Contract Documents shall not amount to, nor shall it be deemed to be, waiver by Owner of any rights or remedies (or time limits in which to enforce such rights or remedies) it may have for defective workmanship or defective materials under laws of this State pertaining to acts of negligence.

1.14 WARRANTIES

A. Execute Contractor’s submittals and assemble warranty documents, and operations and maintenance manuals, executed or supplied by subcontractors, suppliers, and manufacturers.

1. Provide table of contents and assemble in 8-1/2" by 11" three-ring binder with

durable plastic cover, appropriately separated and organized.

2. Assemble in Specification Section order.

B. The Contractor shall not be held responsible for defects due to misuse, negligence, willful damage, improper maintenance or accident caused by Others, or for defective parts whose replacement is necessitated by failure of Owner’s maintenance forces to properly clean and service them, provided the Contractor has furnished complete maintenance instructions and appropriate instruction to the Owner.

C. Submit material prior to final application for payment.

1. For equipment put into use with Owner’s permission during construction, submit

within ten (10) working days after first operation.

2. For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within ten (10) working days after acceptance, listing date of acceptance as start of warranty period.

D. Warranties are intended to protect Owner against failure of work and against deficient,

defective and faulty materials and workmanship, regardless of sources.

E. Limitations: Warranties are not intended to cover failures that result from the following:

1. Unusual or abnormal phenomena of the elements

2. Vandalism after substantial completion

3. Insurrection or acts of aggression including war

F. Related Damages and Losses: Remove and replace Work which is damaged as result of defective Work, or which must be removed and replaced to provide access for correction of warranted Work.

G. Warranty Reinstatement: After correction of warranted Work, reinstate warranty for corrected

Work to date of original warranty expiration or to a date not less than 365 days after corrected Work was done, whichever is later.

H. Replacement Cost: Replace or restore failing warranted items without regard to anticipated

useful service lives.

I. Warranty Forms: Submit drafts to Owner for approval prior to execution. Forms shall not detract from or confuse requirements or interpretations of Contract Documents.

Page 116: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-7

1. Warranty shall be countersigned by manufacturers.

2. Where specified, warranty shall be countersigned by subcontractors and installers.

J. Rejection of Warranties: Owner reserves right to reject unsolicited and coincidental product

warranties that detract from or confuse requirements or interpretations of Contract Documents.

K. Term of Warranties: For materials, equipment, systems and workmanship warranty period

shall be one (1) year minimum from date of final completion of entire Work except where:

1. Detailed specifications for certain materials, equipment or systems require longer warranty periods.

2. Materials, equipment or systems are put into beneficial use of Owner prior to Final

Completion as agreed to in writing by Owner.

L. Warranty of Title: No material, supplies, or equipment for Work under Contract shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by seller or supplier. Contractor warrants good title to all material, supplies, and equipment installed or incorporated in Work and agrees upon completion of all work to deliver premises, together with improvements and appurtenances constructed or placed thereon by Contractor, to Owner free from any claim, liens, security interest, or charges, and further agrees that neither Contractor nor any person, firm, or corporation furnishing any materials or labor for any Work covered by Contract shall have right to lien upon premises or improvement or appurtenances thereon. Nothing contained in this Paragraph, however, shall defeat or impair right of persons furnishing materials or labor under bond given by Contractor for their protection or any rights under law permitting persons to look to funds due Contractor in hands of Owner.

1.15 SERVICE AND MAINTENANCE CONTRACTS

A. Compile, review, and submit specified service and maintenance contracts as specified for warranties and bonds.

1.16 PREPARATION FOR FINAL INSPECTION

A. Perform final cleaning as specified in Section 01 74 13.

B. Assemble warranties, service and maintenance contracts, operating and maintenance instructions, and other items as specified, and submit to the Architect.

C. Remove temporary tapes, wrapping, coatings, paper labels, and other similar items. Dust,

mop, wash, or wipe exposed and semi-exposed surfaces.

D. At the Contractor’s request, the Architect will attend a pre-final detailed Project review, to allow the Contractor to gather the majority of punch list items while the subcontractors are still on the Project. Provide a typewritten list of all items remaining to be completed or corrected; list by room number and item number. Segregate plumbing, HVAC, and electrical on separate lists.

If the Owner requires that the Architect perform, assemble or assist in creating the pre-final project list in order to move the Project to completion, the Architect shall be compensated for all associated costs which will be deducted from the progress payment due the Contractor. Any associated costs resulting from the additional work will be processed as a Deductive Change Order in accordance with the General Conditions.

If the Architect or Owner determines that the list is inadequate, non-descriptive or incomplete based on the review, the Architect shall generate the list. The Architect shall be compensated fall all associated costs which will be deducted from the progress payment due the Contractor. Any associated costs resulting from the additional work will be processed as a Deductive Change Order in accordance with the General Conditions.

Page 117: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Project Closeout Bid Set 01 77 00-8

E. At the Contractor’s request, the Architect will make a final Project review when the items in the pre-final punch list have been completed and after final cleanup, operation tests and the like have been performed.

F. When the Architect determines that the Project is substantially complete and that final punch

list items are completed, a final Project Inspection Report shall be executed.

G. Upon execution of the Final Project Inspection Report, record and pay for Notice of Completion and furnish copies to the Owner and the Architect.

1.17 RESTORATION OF DAMAGED WORK

A. Restore or replace damaged materials and finishes caused by movement of equipment or other operations of the Contractor or as specified or directed by the Architect, at no additional cost to the Owner.

B. Restoration shall be equal to the original work, and finishes shall match the appearance of

existing adjacent work. 1.18 REMEDIAL WORK

A. Replace work due to faulty workmanship or materials at no additional Cost to the Owner.

B. Coordinate work with the Owner and perform at such time and manner to cause minimal interruption and inconvenience to the Owner’s operations.

1.19 EXTRA MATERIALS

A. Where specified, provide extra materials in the quantities and manner specified.

B. Store these materials as directed by the Owner.

C. Delivery and certification of extra materials shall be prerequisite to Substantial Completion. 1.20 TURN-IN

A. Contract Documents will not be closed out and final payment will not be made until all personnel Identification Media, vehicle permits and keys issued to Contractor during prosecution of Work are turned in to Owner.

1.21 RELEASE OF CLAIMS

A. Contract Documents will not be closed out and final payment will not be made until a Release of Any and All Claims, is completed and executed by Contractor and Owner.

1.22 FIRE INSPECTION COORDINATION

A. Contractor shall coordinate fire inspection and secure sufficient notice to Owner to permit convenient scheduling.

1.23 BUILDING INSPECTION COORDINATION

A. Contractor shall coordinate with Owner’s and Building inspectors a final inspection for the purpose of obtaining final approval an occupancy certificate.

PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED

END OF SECTION

Page 118: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 2

EXISTING CONDITIONS

Page 119: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Selective Demolition Bid Set 02 41 19 - 1

SECTION 02 41 19 SELECTIVE DEMOLITION

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

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.

1.2 DEFINITIONS

A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled.

B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner.

C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, store in a secure location, and reinstall where indicated.

D. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled.

1.3 PREINSTALLATION MEETINGS

A. Predemolition Conference: Conduct conference at project site with demolition subcontractor.

1.4 QUALITY ASSURANCE

A. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certification program.

1.5 FIELD CONDITIONS

A. Owner will utilize portions of building during selective demolition. Conduct selective demolition so Owner's operations will not be disrupted.

B. Hazardous Materials: Hazardous materials are present in buildings and structures to be selectively demolished. General Contractor to coordinate demolition activities with hazardous material abatement.

C. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations.

1.6 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.

Page 120: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Selective Demolition Bid Set 02 41 19 - 2

PART 2 - PRODUCTS

2.1 PEFORMANCE REQUIREMENTS

A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that utilities to be disconnected have been disconnected and capped before starting selective demolition operations.

B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required.

C. 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 report to design team lead.

D. Survey of Existing Conditions: Compare existing conditions in field with those indicated on drawings. Report any discrepancies to design team lead.

3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS

A. Existing Services/Systems to Remain: Maintain services/systems to remain and protect them against damage.

B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with Owner’s representative. 2. If services/systems are required to be removed, relocated, or abandoned, provide temporary

services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building.

3. Disconnect, demolish, and remove components indicated to be removed. a. Equipment to Be Removed: Disconnect and cap services and remove equipment. b. Equipment to Be Removed and Reinstalled: Disconnect and cap services and

remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational.

c. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner.

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 Section 01 50 00 "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.

Page 121: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Selective Demolition Bid Set 02 41 19 - 3

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.

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.

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. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing.

5. Dispose of demolished items and materials promptly.

B. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition.

3.5 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 in an approved landfill.

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.

C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.

3.6 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

Page 122: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 6

WOOD, PLASTICS AND COMPOSITES

Page 123: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Bid Set

Rough Carpentry 06 10 00 - 1

SECTION 06 10 00 ROUGH CARPENTRY

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Framing with dimension lumber. 2. Framing with engineered wood products. 3. Shear wall & roof panels. 4. Rooftop equipment bases and support curbs. 5. Wood blocking, cants, and nailers. 6. Wood furring. 7. Wood sleepers. 8. Plywood backing panels.

B. Related Requirements:

1. Section 06 20 13 Exterior Finish Carpentry

1.2 ACTION SUBMITTALS

A. Product Data: For each type of process and factory-fabricated product.

1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements

2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements.

1.3 INFORMATIONAL SUBMITTALS

A. 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.

B. Evaluation Reports: For the following, from ICC-ES:

1. Wood-preservative-treated wood. 2. Fire-retardant-treated wood. 3. Engineered wood products. 4. Shear panels. 5. Power-driven fasteners. 6. Powder-actuated fasteners. 7. Expansion anchors. 8. Metal framing anchors.

Page 124: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Bid Set

Rough Carpentry 06 10 00 - 2

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. Provide dressed lumber, S4S, unless otherwise indicated.

B. Maximum Moisture Content of Lumber: 19 percent at time of installation, 16 percent at loading and 15 percent at close-in, unless otherwise indicated.

C. Engineered Wood Products: Provide engineered wood products acceptable to authorities having jurisdiction and for which current model code research or evaluation reports exist that show compliance with building code in effect for Project.

1. Allowable Design Stresses: Provide engineered wood products with allowable design stresses, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency.

2.2 WOOD-PRESERVATIVE-TREATED LUMBER

A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground.

1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium.

B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material.

C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review.

D. Application: Treat items indicated on Drawings, and the following:

1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing.

2. Wood sills, sleepers, blocking, furring, and similar concealed members. 3. Wood floor plates that are installed over roof deck.

2.3 DIMENSION LUMBER FRAMING

A. Framing - minimum grades UON:

1. Posts and beams 4x and larger: DF No. 1. 2. Joists, rafters, plates and 2x6 studs: DF No. 2 3. 2x4 studs, construction grade beams and posts to be free of heart center (FOHC).

"Framing Other Than Non-Load-Bearing Interior Partitions" Paragraph below is an example of a performance requirement that can be used instead of "Framing Other Than Non-Load-Bearing Interior Partitions" Paragraph above.

Page 125: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Bid Set

Rough Carpentry 06 10 00 - 3

B. Exposed Framing: Provide material hand-selected for uniformity of appearance and freedom from characteristics, on exposed surfaces and edges, that would impair finish appearance, including decay, honeycomb, knot-holes, shake, splits, torn grain, and wane.

1. Application: Exposed exterior. 2. Species and Grade: As indicated above for load-bearing construction of same type.

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. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds.

B. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species.

2.5 PLYWOOD SHEATHING

A. Structural Plywood shall conform to PSI-07, stamped and graded by APA with exterior glue 5/8” min.

2.6 FASTENERS

A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture.

1. Where rough carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M.

B. Power-Driven Fasteners: NES NER-272.

C. Bolts: Steel bolts complying with ASTM A 307, Grade A hex nuts and, where indicated, flat washers.

2.7 METAL FRAMING ANCHORS

A. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those of products of manufacturers listed. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency.

B. Galvanized-Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60 coating designation.

1. Use for interior locations unless otherwise indicated.

C. Hot-Dip, Heavy-Galvanized Steel Sheet: ASTM A 653/A 653M; structural steel (SS), high-strength low-alloy steel Type A (HSLAS Type A), or high-strength low-alloy steel Type B (HSLAS Type B); G185 (Z550) coating designation; and not less than 0.036 inch (0.9 mm) thick.

1. Use for wood-preservative-treated lumber and where indicated.

Page 126: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Bid Set

Rough Carpentry 06 10 00 - 4

2.8 MISCELLANEOUS MATERIALS

A. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch (0.6 mm).

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 furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction.

B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated.

C. Framing with Engineered Wood Products: Install engineered wood products to comply with manufacturer's written instructions.

D. Install fire-retardant treated plywood backing panels with classification marking of testing agency exposed to view.

E. Shear Wall Panels: Install shear wall panels to comply with manufacturer's written instructions.

F. Metal Framing Anchors: Install metal framing anchors to comply with manufacturer's written instructions. Install fasteners through each fastener hole.

G. Do not splice structural members between supports unless otherwise indicated.

H. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber.

I. Where wood-preservative-treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking.

J. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following:

1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2),

"Alternate Attachments," in ICC's International Residential Code for One- and Two-Family Dwellings.

3.2 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 sufficiently wet that moisture content exceeds that specified, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label.

END OF SECTION

Page 127: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Exterior Finish Carpentry Bid Set 06 20 13 - 1

SECTION 06 20 13 EXTERIOR FINISH CARPENTRY

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Work that replaces wood removed due to dryrot, or as required by drawings or by field conditions. a. Exterior wood trim. b. Lumber, plywood or hardboard siding. c. Plywood soffits. d. Exterior railings.

B. Related Requirements:

1. Section 06 10 00 Rough Carpentry 2. Section 09 91 00 Painting

1.2 ACTION SUBMITTALS

A. Product Data: For each type of process and factory-fabricated product.

B. Samples: For each type of product involving selection of colors, profiles, or textures.

1.3 INFORMATIONAL SUBMITTALS

A. Compliance Certificates:

1. For lumber that is not marked with grade stamp. 2. For preservative-treated wood that is not marked with treatment-quality mark.

B. Evaluation Reports: For the following, from ICC-ES:

1. Wood-preservative-treated wood.

PART 2 - PRODUCTS

2.1 WOOD-PRESERVATIVE-TREATED MATERIALS

A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC3b.

1. Kiln dry lumber and plywood after treatment to a maximum moisture content of 19 and 18 percent respectively.

2. Preservative Chemicals: Acceptable to authorities having jurisdiction. 3. Application: Where required do to exposure.

2.2 EXTERIOR TRIM

A. Lumber Trim:

Page 128: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Exterior Finish Carpentry Bid Set 06 20 13 - 2

1. Species and Grade: Western Red Cedar Clear Grade or Redwood Heart B. 2. Maximum Moisture Content: 15 percent. 3. Face Surface: Surfaced (smooth) or saw textured to match existing.

2.3 LUMBER SIDING

A. Species and Grade: Red Cedar Clear Grade or Redwood Heart B.

2.4 PLYWOOD SIDING

A. Plywood Type: APA-rated siding in panel sizes indicated.

1. Face Grade: 303- NR or SR.

B. Thickness: Match existing.

C. Face Species: Match existing.

D. Pattern: Match existing.

E. Surface: Smooth or Rough sawn to match existing.

2.5 PLYWOOD SOFFITS

A. Plywood Type: Exterior, APA-rated siding.

B. Thickness: Match existing..

C. Face Species: Match existing.

D. Surface: Smooth rough sawn to match existing.

2.6 EXTERIOR RAILINGS

A. Railings: Clear, kiln-dried, solid, Western Red Cedar Clear Grade or Redwood Heart B.Douglas ; railing stock to match existing.

2.7 MISCELLANEOUS MATERIALS

A. Fasteners for Exterior Finish Carpentry: Provide nails or screws, in sufficient length to penetrate not less than 1-1/2 inches (38 mm) into wood substrate.

1. For prefinished items, provide matching prefinished aluminum fasteners where face fastening is required.

2. For applications not otherwise indicated, provide hot-dip galvanized-steel fasteners.

B. Sealants: Latex, complying with ASTM C 834 Type OP, Grade NF and with applicable requirements in Section 079200 "Joint Sealants," recommended by sealant manufacturer and manufacturer of substrates for intended application.

C. Bird-Net Bird: Netting is constructed of black & stone (tan) high density polyethylene (HDPE) that is abrasion, flame, rot and UV resistant. Bird-Net is available in 3/4” (1.9cm) and 2” (5.1cm) square mesh to keep out a variety of pest birds.

Page 129: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Exterior Finish Carpentry Bid Set 06 20 13 - 3

PART 3 - EXECUTION

3.1 PREPARATION

A. Prime lumber and moldings to be painted, including both faces and edges, unless factory primed. Cut to required lengths and prime ends. Comply with requirements in Section 09 91 00 " Painting."

3.2 INSTALLATION, GENERAL

A. Install exterior finish carpentry level, plumb, true, and aligned with adjacent materials. Use concealed shims where necessary for alignment.

1. Scribe and cut exterior finish carpentry to fit adjoining work. Refinish and seal cuts as recommended by manufacturer.

3.3 STANDING AND RUNNING TRIM INSTALLATION

A. Install flat-grain lumber with bark side exposed to weather.

B. Install trim to comply with manufacturer's written instructions.

C. Install trim with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Do not use pieces less than 24 inches (610 mm) long except where necessary.

1. Use scarf joints for end-to-end joints. 2. Stagger end joints in adjacent and related members.

D. Fit exterior joints to exclude water. Cope at returns and miter at corners.

3.4 SIDING INSTALLATION

A. Install siding to comply with manufacturer's written instructions.

B. Lumber Siding: Apply starter strip along bottom edge of sheathing or sill. Install first course of siding with lower edge at least 1/8 inch (3 mm) below starter strip and subsequent courses lapped 1 inch (25 mm) over course below. Nail at each stud. Do not allow nails to penetrate more than one thickness of siding.

C. Plywood Siding: Install panels with edges over framing or blocking. Nail at 6 inches (150 mm) o.c. at panel perimeter and 12 inches (300 mm) o.c. at intermediate supports unless manufacturer recommends closer spacing. Leave 1/16-inch (1.5-mm) gap between adjacent panels and 1/8-inch (3-mm) gap at perimeter, openings, and horizontal joints unless otherwise recommended by panel manufacturer.

1. Seal butt joints at inside and outside corners and at trim locations.

END OF SECTION

Page 130: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 7

THERMAL AND MOISTURE PROTECTION

Page 131: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Roofing Underlayment Bid Set 07 14 80-1

SECTION 07 14 80 ROOFING UNDERLAYMENT

PART 1 - GENERAL 1.01 DESCRIPTION

A. This Section describes the requirements for furnishing and installing roofing underlayment.

B. Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub-contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following:

1. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 1 Specification Sections, apply to this Section.

2. Section 07 60 00 - Flashing and Sheet Metal 1.02 SUBMITTALS

A. Manufacturer’s product data, installation instructions, details and product sample. 1.03 QUALITY ASSURANCE

A. Manufacturer Qualifications: Self-adhesive membrane roofing underlayment shall be manufactured and marketed by a firm with a minimum of 20 years experience in the production and sales of self-adhered membrane roofing underlayment.

1.04 DELIVERY, STORAGE AND HANDLING

A. The membrane and accessory products must be handled properly. Read all product labels and Material Safety Data Sheets (MSDS’s) for proper handling and disposal. Deliver all materials in manufacturer’s unopened packages and store all materials under cover. Do not double stack palletized material.

1.05 JOB CONDITIONS

A. Apply underlayment in fair weather at temperatures of 40F and above.

B. Provide adequate ventilation of enclosed spaces where primer is used.

C. Apply roof covering material promptly at temperatures of 40F and above. PART 2 - PRODUCTS 2.01 APPROVED MANUFACTURERS AND PRODUCTS

A. High Temperature Underlayment: W. R. Grace & Co. - Conn., Grace Construction Products, Cambridge, MA , “Ultra” or approved equal.

2.02 MATERIALS

A. Standard Underlayment: Self-adhesive roofing membrane composed of glass fleece reinforcement and SBS modified bitumen. Face covered with a release film with top face lightly sanded.

1. Thickness: 60-mils minimum.

2. Breaking Strength: 54/91 lb/in., ASTM D5147.

3. Ultimate Elongation: 4/4%, ASTM D5147.

4. Static Puncture: 22.5-lb., ASTM D5602.

5. Peel Resistance on Concrete and Plywood: 16-lb./in., ASTM D903.

Page 132: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Roofing Underlayment Bid Set 07 14 80-2

6. Peel Strength: 5.7-lb/in., ASTM D903.

7. Water Vapor Permeance: <0.1, ASTM E96.

8. Low Temperature Flexibility: -31-deg. F., ASTM D1970.

B. High Temperature Underlayment: Ultra is a cold-applied, self-adhering membrane composed of a high density, cross laminated polyethylene film coated on one side with a layer of butyl rubber adhesive. An embossed, slip resistant surface is provided on the polyethylene. Ultra is interwound with a disposable silicone-coated release sheet. Membrane shall conform to the following physical properties:

1. Color: Gray-Black.

2. Membrane Thickness: 0.76 mm (30 mil), ASTM D 3767 Method A.

3. Membrane Tensile Strength: 1720 kN/m2 (250 psi), ASTM D 412 (Die C Modified).

4. Membrane Elongation: 250%, ASTM D 412 (Die C Modified).

5. Low Temperature Flexibility: Unaffected @ -29C (-20F), ASTM D 1970.

6. Adhesion to Plywood: 525 N/m (3.0 lb/in. width), ASTM D 903.

7. Permeance (Maximum): 2.9 ng/m2s Pa (0.05 Perms), ASTM E 96.

8. Material Weight Installed (Maximum): 1.1 kg/m2 (0.22 lb/ft2), ASTM D 461.

PART 3 - EXECUTION 3.01 PREPARATION

A. Install the membrane directly on a clean, dry, continuous structural deck. Some suitable deck materials include plywood, wood composition, wood plank, metal, concrete, or gypsum sheathing. Remove dust, dirt, loose nails, and old roofing materials. Protrusions from the deck area must be removed. Decks shall have no voids, damaged, or unsupported areas. Repair deck areas before installing the membrane.

3.02 INSTALLATION

A. Install underlayment in strict accordance with manufacturer’s printed application procedures, precautions and limitations.

END OF SECTION

Page 133: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Roof Insulation Bid Set 07 22 16-1

SECTION 07 22 16 ROOF INSULATION

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Roof insulation and installation. 1.02 RELATED SECTIONS

A. Section 06 5100 - Rough Carpentry. B. Section 07 5200 – Modified Bitumen Roofing

1.03 REFERENCES A. ASTM A-167-94a Specification for Stainless and Heat-Resisting Chromium Nickel Steel Plate, Sheet

and Strip B. ASTM A- 653 Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc - Iron Alloy-Coated

(Galvanized) by the Hot-Dip Process C. ASTM B-29 Pig Lead D. ASTM B-32 Solder Metal E. ASTM C-165-95 Test Method for Measuring Compressive Properties of Thermal Insulation F. ASTM C-208-95 Specifications for Cellulosic Fiber Insulating Board G. ASTM C-209-92 Test Method for Cellulosic Fiber Insulating Board H. ASTM C-272-91 Test Method for Water Absorption of Core Materials for Structural Sandwich

Constructions I. ASTM C 518 - Standard Test Method for Steady-State Heat Flux Measurements and Thermal

Transmission Properties by Means of the Heat Flow Meter Apparatus. J. ASTM C-728-91 Specification for Perlite Thermal Insulation Board K. ASTM D-5 Test Method for Penetration of Bituminous Materials L. ASTM D-36 Test Method for Softening Point of Bitumen (Ring and Ball Apparatus) M. ASTM D-92 Test Method for Flash and Fire Pints by Cleveland Open Cup N. ASTM D-312 Specification for Asphalt Used in Roofing O. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials. P. ASTM E 96 - Standard Test Methods for Water Vapor Transmission of Materials. Q. ASTM E 2114-01 - Standard Terminology for Sustainability Relative to the Performance of Buildings R. ASTM 2129 -01 - Standard Practice for Data Collection for Sustainability Assessment of Building

Product S. SMACNA Sheet Metal and Air Conditioning Contractors National Association T. UL Underwriter's Laboratories, Inc., Northbrook, Illinois U. FS HH-I-1972 Insulation Board, Polyisocyanurate V. WH Warnock Hersey International, Inc. Middleton, WI

1.04 SUBMITTALS A. Product Data: Manufacturer's specifications and installation instructions for each product specified. B. Provide approval letters from insulation manufacturer for use of their insulation within this particular

roofing system type. C. Provide a sample of each insulation type.

Page 134: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Roof Insulation Bid Set 07 22 16-2

D. Shop Drawings: 1. Indicate complete installation details of tapered insulation system, including identification of

each insulation block, sequence of installation, layout, drain locations, roof slopes, thicknesses, crickets and saddles.

2. Include: Outline of roof, location of drains and scuppers, complete board layout of tapered insulation components, thickness and the average "R" value for the completed insulation system.

E. Certifications: Submit all of the following:

1. Roof manufacturer's certification that insulation fasteners furnished are acceptable to roof manufacturer.

2. Roof manufacturer's certification that insulation furnished is acceptable to roofing manufacturer as a component of roofing system and is eligible for roof manufacturer's system warranty.

3. Certification that insulation and fastening system furnished is Tested and Approved by Factory Mutual for 1-90 Wind Up-Lift Requirements.

1.05 DESIGN REQUIREMENTS A. No ponding of water on roof, all runoff flows to drain. B. All roof insulation overlaid with perlite board. No roofing installed over exposed insulation.

1.06 PERFORMANCE REQUIREMENTS A. General: Fire Classification, ASTM E-108; Section specifies a roof system with an external fire rating.

The descriptions given below are general descriptions. The insulation, recovery board, and all other components shall be included as required by the membrane manufacturer to provide a Factory Mutual Class 1A fire resistance rating or Listed by Underwriter's Laboratories or Warnock Hersey for external fire tests of ASTM - E - 108 Class A.

B. Provide continuity of thermal barrier at building enclosure elements. C. Flame spread less than 25 when tested in accordance with ASTM E84. D. Smoke density less than 50 when tested in accordance with ASTM E84.

1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in manufacturer's original, unopened packaging, with identifying tags or labels intact

and legible. B. Coordinate scheduling for timely deliveries and prompt installation of materials. C. Store insulation and support system in a dry, protected area out of direct sunlight. If storage area

is outdoors, store material off the ground and protected by a suitable waterproof cover. D. Remove insulation which is warped, broken or exposed from moisture from the site.

1.08 ENVIRONMENTAL REQUIREMENTS A. Handle and install insulation system only under conditions and temperatures recommended by the

manufacturer. B. Coordinate insulation placement to assure that material can be covered promptly with roof. Do not

leave insulation exposed overnight or to inclement weather. 1.09 WARRANTY

A. Provide warranty coordinated with the requirements of other sections specifying roof products.

PART 2 PRODUCTS 2.01 MANUFACTURER

A. Acceptable Manufacturers: 1. Manville Roofing Systems, www.jm.com 2. Hunter, www.hpanels.com 3. GAF, www.gaf.com.

Page 135: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Roof Insulation Bid Set 07 22 16-3

2.02 MATERIALS A. Polyisocyanurate Roof Insulation: Provide thicknesses of insulation as indicated, or as required to

provide minimum slopes indicated or required. Provide combination of types and thicknesses to provide a complete system. 1. Surface Burning Characteristics: Provide assembly with composite flame spread rating of 25

or less and smoke developed of 50 or less, as determined in accordance with ASTM E 84. 2. Factory tapered, closed cell polyisocyanurate foam core, where indicated on ROOF PLAN. 3. Board insulation, closed cell polyisocyanurate foam core. a. Minimum thickness as indicated on ROOF PLAN and in details. b. R-Value per inch: 5.6. 4. Insulation board shall meet the following requirements:

a. UL, WH or FM listed under Roofing Systems b. Federal Specification HH-I-1972: Class 1 c. Dimensional Stability ASTM D2126: 2% max. d. Compressive Strength ASTM D1621: Grade 3, min. 25 psi. e. Vapor Permeability ASTM E-96: 1 perm max. f. Foam Core Density ASTM D1622: 2.0 pcf min. g. Water Absorption ASTM C209: <1 % h. Flame Spread ASTM E 84: 25 max. i. R-Factor HR per inch thickness ASTM C 518: (Design Value)

B. Related Materials: 1. Fiber Cant, crickets and Tapered Edge Strips: Performed rigid insulation units of sizes/shapes

indicated or as required to achieve configurations shown, of perlite or organic fiberboard. 2. Foam insulation adhesive: Insul-Lock HR by The Garland Company or approved equal.

C. Cover Board: 1. Premolded coated wood fiber board 1/2 inch thickness. a. Celotex, Structodeck or approved equal. D. Fasteners:

1. Corrosion resistant screw fastener as recommended by roof membrane manufacturer. 2. Factory Mutual Tested and Approved with 3 in. coated disc for 1-90 rating, length required to

penetrate deck one inch.

PART 3 EXECUTION 3.01 EXAMINATION

A. Verify that roof framing system is complete and ready to receive insulation system. Do not proceed with installation until unsatisfactory conditions have been corrected. 1. Verify that work which penetrates roof deck has been completed. 2. Verify that wood nailers are properly and securely installed. 3. Examine surfaces for defects, rough spots, ridges, depressions, foreign material, moisture, and

unevenness. 4. Do not proceed until defects are corrected. 5. Do not apply insulation until substrate is sufficiently dry, 12 percent moisture maximum, and ready

to receive insulation and adhesive. 6. Broom clean substrate immediately prior to application. 7. Use additional insulation to fill depressions and low spots that would otherwise cause ponding

water. 3.02 DECK PREPARATION

A. Verify flatness and tightness of joints of decking. B. Confirm dry deck by moisture meter with 12 percent moisture maximum. C. Place insulation boards in a method to maximize contact bedding. Notch out undersides of boards

which directly cover structural fasteners or strapping which are attached to the roof deck. Make notch equal to the length, width and depth of structural strap or fastener. Install boards to prevent "bubbles", high spots or dams across direction of required drainage flow.

3.03 INSTALLATION A. General: Install roof insulation in strict accordance with manufacturer's instructions and approved

shop drawings.

Page 136: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Roof Insulation Bid Set 07 22 16-4

1. Place boards in a method to maximize contact bedding. Notch out undersides of insulation where insulation directly covers structural fasteners which are attached to the roof deck. Make notch equal to the length, width and depth of steel strap.

2. Filler pieces of insulation require at least two fasteners per piece if size of insulation is less than four square feet.

3. All joints shall be staggered and offset a minimum of 6” from the previous layer. 4. Install no more than 2” of thermal insulation as a single layer. Mechanically attach all thermal

insulation on metal and wood decks. Fasteners shall only penetrate the top flute of structural deck or through wood decking. Fasteners shall not penetrate top flute of structural deck more than 1”.

5. All subsequent layer shall be installed with foam insulation adhesive. 3.04 CLEANING AND PROTECTION

A. Remove debris and cartons from roof deck. Protect finished work to insure that insulation remains clean and dry, ready to receive roofing membrane.

END OF SECTION

Page 137: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-1

SECTION 07 41 13 METAL ROOF PANELS

PART 1 – GENERAL 1.01 DESCRIPTION:

A. Work described in this section includes factory finished complete Class A preformed metal roofing system including clips, perimeter and penetration flashing, ridge cap, edge stiffeners, closures, ridge cap, drip stiffener and gutters. (Including gutter expansion joints).

1.02 SUBMITTALS: Comply with requirements of Submittal Section 01 33 00.

A. Shop Drawings: Show roofing system with flashings and accessories in plan and elevation; sections and details. Include metal thickness’ and finishes, panel lengths, joining details, anchorage details, flashings and special fabrication provisions for termination and penetrations. Indicate relationships with adjacent and interfacing work. Shop drawings must be completed by the metal panel manufacturer’s engineering department. Any and/or all changes recommended by the successful bidder must be approved by the manufacturer in writing prior to submittal.

B. Product Data: Include manufacturer’s detailed material and system description, sealant and

closure installation instructions, engineering performance data and finish specifications.

C. Design Test Reports: 1. Indicate fastener types of spacings; and provide fastener pullout values. 2. Submit copy of manufacturer’s minimum design load calculations according to

ASCE-7-10. 3. Submit copy of certification from manufacturer stating that specified system has been

tested in accordance with ASTM-1592 requirements by an independent Engineering Firm. All test results must be submitted including Air (ASTM E 283) Infiltration Tests. These test results must meet or exceed those listed in Section 1.8 (Design and Performance Criteria) and be stamped by an independent Engineering Firm.

1.03 INSTALLER QUALIFICATIONS:

A. Installer: 1. Engage an experienced metal roofing contractor (erector) to install standing seam

system who has a minimum of three (3) years experience specializing in the installation of structural standing seam metal roof systems.

2. Contractor must be certified by manufacturer specified a supplier of structural standing seam system and obtain written certification from manufacturer that installer is approved for installation of specified system. If requested, contractor must supply owner with a copy of this certification.

3. Successful contractor is required to maintain a full-time supervisor/foreman who is on

the job-site at all times during installation of new roof system. Foreman must have a minimum of five (5) years’ experience with the installation of system similar to that specified.

1.04 MANUFACTURER QUALIFICATIONS:

A. The materials outlined in the Material and Method Specifications are based on the performance characteristics of the Rmer Span system by the Garland Company. Bidder will not be allowed to supply panels formed at the job-site on portable rollformers; metal panels must be pre-manufactured and engineered for this project. Bidder will not be allowed to change materials after the bid opening date. If the bidder wishes to propose an alternate manufacturer and/or material than that specified, the following manufacturer criteria must be submitted and approved in writing by the Architect and or Customer 10 days prior to bid due date. Failure to comply with this requirement is grounds for disqualification of Bid.

1. Submit certified test reports from a testing laboratory that bear the stamp of a registered

California P.E. to show compliance with specified performance criteria. Test reports must meet the specified negative uplift pressures as listed per this specification for the

Page 138: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-2

gauge, panel width and clip spacing specified as confirmed by manufacturers ASTM-E-1592 test results.

2. Tests shall have been made identical systems within the ranges of specified performance criteria.

3. Empirical calculations for roof performance shall only be acceptable for positive loads. 4. Indicate fastener types and spacings and provide fastener pullout values. 5. Submit copy of manufacturer’s Factory Mutual Certification for specified system. 6. Submit copy of certification from manufacturer stating that specified system has been

tested in accordance with ASTM-1592 requirements by an independent Engineering Firm. All test results must be submitted including Air (ASTM E 283) Infiltration and meet or exceed those listed in Section 1.8 (Design and Performance Criteria).

7. A list of a minimum of five (5) jobs where the proposed alternate material was used under similar conditions. The reference list shall include date of project, size of project, address and contact telephone number.

8. A financial statement demonstrating a current ratio of 2:1 (current assets to current liabilities).

9. A written statement from the manufacturer stating that they will provide the building owner with a daily site inspection for a minimum of one (1) hour by an experienced, full time employee of the company.

10. A written statement from a corporate officer of the manufacturing company stating that he or she has reviewed the specifications and confirms that the proposed system meets or exceeds all performance requirements listed as well as meets the panel size, gauge, weight, clip design, sealant design, uplift pressures and height of the vertical seam.

11. A copy of manufacturer’s 30 year NDL standing seam/modified built up warranty.

B. The following samples must be submitted by alternate manufacturers: 1. Submit sample of panel section, at least 6” x 6” showing seam profile and also a sampler

of color selected. 2. Submit sample of panel clip.

Page 139: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-3

1.05 DELIVERY, STORAGE, AND HANDLING:

A. Manufacturer’s responsibility: 1. Protect components during fabrication and packing from mechanical abuse, stains,

discoloration, and corrosion. 2. Provide protective interleaving between contact areas of exposed surfaces to prevent

abrasion during shipment, storage, and handling.

B. Installer’s responsibility: 1. Store materials off ground providing for drainage; under cover providing for air

circulation; and protected from wind movement, foreign material contamination, mechanical damage, cement, lime or other corrosive substances.

2. Handle materials to prevent damage to surfaces, edges and ends of roofing sheets and sheet metal items. Damaged material shall be rejected and removed from the site.

1.06 JOB CONDITIONS:

A. Determine that work of other trades will not hamper or conflict with necessary fabrication and storage requirements for preformed metal roofing system.

B. Protection:

1. Provide protection or avoid traffic on completed roof surfaces. 2. Support no roof-mounted equipment directly on roofing system.

C. Ascertain that work of other trades which penetrates the roof or is to be made watertight by the

roof is in place and approved prior to installation of roofing. 1.07 QUALITY CRITERIA:

A. Applicable standards: 1. American Iron and Steel Institute (AISI):

S100-07 Specification for the Design of Cold-Formed Steel Structural Members.

2. American Society for Testing and Materials (ASTM): A792-03 Specification for Steel Sheet, 55% Aluminum-Zinc Alloy-Coated by the

Hot-Dip Process. A653-04 Specification for Steel Sheet Zinc-coated (galvanized) or Zinc-Iron

Alloy-coated (Galvannealed) by the Hot-Dip process. E283-93 Test Method for Rate of Air Leakage through Exterior Windows,

Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen.

E1592-01 Standard Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference.

3. Sheet Metal and Air Conditioning Contractors National Association (SMACNA): Architectural Sheet Metal Manual, Latest Edition.

4 Underwriters’ Laboratories (UL): Standard UL – 580 Tests for Wind-Uplift Resistance of Roof Assemblies. Standard UL – 790 Class A Fire Rated Materials.

B. Applicable erection tolerances: Maximum variation from true planes or lines: ¼” in 20’-0”; 3/8”

in 40’-0” or more.

Page 140: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-4

1.08 DESIGN AND PERFORMANCE CRITERIA:

A. Thermal Movement: 1. Completed metal roofing and flashing system shall be capable of withstanding expansion

and contraction of components caused by changes in temperature without buckling, producing excess stress on structure, anchors or fasteners, or reducing performance ability.

2. Interface between panel and clip shall provide for unlimited thermal movement in each direction along the longitudinal direction.

B. Uniform wind load capacity:

1. Capacity shall be determined using pleated airbag method in accordance with ASTM E 1592, testing of sheet metal roof panels as follows: (7.1) Roof test specimens shall be either full length or representative of the main body

of the roof, free from edge restraint or perimeter attachments, continuous over one or more supports, and containing at least five panel modules for standing seam roof.

(7.1.2) No attachments shall be permitted at sides or end perimeter other than those that occur uniformly throughout roof. Side and end seals shall be flexible and in no way restrain crosswise distortion of panels.

(7.2.1) Panels and accessories shall be production materials of same type and thickness proposed for use on project.

2. Installed roof system shall carry positive uniform design loads with a maximum system deflection of L/180 as measured at the rib (web) of the panel.

C. Underwriters’ Laboratories, Inc., (UL) fire resistance P ratings for roof assemblies.

Underwriters’ Laboratories, Inc., (UL) Class A fire rated materials per UL 790. D. ASTM E283: Static pressure air infiltration:

Pressure Leakage Rate 1.57 PSF 0.0007 cfm/sq.ft. 6.24 PSF 0.0002 cfm/sq.ft. 20.0 PSF 0.0036 cfm/sq.ft.

E. Water penetration (dynamic pressure): No water penetration, other than condensation, when

exposed to dynamic rain and 70 mph wind velocities for not less than five minutes duration, when tested in accord with principles of ASMA 501.1.

F. Capacities for gauge, span or loading other than those tested may be determined by interpolation

of test results within the range of test data. Extrapolation for conditions outside test range are not acceptable.

G. Cool Roof Features:

Aged Solar Reflectance = 0.20 or higher Thermal Emittance = 0.75 or higher

Verify that colors selected meet this minimum criteria.

1.09 WARRANTIES:

A. Owner shall receive ONE (1) WARRANTY from manufacturer of roof panels covering ALL of the following criteria. Multiple warranties are NOT acceptable:

1. Manufacturer’s 30 year NDL watertight warranty.

2. Manufacturer’s warranty shall be a total systems warranty including all metal

standing seam roofing, soffits, wall panels, built up roofing and title 24 reflective coatings. This composite warranty shall provide the District with a single source of liability by guaranteeing all waterproofing systems against leaks for a period of 30 years.

3. Installer shall provide manufacturer with 5 year warranty covering roofing system installation and watertightness.

1.10 PRE-INSTALLATION CONFERENCE:

A. Conduct pre-installation meeting at project site before each construction activity that required coordination with installation of preformed metal roofing system.

Page 141: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-5

B. Other trades involved in or affected by installation of metal roof system shall attend.

C. Advise Architect/Owner of scheduled meeting dates minimum of seven (7) days in advance.

D. Review progress of other construction activities and preparations for particular activity under

construction at each pre-installation conference.

E. Record significant discussions and agreements/disagreements of each conference, along with approved schedule. Distribute record of meeting to everyone concerned, promptly, including Owner and Architect.

F. Do not proceed if conference cannot be successfully concluded. Initiate whatever actions are

necessary to resolve impediments to performance of work and reconvene conference at earliest feasible date.

PART 2 – PRODUCTS 2.01 MATERIALS:

A. Metal Roofing System: 1. Whenever a particular make of material, trade name and/or manufacturer’s name is

specified herein, it shall be regarded as being indicative of the minimum standard of quality required. A bidder who proposes to quote on the basis of an alternate material and/or system will only be considered if the proposed alternate is submitted on time and is documented as being equivalent or superior in quality to the specified system as described in these specifications. Additionally, all manufacturer and contractor/fabricator guidelines must be met as specified.

B. Panel Material:

1. Panel material: 24 ga., Galvalume steel, type AZ-55, grade 50 B, smooth as per ASTM A792-96.

2. Flashing, gutters, and flat stock material: Fabricate in profiles indicated on drawings of same material, thickness, and finish as roof system, unless indicated otherwise.

C. Finish on surfaces:

1. Exposed surfaces on Galvalume: Metal roofing, gutters, ridge caps, drip stiffener, and flashing components shall receive factory applied Kynar 500 paint finish. Color shall be as selected by Architect from Manufacturer’s standard or designer colors available.

2. Coating system shall provide nominal 1.0 mil dry film thickness, consisting of primer and color coat.

3. Color shall be as selected by Architect or Owner from manufacturer’s stock colors available and shall match preformed metal roofing color Section 07430.

D. Characteristics:

1. Configuration: Standing seams incorporating mechanically interlocked, concealed anchor clips allowing unlimited thermal movement, and of configuration which will prevent entrance or passage of water. a. Panel/Cap configuration must have a total of four (4) layers of steel

surrounding anchor clip for prevention of water infiltration and increased system strength designed to limit potential for panel blow-off.

b. Profile of panel shall have mesa’s every ½” o.c. continuous throughout panel which are a minimum of 1.5” wide. These will absorb thermal stresses, reduce oil canning in panel and increase load carrying capacity.

c. Exposed fasteners, screws and/or roof mastic is unacceptable and will be rejected. System configuration only allows for exposed fasteners at panel overlap (if required) and trim details (as per manufacturer’s guidelines).

d. Panels must be furnished in continuous lengths from ridge to eave with no overlaps unless approved by manufacturer to length of run.

2. Seam must be 2-3/8” minimum height for added upward pressures and aesthetic appeal. Seam shall have continuous anchor reveals to allow anchor clips to resist positive and negative loading and allow unlimited expansion and contraction of panels due to thermal changes. Integral (not mechanically sealed) seams are not acceptable.

3. Concealed Anchor Clips: Clips must be 16 gauge, 40,000 p.s.i. (G-90 galvanized steel) ONE (1) piece clip with projecting legs for additional panel alignment and provision for unlimited thermal movement in each direction along the longitudinal dimension. a. Two-piece (2) clips are NOT acceptable.

Page 142: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-6

b. Clip design must isolate sealant in panel cap from clip to insure that no sealant damage occurs from the clip during expansion and contraction.

c. Clip must maintain a clearance of a minimum of 3/8” between panel and substrate for proper ventilation to help prevent condensation on underside of panel and eliminate the contact of panel fastener head to panel.

4. Seam cap: Snap-on cap shall be a minimum of 1” wide “T” shaped of continuous length up to 45 feet accordingly to job condition and field seamed by means of manufacturer’s standard seaming machine. a. Cap shall be designed to receive continuous double bead of hot applied,

foamed in place gasketing sealant which will not come in contact with the anchor clip to allow unlimited thermal movement of panel without damage to cap sealant.

b. Sealant shall be non-fatigue, nitrogen injected water barrier. 5. Standing Seam Panel Width: 18” 6. Replaceability: Panels shall be of a symmetrical design with snap on cap configuration

such that individual panels may be removable for replacement without removing adjacent panels.

7. Panel ends shall be panned at ridge, headwall, and hip conditions where applicable.

E. Accessories: 1. Gable anchor clips: Standing Seam styles galvanized minimum thickness 16 gauge. 2. Fasteners:

a. Concealed fasteners: Corrosion resistant steel screws designed to meet structural loading requirements. The normal minimum screw size shall be #12.

3. Closures: Factory pre-cut closed cell foam meeting ASTM D3575-93 a cross-linked closed cell polyolefin foam, enclosed in metal channel matching panels when used at hip and ridge.

4. Panel joint (endlap) sealant: Non-curing modified isobutylene tri-polymer tape of thickness to fully adhere to both surfaces being joined with indicated service life of 30 years.

2.02 ACCESSORY PRODUCTS:

A. Sealant: 1. Acceptable product:

a. Concealed Application: PT1-707 or Bostik Chem-Calk butyl sealant. b. Exposed Application: The Garland Company, Tuff Stuff or Equal

B. Underlayment: A. The Garland Company, Rmer Seal or Equal

2.03 FABRICATION:

A. Shop fabricate metal roofing, gutter, and flashing components to the maximum extent possible, forming metal work with clear, sharp, straight, and uniform bends and rises. Hem exposed edges of flashings.

B. Form flashing components and gutters from full single width sheet in minimum 10’-0” sections.

Provide mitered corners, joined using closed end pop rivets and joint sealant.

C. Fabricate roofing and related sheet metal work in accord with approved shop drawings and applicable standards.

PART 3 – EXECUTION 3.01 PREPARATION:

A. Inspection: Examine the alignment and placement of the building structure and substrate. Correct any objectionable warp, waves or buckles in the substrate before proceeding with installation of the preformed metal roofing. The installed roof panels will follow the contour of the structure and may appear irregular if not corrected.

B. Establish straight side and crosswise benchmarks.

C. Use proper size and length fastener for strength requirements. Approximately 5/16” is allowable

for maximum fastener head size beneath the panel.

Page 143: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-7

D. Pre-roofing conference: Prior to beginning metal roofing work, a pre-roofing conference shall be

held to review work to be accomplished.

1. Contractor, metal roofing subcontractor, metal roofing system manufacturer’s representative and all other subcontractors who have equipment penetrating roof or whose work involves access to roof shall be present.

3.02 ROOFING AND FLASHING INSTALLATION:

A. All details will be shown on manufacturer’s shop drawings to successful bidder; install roofing and flashings in accordance with approved shop drawings and manufacturer’s product data, within specified erection tolerances.

B. Install a high temperature peel and stick underlayment over the entire wood deck surface.

C. Install 3” x 5” (16 gauge) pre-punched bearing plates with the 16 gauge one piece panel clips

as necessary to provide even panel seam height. Bearing plates shall possess two pre-slotted holes and be fastened into the deck. Clip spacing is at end of section.

D. Installation of Roof Panels: Roof panels can be installed by starting from either end and working

towards the opposite end. Due to the symmetrical design of the specified panel system, it is also acceptable to start from the middle of the roof and work toward each end.

1. A stainless steel pop rivet shall be secured through the anchor reveal of the panel leg

and extend into the arms of the panel clip located at the ridge of the system. This is done at each arm of the clip along the ridge. The panel is then anchored at both sides of the clip. a. Be sure to capture all drilling debris during this operation with a rag or cloth

placed on the panels at the drilling operation. 2. The seam caps are shipped with two rolls of factory applied hot melt sealant located

inside the caps. To install the caps, hook one side of the cap over the panel edge and rotate over the opposite panel leg. For ease of installation, start at one end of the panel and work toward the opposite end.

3. A hand crimping tool is used to crimp the cap around the top of two adjacent panels. 4. Caps shall then be permanently seamed with manufacturers mechanical seamer.

E. Isolate dissimilar metals and masonry or concrete from metals with bituminous coating. Use

gasketed fasteners where required to prevent corrosive action between fastener, substrate, and panels.

F. Limit exposed fasteners to extent indicated on shop drawings.

G. Anchorage shall allow for temperature expansion/contraction movement without stress or

elongation of panels, clips, or anchors. Attach clips to structural substrate using fasteners of size and spacing as determined by manufacturer’s design analysis to resist specified uplift and thermal movement forces.

H. Seal laps and joints in accordance with roofing system manufacturer’s product data.

I. Coordinate flashing and sheet metal work to provide weathertight conditions at roof terminations.

Fabricate and install in accordance with standards of SMACNA Manual.

J. Provide temperature expansion/contraction movement of panels at roof penetrations and roof mounted equipment in accordance with system manufacturer’s product data and design calculations.

K. Installed system shall be true to line and plane and free of dents, and physical defects with a

minimum of oil canning.

L. Form joints in linear sheet metal to allow for ¼” minimum expansion at 20’-0” o.c. maximum and 8’-0” from corners.

M. At joints in linear sheet metal items, set sheet metal items in two ¼” beads of butyl sealant.

Extend sealant over all metal surfaces. Mate components for positive seal. Allow no sealant to migrate onto exposed surfaces.

Page 144: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Metal Roof Panela Bid Set 07 41 13-8

N. Remove damaged work and replace with new, undamaged components.

O. Touch up exposed fasteners using paint furnished by roofing panel manufacturer and matching exposed panel surface finish.

P. Install expansion joints on all gutters exceeding 50’-0” long or a minimum of 1 per 12 units.

SMACNA Figure 1-7- Butt Type gutter expansion joint.

3.03 CLEANING:

A. Clean exposed surfaces of work promptly after completion of installation. To prevent rust staining on finished surfaces, immediately remove filings produced by drilling or cutting.

C. Clean roofs in accordance with manufacturer’s recommendations. D. Clean exposed surfaces of roofing and accessories after completion of installation. Leave in

clean condition at Date of Substantial Completion for Project. Touch up minor abrasions and scratches in finish.

E. Touch up exposed fasteners using paint furnished by roofing panel manufacturer and matching

exposed panel surface finish. F. Remove all scrap and construction debris from the site.

3.04 FINAL INSPECTION:

A. Final inspection will be performed by a firm appointed and paid for by the owner in accordance with general requirements.

END OF SECTION

Page 145: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-1

SECTION 07 53 60 MODIFIED BITUMEN ROOFING

PART 1 - GENERAL 1.1 SCOPE OF WORK

A. Provide all labor, equipment, and materials to install modified bitumen roof system over the properly prepared substrate.

1.2 RELATED SECTIONS

A. Drawings and general provisions of the Contract, including General Supplementary Conditions and Division 1 Specification Sections apply to this section.

B. Coordinate with related work specified elsewhere: 01 Division 6 Section "Rough Carpentry" for wood blocking and nails. 02 Division 7 Section "Flashing and Sheet Metal." 1.3 REFERENCES

A. American Society for Testing and Materials (ASTM)

1. D41, Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing

2. D312, Specification for Asphalt Used in Roofing 3. D451, Test Method for Sieve Analysis of Granular Mineral Surfacing for

Asphalt Roofing Products 4. D1079, Terminology Relating to Roofing, Waterproofing, and Bituminous

Materials 5. D1227, Specification for Emulsified Asphalt Used as a Protective Coating for

Roofing 6. D1863, Specification for Mineral Aggregate Used on Built-Up Roofs 7. D2178, Specification for Asphalt Glass Felt Used in Roofing and

Waterproofing 8. D2822, Specification for Asphalt Roof Cement 9. D2824, Specification for Aluminum-Pigmented Asphalt Roof Coating 10. D3019, Specification for Lap Cement Used with Asphalt Roll Roofing 11. D4601, Specification for Asphalt-Coated Glass Fiber Base Sheet Used in

Roofing 12. D5147, 1991 Test Method for Sampling and Testing Modified Bituminous

Sheet Materials 13. E108, Test Methods for Fire Test of Roof Coverings

B. ASCE-7 Wind uplifts requirements for geographical area. C. Federal Specifications (FS)

1. TT-S-00230C D. National Roofing Contractors Association (NRCA)

1. Roofing and Waterproofing Manual E. Single Ply Roofing Institute (SPRI) F. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA)

1. Architectural Sheet Metal Manual

Page 146: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-2

G. Underwriters’ Laboratories (UL) 1. Fire Hazard Classifications 2. Class 90-wind uplift.

H. California Building Code (CBC)

1.4 SUBMITTALS

A. Submit under provisions of Section 01300.

B. Submit certification that the roof system furnished is tested and approved by Underwriters Laboratories or Warnock Hersey for external fire tests of ASTM E – 108 Class A.

C. Product Data for each type of product specified include manufacturer’s technical product data, installation instructions, and recommendations for each type of roofing product required. Include data substantiating that materials comply with specified requirements.

D. For all modified bituminous sheet roofing Include independent test data according to ASTM designation D-5147-91 “Standard Test Methods for Sampling and Testing Modified Bituminous Sheet Material” substantiating that materials comply with specified requirements.

E. Any material submitted as an equal to specified material must be submitted and approved at least 10 days prior to bid due date. Included with the submittal will be a stamped letter from a Structural II engineer licensed in the State certifying that all code requirements are met and include wind uplift calculations per ASCE 7-10 specific to the project. The manufacturer will provide a letter, signed by an officer of the company, stating that the proposed system meets all performance and warranty requirements and that all inspection requirements will be met.

F. Show evidence that the products and materials are manufactured in the United States and that the materials provided conform to all requirements specified herein, and are chemically and physically compatible with each other and are suitable for inclusion within the total roof system specified herein.

G. Show evidence that the installer specializes in modified bituminous roof application with a minimum 5 years experience and who is certified by the roofing system manufacturer as qualified to install manufacturer’s roofing materials.

H. Provide a sample of each product.

I. Unexecuted Manufacturer’s warranty.

J. Certified copy of ISO 9001 compliance.

K. Any deficiencies in performance, warranty terms or improper submittal procedure will constitute grounds for immediate rejection of alternate.

1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Roofing system manufacturer shall have a minimum of 10

years experience in manufacturing modified bitumen roofing products in the United States and be ISO 9001 certified.

B. Installer Qualifications: Installer (Roofing) shall be specializing in modified bituminous

roof application with minimum 5 years experience and who is certified by the roofing system manufacturer as qualified to install manufacturer's roofing materials.

C. It is the intent of this specification to provide a roof system with an external fire rating. The

descriptions given below are general descriptions. All components shall be as required by the membrane manufacturer to provide a Class One F.M. No. 4470 assembly.

Page 147: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-3

D. Regulatory Requirements: 1. Classification by Underwriters’ Laboratories, Inc. as a Class A roof covering. 2. Roofing system shall be installed in accordance with ASCE-7 wind uplift

requirements for geographical location and a 90 MPH 3-second gust wind speed zone with an importance factor of 1.15 based on IBC requirements. Wind-resistance loads listed below have a safety factor of 2.0 incorporated into the calculation.

a. Zone 1 Field -33.6 b. Zone 2 Perimeter -56.1 c. Zone 3 Corner -84.6

Follow local, state, and federal regulations of safety standards and codes. Refer to applicable building code or International Building Code for roofing system installation requirements and limitations.

E. Installer's Field Supervision: Require Installer to maintain a full-time Supervisor/Forman

on job site during all phases of modified bituminous sheet roofing work and at any time roofing work is in progress, proper supervision of workmen shall be maintained. A copy of the specification shall be in the possession of the Supervisor/Foremen and on the roof at all times.

F. It shall be the Contractor's responsibility to respond immediately to correction of roof

leakage during construction.

G. Disqualification of Bidders: A bidder can be disqualified by the Architect or Owner for any of the following reasons, but not limited to:

01 The failure to attend the Pre-Bid conference at the time and place so described under

Bidding Dates. 02 Incorrect use of the “Proposal” as provided by the Architect/Owner. Any changes in

said format shall be accepted by the Architect/Owner only when requested and approved in writing prior to the bid opening. Changes in the Proposal after the opening of the bids will not be accepted.

03 Lack of proficiency as shown by past work or incomplete work under other contracts which, in the judgement of the Architect/Owner might hinder or prevent the prompt completion of additional work if so awarded or any involvement in any legal actions which relate to past or present performance. This includes, but is not limited to lawsuits, court appointed actions, and/or ongoing litigation.

H. Pre-installation Roofing Conference: Approximately 2 weeks before scheduled of

commencement modified bitumen sheet roof system and associated work, meet at Project site with Installer, installer of each component of associated work, installers of deck or substrate construction to receive roofing work, installers of rooftop units and other work in the around roofing that must precede or follow roofing work (including mechanical work if any), Architect/Owner, roofing system manufacturer's representative, and other representatives directly concerned with performance of the Work, including (where applicable) Owner's insurers, test agencies, and governing authorities. Objectives to include:

01 Review foreseeable methods and procedures related to roofing work.

Tour representative areas of roofing substrates (decks), inspect and discuss condition of substrate, roof drains, curbs, penetrations, and other preparatory work performed by other trades.

02 Review structural loading limitations of deck and inspect deck for loss of flatness and for required attachment.

03 Review roofing systems requirements (drawings, specifications, and other contract documents).

04 Review required submittals, both completed and yet to be completed.

Page 148: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-4

05 Review and finalize construction schedule related to roofing work and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays.

06 Review required inspection, testing, certifying, and material usage accounting procedures.

07 Review weather and forecasted weather conditions and procedures for coping with unfavorable conditions, including possibility of temporary roofing (if not a mandatory requirement).

08 Record (contractor) discussion of conference, including decisions and agreements (or disagreements) reached, and furnish copy of record to each party attending. If substantial disagreements exist at conclusion of conference, determine how disagreements will be resolved and set date for reconvening conference.

09 Review notification procedures for weather or non-working days. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver products to site with seals and labels intact, in manufacturer's original

containers, dry and undamaged.

B. Store and handle roofing sheets in a dry, well-ventilated, weather-tight place to ensure no possibility of significant moisture exposure. Store rolls of felt and other sheet materials on pallets or other raised surface. Stand all roll materials on end. Cover roll goods with a canvas tarpaulin or other breathable material (not polyethylene).

C. Do not leave unused rolled goods on the roof overnight or when roofing work is not in

progress unless protected from weather and other moisture sources.

D. Handle and store materials or equipment in a manner to avoid significant or permanent deflection of deck.

1.7 MANUFACTURER'S INSPECTIONS A. When the project is in progress, the Roofing System Manufacturer will provide the following:

01 Keep the Architect informed as to the progress and quality the work as observed.

02 Provide job site inspections minimum three days per week by a full time employee of the manufacturer.

03 Report to the Architect in writing, any failure or refusal of the Contractor to correct unacceptable practices called to the Contractor's attention.

04 Confirm, after completion of the project and based on manufacturer's observations and tests, that manufacturer has observed no applications procedures in conflict with the specifications other than those that may have been previously reported and corrected.

1.8 PROJECT CONDITIONS A. Weather Condition Limitations: Do not apply roofing membrane during inclement

weather or when a 30% chance of precipitation is expected. B. Do not apply roofing insulation or membrane to damp deck surface. C. Do not expose materials vulnerable to water or sun damage in quantities greater than can

be weatherproofed during same day. D. Proceed with roofing work only when existing and forecasted weather conditions will

permit unit of work to be installed in accordance with manufacturer's recommendations and warranty requirements.

Page 149: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-5

1.9 SEQUENCING AND SCHEDULING

A. Sequence installation of modified bituminous sheet roofing with related units of work specified in other sections to ensure that roof assemblies, including roof accessories, flashing, trim, and joint sealers, are protected against damage from effects of weather, corrosion, and adjacent construction activity.

B. All work must be fully completed on each day. Phased construction will not be accepted.

1.10 WARRANTY

A. Owner shall receive ONE (1) WARRANTY from manufacturer of roof panels covering ALL of the following criteria. Multiple warranties are NOT acceptable:

01. Manufacturer’s 30 year NDL watertight warranty.

02. Manufacturer’s warranty shall be a total systems warranty including all metal standing seam roofing, soffits, wall panels, built up roofing and title 24 reflective coatings. This composite warranty shall provide the City with a single source of liability by guaranteeing all waterproofing systems against leaks for a period of 30 years.

03. Installer shall provide manufacturer with 5 year warranty covering roofing system installation and watertightness.

PART 2 - PRODUCTS 2.1 GENERAL

A. When a particular trade name or performance standard is specified it shall be indicative of a standard required.

B. Provide products as specified. Bidders proposing substitutes shall submit all required

information under 07 53 60 to The Owner’s representative at least 10 days prior to bid due date. All substitutions have to be approved prior to bidding. No substitutions will be accepted after bidding or contract award. All bidders will have an opportunity to bid on any substitute system that is approved.

C. Any item or materials submitted as an alternate to the manufacturer specified must comply

in all respects as to the quality and performance, including job site investigation of the brand name specified. The Owner shall be the sole judge as to whether or not an item submitted as an equal is truly equal. Should the contractor choose to submit on the equal basis, he shall assume all risk involved, monetary or otherwise, should the Owner find it unacceptable. The Contractor is warned to obtained prior approval at least ten days prior to bid date of any material not specified. The following must be included for materials submitted for sustitutions: (five copies)

01 Complete data substantiating compliance of proposed substitution with Contract

Documents. 02 For products:

a. Product identification, including manufacturer’s literature and manufacturer’s name and address.

b. Current certificate from an accredited testing laboratory comparing the physical and performance attributes of the proposed material with those of the specified materials substantiating, SBS Rubber Content, Ash Content, Low Temperature Flexibility, Tensile Strength of finished membranes according to ASTM D-5147. Test results must be dated, notarized, and on testing laboratory stationary.

c. A five gallon sample of any adhesive, coating, mastic or sealant and a 3' X 5', sample of any sheeting goods as may be specified. Manufacturer’s labels must

Page 150: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-6

be on containers, smaller containers may be submitted if manufacturer’s labels are attached.

d. Material Safety Data Sheets providing all pertinent data as to flammability, combustibility, toxicity, etc.

e. List of at least five (5) local jobs, where the proposed alternate material was used under similar conditions. These jobs must be available for inspection by the Owner. Names, phone numbers, and a copy of manufacturers warranty on each job are required for verification.

f. Notarized statement from the Roofing System Manufacturer, signed by a corporate officer of the Corporation with the Corporate Seal affixed thereto stating in writing that:

All Bidding Documents have been inspected. The project site has been inspected. The roofing system manufacturer will provide field inspections on a daily basis,

on during, and until all construction work is completed and accepted by the Owner. Inspections shall be performed by a full time employee of the manufacturer. These inspections shall be provided to the Owner at no charge.

Furnish the 30 year NDL "No Dollar Limit" warranty as stipulated in the Contract Documents.

03 For construction methods:

a. Detailed description of proposed method. b. Drawings illustrating methods.

04 Itemized comparison of proposed substitution with product or method specified. 05 Data related to changes in construction schedule. 06 Relation to separate contracts.

D. In making request for substitution, Bidder / Contractor represents:

01 He has personally investigated proposed product or method, and determined that it is

equal or superior in all respects to that specified. 02 He will provide the same guarantee for substitution as for product or method specified. 03 He will coordinate installation of accepted substitution in work, making such changes

as may be required for work to be completed in all respects. 04 He waives all claims for additional cost related to substitution which consequently

become apparent. 05 Cost data is complete and includes all related cost under his contract or other contracts

which may be affected by the substitution. 06 He will reimburse the Owner for all redesign cost substitute may require.

E. Substitutions will not be considered if:

01 Product or method to be considered does not have a minimum of five (5) years of

successful performance in roofing and reroofing applications in the United States. 02 Any discrepancies in the test data, or if the tests or submittals are incomplete. 03 They are indicated or implied on Shop Drawings or Project Data Submittals without

formal request submitted in accordance with Paragraph 2.01. 04 Acceptance will require substantial revision of Contract Documents.

2.2 BITUMINOUS MATERIALS A. Asphalt Primer: V.O.C. compliant, ASTM D-41. Garla-Prime by Garland or pre approved

equal.

A. Asphalt Roofing Mastic: V.O.C. compliant, ASTM D-2822, Type II. Flashing Bond by Garland or pre approved equal.

Page 151: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-7

B. Adhesive: Weatherking Cold Applied Membrane Adhesive

C. Elastomer: V.O.C. compliant, Trowelable asphalt elastomeric mastic. Garla-Flex by Garland or pre-approved equal.

D. Finish Surfacing: Rubberized, fiber-reinforced fire-rated flood coat for modified,

WeatherScreen by Garland or pre-approved equal. 2.3 SHEET MATERIALS

A. Roofing Membranes 01 Modified Base Sheet: A fiberglass reinforced, Styrene-Butadiene-Styrene (SBS)

modified asphalt coated venting sheet, having an average weight of 28 pounds per square recommended by Garland.

02 Modified Roof Membrane (Base Ply): 180 mil SBS (Styrene-Butadiene-Styrene) rubber modified roofing membrane with high strength, polyester/fiberglass reinforcement. Stressbase 80 Plus by Garland, or pre-approved equal.

03 Modified Roof Membrane (Finish Ply): SBS (Styrene-Butadiene-Styrene) rubber modified roof membrane reinforced with asphalt-coated glass fiberglass scrim, with granulated surface. Stressply Plus Fr Mineral-Surfaced by Garland or pre-approved equal, Modified Roof Membrane (Finish Ply): SBS (Styrene-Butadiene-Styrene) rubber modified roof membrane reinforced with asphalt-coated glass fiberglass scrim, with granulated surface. Stressply Plus Fr Mineral-Surfaced by Garland or pre-approved equal, embed 400 lbs per sq of white ¾” gravel.

04 Stripping Membrane: 180 mil SBS (Styrene-Butadiene-Styrene) rubber modified roofing membrane with high strength, polyester/fiberglass reinforcement. StressPly IV Plus by Garland, or pre-approved equal.

05 Finish Surfacing (CRRC): 4 gallons per 100 sq.ft of Rubberized, fiber-reinforced fire-rated flood coat for modified, WeatherScreen by Garland or pre-approved equal. embed 400 lbs per sq of ¾” gravel.

B. Flashing Membrane: Two ply modified base flashing system. 01 Base Ply: 180 mil SBS (Styrene-Butadiene-Styrene) rubber modified roofing

membrane with high strength, polyester/fiberglass reinforcement. StressPly IV Plus by Garland, or pre-approved equal.

02 Finish Ply: SBS (Styrene-Butadiene-Styrene) rubber modified roof membrane reinforced with asphalt-coated glass fiberglass scrim, with granulated surface. Stressply Plus Fr Mineral-Surfaced by Garland or pre-approved equal.

03 Finish Surfacing (CRRC): 3 gallons per 100 square feet of Pyramic by Garland, or pre-approved equal.

2.4 RELATED MATERIALS A. Fiber Cant and Tapered Edge Strips: Performed rigid insulation units of sizes /

shapes indicated, matching insulation board or of perlite or organic fiberboard, as per the approved manufacturer.

B. Fasteners:

1. Shall be Factory Mutual approved and as recommended by the manufacturer for the specific application. 2. Fastener for Brick: Shall be 1/4 inch x 2 inches, stainless steel nail, one piece unit, flat head, as manufactured by Rawl Zamac Nailin, or approved equal. 3. Fastener for Wood: Shall be a #14 Factory Mutual approved fastener, fluorocarbon coated, with CR-10 coating. A minimum 0.200 inch diameter shank and 0.250 inch diameter thread. To be used with Factory Mutual approved, round pressure plates or bar, and having a fluorocarbon CR-10 coating, when subjected

Page 152: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-8

to 30 Kesternich cycles (DIN 50018) shows less than ten percent (10%) red rust which surpasses Factory Mutual Approval Standard 4470 as manufactured by Olympic Manufacturing Group, Inc., or pre-approved equal. 4. Roofing Nails: Stainless steel, 316, type, size as required to suite application, minimum 11 gauge with 3/8 inch diameter head, minimum 1-1/2 inches in length. 5. Iron-Lok Toggle: Shall be a toggle bolt with minimum 0.215 inch diameter shank and minimum 20 threads per inch, with a 2-1/2 inch wing span, with wing activated adhesive and pressure plate, as manufactured by OMG or Tru-fast

C. Metal Discs: Flat discs or caps of plastic sheet metal not lighter than 28 gauge an

not less than 1-inch in diameter. Discs shall be formed to prevent dishing. Bell or cup-shaped caps are not acceptable.

D. Walk-way Pads: 180 mil SBS (Styrene-Butadiene-Styrene) ubber modified

roofing membrane with high strength, polyester/fiberglass reinforcement. This membrane is designed for torch applications and has a burn-off backer that indicates when the material is hot enough to be installed by Garland or pre-approved equal. Provide walk pads as indicated on the roof plan.

E. Pipe supports: see specification 07 72 00 ROOF ACCESSORIES.

PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrate surfaces to receive modified bitumen sheet roofing system and

associated work and conditions under which roofing will be installed. Do not proceed with roofing until unsatisfactory conditions have been corrected in a manner acceptable to Installer.

3.2 GENERAL INSTALLATION REQUIREMENTS A. Cooperate with manufacturer, inspection and test agencies engaged or required to perform

services in connection with installing modified bitumen sheet system. B. Insurance / Code Compliance: Where required, install and test modified bitumen sheet

roofing system to comply with governing regulations and specified insurance requirements. C. Protect other work from spillage of modified bitumen roofing materials, and prevent liquid

materials from entering or clogging drains and conductors. Replace or restore other work damaged by installations of modified bituminous sheet roofing system work.

D. Coordinate installing roofing system components so that insulation and roofing plies are

not exposed to precipitation or left exposed overnight. Provide cut-offs at end of each day's work to cover exposed ply sheets and insulation with two courses of #15 organic felt with joints and edges sealed with roofing cement. Remove cut-offs immediately before resuming work.

E. Substrate Joint Penetrations: Prevent bitumen from penetrating substrate joints, entering

building, or damaging roofing system components or adjacent building construction.

F. Apply roofing materials as specified herein unless recommended otherwise by manufacturer's instructions. Keep roofing materials dry before and during application. Do not permit phased construction. Complete application of roofing plies, modified sheet and flashing in a continuous operation. Begin and apply only as much roofing in one day as can be completed that same day.

G. Asphalt Bitumen Heating: Heat and apply bitumen according to EVT Method as

recommended by NRCA. Do not raise temperature above minimum normal fluid-holding

Page 153: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-9

temperature necessary to attain EVT (plus 5 ºF at point of application) more than 1 hour prior to time of application. Determine flash point, finished blowing temperature, EVT, and fire-safe handling temperature of bitumen either by information from manufacturer or by suitable test. Do not exceed recommended temperature limits during bitumen heating. Do not heat to a temperature higher than 25º below flash point. Discard bitumen that has been held at temperature exceeding finishing blowing temperature (FBT) for more than 3 hours. Keep kettle lid closed except when adding bitumen.

H. Bitumen; Mopping Weights: For interply mopping, apply bitumen at the rate of

approximately 25lb of asphalt per roof square (plus or minus 25 percent on a total job average basis).

3.3 BASE SHEET INSTALLATION

A. Lightweight concrete deck shall be covered with a base sheet, mechanically fastened as

follows: 1. Install in accordance with manufacturer's current published application instructions

and to meet ASCE-7 wind uplift requirements. Fasteners and fastening patterns shall be determined by building height, pull out values from lightweight insulating concrete decks (more stringent applies), location and geographical area of the United States. It is the contractor's responsibility to consult current ASCE-7 publications, literature, and bulletins that are in effect at the time of this project. Submit perimeter, field and corner fastening patterns and cite all ASCE-7 data pertaining to the fastening pattern to the Architect for review.

3.4 STANDARD ROOFING SHEET INSTALLATION

A. BASE PLY INSTALLATION 01 Install modified membrane in 25-30 lbs. per square of bitumen, shingled. Shingle

in proper direction to shed water on each area of roof. 02 Lap ply sheet ends eight inches. Stagger end laps twelve inches minimum. 03 Extend plies two inches beyond top edges of cants at wall and projection bases. 04 Install base flashing plies to all perimeter and projections details.

B. MODIFIED MEMBRANE APPLICATION

01 The modified membrane shall then be solidly bonded to the base layers with specified asphalt at the rate of 35 lbs. per 100 square feet.

02 The roll must push a puddle of asphalt in front of it with asphalt slightly visible at all side laps. Care should be taken to eliminate air entrapment under the membrane.

03 Apply pressure to all seams to ensure that the laps are solidly bonded to substrate. 04 Subsequent rolls of modified shall be installed across the roof as above with a

minimum of 4" side laps and 8" end laps. The end laps shall be staggered. The modified membrane shall be laid in the same direction as the underlayers, but the laps shall not coincide with the laps of the base layers.

05 Apply asphalt no more then five feet ahead of each roll being embedded. 06 Extend membrane 2” beyond top edge of all cants in full moppings of the

specified asphalt as shown on the drawings. 07 Broadcast minerals into the bleed out of asphalt while bitumen is still hot to achieve

uniform color throughout.

D. PLUMBING STACK 01 Minimum stack height is 8”. 02 Run base ply system over the roof. Seal the base of the stack with elastomer. 03 Prime flange of new sleeve. Install properly sized sleeves set in a 1/4” bed of roof

cement. 04 Install base ply in bitumen. 05 Install stripping membrane in bitumen.

Page 154: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-10

06 Install modified roof membrane. 07 Caulk the intersection of the membrane and the with elastomeric sealant. 08 Turn sleeve a minimum of 1” down inside of stack.

E. PITCH POCKET WITH UMBRELLA AND FLANGED PENETRATIONS

01 Run all plies up to the penetration. 02 Pitch pans shall be at least 4" deep. The pitch pocket should extend at least 1"

beyond the penetration in all directions. All corners and seams should be soldered tight and watertight.

03 Place the pitch pocket over the penetration and prime all flanges. 04 Strip in flange of pitch pocket with one ply of base ply. Extend 6" onto field of roof. 05 Install second layer of stripping membrane extending 9" onto field of roof. 06 Install modified roof membrane. 07 Fill pitch pan half full with non-shrink grout. Let this cure and top off with

elastomer. 08 Caulk joint between roof system and pitch pan with roof cement. 09 Place a watershedding bonnet over the top of the pitch pocket and clamp the top

with a drawband collar. Caulk the upper edge of the band with sealant.

3.5 FLASHING MEMBRANE INSTALLATION A. All curb, wall and parapet flashings shall be sealed with an application of mastic and mesh

on a daily basis. No condition should exist that will permit moisture entering behind, around, or under the roof or flashing membrane.

B. Prepare all walls, penetrations and expansion joints to be flashed and where shown on the

drawings, with asphalt primer at the rate of one gallon per 100 square feet Allow primer to dry tack free.

C. The two ply modified flashing system will be used as the flashing membrane and will be

adhered to the underlying substrate by heat fusing unless otherwise noted in these specifications and nailed off 8” O.C. at all vertical surfaces. . All base flashing shall extend up wall or curb in the machine direction of the membrane.

D. The entire sheet of flashing membrane must be solidly adhered to the substrate. E. Counter flashing, cap flashings, expansion joints, and similar work to be coordinated with

modified bitumen roofing work are specified in other sections. F. Roof accessories, miscellaneous sheet metal accessory items, including piping vents and

other devices to be coordinated with modified bituminous roof system work are in other sections.

3.6 FLASHING AT WALLS AND PENETRATIONS

A. Minimum flashing height is 8". Prime vertical wall at a rate of 100 square feet per gallon and allow to dry.

B. Set cant in bitumen. Run all plies over cant a minimum of 2".

C. Install bottom flashing ply covering wall or penetration with 6" on to field of roof. After all

laps have been tested, and a complete positive bond has been achieved, the applicator shall heat the seam edge and trowel along the seam edge. Troweling shall continue until a sloped, beveled edge has been produced. All base flashing shall extend up wall or curb in the machine direction of the membrane.

D. The second ply shall be modified top flashing ply installed over the bottom flashing ply and

9" on to field of roof. . After all laps have been tested, and a complete positive bond has been achieved, the applicator shall heat the seam edge and trowel along the seam edge.

Page 155: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Modified Bitumen Roofing Bid Set 07 53 60-11

Troweling shall continue until a sloped, beveled edge has been produced. . All base flashing shall extend up wall or curb in the machine direction of the membrane.

E. Secure termination bar through flashing and into wall 8" O.C. and seal top edge to

prepared surface with a three course application of PVC mesh and asphaltic mastic.

F. Coat base flashings after 30 days.

3.9 FINAL INSPECTION

A. At completion of roofing installation and associated work, meet with Installer, installer of associated work, Owner, roofing system manufacturer’s representative, and other representatives directly concerned with performance of roofing system.

B. Walk roof surface areas of the building, inspect perimeter building edges as well as

flashing of roof penetrations, walls, curbs and other equipment. List all items requiring correction or completion and furnish copy of list to each parting attending.

C. The Roofing System Manuf acturer reserves the right to request a thermographic scan of the roof during final inspection to

determine if any damp or wet materials have been installed. The thermographic scan shall be provided by the Roofing Contractor at a negotiated price.

D. If core cuts verify the presence of damp or wet materials, the Roofing Contractor shall be

required to replace the damaged areas at his own expense.

E. Repair or replace (as required) deteriorated or defective work found at time above inspection to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements.

F. The Contractor is to notify the Owner upon completion of corrections. G. Following the final inspection, acceptance will be made in writing by the material

manufacturer.

END OF SECTION

Page 156: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-1

SECTION 07 62 00 SHEET METAL FLASHING and TRIM

PART 1 - GENERAL 1.1 SCOPE OF WORK

A. Fabricated sheet metal items, including flashings, counterflashings, gutters, downspouts, and other items indicated in Schedule and as follows: 1. Edge strip and flashing. 2. Counterflashings for roof accessories, roof mounted equipment, vent stacks and similar

items. 3. Gutters, gutter straps, gutter hangers, drop outlets and screens.

B. Sealants for joints within sheet metal fabrications.

1.2 RELATED SECTIONS

A. Drawings and general provisions of the Contract, including General Supplementary Conditions and Division 1 Specification Sections apply to this section.

B. Coordinate with related work specified elsewhere:

1. Division 6 Section "Rough Carpentry" for wood blocking and nails. 2. Division 7 Section "Modified Bitumen Roofing”.

3. Division 7 Section “Standing Seam Metal Roofing”. 1.3 REFERENCE

A. ASTM A792/A792M - Standard Specification for Steel Sheet, 55% Aluminum-Zinc Alloy-Coated by the Hot-Dip Process.

B. ASTM D1970/D1970M - Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Wall Underlayment for Ice Dam Protection.

C. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials. D. ASTM E1646 - Standard Test Method for Water Penetration of Exterior Metal Wall Panel Systems

by Uniform Static Air Pressure Difference. E. ASTM E1680 - Standard Test Method for Rate of Air Leakage Through Exterior Metal Wall Panel

Systems. F. California Code of Regulations, Title 24, Part 2, California Building Code (CBC), International

Building Code G. California Code of Regulations, Title 24, Part 11 California Green Building Standards Code,

“CAL-Green”. H. Sheet Metal and Air Conditioning Contractors National Association: "Architectural Sheet Metal

Manual".

I. ASTM E108 – Standard Test Methods Fire Tests of Wall Coverings.

J. ASTM E1592 Standard Test Method for Structural Performance of Sheet Metal Wall and Siding Systems by Uniform Static Air Pressure Difference.

K. American Society of Civil Engineers (ASCE):

1. ASCE 7-10 Minimum Design Loads for Buildings and Other Structures.

1.4 SUBMITTALS A. Provide the following to the Owner prior to award of wall work.

1. Written certification from the wall system manufacturer corporate officer certifying that the applicator is currently approved for installation of the specified wall system.

2. Descriptive product data including SDS sheets.

Page 157: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-2

3. Sample copy of contractor’s workmanship warranty. 4. Sample copy of specified Manufacturer’s warranty. 5 Sample copy of Manufacturer’s Architectural indemnification Agreement.

B. PRODUCT DATA: Submit brochures containing material samples, SDS, schedules, charts,

literature, and illustrations to indicate the performance, fabrication procedures, product variations, and accessories. 1. Within four (4) weeks of award of contract, submit:

a. Minimum of two (2) samples of each material and descriptive literature. b. All other data and information to satisfy requirements of manufacturer on

warranty needs. c. A written statement from the materials manufacturer’s corporate officer

approving the installer and stating the intent to guarantee the completed project as specified.

d. Samples of proposed warranty complete with any addenda necessary to meet the warranty requirements as specified.

e. Certified copy of ISO 9001 compliance.

C. SHOP DRAWINGS: Indicate size and materials. Show locations and installation procedures. Include details of joints, attachments, fastening patterns, and clearances. Submit 1 electronic original and retain approved copies at the Site.

D. MAINTENANCE PROCEDURES: Upon substantial completion of the project, deliver to Owner

three (3) copies of manufacturer's printed instructions regarding care and maintenance of wall.

E. Wind uplift calculation: ANSI SPRI metal edge system manufacturer’s engineering department shall provide an ASCE 7-10 calculation per CBC, Chapter 15. Calculations shall be stamped by a CA licensed structural engineer.

F. Litigation and settlements: provide a notarized statement from a corporate officer stating wall system manufacturer has not settled litigation or paid fines to a public agency in excess of $20 million dollars.

1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Wall system manufacturer shall have a minimum of 10 years

experience in manufacturing wall products in the United States and be ISO 9001 certified.

B. Installer Qualifications: Installer (Wall) shall be specializing in wall application with minimum 5 years experience and who is certified by the system manufacturer as qualified to install manufacturer's wall materials.

C. Regulatory Requirements:

1. System shall be installed in accordance with ASCE-7 wind uplift requirements for geographical location and a 120 MPH 3-second gust wind speed zone with an importance factor of 1.15 based on IBC requirements. Wind-resistance loads listed below have a safety factor of 2.0 incorporated into the calculation.

2. Follow local, state, and federal regulations of safety standards and codes. Refer to applicable building code or International Building Code for wall system installation requirements and limitations.

D. Installer's Field Supervision: Require Installer to maintain a full-time Supervisor/Forman on job

site during all phases of work and at any time work is in progress, proper supervision of workmen shall be maintained. A copy of the specification shall be in the possession of the Supervisor/Foremen at all times.

E. It shall be the Contractor's responsibility to respond immediately to correction of wall leakage

during construction.

F. Disqualification of Bidders: A bidder can be disqualified by the Architect or Owner for any of the following reasons, but not limited to: 1. The failure to attend the Pre-Bid conference at the time and place so described under

Bidding Dates. 2. Incorrect use of the “Proposal” as provided by the Architect/Owner. Any changes in

said format shall be accepted by the Architect/Owner only when requested and approved in writing prior to the bid opening. Changes in the Proposal after the opening

Page 158: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-3

of the bids will not be accepted. 3. Lack of proficiency as shown by past work or incomplete work under other contracts

which, in the judgement of the Architect/Owner might hinder or prevent the prompt completion of additional work if so awarded or any involvement in any legal actions which relate to past or present performance. This includes, but is not limited to lawsuits, court appointed actions, and/or ongoing litigation.

G. Pre-installation Wall Conference: Approximately 2 weeks before scheduled of

commencement of wall system and associated work, meet at Project site with Installer, installer of each component of associated work, installers of deck or substrate construction to receive wall work, installers of walltop units and other work in the around wall that must precede or follow wall work (including mechanical work if any), Architect/Owner, wall system manufacturer's representative, and other representatives directly concerned with performance of the Work, including (where applicable) Owner's insurers, test agencies, and governing authorities. Objectives to include:

1. Review foreseeable methods and procedures related to wall work.

Tour representative areas of substrates (decks), inspect and discuss condition of substrate, penetrations, and other preparatory work performed by other trades.

2. Review structural loading limitations of deck and inspect deck for loss of flatness and for required attachment.

3. Review systems requirements (drawings, specifications, and other contract documents). 4. Review required submittals, both completed and yet to be completed. 5. Review and finalize construction schedule related to work and verify availability of

materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays.

6. Review required inspection, testing, certifying, and material usage accounting procedures.

7. Review weather and forecasted weather conditions and procedures for coping with unfavorable conditions, including possibility of temporary wall (if not a mandatory requirement).

8. Record (contractor) discussion of conference, including decisions and agreements (or disagreements) reached, and furnish copy of record to each party attending. If substantial disagreements exist at conclusion of conference, determine how disagreements will be resolved and set date for reconvening conference.

9. Review notification procedures for weather or non-working days. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver products to site with seals and labels intact, in manufacturer's original containers, dry and

undamaged.

B. Store and handle wall sheets in a dry, well-ventilated, weather-tight place to ensure no possibility of significant moisture exposure. Store rolls of felt and other sheet materials on pallets or other raised surface. Stand all roll materials on end. Cover roll goods with a canvas tarpaulin or other breathable material (not polyethylene).

C. Do not leave unused rolled goods exposed overnight or when work is not in progress unless

protected from weather and other moisture sources.

D. Handle and store materials or equipment in a manner to avoid significant or permanent deflection of deck.

1.7 MANUFACTURER'S INSPECTIONS A. When the project is in progress, the System Manufacturer will provide the following:

1. Keep the Architect informed as to the progress and quality the work as observed.

2. Provide job site inspections minimum three days per week by a full time employee of the manufacturer.

3. Report to the Architect in writing, any failure or refusal of the Contractor to correct unacceptable practices called to the Contractor's attention.

4. Confirm, after completion of the project and based on manufacturer's observations and tests, that manufacturer has observed no applications procedures in conflict with the specifications other than those that may have been previously reported and corrected.

1.8 PROJECT CONDITIONS

Page 159: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-4

A. Weather Condition Limitations: Do not apply wall membrane during inclement weather or when a 30% chance of precipitation is expected.

B. Do not apply wall insulation or membrane to damp deck surface. C. Do not expose materials vulnerable to water or sun damage in quantities greater than can be

weatherpwalled during same day. D. Proceed with wall work only when existing and forecasted weather conditions will permit unit of

work to be installed in accordance with manufacturer's recommendations and warranty requirements.

1.9 SEQUENCING AND SCHEDULING

A. Sequence installation of modified bituminous sheet wall with related units of work specified in other sections to ensure that wall assemblies, including wall accessories, flashing, trim, and joint sealers, are protected against damage from effects of weather, corrosion, and adjacent construction activity.

B. All work must be fully completed on each day. Phased construction will not be accepted.

1.10 WARRANTY

A. Membrane Manufacturer upon completion of installation, and acceptance by the Owner and Architect, the manufacturer will supply to the Owner the Twenty (20) Year finish warranty. 1. Warranty shall cover the calculated wind speed. 2. Sole source warranty for modified bitumen, metal wall, metal wall panels, single ply

membrane and penetration flashing material. B. Contractor will submit a minimum of a 5 year warranty to the membrane manufacturer with a copy

directly to Owner. C. Membrane manufacturer will provide an annual inspection at the annual request of the owner for

the life of the warranty.

PART 2 PRODUCTS 2.1 GENERAL

A. When a particular trade name or performance standard is specified it shall be indicative of a standard required. 1. Design is based on R-mer Force Edge Metal and R-mer Coping, manufactured by

Garland Co. 2. Pre-approved equal as noted below.

B. Provide products as specified. Prime bidding contractors proposing substitutes shall submit all

required submittal information under 07 60 00, PART 1, 1.4 to The Owner’s representative at least 10 days prior to bid due date. All substitutions have to be approved prior to bidding. No substitutions will be accepted after bidding or contract award. All bidders will have an opportunity to bid on any substitute system that is approved. Substitution requests will not be accepted from anyone other than prime bidding contractors who have attended the prebid walkthrough.

C. Any item or materials submitted as an alternate to the manufacturer specified must comply in all

respects as to the quality and performance, including job site investigation of the brand name specified. The Owner shall be the sole judge as to whether or not an item submitted as an equal is truly equal. Should the contractor choose to submit on the equal basis, he shall assume all risk involved, monetary or otherwise, should the Owner find it unacceptable. The Contractor is warned to obtained prior approval at least ten days prior to bid date of any material not specified. The following must be included for materials submitted for sustitutions: (five copies)

1. Complete data substantiating compliance of proposed substitution with Contract

Documents. 2. For products:

a. Product identification, including manufacturer’s literature and manufacturer’s name and address.

b. Material Safety Data Sheets providing all pertinent data as to flammability, combustibility, toxicity, etc.

c. List of at least five (5) local jobs within 50 miles, where the proposed alternate

Page 160: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-5

material was used under similar conditions. These jobs must be available for inspection by the Owner. Names, phone numbers, and a copy of manufacturer’s warranty on each job are required for verification.

d. Notarized statement from the System Manufacturer, signed by a corporate officer of the Corporation with the Corporate Seal affixed thereto stating in writing that:

All Bidding Documents have been inspected. The project site has been inspected. The wall system manufacturer will provide field inspections on a daily basis,

on during, and until all construction work is completed and accepted by the Owner. Inspections shall be performed by a full time employee of the manufacturer. These inspections shall be provided to the Owner at no charge.

Furnish the 30 year warranty as stipulated in the Contract Documents. 3. For construction methods:

a. Detailed description of proposed method. b. Drawings illustrating methods.

4. Itemized comparison of proposed substitution with product or method specified. 5. Data related to changes in construction schedule. 6. Relation to separate contracts.

D. In making request for substitution, Bidder / Contractor represents: 1. He has personally investigated proposed product or method, and determined that it is

equal or superior in all respects to that specified. 2. He will provide the same guarantee for substitution as for product or method specified. 3. He will coordinate installation of accepted substitution in work, making such changes

as may be required for work to be completed in all respects. 4. He waives all claims for additional cost related to substitution which consequently

become apparent. 5. Cost data is complete and includes all related cost under his contract or other contracts

which may be affected by the substitution. 6. He will reimburse the Owner for all redesign cost substitute may require.

E. Substitutions will not be considered if:

1. Product or method to be considered does not have a minimum of ten (10) years of successful performance of system applications in the United States.

2. Any discrepancies in the test data, or if the tests or submittals are incomplete. 3. They are indicated or implied on Shop Drawings or Project Data Submittals without

formal request submitted in accordance with Paragraph 2.01. 4. Acceptance will require substantial revision of Contract Documents.

2.2 MATERIALS A. Materials: Minimum gauge of steel or thickness of Aluminum to be specified in accordance with

Architectural Sheet Metal Manual, Sheet Metal and Air Conditioning Contractor’s National Association, Inc. recommendations.

B. R-Mer Force Flash-less Snap-On Fascia Cover and Splice Plate

1. Zinc-coated steel, ASTM A653, coating designation G-90, in thickness of 22 gauge, chemically treated, commercial quality.

C. R-Mer Edge Coping Cap Cover and Splice Plate

1. Zinc-coated steel, ASTM A653, coating designation G-90, in thickness of 22 gauge, chemically treated, commercial quality.

D. Gutters:

1. Aluminum, ASTM B209, alloy 3105-H14, in thickness of 0.040” nom. for a 4” face or 0.050” nom. for larger than 4”.

E. R-Mer Edge Coping Chairs

Page 161: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-6

1. Zinc-coated steel, ASTM A653, coating designation G-90, in thickness of 0.0635 nom./ 16 gauge, 36” to 48” by coil length, chemically treated, commercial or lock-forming quality.

F. Finishes

1. Exposed surfaces for coated panels: a. Steel Finishes: fluorocarbon finish. Epoxy primer baked both sides, .2-.25 mils

thickness as approved by finish coat manufacturer. Weathering finish as referred by National Coil Coaters Association (NCCA).

PROPERTY TEST METHOD FLUOROCARBON* Pencil ASTM D3363 HB-H Hardness NCCA II-2 Bend ASTM D-4145 O-T NCCA II-19 Cross-Hatch ASTM D3359 no loss of adhesion Adhesion Gloss ASTM D523 25+/-5% (60° angle) Reverse ASTM D2794 no cracking or loss of Impact adhesion Nominal ASTM D1005 Thickness Primer 0.2 mils

Topcoat 0.8 mils TOTAL 1.0 mils

b. Color shall be as specified 2. Exposed and unexposed surfaces for mill finish flashing, fascia, and coping cap, shall

be as shipped from the mil 2.3 RELATED MATERIALS AND ACCESSORIES

A. Metal Primer: Zinc chromate type. B. Plastic Cement: ASTM D 4586 C. Sealant:

1. Reglet and general use: TiteBond by IMETCO. 2. Flashless edge metal system: GreenLock Sealant XL structural sealant by Garland.

D. Underlayment: R-mer Seal by Garland. E. Fasteners:

1. Corrosion resistant screw fastener as recommended by metal manufacturer. Finish exposed fasteners same as flashing metal.

2. Fastening shall conform to Factory Mutual requirements or as stated on section details, whichever is more stringent.

F. Gutter and Downspout Anchorage Devices: Material as specified for system.

G. Gutter Supports: Straps. Fabricate from material of double thickness of gutter fabrication, minimum.

H. Wire bulb strainers for gutters: stainless steel wire bulb. I. Gutter screens: powder coated aluminum.

Page 162: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-7

1. www.greengutterscreens.com or approved equal. PART 3 EXECUTION 3.1 EXAMINATION

A. Do not begin installation of preformed metal system until substrates have been properly prepared. 1. Determine if work of other trades which penetrates the system. 2. Verify pipes, sleeves, or vents through system are solidly set, reglets are in place, and

nailing strips located. 3. Verify system termination, base flashings and gutter flanges are in place, sealed, and

secure. 4. Notify Architect in writing if substrates are not suitable for application of panel system. 5. Do not proceed with installation until substrates are acceptable.

B. Structural surfaces: Smooth, even, sound, surface dry 19 percent maximum, clean and free of depressions, waves, or projections before material is applied. 1. Examine the alignment and placement of the building structure and substrate. Correct

any objectionable warp, waves or buckles in the substrate before proceeding with installation of the preformed metal system. The installed system will follow the contour of the structure and may appear irregular if not corrected. b. Apply no materials during wet weather or on wet surface.

3.2 INTERFACE WITH OTHER WORK A. Coordinate with system accessories, miscellaneous sheet metal accessories, piping vents and

other items specified in related sections penetrating metal system work. Avoid conflict or omission in waterproofing systems and provide watertight installation.

3.3 PREPARATION A. Verify field dimensions prior to ordering materials.

1. Establish straight side and crosswise benchmarks. 2. Check rectangular walls for squareness and straightness. Gable ends may not be

straight; set a true line for the gable clips and flashing with stringline. B. Broom clean wood sheathing prior to installation of system. C. Coordinate system work with provisions for system drainage, flashing, trim, penetrations, and

other adjoining work to assure that the completed system will be free of leaks. D. Remove protective film from surface of system immediately prior to installation. Strip film carefully,

to avoid damage to prefinished surfaces. E. Separate dissimilar metals by applying a bituminous coating, self-adhering rubberized asphalt

sheet, or other permanent method approved by system manufacturer. F. Where metal will be in contact with wood or other absorbent material subject to wetting, seal

joints with sealing compound and apply one coat of heavy-bodied bituminous paint. 3.4 MANUFACTURED SHEET METAL SYSTEMS

A. Furnish and install manufactured fascia and coping cap systems in strict accordance with manufacturer’s printed instructions.

B. Provide factory-fabricated accessories including, but not limited to, fascia extenders, miters, scuppers, joint covers, etc. refer to Source limitation provision in Part 1.

3.5 SHOP-FABRICATED SHEET METAL A. Metal work shall be shop fabricated to configurations and forms in accordance with recognized

sheet metal practices. B. Hem exposed edges. C. Angle bottom edges of exposed vertical surfaces to form drip. D. Lap corners with adjoining pieces fastened and set in sealant. E. Form joints for gravel stop fascia system, coping cap with a 3/8” opening between sections.

Back the opening with an internal drainage plate formed to the profile of fascia piece.

Page 163: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-8

F. Install sheet metal to comply with referenced ANSI/SPRI, SMACNA and NRCA standards. G. Fabricate minimum 20’ lengths.

3.6 FLASHING MEMBRANE INSTALLATION A. Scupper Through Roof Edge

1. Install scupper box in a one fourth (1/4) inch bed of mastic. Assure all box seams are soldered and have minimum four (4) inch flange. Make sure all corners are closed and soldered.

2. Prime metal edge at a rate of one hundred (100) square feet per gallon and allow to dry.

B. Flash-less Snap-On Fascia Detail with Extruded Aluminum Base Anchor 1. Position base plies of the Built-Up and/or Modified Roofing membrane over the roof

edge covering nailers completely, fastening eight (8) inches on center. Install membrane and cap sheet with proper material and procedure according to manufacturer’s recommendations. Cap sheet shall stop at the edge of the roof and shall not turn over the edge of the nailer.

2. Extruded base anchor: Apply two 1/4" beads of GreenLock Sealant XL on the bottom surface of the top flange of the extruded anchor. This equate to one cartridge per 10' section.

3. Set the extruded anchor on the edge and face fasten through pre-punched slots every 12 inches o.c. for the 5.75 inch face fascia, and 12 inches o.c. staggered for any fascia size greater than 5.75 inches.

4. Install compression seals every 40” o.c. in the slots located at the top of the extruded anchor.

5. Install fascia cover by hooking the cover over the back hook of the extruded anchor. Rotate the cover forward and when in the vertical position, press downward firmly until “snap” occurs and cover is engaged along entire length of miter.

6. Install splice plate at each end of the extruded anchor.

C. Edge Metal With Gutter 1. Positions base plies of the Built-Up and/or Modified Roofing membrane over the roof

edge covering nailers completely, fastening eight (8) inches on center. Install manufacturer’s membrane and cap sheet with proper material and procedure according to manufacturer’s recommendations.

2. Install gutter and strapping fastening six (6) inches on center. 3. Set metal flange into roofing cement, nail every three (3) inches on center, and prime

at a rate of one hundred (100) square feet per gallon. 4. Strip in edge metal with base flashing membrane extending six (6) inches into roof field,

followed with a cap sheet extending nine (9) inches into the roof field. Install membrane and cap sheet with proper material and procedure according to manufacturer’s recommendations.

D. Snap-On Coping Cap Detail 1. Install Miters first. 2. Position base flashing of the Built-Up and/or Modified Roofing membrane over the wall

edge covering nailers completely, fastening eight (8) inches on center. Install membrane and cap sheet with proper material and procedure according to manufacturer’s recommendations.

3. Install minimum sixteen (16) gauge, sixteen (16) inch long by specified width anchor chair at [Contact Garland Representative] feet on center.

4. Install six (6) inch wide splice plate by centering over sixteen (16) inch long by specified width anchor chair. Apply two beads of sealant to either side of the splice plate’s center. Approximately two (2) inches from the coping cap joint. Install Coping Cap by hooking outside hem of coping on outside face of anchor chair. Press downward on inside edge of coping until “snap” occurs and hem is engaged on the entire chair.

3.7 CONSTRUCTION WASTE MANAGEMENT A. Remove and properly dispose of waste products generated. Comply with requirements of

authorities having jurisdiction. 3.8 FINAL INSPECTION

Page 164: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sheet Metal Flashing and Trim Bid Set 07 62 00-9

A. At completion of installation and associated work, meet with Contractor, Architect, installer, installer of associated work, Owner, roofing system manufacturer’s representative, and other representatives directly concerned with performance of roofing system.

B. Inspect work and flashing of roof penetrations, walls, curbs, and other equipment. List all items requiring correction or completion and furnish copy of list to each party in attendance.

C. Repair or replace deteriorated or defective work found at time above inspection as required to a produce an installation which is free of damage and deterioration at time of Substantial Completion and according to warranty requirements.

D. Notify the Owner upon completion of corrections. E. Following the final inspection, provide written notice of acceptance of the installation from the

roofing system manufacturer. F. Immediately correct roof leakage during construction. If the Contractor does not respond within

twenty-four (24) hours, the Owner will exercise rights to correct the Work under the terms of the Conditions of the Contract.

3.9 DEMONSTRATION AND TRAINING A. At a time and date agreed to by the Owner, instruct the Owner’s facility manager, or other

representative designated by the Owner, on the following procedures: 1. Troubleshooting procedures 2. Notification procedures for reporting leaks or other apparent roofing problems 3. Maintenance 4. The Owner’s obligations for maintaining the warranty in effect and force.

3.10 FIELD QUALITY CONTROL A. Testing:

1. Re-test until system is shown to be weathertight. B. Manufacturer Field Services: Provide daily site inspection for a minimum of one (1) hour during

active system operations by an experienced, full time employee of the system manufacturer. Submit written reports weekly.

3.11 CLEANING A. Clean exposed sheet metal work at completion of installation. Remove grease and oil films,

excess joint sealer, handling marks, and debris from installation, leaving the work clean and unmarked, free from dents, creases, waves, scratch marks, or other damage to the finish.

B. Touch up minor abrasions and exposed fasteners with matching paint provided by panel manufacturer. Remove and replace panels that cannot be satisfactorily touched up. 1. No exposed sealant or visible raw metal.

C. Sweep and remove chips, shavings, and dust from system on a daily basis during installation period. Leave installed work clean, free from grease, finger marks and stains.

D. Upon completion of installation, remove scraps and debris from project site. 3.12 PROTECTION

A. Provide temporary walkways or planks as necessary to avoid damage to completed work. Protect system until completion of project.

B. Touch-up, repair, or replace damaged material or accessories before date of Substantial Completion.

END OF SECTION

Page 165: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sealants and Caulking Bid Set 07 92 00-1

SECTION 07 92 00 SEALANTS AND CAULKING

PART 1 - GENERAL 1.01 SUMMARY

A. Work included: Throughout the Work, seal and caulk joints where shown on the Drawings and elsewhere as required to provide a positive barrier against passage of moisture, fire/smoke, and passage of air.

B. Related work: Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division l of these Specifications.

1.02 RELATED SECTIONS A. The completion of the work described in this Section may require work in or coordination with other

Sections of these specifications. The Contractor and the sub-contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following:

1. Section 07 62 00 – Sheet Metal Flashing and Trim 2. Section 09 91 00 – Painting not specified herein.

1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen thoroughly trained and experienced in the necessary

crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section.

1.04 SUBMITTALS

A. Product data: Within 15 calendar days after the Contractor has received the Owner’s Notice to Proceed, submit:

1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified

requirements;

B. Samples: Accompanying the submittal described above, submit Samples of each sealant, each backing material, each primer, and each bond breaker proposed to be used.

1.05 PRODUCT HANDLING A. Comply with pertinent provisions of Section 01 60 00. B. Do not retain at the job site material which has exceeded the shelf life recommended by its

manufacturer.

PART 2 - PRODUCTS 2.01 SEALANTS

A. Provide sealant as manufactured by Tremco, Sika, Pecora or approved equal. Products approved by the Architect. Sealant products shall be, but not necessarily limited to, the following types:

1. Non-skinning Butyl: Tremco JS-773, Sika 511, Pecora BR-96 2. Horizontal surfaces: Tremco Dymonic, Sika 201, Pecora Dynatoral I-XL.

B. Colors:

1. Colors for each sealant installation will be selected by the Architect from standard colors

normally available from the specified manufacturers. 2. Should such standard color not be available from the approved manufacturer except at

additional charge, provide such colors at no additional cost to the Owner.

C. In concealed installations, and in partially exposed installations, use standard gray or black sealant.

2.02 PRIMERS A. Use only those primers which are nonstaining, have been tested for durability on the surfaces to be

sealed, and are specifically recommended for this installation by the manufacturer of the sealant used.

Page 166: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sealants and Caulking Bid Set 07 92 00-2

2.03 BACKUP MATERIALS

A. Use only those backup materials which are specifically recommended for this installation by the manufacturer of the sealant used, which are nonabsorbent, and which are nonstaining.

B. Acceptable types include:

1. Closed-cell resilient urethane or polyvinylchloride foam; 2. Closed-cell polyethylene foam; 3. Closed-cell sponge of vinyl or rubber; 4. Polychloroprene tubes or beads; 5. Polyisobutylene extrusions; 6. Oil-less dry jute.

2.04 BOND-PREVENTATIVE MATERIALS

A. Use only one of the following as best suited for the application, and as recommended by the manufacturer of the sealant used:

1. Polyethylene tape, pressure-sensitive adhesive, with the adhesive required only to hold tape

to the construction materials as indicated; 2. Aluminum foil complying with MIL-A-148E; 3. Wax paper complying with Fed Spec UU-P-270.

2.05 MASKING TAPE

A. For masking around joints, provide masking tape complying with Fed Spec UU-T-106c.

2.06 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper

installation, as selected by the Contractor subject to the review of the Architect.

PART 3 - EXECUTION 3.01 SURFACE CONDITIONS

A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected.

3.02 PREPARATION A. Steel surfaces:

1. Steel surfaces in contact with sealant: a. Sandblast as required to achieve acceptable surface for bond. b. If sandblasting is not practical, or would damage adjacent finish, scrape the metal or

wire brush to remove mill scale. c. Use solvent to remove oil and grease, wiping the surfaces with clean rags.

2. Remove protective coatings on steel by sandblasting or by using a solvent, which leaves no residue.

B. Aluminum surfaces:

1. Aluminum surfaces in contact with sealant: a. Remove temporary protective coatings, dirt, oil, and grease. b. When masking tape is used for protective cover, remove the tape just prior to

applying the sealant. 2. Use only such solvents to remove protective coatings as are recommended for that purpose

by the manufacturer of the aluminum work, and which are nonstaining. 3.03 INSTALLATION OF BACKUP MATERIAL

A. Use only the backup material recommended by the manufacturer of the sealant used for the particular installation, compressing the backup material 25% to 50% to achieve a positive and secure fit.

B. When using backup of tube or rod stock, avoid lengthwise stretching of the material. Do not twist

or braid hose or rod backup stock.

3.04 PRIMING A. Use only the primer recommended by the manufacturer of the sealant, for the particular installation,

applying in strict accordance with the manufacturer's recommendations.

3.05 BOND-BREAKER INSTALLATION A. Provide a bond-breaker where recommended by the manufacturer of the sealant, adhering strictly

to the installation recommendations.

Page 167: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Sealants and Caulking Bid Set 07 92 00-3

3.06 INSTALLATION OF SEALANTS A. Prior to start of installation in each joint, verify the joint type according to details on the Drawings,

and verify that the required proportion of width of joint to depth of joint has been secured.

B. Equipment:

1. Apply sealant under pressure with power-actuated or hand gun, or by other appropriate means.

2. Use guns with nozzle of proper size, and providing sufficient pressure to completely fill the joints as designed.

C. Thoroughly and completely mask joints where the appearance of sealant on adjacent surfaces

would be objectionable. D. Install the sealant in strict accordance with the manufacturer's recommendations, thoroughly filling

joints to the recommended depth. E. Tool joints to the profile shown on the Drawings, or as otherwise required if such profiles are not

shown on the Drawings. F. Cleaning up:

1. Except at aluminum surfaces (see 3.2-C above), remove masking tape immediately after joints have been tooled.

2. Clean adjacent surfaces free from sealant as the installation progresses, using solvent or cleaning agent recommended by the manufacturer of the sealant used.

END OF SECTION

Page 168: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 9

FINISHES

Page 169: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-1

SECTION 09 91 00 PAINTING

PART 1 - GENERAL 1.01 DESCRIPTION

A. This Section describes the requirements for painting and finishing of exterior exposed items and surfaces.

1. Surface preparation, priming and coats of paint specified are in addition to shop-priming and

surface treatments specified in other Sections.

2. Work includes painting exposed pipes and ducts, hangers, exposed steel and iron, and primed metal surfaces of Mechanical and Electrical equipment, and general sheet metal work, except as otherwise indicated or specified.

3. Work includes painting hardware specified as primed (USP or 600).

4. Work includes sanding shop-primed surfaces and applying specified primer and finish coats.

5. "Paint" means coating systems materials, including primers, emulsions, enamels, stains,

sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats.

B. Surfaces Not to Be Painted:

1. Pre-finished items, including but not limited to fire sprinkler heads, casework, and finished

mechanical and electrical equipment, including light fixtures, switchgear and distribution cabinets.

2. Concealed surfaces such as walls or ceilings in concealed areas and inaccessible areas,

furred areas, pipe spaces, and duct shafts.

3. Finished metal surfaces such as anodized aluminum, stainless steel, zinc chromium plate, copper, bronze and similar finished materials, and exterior aluminum entrances and storefronts and curtain walls.

4. Prefinished metal materials, flashing, gutters and downspouts.

5. Moving parts of operating units, mechanical and electrical parts, such as valve and damper

operators, linkages, sensing devices, motor and fan shafts.

C. Related Sections: The completion of the work described in this Section may require work in or coordination with other Sections of these specifications. The Contractor and the sub-contractor shall be responsible for identifying and including all related work in other Sections of these specifications and/or drawings necessary for a complete installation of the work described in this Section. These related Sections include but are not limited to the following:

1. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 1 Specification Sections, apply to this Section.

2. Shop priming ferrous metal items including structural steel, metal fabrications, hollow metal work and similar items. The work of this Section includes sanding and applying specified primer on all shop-primed surfaces exposed to view in the completed work.

3. Shop priming of fabricated components such as architectural woodwork, wood casework and

shop-fabricated or factory-built mechanical and electrical equipment or accessories.

4. Finishing of exposed interior and exterior structural steel items.

D. Do not paint over code-required labels, equipment identification, performance rating, name, or nomenclature plates.

Page 170: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-2

1.02 SUBMITTALS

A. Certification: Furnish certification by the paint manufacturer that products supplied comply with Green Seal recommendations controlling the use of volatile organic compounds (VOCs). Those VOC recommendations for interior paint are 150 g/l for non-flat and 50 g/l/ for flat.

B. Samples: Furnish samples of each color and material to be applied, with texture to simulate 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. Resubmit until required sheen, color, and texture are achieved.

2. Furnish samples on the following substrates for review of color and texture only:

a. Painted Wood: Two 12"-square samples of each color and material on hardboard. b. Stained or Natural Wood: Two 4" x 8" samples of natural and stained wood finish

on actual wood samples.

C. Product Data: Specified paint systems are those of Benjamin Moore. If other paint manufacturers are proposed and accepted by the Architect, furnish product comparison charts showing that proposed paint systems are equal to the specified materials in number of coats, type of paint, and sheen.

1.03 QUALITY ASSURANCE

A. Applicators Qualifications: Engage an experienced applicator who has completed painting system applications similar in material and extent.

B. Single Source Responsibility: Provide primers and other undercoat paint produced by same

manufacturer as finish coats. Use thinners approved by paint manufacturer, and use within recommended limits.

C. Coordination of Work: Review other Sections in which prime paints are to be provided to ensure

compatibility of coatings system for various substrates. Upon request, furnish information or characteristics of finish materials to be used.

D. Field-Applied Samples: provide a field application of each color in an area to be determined by the

Architect for final color approval by the Architect.

E. Requirements of Regulatory Agencies: Comply with applicable rules and regulations of governing agencies for air quality control.

1. Comply with current applicable regulations of the Environmental Protection Agency (EPA).

2. Regulatory changes may affect the formulation, availability, or use of specified coatings.

Confirm availability of coatings to be used prior to start of painting.

F. Field Samples: On exterior surfaces provide full-coat finish samples on at least 100-sq. ft. of surface, as directed by the Architect, until required sheen, color and texture is obtained; simulate finished lighting conditions for review of in-place work. Approved samples will be used as a standard for the Project. 1. Approved samples may be incorporated into work.

1.04 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name, batch number, color, and directions.

B. Store materials in tightly covered containers. Maintain containers in a clean condition, free of

foreign materials and residue.

C. Keep storage area neat and orderly. Remove oily rags and waste daily. Ensure that workers and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing and application of paints.

1.05 JOB CONDITIONS

Page 171: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-3

A. Apply water-base paints when temperature of surfaces to be painted and surrounding air temperatures are between 50F and 90F, unless otherwise permitted by paint manufacturer's printed instructions.

B. Apply solvent-thinned paints only when temperature of surfaces to be painted and surrounding air

temperatures are between 45F and 90F, unless otherwise permitted by paint manufacturer's printed instructions.

C. Do not apply paint in rain, fog or mist, or when relative humidity exceeds 85%, or to damp or wet

surfaces, unless otherwise permitted by paint manufacturer's printed instructions.

D. Provide adequate ventilation during interior painting using as close to 100% outside air as possible. PART 2 - PRODUCTS 2.01 APPROVED MANUFACTURERS

A. Benajmin Moore products are specified as a standard of quality against which the equivalency of other products will be determined by the Architect. 1. Subject to compliance with requirements, manufacturers offering products which may be

incorporated in the work include, but are not limited to Frazee, Dunn Edwards, Kelly Moore, Sherwin Williams or approved equal.

2.02 MATERIALS

A. Material Compatibility: Provide block fillers, primers, finish coat materials, and related materials that are compatible with one another and the substrates indicated under conditions of service and application.

B. Material Quality: Provide best quality grade of coatings as regularly manufactured by acceptable

paint materials manufacturers. Materials not displaying manufacturer's identification as a standard, best-grade product will not be acceptable.

2.03 COLORS

A. Colors will generally match existing colors as specified by the Architect.

B. Colors of paints, including shades of stain, shall match color samples approved by Architect.

C. Paint colors not scheduled will be selected by Architect.

2.04 PATCHING MATERIALS

A. Wood Patching Compound: Two-part, epoxy-resin patching system; knife-grade formulation as recommended by manufacturer for type of wood repair indicated, tooling time required for the detail of work, and site conditions. Compound shall be designed for filling voids in damaged wood materials that have deteriorated due to weathering and decay. Compound shall be capable of filling deep holes and spreading to feather edge.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Abatron, Inc.; LiquidWood with WoodEpox. b. Advanced Repair Technology, Inc.; Primatrate with Flex-Tec HV. c. ConServ Epoxy LLC; Flexible Epoxy Consolidant 100 with Flexible Epoxy Patch 200. d. Polymeric Systems, Inc.; QuickWood. e. West System Inc.; West System. f. Wood Care Systems; ROTFIX with SCULPWOOD. g. Approved equal.

B. Metal Patching Compound: Two-part, polyester-resin metal patching compound; knife-grade formulation as recommended by manufacturer for type of metal repair indicated, tooling time

Page 172: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-4

required for the detail of work, and site conditions. Compound shall be produced for filling metal that has deteriorated due to corrosion. Filler shall be capable of filling deep holes and spreading to feather edge.

C. Cementitious Patching Compounds: Cementitious patching compounds and repair materials specifically manufactured for surface preparation and sanding of cementitious substrates prior to repainting; formulation as recommended by manufacturer for type of cementitious substrate indicated, exposure to weather and traffic, detail of work, and site conditions.

PART 3 - EXECUTION 3.01 EXAMINATION

A. Examine substrates and conditions under which painting is to be applied. Surfaces receiving paint shall be thoroughly dry before paint is applied.

1. Provide barrier coats over incompatible primers or remove and reprime as required. Notify

Architect prior to applying barrier coats.

2. Clean surfaces before applying paint or surface treatments. Remove oil and grease prior to mechanical cleaning.

3. Start of painting will be construed as the applicator's acceptance of surfaces and conditions

within a particular area. 3.02 PROTECTION

A. Protection: Protect work of other Sections against damage by painting and finishing work. Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to Architect.

1. Provide "Wet Paint" signs as required to protect newly-painted finishes. Remove temporary

protective wrappings provided by others for protection of their work, after completion of painting operations.

2. Remove or protect hardware, hardware accessories, machined surfaces, plates, lighting

fixtures, and similar items in place and not to be finish-painted, or provide surface-applied protection prior to surface preparation and painting. Following completion of painting, reinstall removed items.

3. At completion of work of other Sections, touch-up and restore damaged or defaced painted

surfaces. 3.03 SURFACE PREPARATION

A. Concrete and Interior Masonry: Prepare surfaces to be painted by removing surface contaminates.

1. Remove efflorescence with stiff bristle brush, wire brushing, wiping, sandblasting or acid washing and rinsing. Allow to dry.

2. Remove chalk, dust, dirt, asphalt, tar or excessive mortar by scraping or wire brushing. 3. Remove rust, grease or oil by solvent cleaning or sandblasting. 4. Treat concrete surfaces which are highly glazed or where traces of form release agents are

present with a preparation of one-part concentrated muriatic acid, 4-parts water and one-part detergent or as recommended by parting compound manufacturer. Remove acid with water. Allow to dry.

5. Remove stains on concrete resulting from weathering or corroded metals, with a solution of 2-oz. sodium methasilicate in one-gallon water. Wet stained areas with water before application of solution. Allow to dry.

B. Wood: Clean surfaces of dirt, oil, loose paint and other foreign substances with scrapers, mineral

spirits, and sandpaper, as required. 1. Remove sheen from previously painted glossy surfaces, if sandpaper is used, dust off

surface. Sand new surfaces exposed to view smooth, and dust off surface.

2. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dry.

Page 173: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-5

3. Prime, stain, or seal unpainted wood to be painted immediately upon delivery. Prime edges,

ends, faces, undersides, and backsides of wood.

4. When transparent finish is required, backprime with spar varnish.

5. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of varnish or sealer immediately upon delivery.

C. Ferrous Metal: Clean ungalvanized ferrous metal surfaces that have not been shop-coated; remove

oil, grease, dirt, loose mill scale, loose paint and other foreign substances. Use solvent or mechanical cleaning methods that comply with recommendations of the Steel Structures Painting Council (SSPC).

1. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before

priming.

2. Sand shop-applied prime coats to a smooth surface, ready to receive specified primer and finish coats.

D. Galvanized Metals:

1. New - Clean with nonpetroleum-based solvents so that the surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods.

2. Previously Painted - Clean surfaces of dirt, oil, loose paint and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand all previously painted surfaces and new surfaces exposed to view smooth and dust off.

E. Cement Fiber Exterior Wallboard: Clean surfaces of dirt, oil, loose paint and other foreign

substances with scrapers, mineral spirits, and sandpaper, as required. Sand all previously painted surfaces and new surfaces exposed to view smooth and dust off. 1. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or

other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dry.

2. Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges, ends,

faces, undersides, and backsides of wood, including cabinets, counters, cases, and paneling.

3.04 SUBSTRATE REPAIR

A. General: Repair substrate surface defects that are inconsistent with the surface appearance of adjacent materials and finishes.

B. Wood Substrate:

1. Repair wood defects including dents and gouges more than 1/4 inch in size and all holes and cracks by filling with wood patching compound and sanding smooth. Repair defects from rot or excessive weathering in window sills, windows sashes and other existing woodwork to be painted.

2. Fill joints between new spliced in wood members and existing.

3. Reset or remove protruding fasteners. Remove hooks or screws protruding from window or door trim. Patch resulting holes.

4. Where existing paint is allowed to remain, sand irregular buildup of paint, runs, and sags to achieve a uniformly smooth surface.

C. Cementitious Material Substrate:

1. General: Repair defects including dents and chips more than 1/2 inch (13 mm) in size and all holes and cracks by filling with cementitious patching compound and sanding smooth. Remove protruding fasteners.

Page 174: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-6

2. New and Bare Plaster: Neutralize surface of plaster with mild acid solution as recommended by paint manufacturer. In lieu of acid neutralization, follow manufacturer's written instruction for primer or transition coat over alkaline plaster surfaces.

3. Concrete, Cement Plaster, and Other Cementitious Products: Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. If surfaces are too alkaline to paint, correct this condition before painting.

D. Metal Substrate:

1. General: Repair defects including dents and gouges more than 1/2 inch (13 mm) across and all holes and cracks by filling with metal patching compound and sanding smooth. Remove burrs and protruding fasteners.

2. Prepare repair locations by wire-brushing and solvent cleaning. Use mechanical rust removal method to clean off rust.

3. Prime iron and steel surfaces immediately after repair to prevent flash rusting. Stripe paint corners, crevices, bolts, welds, and sharp edges. Apply two coats to surfaces that will be inaccessible after completion of the Work.

3.05 MATERIALS PREPARATION

A. Mix and prepare painting materials in accordance with manufacturer's directions.

B. Maintain containers used in mixing and application of paint in a clean condition, free of foreign materials and residue.

C. Stir materials before application to produce a mixture of uniform density, and stir as required during

application. Do not stir surface film into material. Remove film and strain material before using.

D. Use thinners approved by paint manufacturer and only within recommended limits.

E. Tinting: Tint each undercoat a lighter shade to facilitate identification of each coat where multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat.

3.06 APPLICATION

A. General: Apply paint in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied.

1. Provide finish coats that are compatible with prime coats

. 2. On previously painted surfaces, spot prime any bare surfaces before applying final coat.

3. The number of coats required is the same regardless of the application method. Do not

apply following coats until the previous coat has cured as recommended by the manufacturer. Sand between applications where required to produce a smooth even surface.

4. Apply additional coats when undercoats, stains or other conditions show through final coat,

until paint film is of uniform finish, color and appearance. Edges, corners, crevices, welds, and exposed fasteners shall receive a dry film thickness equivalent to that of flat surfaces.

5. Paint surfaces behind movable equipment and furniture.

6. Paint surfaces behind permanently-fixed equipment or furniture with prime coat before final

installation of equipment.

7. Paint back sides of primed access panels, and removable or hinged covers to match exposed surfaces.

8. Omit primer on metal surfaces that have been shop-primed and touch-up painted, unless

otherwise indicated.

B. Scheduling Painting: Apply first-coat material to surfaces that have been cleaned, pretreated or otherwise prepared for painting as soon as practicable after preparation.

1. Allow sufficient time between successive coatings to permit proper drying.

Page 175: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-7

C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's instructions.

1. Brushes: Use brushes best suited for the material applied.

2. Rollers: Use rollers of carpet, velvet back or high-pile sheep's wool as recommended 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 materials at not less than manufacturer's recommended

spreading rate.

E. Mechanical and Electrical Work: Painting mechanical and electrical work is limited to items exposed to the exterior. Finish to match adjoining surfaces.

1. Mechanical items to be painted include, but are not limited to, piping, hangers, and

supports; supports; motors and mechanical equipment; and accessory items.

2. Electrical items to be painted include, but are not limited to conduit and fittings, panels, and switchgear.

F. Prime Coats: Before applying finish coats, apply a prime coat. Recoat primed and sealed surfaces

where there is evidence of suction spots or unsealed areas to assure a finish coat with no burn-through or other defects.

G. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform

finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness and other surface imperfections will not be acceptable.

H. Transparent (Clear) Finishes: Use multiple coats to produce glass-smooth surface film of even

luster. Provide a finish free of laps, cloudiness, color irregularity, runs, brush marks, orange peel, nail holes, or other surface imperfections.

I. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish or

repaint work not in compliance with specified requirements. 3.07 FIELD QUALITY ASSURANCE

A. The Owner reserves the right to invoke the following test procedure at any time and as often as the Owner deems necessary during painting.

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 laboratory will perform appropriate tests for material analysis, abrasion

resistance, reflectivity, flexibility, washability, absorption, accelerated weathering, dry opacity, accelerated yellowness, recoating, skinning, color retention, alkali and mildew resistance, and application to specified mil thicknesses.

3. If test results show material being used does not comply with specified requirements, the

Contractor may be directed to stop painting, remove noncomplying paint, pay for testing, repaint surfaces coated with rejected material, and remove rejected material from previously painted surfaces if, upon repainting with specified paint, the two coatings are incompatible.

3.08 CLEANING

A. Clean-Up: During progress of work, remove discarded paint materials, rubbish, cans and rags at

end of each work day.

B. Upon completion of painting work, clean window glass and other paint-spattered surfaces. Remove spattered paint by washing and scraping; do not scratch or damage finished surfaces.

Page 176: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park – PAC Re-Roof Painting Bid Set 09 91 00-8

3.01 EXTERIOR PAINT SCHEDULE (Match existing colors)

A. Ferrous Metal, Acrylic Semigloss: First Coat: 661 Metal Prime Second and Third Coats: 124 Mirro Glide SG

C. 1. Wood Trim:

First Coat: Moorwhite Exterior Wood Primer (100) Second and Third Coats: ben Low Lustre 542

2. Previously Painted Hard Board and Wood Trim:

Spot Prime First Coat: Moorwhite Exterior Wood Primer (100) Second Coat: ben Low Lustre 542

END OF SECTION

Page 177: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N T A P S T R A T A

D I V I S I O N 21

FIRE SUPPRESSION

Page 178: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 1

SECTION 211313

WET-PIPE SPRINKLER SYSTEMS

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Pipes, fittings, and specialties. 2. Sprinklers.

1.02 SYSTEM DESCRIPTIONS

A. Wet-Pipe Sprinkler System: Automatic sprinklers are attached to piping containing water and that is connected to water supply through alarm valve. Water discharges immediately from sprinklers when they are opened. Sprinklers open when heat melts fusible link or destroys frangible device. Hose connections are included if indicated.

1.03 PERFORMANCE REQUIREMENTS

A. Sprinkler system design shall be approved by authorities having jurisdiction.

1. Sprinkler Occupancy Hazard Classifications:

a. Mechanical Equipment Rooms: Ordinary Hazard, Group 1.

2. Minimum Density for Automatic-Sprinkler Piping Design:

a. Ordinary-Hazard, Group 1 Occupancy: 0.15 gpm over 1500-sq. ft. area.

3. Maximum Protection Area per Sprinkler: Per UL listing. 4. Maximum Protection Area per Sprinkler:

a. Mechanical Equipment Rooms: 130 sq. ft..

B. Seismic Performance: Sprinkler piping shall withstand the effects of earthquake motions determined according to NFPA 13 and ASCE/SEI 7.

1.04 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: For wet-pipe sprinkler systems. Include plans, elevations, sections, details, and attachments to other work.

C. Delegated-Design Submittal: For sprinkler systems indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation.

Page 179: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 2

1.05 INFORMATIONAL SUBMITTALS

A. Qualification Data: For qualified Installer.

B. Approved Sprinkler Piping Drawings: Working plans, prepared according to NFPA 13, that have been approved by authorities having jurisdiction, including hydraulic calculations if applicable.

C. Welding certificates.

D. Field Test Reports and Certificates: Indicate and interpret test results for compliance with performance requirements and as described in NFPA 13. Include "Contractor's Material and Test Certificate for Aboveground Piping."

E. Field quality-control reports.

1.06 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

1.07 QUALITY ASSURANCE

A. Installer Qualifications:

1. Installer's responsibilities include designing, fabricating, and installing sprinkler systems and providing professional engineering services needed to assume engineering responsibility. Base calculations on results of fire-hydrant flow test.

a. Engineering Responsibility: Preparation of working plans, calculations, and field test reports by a qualified professional engineer.

B. Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code.

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

D. NFPA Standards: Sprinkler system equipment, specialties, accessories, installation, and testing shall comply with the following:

1. NFPA 13, "Installation of Sprinkler Systems." 2. NFPA 13R, "Installation of Sprinkler Systems in Residential Occupancies up to

and Including Four Stories in Height." 3. NFPA 24, "Installation of Private Fire Service Mains and Their Appurtenances."

Page 180: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 3

PART 2 PRODUCTS

2.01 PIPING MATERIALS

A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, and fitting materials, and for joining methods for specific services, service locations, and pipe sizes.

2.02 STEEL PIPE AND FITTINGS

A. Standard Weight, Galvanized- and Black-Steel Pipe: ASTM A 53/A 53M, Type E, Grade B. Pipe ends may be factory or field formed to match joining method.

B. Schedule 30, Galvanized- and Black-Steel Pipe: ASTM A 135; ASTM A 795/A 795M, Type E; or ASME B36.10M, wrought steel; with wall thickness not less than Schedule 30 and not more than Schedule 40. Pipe ends may be factory or field formed to match joining method.

C. Thinwall Galvanized- and Black-]Steel Pipe: ASTM A 135 or ASTM A 795/A 795M, threadable, with wall thickness less than Schedule 30 and equal to or greater than Schedule 10. Pipe ends may be factory or field formed to match joining method.

D. Schedule 5 Steel Pipe: ASTM A 135 or ASTM A 795/A 795M, lightwall, with plain ends.

E. Galvanized- and Black-Steel Pipe Nipples: ASTM A 733, made of ASTM A 53/A 53M, standard-weight, seamless steel pipe with threaded ends.

F. Galvanized and Uncoated, Steel Couplings: ASTM A 865, threaded.

G. Galvanized and Uncoated, Gray-Iron Threaded Fittings: ASME B16.4, Class 125, standard pattern.

H. Malleable- or Ductile-Iron Unions: UL 860.

I. Cast-Iron Flanges: ASME 16.1, Class 125.

J. Steel Flanges and Flanged Fittings: ASME B16.5, Class 150.

K. Steel Welding Fittings: ASTM A 234/A 234M and ASME B16.9.

L. Grooved-Joint, Steel-Pipe Appurtenances:

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. Anvil International, Inc. b. Corcoran Piping System Co. c. National Fittings, Inc. d. Shurjoint Piping Products. e. Tyco Fire & Building Products LP.

Page 181: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 4

f. Victaulic Company.

2. Pressure Rating: 175 psig minimum. 3. Galvanized and Uncoated, Grooved-End Fittings for Steel Piping:

ASTM A 47/A 47M, malleable-iron casting or ASTM A 536, ductile-iron casting; with dimensions matching steel pipe.

4. Grooved-End-Pipe Couplings for Steel Piping: AWWA C606 and UL 213, rigid pattern, unless otherwise indicated, for steel-pipe dimensions. Include ferrous housing sections, EPDM-rubber gasket, and bolts and nuts.

M. Steel Pressure-Seal Fittings: UL 213, FM-approved, 175-psi pressure rating with steel housing, rubber O-rings, and pipe stop; for use with fitting manufacturers' pressure-seal tools.

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. Victaulic Company.

2.03 PIPING JOINING MATERIALS

A. Pipe-Flange Gasket Materials: AWWA C110, rubber, flat face, 1/8 inch thick.

1. Class 125, Cast-Iron Flat-Face Flanges: Full-face gaskets.

B. Metal, Pipe-Flange Bolts and Nuts: ASME B18.2.1, carbon steel unless otherwise indicated.

C. Welding Filler Metals: Comply with AWS D10.12M/D10.12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded.

2.04 SPRINKLERS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. AFAC Inc. 2. Globe Fire Sprinkler Corporation. 3. Reliable Automatic Sprinkler Co., Inc. 4. Tyco Fire & Building Products LP. 5. Venus Fire Protection Ltd. 6. Victaulic Company. 7. Viking Corporation.

B. General Requirements:

1. Standard: UL's "Fire Protection Equipment Directory" listing or "Approval Guide," published by FM Global, listing.

Page 182: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 5

2. Pressure Rating for Residential Sprinklers: 175 psig maximum. 3. Pressure Rating for Automatic Sprinklers: 175 psig minimum. 4. Pressure Rating for High-Pressure Automatic Sprinklers: 250 psig minimum.

C. Automatic Sprinklers with Heat-Responsive Element:

1. Early-Suppression, Fast-Response Applications: UL 1767. 2. Nonresidential Applications: UL 199. 3. Residential Applications: UL 1626. 4. Characteristics: Nominal 1/2-inch orifice with Discharge Coefficient K of 5.6,

and for "Ordinary" temperature classification rating unless otherwise indicated or required by application.

D. Sprinkler Finishes:

1. Chrome plated. 2. Bronze. 3. Painted.

E. Special Coatings:

1. Wax. 2. Lead. 3. Corrosion-resistant paint.

F. Sprinkler Guards:

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. Reliable Automatic Sprinkler Co., Inc. b. Tyco Fire & Building Products LP. c. Victaulic Company. d. Viking Corporation.

2. Standard: UL 199. 3. Type: Wire cage with fastening device for attaching to sprinkler.

PART 3 EXECUTION

3.01 PIPING INSTALLATION

A. Locations and Arrangements: Drawing plans, schematics, and diagrams indicate general location and arrangement of piping. Install piping as indicated, as far as practical.

1. Deviations from approved working plans for piping require written approval from authorities having jurisdiction. File written approval with Architect before deviating from approved working plans.

Page 183: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 6

B. Piping Standard: Comply with requirements for installation of sprinkler piping in NFPA 13.

C. Install seismic restraints on piping. Comply with requirements for seismic-restraint device materials and installation in NFPA 13.

D. Use listed fittings to make changes in direction, branch takeoffs from mains, and reductions in pipe sizes.

E. Install hangers and supports for sprinkler system piping according to NFPA 13. Comply with requirements for hanger materials in NFPA 13.

F. Fill sprinkler system piping with water.

3.02 JOINT CONSTRUCTION

A. Install couplings, flanges, flanged fittings, unions, nipples, and transition and special fittings that have finish and pressure ratings same as or higher than system's pressure rating for aboveground applications unless otherwise indicated.

B. Install unions adjacent to each valve in pipes NPS 2 and smaller.

C. Install flanges, flange adapters, or couplings for grooved-end piping on valves, apparatus, and equipment having NPS 2-1/2 and larger end connections.

D. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

E. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly.

F. Flanged Joints: Select appropriate gasket material in size, type, and thickness suitable for water service. Join flanges with gasket and bolts according to ASME B31.9.

G. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows:

1. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded

or damaged.

H. Twist-Locked Joints: Insert plain end of steel pipe into plain-end-pipe fitting. Rotate retainer lugs one-quarter turn or tighten retainer pin.

I. Steel-Piping, Pressure-Sealed Joints: Join lightwall steel pipe and steel pressure-seal fittings with tools recommended by fitting manufacturer.

J. Welded Joints: Construct joints according to AWS D10.12M/D10.12, using qualified processes and welding operators according to "Quality Assurance" Article.

Page 184: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 7

1. Shop weld pipe joints where welded piping is indicated. Do not use welded joints for galvanized-steel pipe.

K. Steel-Piping, Cut-Grooved Joints: Cut square-edge groove in end of pipe according to AWWA C606. Assemble coupling with housing, gasket, lubricant, and bolts. Join steel pipe and grooved-end fittings according to AWWA C606 for steel-pipe joints.

L. Steel-Piping, Roll-Grooved Joints: Roll rounded-edge groove in end of pipe according to AWWA C606. Assemble coupling with housing, gasket, lubricant, and bolts. Join steel pipe and grooved-end fittings according to AWWA C606 for steel-pipe grooved joints.

M. Steel-Piping, Pressure-Sealed Joints: Join Schedule 5 steel pipe and steel pressure-seal fittings with tools recommended by fitting manufacturer.

N. Dissimilar-Material Piping Joints: Make joints using adapters compatible with materials of both piping systems.

3.03 IDENTIFICATION

A. Install labeling and pipe markers on equipment and piping according to requirements in NFPA 13.

3.04 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Tests and Inspections:

1. Leak Test: After installation, charge systems and test for leaks. Repair leaks and retest until no leaks exist.

2. Flush, test, and inspect sprinkler systems according to NFPA 13, "Systems Acceptance" Chapter.

C. Sprinkler piping system will be considered defective if it does not pass tests and inspections.

D. Prepare test and inspection reports.

3.05 CLEANING

A. Clean dirt and debris from sprinklers.

B. Remove and replace sprinklers with paint other than factory finish.

3.06 PIPING SCHEDULE

A. Wet-pipe sprinkler system, NPS 2 and smaller, shall be one of the following:

1. Standard-weight or Schedule 30, black-steel pipe with threaded ends; uncoated, gray-iron threaded fittings; and threaded joints.

Page 185: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 8

2. Standard-weight or Schedule 30, galvanized-steel pipe with threaded ends; galvanized, gray-iron threaded fittings; and threaded joints.

3. Standard-weight or Schedule 30, black-steel pipe with plain ends; uncoated, plain-end-pipe fittings; and twist-locked joints.

4. Standard-weight or Schedule 30, galvanized-steel pipe with plain ends; galvanized, plain-end-pipe fittings; and twist-locked joints.

5. Standard-weight or Schedule 30, black-steel pipe with grooved ends; uncoated, grooved-end fittings for steel piping; grooved-end-pipe couplings for steel piping; and grooved joints.

6. Standard-weight or Schedule 30, galvanized-steel pipe with cut-grooved ends; galvanized, grooved-end fittings for steel piping; grooved-end-pipe couplings for steel piping; and grooved joints.

7. Standard-weight or Schedule 30, black-steel pipe with plain ends; steel welding fittings; and welded joints.

8. Thinwall black-steel pipe with roll-grooved ends; uncoated, grooved-end fittings for steel piping; grooved-end-pipe couplings for steel piping; and grooved joints.

9. Thinwall black-steel pipe with plain ends; uncoated, plain-end-pipe fittings; and twist-locked joints.

10. Thinwall black-steel pipe with plain ends; welding fittings; and welded joints.

B. Standard-pressure, wet-pipe sprinkler system, NPS 2-1/2 to NPS 6, shall be one of the following:

1. Standard-weight or Schedule 30, black-steel pipe with threaded ends; uncoated, gray-iron threaded fittings; and threaded joints.

2. Standard-weight or Schedule 30, galvanized-steel pipe with threaded ends; galvanized, gray-iron threaded fittings; and threaded joints.

3. Standard-weight or Schedule 30, black-steel pipe with grooved ends; uncoated, grooved-end fittings for steel piping; grooved-end-pipe couplings for steel piping; and grooved joints.

4. Standard-weight or Schedule 30, galvanized-steel pipe with cut-grooved ends; galvanized, grooved-end fittings for steel piping; grooved-end-pipe couplings for steel piping; and grooved joints.

5. Standard-weight or Schedule 30, black-steel pipe with plain ends; steel welding fittings; and welded joints.

6. Thinwall black-steel pipe with roll-grooved ends; uncoated, grooved-end fittings for steel piping; grooved-end-pipe couplings for steel piping; and grooved joints.

7. Thinwall black-steel pipe with plain ends; welding fittings; and welded joints.

3.07 SPRINKLER SCHEDULE

A. Use sprinkler types in subparagraphs below for the following applications:

1. Rooms without Ceilings: Upright sprinklers.

B. Provide sprinkler types in subparagraphs below with finishes indicated.

1. Upright Sprinklers: Chrome plated in finished spaces exposed to view; rough bronze in unfinished spaces not exposed to view; wax coated where exposed to acids, chemicals, or other corrosive fumes.

Page 186: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WET-PIPE SPRINKLER SYSTEMS The Performing Arts Center HVAC Replacement Project 11121669 (April 2017) SECTION 211313 - PAGE 9

END OF SECTION

Page 187: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 22

PLUMBING

Page 188: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park ESCUTCHEONS FOR PLUMBING PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 220518 - PAGE 1

SECTION 220518

ESCUTCHEONS FOR PLUMBING PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Escutcheons. 2. Floor plates.

1.02 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

PART 2 PRODUCTS

2.01 ESCUTCHEONS

A. One-Piece, Cast-Brass Type: With polished, chrome-plated finish and setscrew fastener.

B. One-Piece, Deep-Pattern Type: Deep-drawn, box-shaped brass with chrome-plated finish and spring-clip fasteners.

C. One-Piece, Stamped-Steel Type: With chrome-plated finish and spring-clip fasteners.

2.02 FLOOR PLATES

A. One-Piece Floor Plates: Cast-iron flange.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install escutcheons for piping penetrations of walls, ceilings, and finished floors.

B. Install escutcheons with ID to closely fit around pipe, tube, and insulation of piping and with OD that completely covers opening.

1. Escutcheons for New Piping:

a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep-pattern type.

b. Chrome-Plated Piping: One-piece, cast-brass type with polished, chrome-plated finish.

c. Insulated Piping: One-piece, stamped-steel type. d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, cast-

brass type with polished, chrome-plated finish.

Page 189: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park ESCUTCHEONS FOR PLUMBING PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 220518 - PAGE 2

e. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece, stamped-steel type.

f. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, cast-brass type with polished, chrome-plated finish.

g. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, stamped-steel type.

h. Bare Piping in Unfinished Service Spaces: One-piece, cast-brass type with polished, chrome-plated finish.

i. Bare Piping in Unfinished Service Spaces: One-piece, stamped-steel type. j. Bare Piping in Equipment Rooms: One-piece, cast-brass type with polished,

chrome-plated finish. k. Bare Piping in Equipment Rooms: One-piece, stamped-steel type.

C. Install floor plates for piping penetrations of equipment-room floors.

D. Install floor plates with ID to closely fit around pipe, tube, and insulation of piping and with OD that completely covers opening.

1. New Piping: One-piece, floor-plate type.

3.02 FIELD QUALITY CONTROL

A. Replace broken and damaged escutcheons and floor plates using new materials.

END OF SECTION

Page 190: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GENERAL-DUTY VALVES The Performing Arts Center HVAC Replacement Project FOR PLUMBING PIPING 11121669 (October 2016) SECTION 220523 - PAGE 1

SECTION 220523

GENERAL-DUTY VALVES FOR PLUMBING PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Brass ball valves. 2. Bronze ball valves. 3. Bronze swing check valves.

B. Related Sections:

1. Division 22 plumbing piping Sections for specialty valves applicable to those Sections only.

2. Division 22 Section "Identification for Plumbing Piping and Equipment" for valve tags and schedules.

1.02 ACTION SUBMITTALS

A. Product Data: For each type of valve indicated.

1.03 QUALITY ASSURANCE

A. ASME Compliance: ASME B16.10 and ASME B16.34 for ferrous valve dimensions and design criteria.

B. NSF Compliance: NSF 61 for valve materials for potable-water service.

PART 2 PRODUCTS

2.01 GENERAL REQUIREMENTS FOR VALVES

A. Refer to valve schedule articles for applications of valves.

B. Valve Pressure and Temperature Ratings: Not less than indicated and as required for system pressures and temperatures.

C. Valve Sizes: Same as upstream piping unless otherwise indicated.

D. Valve Actuator Types:

1. Handlever: For quarter-turn valves NPS 6 and smaller.

E. Valves in Insulated Piping: With 2-inch stem extensions and the following features:

Page 191: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GENERAL-DUTY VALVES The Performing Arts Center HVAC Replacement Project FOR PLUMBING PIPING 11121669 (October 2016) SECTION 220523 - PAGE 2

1. Ball Valves: With extended operating handle of non-thermal-conductive material, and protective sleeve that allows operation of valve without breaking the vapor seal or disturbing insulation.

F. Valve-End Connections:

1. Flanged: With flanges according to ASME B16.1 for iron valves. 2. Solder Joint: With sockets according to ASME B16.18. 3. Threaded: With threads according to ASME B1.20.1.

2.02 BRASS BALL VALVES

A. Two-Piece, Full-Port, Brass Ball Valves with Brass Trim:

1. Manufacturers: Subject to compliance with requirements, provide product by one of the following:

a. Crane Co.; Crane Valve Group; Crane Valves. b. Crane Co.; Crane Valve Group; Jenkins Valves. c. DynaQuip Controls. d. Flow-Tek, Inc.; a subsidiary of Bray International, Inc. e. Hammond Valve. f. Jamesbury; a subsidiary of Metso Automation. g. Jomar International, LTD. h. Kitz Corporation. i. Legend Valve. j. Marwin Valve; a division of Richards Industries. k. Milwaukee Valve Company. l. NIBCO INC. m. Red-White Valve Corporation. n. RuB Inc. o. Approved equal.

2. Description:

a. Standard: MSS SP-110. b. SWP Rating: 150 psig. c. CWP Rating: 600 psig. d. Body Design: Two piece. e. Body Material: Forged brass. f. Ends: Threaded. g. Seats: PTFE or TFE. h. Stem: Brass. i. Ball: Chrome-plated brass. j. Port: Full.

2.03 BRONZE BALL VALVES

A. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim:

Page 192: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GENERAL-DUTY VALVES The Performing Arts Center HVAC Replacement Project FOR PLUMBING PIPING 11121669 (October 2016) SECTION 220523 - PAGE 3

1. Manufacturers: Subject to compliance with requirements, provide product by one of the following:

a. American Valve, Inc. b. Conbraco Industries, Inc.; Apollo Valves. c. Crane Co.; Crane Valve Group; Crane Valves. d. Hammond Valve. e. Lance Valves; a division of Advanced Thermal Systems, Inc. f. Legend Valve. g. Milwaukee Valve Company. h. NIBCO INC. i. Red-White Valve Corporation. j. Watts Regulator Co.; a division of Watts Water Technologies, Inc. k. Approved equal.

2. Description:

a. Standard: MSS SP-110. b. SWP Rating: 150 psig. c. CWP Rating: 600 psig. d. Body Design: Two piece. e. Body Material: Bronze. f. Ends: Threaded. g. Seats: PTFE or TFE. h. Stem: Bronze. i. Ball: Chrome-plated brass. j. Port: Full.

2.04 BRONZE SWING CHECK VALVES

A. Class 125, Bronze Swing Check Valves with Bronze Disc:

1. Manufacturers: Subject to compliance with requirements, provide product by one of the following:

a. American Valve, Inc. b. Crane Co.; Crane Valve Group; Crane Valves. c. Crane Co.; Crane Valve Group; Jenkins Valves. d. Crane Co.; Crane Valve Group; Stockham Division. e. Hammond Valve. f. Kitz Corporation. g. Milwaukee Valve Company. h. NIBCO INC. i. Powell Valves. j. Red-White Valve Corporation. k. Watts Regulator Co.; a division of Watts Water Technologies, Inc. l. Zy-Tech Global Industries, Inc. m. Approved equal.

2. Description:

Page 193: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GENERAL-DUTY VALVES The Performing Arts Center HVAC Replacement Project FOR PLUMBING PIPING 11121669 (October 2016) SECTION 220523 - PAGE 4

a. Standard: MSS SP-80, Type 3. b. CWP Rating: 200 psig. c. Body Design: Horizontal flow. d. Body Material: ASTM B 62, bronze. e. Ends: Threaded. f. Disc: Bronze.

PART 3 EXECUTION

3.01 VALVE INSTALLATION

A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown.

B. Locate valves for easy access and provide separate support where necessary.

C. Install valves in horizontal piping with stem at or above center of pipe.

D. Install valves in position to allow full stem movement.

3.02 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.

3.03 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS

A. If valve applications are not indicated, use the following:

1. Shutoff Service: Ball valves. 2. Pump-Discharge Check Valves:

a. NPS 2 and Smaller: Bronze swing check valves with bronze or nonmetallic disc.

B. If valves with specified SWP classes or CWP ratings are not available, the same types of valves with higher SWP class 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.

3.04 DOMESTIC, HOT- AND COLD-WATER VALVE SCHEDULE

A. Pipe NPS 2 and Smaller:

1. Bronze and Brass Valves: May be provided with solder-joint ends instead of threaded ends.

2. Ball Valves: Two piece, full port, bronze with bronze trim.

Page 194: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GENERAL-DUTY VALVES The Performing Arts Center HVAC Replacement Project FOR PLUMBING PIPING 11121669 (October 2016) SECTION 220523 - PAGE 5

3. Bronze Swing Check Valves: Class 125, bronze disc.

END OF SECTION

Page 195: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 1

SECTION 220529

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Metal pipe hangers and supports. 2. Trapeze pipe hangers. 3. Fastener systems. 4. Pipe positioning systems. 5. Equipment supports.

1.02 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design trapeze pipe hangers and equipment supports, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Structural Performance: Hangers and supports for plumbing piping and equipment shall withstand the effects of gravity loads and stresses within limits and under conditions indicated according to ASCE/SEI 7-05, Section 13.6 as modified by the 2016 CBC Chapter 16.

1. Design supports for multiple pipes capable of supporting combined weight of supported systems, system contents, and test water.

2. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

3. Design seismic-restraint hangers and supports for piping and equipment.

1.03 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Show fabrication and installation details and include calculations for the following; include Product Data for components:

1. Trapeze pipe hangers. 2. Equipment supports.

C. Delegated-Design Submittal: For trapeze hangers indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation.

1.04 INFORMATIONAL SUBMITTALS

A. Welding certificates.

Page 196: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 2

1.05 QUALITY ASSURANCE

A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code.

PART 2 PRODUCTS

2.01 METAL PIPE HANGERS AND SUPPORTS

A. Carbon-Steel Pipe Hangers and Supports:

1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. 2. Galvanized Metallic Coatings: Pre-galvanized or hot dipped. 3. Nonmetallic Coatings: Plastic coating, jacket, or liner. 4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion

to support bearing surface of piping. 5. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel.

B. Stainless-Steel Pipe Hangers and Supports:

1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. 2. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion

to support bearing surface of piping. 3. Hanger Rods: Continuous-thread rod, nuts, and washer made of stainless steel.

C. Copper Pipe Hangers:

1. Description: MSS SP-58, Types 1 through 58, copper-coated-steel, factory-fabricated components.

2. Hanger Rods: Continuous-thread rod, nuts, and washer made of copper-coated steel.

2.02 TRAPEZE PIPE HANGERS

A. Description: MSS SP-69, Type 59, shop- or field-fabricated pipe-support assembly made from structural carbon-steel shapes with MSS SP-58 carbon-steel hanger rods, nuts, saddles, and U-bolts.

2.03 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.

B. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel anchors, for use in hardened portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

Page 197: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 3

2.04 PIPE POSITIONING SYSTEMS

A. Description: IAPMO PS 42, positioning system of metal brackets, clips, and straps for positioning piping in pipe spaces; for plumbing fixtures in commercial applications.

2.05 EQUIPMENT SUPPORTS

A. Description: Welded, shop- or field-fabricated equipment support made from structural carbon-steel shapes.

2.06 MISCELLANEOUS MATERIALS

A. Structural Steel: ASTM A 36/A 36M, carbon-steel plates, shapes, and bars; black and galvanized.

B. Grout: ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement, non-shrink and nonmetallic grout; suitable for interior and exterior applications.

1. Properties: Non-staining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength.

PART 3 EXECUTION

3.01 HANGER AND SUPPORT INSTALLATION

A. Metal 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 the building structure.

B. Metal 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 for individual pipe hangers.

2. Field fabricate from ASTM A 36/A 36M, carbon-steel shapes selected for loads being supported. Weld steel according to AWS D1.1/D1.1M.

C. Fastener System Installation:

1. Install powder-actuated fasteners for use in lightweight concrete or concrete slabs less than 4 inches thick 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.

D. Pipe Positioning-System Installation: Install support devices to make rigid supply and waste piping connections to each plumbing fixture.

Page 198: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 4

E. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories.

F. Equipment Support Installation: Fabricate from welded-structural-steel shapes.

G. 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.

H. Install lateral bracing with pipe hangers and supports to prevent swaying.

I. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, 2-1/2 in 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.

J. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment.

K. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31.9 for building services piping.

L. Insulated Piping:

1. Attach clamps and spacers to piping.

a. Piping Operating above Ambient Air Temperature: Clamp may project through insulation.

b. Do not exceed pipe stress limits allowed by ASME B31.9 for building services piping.

3.02 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 bearing surface smooth.

C. Provide lateral bracing, to prevent swaying, for equipment supports.

3.03 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/D1.1M procedures for shielded, metal arc welding; appearance and quality of welds; and methods used in correcting welding work; and with the following:

Page 199: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 5

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

so contours of welded surfaces match adjacent contours.

3.04 ADJUSTING

A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe.

B. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches.

3.05 PAINTING

A. Touchup: 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 a 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.

3.06 HANGER AND SUPPORT SCHEDULE

A. Specific hanger and support requirements are 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 carbon-steel pipe hangers and supports and metal trapeze pipe hangers and attachments for general service applications.

F. Use stainless-steel pipe hangers and stainless-steel attachments for hostile environment applications.

G. Use copper-plated pipe hangers and stainless-steel attachments for copper piping and tubing.

H. Use padded hangers for piping that is subject to scratching.

Page 200: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 6

I. 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 non-insulated or insulated, stationary pipes ½ in to 30 in.

2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F, pipes 4 in to 24 in, requiring up to 4 inches of insulation.

3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension of pipes ¾ in to 36 in, requiring clamp flexibility and up to 4 inches of insulation.

4. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of non-insulated, stationary pipes ½ in to 8 in.

5. U-Bolts (MSS Type 24): For support of heavy pipes ½ in to 30 in. 6. Pipe Saddle Supports (MSS Type 36): For support of pipes 4 in to 36 in, with

steel-pipe base stanchion support and cast-iron floor flange or carbon-steel plate. 7. Pipe Stanchion Saddles (MSS Type 37): For support of pipes 4 in to 36 in, with

steel-pipe base stanchion support and cast-iron floor flange or carbon-steel plate, and with U-bolt to retain pipe.

8. Single-Pipe Rolls (MSS Type 41): For suspension of pipes 1 in to 30 in, from two rods if longitudinal movement caused by expansion and contraction might occur.

9. Complete Pipe Rolls (MSS Type 44): For support of pipes 2 in to 42 in if longitudinal movement caused by expansion and contraction might occur but vertical adjustment is not necessary.

J. 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 ¾ in to 24 in.

2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers ¾ in to 24 in if longer ends are required for riser clamps.

K. 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.

L. 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.

Page 201: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR PLUMBING The Perfroming Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 220529 - PAGE 7

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.

M. 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.

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.

N. Spring Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Spring Cushions (MSS Type 48): For light loads if vertical movement does not exceed 1-1/4 inches.

2. Spring-Cushion Roll Hangers (MSS Type 49): For equipping Type 41, roll hanger with springs.

3. Variable-Spring Base Supports (MSS Type 52): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from base support.

O. Comply with MSS SP-69 for trapeze pipe-hanger selections and applications that are not specified in piping system Sections.

P. Use powder-actuated fasteners or mechanical-expansion anchors instead of building attachments where required in concrete construction.

Q. Use pipe positioning systems in pipe spaces behind plumbing fixtures to support supply and waste piping for plumbing fixtures.

END OF SECTION

Page 202: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR PLUMBING The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (October 2016) SECTION 220553 - PAGE 1

SECTION 220553

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Equipment labels. 2. Warning signs and labels. 3. Pipe labels.

1.02 ACTION SUBMITTAL

A. Product Data: For each type of product indicated.

PART 2 PRODUCTS

2.01 EQUIPMENT LABELS

A. Metal Labels for Equipment:

1. Material and Thickness: Aluminum, 0.032-inch or anodized aluminum, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware.

2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch.

3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

4. Fasteners: Stainless-steel rivets or self-tapping screws. 5. Adhesive: Contact-type permanent adhesive, compatible with label and with

substrate.

B. Plastic Labels for Equipment:

1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware.

2. Letter Color: Black. 3. Background Color: White. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 5. Minimum Label Size: Length and width vary for required label content, but not

less than 2-1/2 by 3/4 inch. 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than

24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately

Page 203: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR PLUMBING The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (October 2016) SECTION 220553 - PAGE 2

larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

7. Fasteners: Stainless-steel rivets or self-tapping screws. 8. Adhesive: Contact-type permanent adhesive, compatible with label and with

substrate.

C. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified.

D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-11-inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data.

2.02 PIPE LABELS

A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering indicating service, and showing flow direction.

B. Pre-tensioned Pipe Labels: Pre-coiled, semi-rigid plastic formed to partially cover circumference of pipe and to attach to pipe without fasteners or adhesive.

C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive backing.

D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction.

1. Flow-Direction Arrows: Integral with piping system service lettering to accommodate both directions or as separate unit on each pipe label to indicate flow direction.

2. Lettering Size: At least 3/4 inches high.

PART 3 EXECUTION

3.01 PREPARATION

A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants.

3.02 EQUIPMENT LABEL INSTALLATION

A. Install or permanently fasten labels on each major item of mechanical equipment.

B. Locate equipment labels where accessible and visible.

Page 204: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR PLUMBING The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (October 2016) SECTION 220553 - PAGE 3

3.03 PIPE LABEL INSTALLATION

A. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows:

1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal

units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of

concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 20

feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced

labels.

B. Pipe Label Color Schedule:

1. Condensate Drain Piping:

a. Background Color: White. b. Letter Color: Black.

END OF SECTION

Page 205: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 1

SECTION 221116

DOMESTIC WATER PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section includes aboveground domestic water pipes, tubes, and fittings inside buildings.

1.02 ACTION SUBMITTALS

A. Product Data: For transition fittings and dielectric fittings.

1.03 INFORMATIONAL SUBMITTALS

A. System purging and disinfecting activities report.

B. Field quality-control reports.

PART 2 PRODUCTS

2.01 PIPING MATERIALS

A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes.

B. Potable-water piping and components shall comply with NSF 14 and NSF 61. Plastic piping components shall be marked with "NSF-pw."

2.02 COPPER TUBE AND FITTINGS

A. Hard Copper Tube: ASTM B 88, Type L water tube, drawn temper.

B. Cast-Copper, Solder-Joint Fittings: ASME B16.18, pressure fittings.

C. Wrought-Copper, Solder-Joint Fittings: ASME B16.22, wrought-copper pressure fittings.

D. Bronze Flanges: ASME B16.24, Class 150, with solder-joint ends.

E. Copper Unions:

1. MSS SP-123. 2. Cast-copper-alloy, hexagonal-stock body. 3. Ball-and-socket, metal-to-metal seating surfaces. 4. Solder-joint or threaded ends.

Page 206: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 2

2.03 PIPING JOINING MATERIALS

A. Solder Filler Metals: ASTM B 32, lead-free alloys.

B. Flux: ASTM B 813, water flushable.

C. Brazing Filler Metals: AWS A5.8/A5.8M, BCuP Series, copper-phosphorus alloys for general-duty brazing unless otherwise indicated.

2.04 TRANSITION FITTINGS

A. General Requirements:

1. Same size as pipes to be joined. 2. Pressure rating at least equal to pipes to be joined. 3. End connections compatible with pipes to be joined.

B. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping system fitting.

2.05 DIELECTRIC FITTINGS

A. General Requirements: Assembly of copper alloy and ferrous materials with separating nonconductive insulating material. Include end connections compatible with pipes to be joined.

B. Dielectric Unions:

1. Standard: ASSE 1079. 2. Pressure Rating: 125 psig minimum at 180 deg F. 3. End Connections: Solder-joint copper alloy and threaded ferrous.

PART 3 EXECUTION

3.01 PIPING INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings.

B. Install domestic water piping level and plumb.

C. Install seismic restraints on piping.

D. Install piping concealed from view and protected from physical contact by building occupants unless otherwise indicated and except in equipment rooms and service areas.

E. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise.

Page 207: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 3

F. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal, and coordinate with other services occupying that space.

G. Install piping to permit valve servicing.

H. Install nipples, unions, special fittings, and valves with pressure ratings the same as or higher than the system pressure rating used in applications below unless otherwise indicated.

I. Install piping free of sags and bends.

J. Install fittings for changes in direction and branch connections.

K. Install unions in copper tubing at final connection to each piece of equipment, machine, and specialty.

L. Install sleeves for piping penetrations of walls, ceilings, and floors.

M. Install sleeve seals for piping penetrations of concrete walls and slabs.

N. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply with requirements for escutcheons specified in Division 22 Section "Escutcheons for Plumbing Piping."

3.02 JOINT CONSTRUCTION

A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly.

C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows:

1. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded

or damaged.

D. Brazed Joints for Copper Tubing: Comply with CDA's "Copper Tube Handbook," "Brazed Joints" chapter.

E. Soldered Joints for Copper Tubing: Apply ASTM B 813, water-flushable flux to end of tube. Join copper tube and fittings according to ASTM B 828 or CDA's "Copper Tube Handbook."

F. Joints for Dissimilar-Material Piping: Make joints using adapters compatible with materials of both piping systems.

3.03 DIELECTRIC FITTING INSTALLATION

A. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.

Page 208: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 4

B. Dielectric Fittings for NPS 2 and Smaller: Use dielectric couplings.

3.04 HANGER AND SUPPORT INSTALLATION

A. Vertical Piping: MSS Type 8 or 42, clamps

B. Support vertical piping and tubing at base and at each floor.

C. Install supports for vertical copper tubing.

D. Install supports for vertical steel piping.

3.05 CONNECTIONS

A. Drawings indicate general arrangement of piping, fittings, and specialties.

B. When installing piping adjacent to equipment and machines, allow space for service and maintenance.

C. Connect domestic water piping to exterior water-service piping. Use transition fitting to join dissimilar piping materials.

D. Connect domestic water piping to water-service piping with shutoff valve; extend and connect to the following:

1. Water Heaters: Cold-water inlet 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 that required by plumbing code. Comply with requirements for connection sizes in Division 22 plumbing fixture Sections.

3.06 IDENTIFICATION

A. Identify system components.

B. Label pressure piping with system operating pressure.

3.07 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. Piping Inspections:

a. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction.

b. During installation, notify authorities having jurisdiction at least one day 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.

Page 209: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 5

2) Final Inspection: Arrange for authorities having jurisdiction to observe tests specified in "Piping Tests" Subparagraph below and to ensure compliance with requirements.

c. Re-inspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for re-inspection.

d. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction.

2. Piping Tests:

a. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water.

b. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit a separate report for each test, complete with diagram of portion of piping tested.

c. 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.

d. 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 it to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired.

e. Repair leaks and defects with new materials, and retest piping or portion thereof until satisfactory results are obtained.

f. Prepare reports for tests and for corrective action required.

B. Domestic water piping will be considered defective if it does not pass tests and inspections.

C. Prepare test and inspection reports.

3.08 ADJUSTING

A. Perform the following adjustments before operation:

1. Close drain valves, hydrants, and hose bibbs. 2. Open shutoff valves to fully open position. 3. Open throttling valves to proper setting. 4. Adjust balancing valves in hot-water-circulation return piping to provide

adequate flow.

a. Manually adjust ball-type balancing valves in hot-water-circulation return piping to provide hot-water flow in each branch.

b. Adjust calibrated balancing valves to flows indicated.

5. Remove plugs used during testing of piping and for temporary sealing of piping during installation.

6. Remove and clean strainer screens. Close drain valves and replace drain plugs. 7. Remove filter cartridges from housings and verify that cartridges are as specified

for application where used and are clean and ready for use.

Page 210: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 6

8. Check plumbing specialties and verify proper settings, adjustments, and operation.

3.09 CLEANING

A. Clean and disinfect potable domestic water piping as follows:

1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using.

2. Use purging and disinfecting procedures prescribed by authorities having jurisdiction; if methods are not prescribed, use procedures described in either AWWA C651 or AWWA C652 or follow procedures described below:

a. Flush piping system with clean, potable water until dirty water does not appear at outlets.

b. Fill and isolate system according to either of the following:

1) Fill system or part thereof with water/chlorine solution with at least 50 ppm of chlorine. Isolate with valves and allow to stand for 24 hours.

2) Fill system or part thereof with water/chlorine solution with at least 200 ppm of chlorine. Isolate and allow to stand for three hours.

c. Flush system with clean, potable water until no chlorine is in water coming from system after the standing time.

d. Repeat procedures if biological examination shows contamination. e. Submit water samples in sterile bottles to authorities having jurisdiction.

B. Prepare and submit reports of purging and disinfecting activities. Include copies of water-sample approvals from authorities having jurisdiction.

C. Clean interior of domestic water piping system. Remove dirt and debris as work progresses.

3.010 PIPING SCHEDULE

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 and unions may be used for aboveground piping joints unless otherwise indicated.

C. Fitting Option: Extruded-tee connections and brazed joints may be used on aboveground copper tubing.

D. Aboveground domestic water piping, NPS 2 and smaller , shall be the following:

1. Hard copper tube, ASTM B 88, Type L; cast or wrought-copper, solder-joint fittings; and brazed or soldered joints.

E. Aboveground domestic water piping, NPS 2-1/2 to NPS 4, shall be the following:

Page 211: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221116 - PAGE 7

1. Hard copper tube, ASTM B 88, Type L; cast or wrought-copper, solder-joint fittings; and brazed or soldered joints.

END OF SECTION

Page 212: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING SPECIALTIES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221119 - PAGE 1

SECTION 221119

DOMESTIC WATER PIPING SPECIALTIES

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Hose bibbs.

B. Related Requirements:

1. Section 221116 "Domestic Water Piping" for water meters.

1.02 ACTION SUBMITTALS

A. Product Data: For each type of product.

1.03 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

1.04 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

PART 2 PRODUCTS

2.01 GENERAL REQUIREMENTS FOR PIPING SPECIALTIES

A. Potable-water piping and components shall comply with NSF 61 Annex G.

2.02 PERFORMANCE REQUIREMENTS

A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig unless otherwise indicated.

2.03 HOSE BIBBS

A. Hose Bibbs:

1. Standard: ASME A112.18.1 for sediment faucets. 2. Body Material: Bronze. 3. Seat: Bronze, replaceable. 4. Supply Connections: NPS 1/2 or NPS 3/4 threaded or solder-joint inlet. 5. Outlet Connection: Garden-hose thread complying with ASME B1.20.7. 6. Pressure Rating: 125 psig.

Page 213: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DOMESTIC WATER PIPING SPECIALTIES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221119 - PAGE 2

7. Vacuum Breaker: Integral, non-removable, drainable, hose-connection vacuum breaker complying with ASSE 1011.

8. Finish for Equipment Rooms: Rough bronze, or chrome or nickel plated. 9. Finish for Service Areas: Rough bronze. 10. Finish for Finished Rooms: Chrome or nickel plated. 11. Operation for Equipment Rooms: Operating key. 12. Operation for Service Areas: Operating key. 13. Operation for Finished Rooms: Operating key. 14. Include operating key with each operating-key hose bibb. 15. Include wall flange with each chrome- or nickel-plated hose bibb.

PART 3 EXECUTION

3.01 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

B. Domestic water piping specialties will be considered defective if they do not pass tests and inspections.

C. Prepare test and inspection reports.

END OF SECTION

Page 214: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WASTE AND VENT PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221316 - PAGE 1

SECTION 221316

WASTE AND VENT PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Pipe, tube, and fittings. 2. Specialty pipe fittings.

1.02 PERFORMANCE REQUIREMENTS

A. Seismic Performance: Soil, waste, and vent piping and support and installation shall withstand the effects of earthquake motions determined according to ASCE/SEI 7.

1.03 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1.04 QUALITY ASSURANCE

A. Piping materials shall bear label, stamp, or other markings of specified testing agency.

PART 2 PRODUCTS

2.01 PIPING MATERIALS

A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes.

2.02 COPPER TUBE AND FITTINGS

A. Copper DWV Tube: ASTM B 306, drainage tube, drawn temper.

B. Copper Drainage Fittings: ASME B16.23, cast copper or ASME B16.29, wrought copper, solder-joint fittings.

C. Solder: ASTM B 32, lead free with ASTM B 813, water-flushable flux.

PART 3 EXECUTION

3.01 PIPING INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings.

Page 215: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WASTE AND VENT PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221316 - PAGE 2

B. Install piping at indicated slopes.

C. Install piping free of sags and bends.

D. Install fittings for changes in direction and branch connections.

E. Install seismic restraints on piping.

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 two 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. Install soil and waste drainage and vent piping at the following minimum slopes unless otherwise indicated:

1. Condensate Drain: 2 percent downward in direction of flow for piping NPS 3 and smaller.

H. Install aboveground copper tubing according to CDA's "Copper Tube Handbook."

I. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction.

3.02 JOINT CONSTRUCTION

A. Join copper tube and fittings with soldered joints according to ASTM B 828. Use ASTM B 813, water-flushable, lead-free flux and ASTM B 32, lead-free-alloy solder.

3.03 HANGER AND SUPPORT INSTALLATION

A. Comply with requirements for seismic-restraint devices.

B. Support horizontal piping and tubing within 12 inches of each fitting.

C. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions.

3.04 CONNECTIONS

A. Drawings indicate general arrangement of piping, fittings, and specialties.

B. Connect drainage and vent piping to the following:

1. Equipment: Connect drainage piping as indicated. Provide shutoff valve if indicated and union for each connection.

Page 216: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WASTE AND VENT PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221316 - PAGE 3

C. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment.

D. Make connections according to the following unless otherwise indicated:

1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment.

3.05 IDENTIFICATION

A. Identify exposed sanitary waste and vent piping. Comply with requirements for identification specified in Division 22 Section "Identification for Plumbing Piping and Equipment."

3.06 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. Re-inspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for re-inspection.

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 or, in absence of published procedures, as follows:

1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested.

2. Leave uncovered and unconcealed new, altered, extended, or replaced drainage and vent piping until it has been tested and approved. Expose work that was covered or concealed before it was tested.

3. Roughing-in Plumbing Test Procedure: Test drainage and vent piping except outside leaders on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. From 15 minutes before inspection starts to completion of inspection, water level must not drop. Inspect joints for leaks.

4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps filled with water, test connections and prove they are gastight and watertight. Plug vent-stack openings on roof and building drains where they leave building. Introduce air into piping system equal to pressure of 1-inch wg. Use U-tube or manometer inserted in trap of water closet to measure this pressure. Air pressure must remain constant without introducing additional air

Page 217: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park WASTE AND VENT PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 221316 - PAGE 4

throughout period of inspection. Inspect plumbing fixture connections for gas and water leaks.

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.

3.07 CLEANING AND PROTECTION

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.

3.08 PIPING SCHEDULE

A. Condensate drain piping NPS 4 and smaller shall be the following:

1. Copper DWV tube, copper drainage fittings, and soldered joints.

END OF SECTION

Page 218: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 23

HEATING, VENTILATING and AIR-CONDITIONING, HVAC

Page 219: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 1

SECTION 230529

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Metal pipe hangers and supports. 2. Trapeze pipe hangers. 3. Thermal-hanger shield inserts. 4. Fastener systems. 5. Equipment supports.

1.02 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design trapeze pipe hangers and equipment supports, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Structural Performance: Hangers and supports for HVAC piping and equipment shall withstand the effects of gravity loads and stresses within limits and under conditions indicated according to ASCE/SEI 7-05, Section 13.6 as modified by the 2016 CBC, Chapter 16.

1. Design supports for multiple pipes capable of supporting combined weight of supported systems, system contents, and test water.

2. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

3. Design seismic-restraint hangers and supports for piping and equipment.

1.03 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Show fabrication and installation details and include calculations for the following; include Product Data for components:

1. Trapeze pipe hangers. 2. Equipment supports.

C. Delegated-Design Submittal: For trapeze hangers indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation.

1.04 INFORMATIONAL SUBMITTALS

A. Welding certificates.

Page 220: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 2

1.05 QUALITY ASSURANCE

A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code.

PART 2 PRODUCTS

2.01 METAL PIPE HANGERS AND SUPPORTS

A. Carbon-Steel Pipe Hangers and Supports:

1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. 2. Galvanized Metallic Coatings: Pre-galvanized or hot dipped. 3. Nonmetallic Coatings: Plastic coating, jacket, or liner. 4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion

to support bearing surface of piping. 5. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel.

B. Stainless-Steel Pipe Hangers and Supports:

1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. 2. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion

to support bearing surface of piping. 3. Hanger Rods: Continuous-thread rod, nuts, and washer made of stainless steel.

C. Copper Pipe Hangers:

1. Description: MSS SP-58, Types 1 through 58, copper-coated-steel, factory-fabricated components.

2. Hanger Rods: Continuous-thread rod, nuts, and washer made of stainless steel

2.02 TRAPEZE PIPE HANGERS

A. Description: MSS SP-69, Type 59, shop- or field-fabricated pipe-support assembly made from structural carbon-steel shapes with MSS SP-58 carbon-steel hanger rods, nuts, saddles, and U-bolts.

2.03 THERMAL-HANGER SHIELD INSERTS

A. Insulation-Insert Material for Cold Piping: ASTM C 552, Type II cellular glass with 100-psig minimum compressive strength and vapor barrier.

B. Insulation-Insert Material for Hot Piping: Water-repellent treated, ASTM C 533, Type I calcium silicate with 100-psig minimum compressive strength.

C. For Trapeze or Clamped Systems: Insert and shield shall cover entire circumference of pipe.

Page 221: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 3

D. For Clevis or Band Hangers: Insert and shield shall cover lower 180 degrees of pipe.

E. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ambient air temperature.

2.04 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.

B. Mechanical-Expansion Anchors: Insert-wedge-type, steel anchors, for use in hardened portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

2.05 EQUIPMENT SUPPORTS

A. Description: Welded, shop- or field-fabricated equipment support made from structural carbon-steel shapes.

2.06 MISCELLANEOUS MATERIALS

A. Structural Steel: ASTM A 36/A 36M, carbon-steel plates, shapes, and bars; black and galvanized.

B. Grout: ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement, non-shrink and nonmetallic grout; suitable for interior and exterior applications.

1. Properties: Non-staining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength.

PART 3 EXECUTION

3.01 HANGER AND SUPPORT INSTALLATION

A. Metal 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 the building structure.

B. Metal 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 for individual pipe hangers.

2. Field fabricate from ASTM A 36/A 36M, carbon-steel shapes selected for loads being supported. Weld steel according to AWS D1.1/D1.1M.

C. Thermal-Hanger Shield Installation: Install in pipe hanger or shield for insulated piping.

Page 222: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 4

D. Fastener System Installation:

1. Install powder-actuated fasteners for use in lightweight concrete or concrete slabs less than 4 inches thick 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.

E. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories.

F. Equipment Support Installation: Fabricate from welded-structural-steel shapes.

G. 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.

H. Install lateral bracing with pipe hangers and supports to prevent swaying.

I. 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.

J. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment.

K. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31.9 for building services piping.

L. Insulated Piping:

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 OD of insert.

c. Do not exceed pipe stress limits allowed by 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.

a. Option: Thermal-hanger shield inserts may be used. Include steel weight-distribution plate for pipe NPS 4 and larger if pipe is installed on rollers.

Page 223: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 5

3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier. Shields shall span an arc of 180 degrees.

a. Option: Thermal-hanger shield inserts may be used. Include steel weight-distribution plate for pipe NPS 4 and larger if pipe is installed on rollers.

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 or reinforced calcium-silicate-insulation inserts of length at least as long as protective shield.

6. Thermal-Hanger Shields: Install with insulation same thickness as piping insulation.

3.02 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 bearing surface smooth.

C. Provide lateral bracing, to prevent swaying, for equipment supports.

3.03 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/D1.1M 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

so contours of welded surfaces match adjacent contours.

3.04 ADJUSTING

A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe.

Page 224: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 6

B. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches.

3.05 PAINTING

A. Touchup: 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 a minimum dry film thickness of 2.0 mils.

B. Touchup: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal are specified in Division 09 painting Sections.

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

3.06 HANGER AND SUPPORT SCHEDULE

A. Specific hanger and support requirements are 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 carbon-steel pipe hangers and supports and metal trapeze pipe hangers and attachments for general service applications.

F. Use stainless-steel pipe hangers and stainless-steel or corrosion-resistant attachments for hostile environment applications.

G. Use copper-plated pipe hangers and copper or stainless-steel attachments for copper piping and tubing.

H. Use padded hangers for piping that is subject to scratching.

I. Use thermal-hanger shield inserts for insulated piping and tubing.

J. 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 non-insulated or insulated, stationary pipes NPS 1/2 to NPS 30.

2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F, pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation.

Page 225: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 7

3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of insulation.

4. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of non-insulated, 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 or carbon-steel plate.

7. Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to NPS 36, with steel-pipe base stanchion support and cast-iron floor flange or carbon-steel plate, and with U-bolt to retain pipe.

8. Single-Pipe Rolls (MSS Type 41): For suspension of pipes NPS 1 to NPS 30, from two rods if longitudinal movement caused by expansion and contraction might occur.

9. 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.

K. 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 24.

2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers NPS 3/4 to NPS 24 if longer ends are required for riser clamps.

L. 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.

M. 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:

Page 226: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park HANGERS & SUPPORTS FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (April 2017) SECTION 230529 - PAGE 8

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.

N. 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.

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.

O. Spring Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types:

1. Spring Cushions (MSS Type 48): For light loads if vertical movement does not exceed 1-1/4 inches.

2. Spring-Cushion Roll Hangers (MSS Type 49): For equipping Type 41, roll hanger with springs.

3. Variable-Spring Base Supports (MSS Type 52): Preset to indicated load and limit variability factor to 25 percent to allow expansion and contraction of piping system from base support.

P. Comply with MSS SP-69 for trapeze pipe-hanger selections and applications that are not specified in piping system Sections.

Q. Use powder-actuated fasteners or mechanical-expansion anchors instead of building attachments where required in concrete construction.

END OF SECTION

Page 227: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (October 2016) SECTION 230553 - PAGE 1

SECTION 230553

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Equipment labels. 2. Warning signs and labels. 3. Pipe labels.

1.02 ACTION SUBMITTAL

A. Product Data: For each type of product indicated.

PART 2 PRODUCTS

2.01 EQUIPMENT LABELS

A. Metal Labels for Equipment:

1. Material and Thickness: Aluminum, 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware.

2. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch.

3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

4. Fasteners: Stainless-steel rivets or self-tapping screws. 5. Adhesive: Contact-type permanent adhesive, compatible with label and with

substrate.

B. Plastic Labels for Equipment:

1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware.

2. Letter Color: Black. 3. Background Color: White. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 5. Minimum Label Size: Length and width vary for required label content, but not

less than 2-1/2 by 3/4 inch. 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than

24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

Page 228: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (October 2016) SECTION 230553 - PAGE 2

7. Fasteners: Stainless-steel rivets or self-tapping screws. 8. Adhesive: Contact-type permanent adhesive, compatible with label and with

substrate.

C. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified.

D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-11-inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data.

2.02 WARNING SIGNS AND LABELS

A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick, and having predrilled holes for attachment hardware.

B. Letter Color: Black.

C. Background Color: White.

D. Maximum Temperature: Able to withstand temperatures up to 160 deg F.

E. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch.

F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-fourths the size of principal lettering.

G. Fasteners: Stainless-steel rivets or self-tapping screws.

H. Adhesive: Contact-type permanent adhesive, compatible with label and with substrate.

I. Label Content: Include caution and warning information, plus emergency notification instructions.

2.03 PIPE LABELS

A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with lettering indicating service, and showing flow direction.

B. Pre-tensioned Pipe Labels: Pre-coiled, semi-rigid plastic formed to partially cover circumference of pipe and to attach to pipe without fasteners or adhesive.

C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive backing.

Page 229: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR HVAC The Performing Arts Center HVAC Replacement Project PIPING & EQUIPMENT 11121669 (October 2016) SECTION 230553 - PAGE 3

D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction.

1. Flow-Direction Arrows: Integral with piping system service lettering to accommodate both directions, or as separate unit on each pipe label to indicate flow direction.

2. Lettering Size: At least 1-1/2 inches high.

PART 3 EXECUTION

3.01 PREPARATION

A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants.

3.02 EQUIPMENT LABEL INSTALLATION

A. Install or permanently fasten labels on each major item of mechanical equipment.

B. Locate equipment labels where accessible and visible.

3.03 PIPE LABEL INSTALLATION

A. Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows:

1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal

units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of

concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25

feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced

labels.

B. Pipe Label Color Schedule:

1. Natural Piping:

a. Background Color: Yellow. b. Letter Color: Black.

END OF SECTION

Page 230: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 1

SECTION 230593

TESTING, ADJUSTING, AND BALANCING FOR HVAC

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Balancing Air Systems:

a. Constant-volume air systems.

1.02 DEFINITIONS

A. AABC: Associated Air Balance Council.

B. NEBB: National Environmental Balancing Bureau.

C. TAB: Testing, adjusting, and balancing.

D. TABB: Testing, Adjusting, and Balancing Bureau.

E. TAB Specialist: An entity engaged to perform TAB Work.

1.03 INFORMATIONAL SUBMITTALS

A. Strategies and Procedures Plan: Within 60 days of Contractor's Notice to Proceed, submit TAB strategies and step-by-step procedures as specified in "Preparation" Article.

B. Certified TAB reports.

1.04 QUALITY ASSURANCE

A. TAB Contractor Qualifications: Engage a TAB entity certified by AABC, NEBB or TABB.

1. TAB Field Supervisor: Employee of the TAB contractor and certified by AABC, NEBB or TABB.

2. TAB Technician: Employee of the TAB contractor and who is certified by AABC, NEBB or TABB as a TAB technician.

B. Certify TAB field data reports and perform the following:

1. Review field data reports to validate accuracy of data and to prepare certified TAB reports.

2. Certify that the TAB team complied with the approved TAB plan and the procedures specified and referenced in this Specification.

Page 231: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 2

C. TAB Report Forms: Use standard TAB contractor's forms approved by Engineer.

D. Instrumentation Type, Quantity, Accuracy, and Calibration: As described in ASHRAE 111, Section 5, "Instrumentation."

E. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 7.2.2 - "Air Balancing."

F. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1, Section 6.7.2.3 - "System Balancing."

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.01 EXAMINATION

A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment.

B. Examine systems for installed balancing devices, such as test ports, gage cocks, thermometer wells, flow-control devices, balancing valves and fittings, and manual volume dampers. Verify that locations of these balancing devices are accessible.

C. Examine the approved submittals for HVAC systems and equipment.

D. Examine design data including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls.

E. Examine equipment performance data including fan and pump curves.

1. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system.

2. Calculate system-effect factors to reduce performance ratings of HVAC equipment when installed under conditions different from the conditions used to rate equipment performance. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," or in SMACNA's "HVAC Systems - Duct Design." Compare results with the design data and installed conditions.

F. Examine system and equipment installations and verify that field quality-control testing, cleaning, and adjusting specified in individual Sections have been performed.

G. Examine test reports specified in individual system and equipment Sections.

H. Examine HVAC equipment and filters and verify that bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation.

Page 232: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 3

I. Examine heat-transfer coils for correct piping connections and for clean and straight fins.

J. Examine operating safety interlocks and controls on HVAC equipment.

K. 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.

3.02 PREPARATION

A. Prepare a TAB plan that includes strategies and step-by-step procedures.

B. Complete system-readiness checks and prepare reports. Verify the following:

1. Permanent electrical-power wiring is complete. 2. Automatic temperature-control systems are operational. 3. Equipment and duct access doors are securely closed. 4. Balance, smoke, and fire dampers are open.

3.03 GENERAL PROCEDURES FOR TESTING AND BALANCING

A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Total System Balance", NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems", or SMACNA's "HVAC Systems - Testing, Adjusting, and Balancing" and in this Section.

1. Comply with requirements in ASHRAE 62.1, Section 7.2.2 - "Air Balancing."

B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary for TAB procedures.

1. After testing and balancing, patch probe holes in ducts with same material and thickness as used to construct ducts.

2. Install and join new insulation that matches removed materials. Restore insulation, coverings, vapor barrier, and finish according to Division 23 Section "HVAC Insulation."

C. Mark equipment and balancing devices, including damper-control positions, valve position indicators, fan-speed-control levers, and similar controls and devices, with paint or other suitable, permanent identification material to show final settings.

D. Take and report testing and balancing measurements in inch-pound (IP) units.

3.04 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS

A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes.

B. Prepare schematic diagrams of systems' "as-built" duct layouts.

Page 233: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 4

C. For variable-air-volume systems, develop a plan to simulate diversity.

D. Determine the best locations in main and branch ducts for accurate duct-airflow measurements.

E. Check airflow patterns from the outdoor-air louvers and dampers and the return- and exhaust-air dampers through the supply-fan discharge and mixing dampers.

F. Locate start-stop and disconnect switches, electrical interlocks, and motor starters.

G. Verify that motor starters are equipped with properly sized thermal protection.

H. Check dampers for proper position to achieve desired airflow path.

I. Check for airflow blockages.

J. Check condensate drains for proper connections and functioning.

K. Check for proper sealing of air-handling-unit components.

L. Verify that air duct system is sealed as specified in Division 23 Section "Metal Ducts."

3.05 PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS

A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer.

1. Measure total airflow.

a. Where sufficient space in ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow.

2. Measure fan static pressures as follows to determine actual static pressure:

a. Measure outlet static pressure as far downstream from the fan as practical and upstream from restrictions in ducts such as elbows and transitions.

b. Measure static pressure directly at the fan outlet or through the flexible connection. c. Measure inlet static pressure of single-inlet fans in the inlet duct as near the fan as

possible, upstream from the flexible connection, and downstream from duct restrictions.

d. Measure inlet static pressure of double-inlet fans through the wall of the plenum that houses the fan.

3. Measure static pressure across each component that makes up an air-handling unit, rooftop unit, and other air-handling and -treating equipment.

a. Report the cleanliness status of filters and the time static pressures are measured.

4. Measure static pressures entering and leaving other devices, such as sound traps, heat-recovery equipment, and air washers, under final balanced conditions.

Page 234: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 5

5. Review Record Documents to determine variations in design static pressures versus actual static pressures. Calculate actual system-effect factors. Recommend adjustments to accommodate actual conditions.

6. Obtain approval from Engineer for adjustment of fan speed higher or lower than indicated speed. Comply with requirements in Division 23 Sections for air-handling units for adjustment of fans, belts, and pulley sizes to achieve indicated air-handling-unit performance.

7. Do not make fan-speed adjustments that result in motor overload. Consult equipment manufacturers about fan-speed safety factors. Modulate dampers and measure fan-motor amperage to ensure that no overload will occur. Measure amperage in full-cooling, full-heating, economizer, and any other operating mode to determine the maximum required brake horsepower.

B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances.

1. Measure airflow of submain and branch ducts.

a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone.

2. Measure static pressure at a point downstream from the balancing damper, and adjust volume dampers until the proper static pressure is achieved.

3. Re-measure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances.

3.06 PROCEDURES FOR MOTORS

A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data:

1. Manufacturer's name, model number, and serial number. 2. Motor horsepower rating. 3. Motor rpm. 4. Efficiency rating. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal-protection-element rating.

3.07 TOLERANCES

A. Set HVAC system's air flow rates and water flow rates within the following tolerances:

1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 percent.

Page 235: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 6

3.08 REPORTING

A. Initial Construction-Phase Report: Based on examination of the Contract Documents as specified in "Examination" Article, prepare a report on the adequacy of design for systems' balancing devices. Recommend changes and additions to systems' balancing devices to facilitate proper performance measuring and balancing. Recommend changes and additions to HVAC systems and general construction to allow access for performance measuring and balancing devices.

B. Status Reports: Prepare weekly progress reports to describe completed procedures, procedures in progress, and scheduled procedures. Include a list of deficiencies and problems found in systems being tested and balanced. Prepare a separate report for each system.

3.09 FINAL REPORT

A. General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems.

1. Include a certification sheet at the front of the report's binder, signed and sealed by the certified testing and balancing engineer.

2. Include a list of instruments used for procedures, along with proof of calibration.

B. Final Report Contents: In addition to certified field-report data, include the following:

1. Fan curves. 2. Manufacturers' test data. 3. Field test reports prepared by system and equipment installers. 4. Other information relative to equipment performance; do not include Shop

Drawings and product data.

C. General Report Data: In addition to form titles and entries, include the following data:

1. Title page. 2. Name and address of the TAB contractor. 3. Project name. 4. Project location. 5. Architect's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB supervisor 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.

Page 236: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park TESTING, ADJUSTING, AND BALANCING The Performing Arts Center HVAC Replacement Project FOR HVAC 11121669 (October 2016) SECTION 230593 - PAGE 7

12. Nomenclature sheets for each item of equipment. 13. Notes to explain why certain final data in the body of reports vary from indicated

values. 14. Test conditions for fan performance forms including the following:

a. Settings for outdoor-, return-, and exhaust-air dampers. b. Conditions of filters. c. Fan drive settings including settings and percentage of maximum pitch diameter. d. Settings for supply-air, static-pressure controller. e. Other system operating conditions that affect performance.

D. System Diagrams: Include schematic layouts of air distribution systems. Present each system with single-line diagram and include the following:

1. Quantities of outdoor, supply, return, and exhaust airflows. 2. Duct, outlet, and inlet sizes. 3. Balancing stations. 4. Position of balancing devices.

3.010 ADDITIONAL TESTS

A. Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions.

B. Seasonal Periods: If initial TAB procedures were not performed during near-peak summer and winter conditions, perform additional TAB during near-peak summer and winter conditions.

END OF SECTION

Page 237: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 1

SECTION 230713

DUCT INSULATION

PART 1 GENERAL

1.01 SUMMARY

A. Section includes insulating the following duct services:

1. Indoor, concealed supply and outdoor air. 2. Indoor, concealed return located in unconditioned space. 3. Outdoor, exposed supply and return.

B. Related Sections:

1. Division 23 Section "Metal Ducts" for duct liners.

1.02 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.

1. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger.

2. Detail insulation application at elbows, fittings, dampers, specialties and flanges for each type of insulation.

3. Detail application of field-applied jackets.

1.03 INFORMATIONAL SUBMITTALS

A. Field quality-control reports.

1.04 QUALITY ASSURANCE

A. Surface-Burning Characteristics: For insulation and related materials, as determined by testing identical products according to ASTM E 84, by a testing agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing agency.

1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-developed index of 50 or less.

Page 238: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 2

PART 2 PRODUCTS

2.01 INSULATION MATERIALS

A. Comply with requirements in "Duct Insulation Schedule, General," "Indoor Duct and Plenum Insulation Schedule," and "Aboveground, Outdoor Duct and Plenum Insulation Schedule" articles for 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. Mineral-Fiber Blanket Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 553, Type II and ASTM C 1290, Type II with factory-applied vinyl jacket. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" Article.

1. Products: Subject to compliance with requirements, provide one of the following:

a. CertainTeed Corp.; SoftTouch Duct Wrap. b. Johns Manville; Microlite. c. Knauf Insulation; Friendly Feel Duct Wrap. d. Manson Insulation Inc.; Alley Wrap. e. Owens Corning; SOFTR All-Service Duct Wrap.

G. Mineral-Fiber Board Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 612, Type IA or Type IB. For duct and plenum applications, provide insulation with factory-applied ASJ. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" Article.

1. Products: Subject to compliance with requirements, provide one of the following:

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.

Page 239: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 3

2.02 ADHESIVES

A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to its self and to surfaces to be insulated unless otherwise indicated.

B. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-127.

b. Eagle Bridges - Marathon Industries; 225. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller

Company; 85-60/85-70. d. Mon-Eco Industries, Inc.; 22-25.

2. For indoor applications, adhesive shall have a VOC content of 80 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

3. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

C. ASJ Adhesive, and FSK Jacket Adhesive: Comply with MIL-A-3316C, Class 2, Grade A for bonding insulation jacket lap seams and joints.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-82.

b. Eagle Bridges - Marathon Industries; 225. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller

Company; 85-50. d. Mon-Eco Industries, Inc.; 22-25.

2. For indoor applications, adhesive shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

3. Adhesive shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.03 MASTICS

A. Materials shall be compatible with insulation materials, jackets, and substrates; comply with MIL-PRF-19565C, Type II.

1. For indoor applications, use mastics that have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

Page 240: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 4

B. Vapor-Barrier Mastic: Water based; suitable for indoor use on below ambient services.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; 30-80/30-90.

b. Vimasco Corporation; 749.

2. Water-Vapor Permeance: ASTM E 96/E 96M, 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, 58 percent by volume and 70 percent by weight. 5. Color: White.

C. Breather Mastic: Water based; suitable for indoor and outdoor use on above ambient services.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-10.

b. Eagle Bridges - Marathon Industries; 550. c. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller

Company; 46-50. d. Mon-Eco Industries, Inc.; 55-50. e. Vimasco Corporation; WC-1/WC-5.

2. Water-Vapor Permeance: ASTM F 1249, 1.8 perms at 0.0625-inch dry film thickness.

3. Service Temperature Range: Minus 20 to plus 180 deg F. 4. Solids Content: 60 percent by volume and 66 percent by weight. 5. Color: White.

2.04 SEALANTS

A. ASJ Flashing Sealants, and Vinyl and PVC Jacket Flashing Sealants:

1. Products: Subject to compliance with requirements, provide one of the following:

a. Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; 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.

Page 241: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 5

6. For indoor applications, sealants shall have a VOC content of 420 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

7. Sealants shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.05 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: White vinyl with a permeance of 1.3 perms when tested according to ASTM E 96/E 96M, Procedure A, and complying with NFPA 90A and NFPA 90B.

2.06 FIELD-APPLIED FABRIC-REINFORCING MESH

A. Woven Polyester Fabric: Approximately 1 oz./sq. yd. with a thread count of 10 strands by 10 strands/sq. in. in a Leno weave, for ducts.

1. Products: Subject to compliance with requirements, provide one of the following:

a. Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; Mast-A-Fab.

b. Vimasco Corporation; Elastafab 894.

2.07 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.

2.08 TAPES

A. ASJ Tape: White vapor-retarder tape matching factory-applied jacket with acrylic adhesive, complying with ASTM C 1136.

1. Products: Subject to compliance with requirements, provide one of the following:

a. ABI, Ideal Tape Division; 428 AWF ASJ.

Page 242: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 6

b. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0836. c. Compac Corporation; 104 and 105. d. Venture Tape; 1540 CW Plus, 1542 CW Plus, and 1542 CW Plus/SQ.

2. Width: 3 inches. 3. Thickness: 11.5 mils. 4. Adhesion: 90 ounces force/inch in width. 5. Elongation: 2 percent. 6. Tensile Strength: 40 lbf/inch in width. 7. 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.

1. Products: Subject to compliance with requirements, provide one of the following:

a. ABI, Ideal Tape Division; 491 AWF FSK. b. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0827. c. Compac Corporation; 110 and 111. d. Venture Tape; 1525 CW NT, 1528 CW, and 1528 CW/SQ.

2. Width: 3 inches. 3. Thickness: 6.5 mils. 4. Adhesion: 90 ounces force/inch width. 5. Elongation: 2 percent. 6. Tensile Strength: 40 lbf/inch in width. 7. FSK Tape Disks and Squares: Precut disks or squares of FSK tape.

C. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive.

1. Products: Subject to compliance with requirements, provide one of the following:

a. ABI, Ideal Tape Division; 488 AWF. b. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800. c. Compac Corporation; 120. d. Venture Tape; 3520 CW.

2. Width: 2 inches. 3. Thickness: 3.7 mils. 4. Adhesion: 100 ounces force/inch in width. 5. Elongation: 5 percent. 6. Tensile Strength: 34 lbf/inch in width.

2.09 SECUREMENTS

A. Aluminum Bands: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020 inch thick, 3/4 inch wide.

Page 243: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 7

1. Products: Subject to compliance with requirements, provide one of the following:

a. ITW Insulation Systems; Gerrard Strapping and Seals. b. RPR Products, Inc.; Insul-Mate Strapping, Seals, and Springs.

B. Insulation Pins and Hangers:

1. Metal, Adhesively Attached, Perforated-Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, secured in position indicated when self-locking washer is in place. Comply with the following requirements:

a. Products: Subject to compliance with requirements, provide one of the following:

(1) AGM Industries, Inc.; Tactoo Perforated Base Insul-Hangers. (2) GEMCO; Perforated Base. (3) Midwest Fasteners, Inc.; Spindle.

b. Baseplate: Perforated, galvanized carbon-steel sheet, 0.030 inch thick by 2 inch

square. c. Spindle: Copper- or zinc-coated, low-carbon steel, fully annealed, 0.106-inch-

diameter shank, length to suit depth of insulation indicated. d. Adhesive: Recommended by hanger manufacturer. Product with demonstrated

capability to bond insulation hanger securely to substrates indicated without damaging insulation, hangers, and substrates.

2. Nonmetal, Adhesively Attached, Perforated-Base Insulation Hangers: Baseplate fastened to projecting spindle that is capable of holding insulation, of thickness indicated, secured in position indicated when self-locking washer is in place. Comply with the following requirements:

a. Products: Subject to compliance with requirements, provide one of the following:

(1) GEMCO; Nylon Hangers. (2) Midwest Fasteners, Inc.; Nylon Insulation Hangers.

b. Baseplate: Perforated, nylon sheet, 0.030 inch thick by 1-1/2 inches in diameter. c. Spindle: Nylon, 0.106-inch-diameter shank, length to suit depth of insulation

indicated, up to 2-1/2 inches. d. Adhesive: Recommended by hanger manufacturer. Product with demonstrated

capability to bond insulation hanger securely to substrates indicated without damaging insulation, hangers, and substrates.

3. Self-Sticking-Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, secured in position indicated when self-locking washer is in place. Comply with the following requirements:

a. Products: Subject to compliance with requirements, provide one of the following:

Page 244: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 8

(1) AGM Industries, Inc.; Tactoo Self-Adhering Insul-Hangers. (2) GEMCO; Peel & Press. (3) Midwest Fasteners, Inc.; Self Stick.

b. Baseplate: Galvanized carbon-steel sheet, 0.030 inch thick by 2 inches square. c. Spindle: Copper- or zinc-coated, low-carbon steel, fully annealed, 0.106-inch-

diameter shank, length to suit depth of insulation indicated. d. Adhesive-backed base with a peel-off protective cover.

4. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inch-thick, galvanized-steel sheet, with beveled edge sized as required to hold insulation securely in place but not less than 1-1/2 inches in diameter.

a. Products: Subject to compliance with requirements, provide one of the following:

(1) AGM Industries, Inc.; RC-150. (2) GEMCO; R-150. (3) Midwest Fasteners, Inc.; WA-150. (4) Nelson Stud Welding; Speed Clips.

b. Protect ends with capped self-locking washers incorporating a spring steel insert to

ensure permanent retention of cap in exposed locations.

5. 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 diameter.

a. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

(1) GEMCO. (2) Midwest Fasteners, Inc.

C. Staples: Outward-clinching insulation staples, nominal ¾-inch-wide, stainless steel or Monel.

D. Wire: 0.062-inch soft-annealed, galvanized steel.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. C & F Wire.

2.010 CORNER ANGLES

A. Aluminum Corner Angles: 0.040 inch thick minimum 1 by 1 inch aluminum according to ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14.

Page 245: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 9

PART 3 EXECUTION

3.01 PREPARATION

A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application.

3.02 GENERAL INSTALLATION REQUIREMENTS

A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of ducts and fittings.

B. Install insulation materials, vapor barriers or retarders, jackets, and thicknesses required for each item of duct system as specified in insulation system schedules.

C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state.

D. Install insulation with longitudinal seams at top and bottom of horizontal runs.

E. Install multiple layers of insulation with longitudinal and end seams staggered.

F. Keep insulation materials dry during application and finishing.

G. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer.

H. Install insulation with least number of joints practical.

I. 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.

J. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses.

K. 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.

Page 246: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 10

3. Overlap jacket longitudinal seams at least 1-1/2 inches. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 4 inches o.c.

4. Cover joints and seams with tape, according to insulation material manufacturer's written instructions, to maintain vapor seal.

5. Where vapor barriers are indicated, apply vapor-barrier mastic on seams and joints and at ends adjacent to duct flanges and fittings.

L. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness.

M. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement.

N. 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.

3.03 PENETRATIONS

A. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions.

3.04 INSTALLATION OF MINERAL-FIBER INSULATION

A. Blanket Insulation Installation on Ducts: Secure with adhesive and insulation pins.

1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct 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 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 over-compress 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. Overlap un-faced 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.

Page 247: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 11

5. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Install insulation on round and flat-oval duct elbows with individually mitered gores cut to fit the elbow.

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.

B. Board Insulation Installation on Ducts: Secure with adhesive and insulation pins.

1. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct 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 over-compress 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. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. Install insulation on round and flat-oval duct elbows with individually mitered gores cut to fit the elbow.

5. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch-wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c.

3.05 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-barrier mastic.

Page 248: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 12

3.06 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Tests and Inspections:

1. Inspect ductwork, randomly selected by Architect, 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.

C. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements.

3.07 DUCT INSULATION SCHEDULE, GENERAL

A. Plenums and Ducts Requiring Insulation:

1. Indoor, concealed supply and outdoor air. 2. Indoor, concealed return located in unconditioned space. 3. Outdoor, exposed supply and return.

B. Items Not Insulated:

1. Fibrous-glass ducts. 2. Metal ducts with duct liner of sufficient thickness to comply with energy code

and ASHRAE/IESNA 90.1. 3. Factory-insulated flexible ducts. 4. Factory-insulated plenums and casings. 5. Flexible connectors.

3.08 INDOOR DUCT AND PLENUM INSULATION SCHEDULE

A. Concealed, Supply-Air Duct and Plenum Insulation: Mineral-fiber, 1-1/2 inches thick and 1.5-lb/cu. ft nominal density.

B. Concealed, Return-Air Duct and Plenum Insulation: Mineral-fiber, 1-1/2 inches thick and 1.5-lb/cu. ft. nominal density.

3.09 ABOVEGROUND, OUTDOOR DUCT AND PLENUM INSULATION SCHEDULE

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. Exposed, Supply-Air Duct and Plenum Insulation: Mineral-fiber, 1-1/2 inches thick and 1.5-lb/cu. ft. nominal density.

C. Exposed, Return-Air Duct and Plenum Insulation: Mineral-fiber 1-1/2 inches thick and 1.5-lb/cu. ft. nominal density.

Page 249: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park DUCT INSULATION The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230713 - PAGE 13

END OF SECTION

Page 250: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMISSIONING OF HVAC The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230800 - PAGE 1

SECTION 230800

COMMISSIONING OF HVAC

PART 1 GENERAL

1.01 SUMMARY

A. Section includes commissioning process requirements for HVAC&R instrumentation and control systems, assemblies, and equipment.

B. Commissioning agent to act as the commissioning authority.

1.02 DEFINITIONS

A. ACG: Associated Air Balance Council (AABC) Commissioning Group

B. BCA: Building Commissioning Association

C. Commissioning Plan: A document that outlines the organization, schedule, allocation of resources, and documentation requirements of the commissioning process.

D. CxA: Commissioning Authority.

E. HVAC&R: Heating, Ventilating, Air Conditioning, and Refrigeration.

F. Systems, Subsystems, Equipment, and Components: Where these terms are used together or separately, they shall mean "as-built" systems, subsystems, equipment, and components.

1.03 INFORMATIONAL SUBMITTALS

A. Certificates of readiness.

B. Certificates of completion of installation, prestart, and startup activities.

1.04 ALLOWANCES

A. Labor, instrumentation, tools, and equipment costs for technicians for the performance of commissioning testing.

1.05 QUALITY ASSURANCE

A. CxA Qualifications: Engage a CxA entity certified by ACG or BCA.

1.06 CONTRACTOR'S RESPONSIBILITIES

A. Perform commissioning tests at the direction of the CxA.

B. Attend construction phase controls coordination meeting.

Page 251: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMISSIONING OF HVAC The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230800 - PAGE 2

C. Participate in HVAC&R instrumentation and control systems, assemblies, equipment, and component maintenance orientation and inspection as directed by the CxA.

D. Provide information requested by the CxA for final commissioning documentation.

E. Provide measuring instruments and logging devices to record test data, and provide data acquisition equipment to record data for the complete range of testing for the required test period.

F. State of California Mechanical Systems and Plumbing Systems Acceptance Forms - Conduct the acceptance test or have a qualified entity run the test for them.

1.07 CXA'S RESPONSIBILITIES

A. Provide Project-specific construction checklists and commissioning process test procedures for actual HVAC&R instrumentation and control systems, assemblies, equipment, and components to be furnished and installed as part of the construction contract.

B. Direct commissioning testing.

C. Provide test data, inspection reports, and certificates in Systems Manual.

1.08 COMMISSIONING DOCUMENTATION

A. Provide the following information to the CxA for inclusion in the commissioning plan:

1. Plan for delivery and review of submittals, systems manuals, and other documents and reports.

2. Identification of installed instrumentation and control systems, assemblies, equipment, and components including design changes that occurred during the construction phase.

3. Process and schedule for completing construction checklists and manufacturer's prestart and startup checklists for HVAC&R instrumentation and control systems, assemblies, equipment, and components to be verified and tested.

4. Certificate of readiness, signed by the Contractor, certifying that HVAC&R instrumentation and control systems, assemblies, equipment, and components are ready for testing.

5. Certificate of completion certifying that installation, prestart checks, and startup procedures have been completed.

6. Certificate of readiness certifying that HVAC&R instrumentation and control systems, subsystems, and equipment are ready for testing.

7. Test and inspection reports and certificates. 8. Corrective action documents.

Page 252: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMISSIONING OF HVAC The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230800 - PAGE 3

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 TESTING PREPARATION

A. Certify that HVAC&R instrumentation and control systems have been completed and calibrated, that they are operating according to the Contract Documents, and that pretest set points have been recorded.

B. Set systems, subsystems, and equipment into operating mode to be tested (e.g., normal shutdown, normal auto position, normal manual position, unoccupied cycle, emergency power, and alarm conditions).

C. Inspect and verify the position of each device and interlock identified on checklists.

D. Check safety cutouts, alarms, and interlocks with smoke control and life-safety systems during each mode of operation.

E. Testing Instrumentation: Install measuring instruments and logging devices to record test data as directed by the CxA.

3.02 GENERAL TESTING REQUIREMENTS

A. Provide technicians, instrumentation, and tools to perform commissioning test at the direction of the CxA.

B. Test all operating modes, interlocks, control responses, and responses to abnormal or emergency conditions, and verify proper response of building automation system controllers and sensors.

C. The CxA along with the HVAC&R Contractor and HVAC&R Instrumentation and Control Contractor shall prepare detailed testing plans, procedures, and checklists for HVAC&R systems, subsystems, and equipment.

D. Tests will be performed using design conditions whenever possible.

E. Simulated conditions may need to be imposed using an artificial load when it is not practical to test under design conditions. Before simulating conditions, calibrate testing instruments. Provide equipment to simulate loads. Set simulated conditions as directed by the CxA and document simulated conditions and methods of simulation. After tests, return settings to normal operating conditions.

F. The CxA may direct that set points be altered when simulating conditions is not practical.

G. The CxA may direct that sensor values be altered with a signal generator when design or simulating conditions and altering set points are not practical.

H. If tests cannot be completed because of a deficiency outside the scope of the HVAC&R instrumentation and control system, document the deficiency and report it to the Owner. After deficiencies are resolved, reschedule tests.

Page 253: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMISSIONING OF HVAC The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 230800 - PAGE 4

I. If the testing plan indicates specific seasonal testing, complete appropriate initial performance tests and documentation and schedule seasonal tests.

END OF SECTION

Page 254: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 1

SECTION 231123

FACILITY NATURAL GAS PIPING

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Pipes, tubes, and fittings. 2. Piping specialties. 3. Piping and tubing joining materials. 4. Valves.

1.02 PERFORMANCE REQUIREMENTS

A. Minimum Operating-Pressure Ratings:

1. Piping and Valves: 100 psig minimum unless otherwise indicated.

B. Natural-Gas System Pressure within Buildings: More than 0.5 psig but not more than 2 psig.

1.03 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1.04 INFORMATIONAL SUBMITTALS

A. Welding certificates.

B. Field quality-control reports.

1.05 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

1.06 QUALITY ASSURANCE

A. Steel Support Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code.

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

Page 255: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 2

PART 2 PRODUCTS

2.01 PIPES, TUBES, AND FITTINGS

A. Steel Pipe: ASTM A 53/A 53M, black steel, Schedule 40, Type E or S, Grade B.

1. Malleable-Iron Threaded Fittings: ASME B16.3, Class 150, standard pattern. 2. Wrought-Steel Welding Fittings: ASTM A 234/A 234M for butt welding and

socket welding. 3. Unions: ASME B16.39, Class 150, malleable iron with brass-to-iron seat,

ground joint, and threaded ends.

2.02 PIPING SPECIALTIES

A. Appliance Flexible Connectors:

1. Outdoor, Appliance Flexible Connectors: Comply with ANSI Z21.75. 2. Corrugated stainless-steel tubing with polymer coating. 3. Operating-Pressure Rating: 0.5 psig. 4. End Fittings: Zinc-coated steel. 5. Threaded Ends: Comply with ASME B1.20.1. 6. Maximum Length: 72 inches.

B. Quick-Disconnect Devices: Comply with ANSI Z21.41.

1. Copper-alloy convenience outlet and matching plug connector. 2. Nitrile seals. 3. Hand operated with automatic shutoff when disconnected. 4. For indoor or outdoor applications. 5. Adjustable, retractable restraining cable.

C. Y-Pattern Strainers:

1. Body: ASTM A 126, Class B, cast iron with bolted cover and bottom drain connection.

2. End Connections: Threaded ends for NPS 2 and smaller. 3. Strainer Screen: 40-mesh startup strainer, and perforated stainless-steel basket

with 50 percent free area. 4. CWP Rating: 125 psig.

D. Weatherproof Vent and Intake Cap: Cast- or malleable-iron increaser fitting with corrosion-resistant wire screen, with free area at least equal to cross-sectional area of connecting pipe and threaded-end connection.

2.03 JOINING MATERIALS

A. Joint Compound and Tape: Suitable for natural gas.

B. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded.

Page 256: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 3

2.04 MANUAL GAS SHUTOFF VALVES

A. General Requirements for Metallic Valves, NPS 2 and Smaller: Comply with ASME B16.33.

1. CWP Rating: 125 psig. 2. Threaded Ends: Comply with ASME B1.20.1. 3. Dryseal Threads on Flare Ends: Comply with ASME B1.20.3. 4. Tamperproof Feature: Locking feature for valves. 5. Listing: Listed and labeled by an NRTL acceptable to authorities having

jurisdiction for valves 1 inch and smaller. 6. Service Mark: Valves 1-1/4 inches to NPS 2 shall have initials "WOG"

permanently marked on valve body.

B. One-Piece, Bronze Ball Valve with Bronze Trim: MSS SP-110.

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. BrassCraft Manufacturing Company; a Masco company. b. Conbraco Industries, Inc.; Apollo Div. c. Lyall, R. W. & Company, Inc. d. McDonald, A. Y. Mfg. Co. e. Perfection Corporation; a subsidiary of American Meter Company.

2. Body: Bronze, complying with ASTM B 584. 3. Ball: Chrome-plated brass. 4. Stem: Bronze; blowout proof. 5. Seats: Reinforced TFE; blowout proof. 6. Packing: Separate packnut with adjustable-stem packing threaded ends. 7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas

Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.

8. CWP Rating: 600 psig. 9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL

acceptable to authorities having jurisdiction. 10. Service: Suitable for natural-gas service with "WOG" indicated on valve body.

C. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim: MSS SP-110.

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. BrassCraft Manufacturing Company; a Masco company. b. Conbraco Industries, Inc.; Apollo Div. c. Lyall, R. W. & Company, Inc. d. McDonald, A. Y. Mfg. Co. e. Perfection Corporation; a subsidiary of American Meter Company.

Page 257: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 4

2. Body: Bronze, complying with ASTM B 584. 3. Ball: Chrome-plated bronze. 4. Stem: Bronze; blowout proof. 5. Seats: Reinforced TFE; blowout proof. 6. Packing: Threaded-body packnut design with adjustable-stem packing. 7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas

Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.

8. CWP Rating: 600 psig. 9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL

acceptable to authorities having jurisdiction. 10. Service: Suitable for natural-gas service with "WOG" indicated on valve body.

D. Two-Piece, Regular-Port Bronze Ball Valves with Bronze Trim: MSS SP-110.

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. BrassCraft Manufacturing Company; a Masco company. b. Conbraco Industries, Inc.; Apollo Div. c. Lyall, R. W. & Company, Inc. d. McDonald, A. Y. Mfg. Co. e. Perfection Corporation; a subsidiary of American Meter Company.

2. Body: Bronze, complying with ASTM B 584. 3. Ball: Chrome-plated bronze. 4. Stem: Bronze; blowout proof. 5. Seats: Reinforced TFE. 6. Packing: Threaded-body packnut design with adjustable-stem packing. 7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas

Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.

8. CWP Rating: 600 psig. 9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL

acceptable to authorities having jurisdiction. 10. Service: Suitable for natural-gas service with "WOG" indicated on valve body.

E. Bronze Plug Valves: MSS SP-78.

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. Lee Brass Company. b. McDonald, A. Y. Mfg. Co.

2. Body: Bronze, complying with ASTM B 584. 3. Plug: Bronze.

Page 258: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 5

4. Ends: Threaded, socket, as indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles.

5. Operator: Square head or lug type with tamperproof feature where indicated. 6. Pressure Class: 125 psig. 7. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL

acceptable to authorities having jurisdiction. 8. Service: Suitable for natural-gas service with "WOG" indicated on valve body.

2.05 DIELECTRIC UNIONS

A. Dielectric Unions:

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. Capitol Manufacturing Company. b. Central Plastics Company. c. Hart Industries International, Inc. d. Jomar International Ltd. e. Matco-Norca, Inc. f. McDonald, A. Y. Mfg. Co. g. Watts Regulator Co.; a division of Watts Water Technologies, Inc. h. Wilkins; a Zurn company.

2. Description:

a. Standard: ASSE 1079. b. Pressure Rating: 150 psig minimum at 180 deg F. c. End Connections: Solder-joint copper alloy and threaded ferrous.

2.06 LABELING AND IDENTIFYING

A. Detectable Warning Tape: Acid- and alkali-resistant, PE film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored yellow.

PART 3 EXECUTION

3.01 OUTDOOR PIPING INSTALLATION

A. Comply with NFPA 54 for installation and purging of natural-gas piping.

B. Steel Piping with Protective Coating:

1. Apply joint cover kits to pipe after joining to cover, seal, and protect joints.

Page 259: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 6

C. Install fittings for changes in direction and branch connections.

3.02 INDOOR PIPING INSTALLATION

A. Comply with NFPA 54 for installation and purging of natural-gas piping.

B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings.

C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise.

D. Locate valves for easy access.

E. Install natural-gas piping at uniform grade of 2 percent down toward drip and sediment traps.

F. Install piping free of sags and bends.

G. Install fittings for changes in direction and branch connections.

H. Comply with requirements in Sections specifying gas-fired appliances and equipment for roughing-in requirements.

I. Drips and Sediment Traps: Install drips at points where condensate may collect. Locate where accessible to permit cleaning and emptying.

1. Construct drips and sediment traps using tee fitting with bottom outlet plugged or capped. Use nipple a minimum length of 3 pipe diameters, but not less than 3 inches long and same size as connected pipe. Install with space below bottom of drip to remove plug or cap.

J. Use eccentric reducer fittings to make reductions in pipe sizes. Install fittings with level side down.

K. Connect branch piping from top or side of horizontal piping.

L. Install unions in pipes NPS 2 and smaller, adjacent to each valve, at final connection to each piece of equipment.

M. Do not use natural-gas piping as grounding electrode.

3.03 VALVE INSTALLATION

A. Install manual gas shutoff valve for each gas appliance ahead of corrugated stainless-steel tubing or copper connector.

Page 260: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 7

3.04 PIPING JOINT CONSTRUCTION

A. Ream ends of pipes and tubes and remove burrs.

B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly.

C. Threaded Joints:

1. Thread pipe with tapered pipe threads complying with ASME B1.20.1. 2. Cut threads full and clean using sharp dies. 3. Ream threaded pipe ends to remove burrs and restore full inside diameter of pipe. 4. Apply appropriate tape or thread compound to external pipe threads unless

dryseal threading is specified. 5. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded

or damaged. Do not use pipe sections that have cracked or open welds.

D. Welded Joints:

1. Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators.

2. Bevel plain ends of steel pipe. 3. Patch factory-applied protective coating as recommended by manufacturer at

field welds and where damage to coating occurs during construction.

3.05 HANGER AND SUPPORT INSTALLATION

A. Install hangers for horizontal steel piping with the following maximum spacing and minimum rod sizes:

1. NPS 1 and Smaller: Maximum span, 96 inches; minimum rod size, 3/8 inch. 2. NPS 1-1/4: Maximum span, 108 inches; minimum rod size, 3/8 inch. 3. NPS 1-1/2 - NPS 2 1/2: Maximum span, 108 inches; minimum rod size, 3/8

inch.

3.06 CONNECTIONS

A. Connect to utility's gas main according to utility's procedures and requirements.

B. Install natural-gas piping electrically continuous, and bonded to gas appliance equipment grounding conductor of the circuit powering the appliance according to NFPA 70.

C. Install piping adjacent to appliances to allow service and maintenance of appliances.

D. Connect piping to appliances using manual gas shutoff valves and unions. Install valve within 72 inches of each gas-fired appliance and equipment. Install union between valve and appliances or equipment.

E. Sediment Traps: Install tee fitting with capped nipple in bottom to form drip, as close as practical to inlet of each appliance.

Page 261: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park FACILITY NATURAL-GAS PIPING The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 231123 - PAGE 8

3.07 LABELING AND IDENTIFYING

A. Comply with requirements in Division 23 Section "Identification for HVAC Piping and Equipment" for piping and valve identification.

3.08 FIELD QUALITY CONTROL

A. Test, inspect, and purge natural gas according to NFPA 54 and authorities having jurisdiction.

B. Natural-gas piping will be considered defective if it does not pass tests and inspections.

C. Prepare test and inspection reports.

3.09 INDOOR PIPING SCHEDULE

A. Aboveground, distribution piping shall be one of the following:

1. Steel pipe with malleable-iron fittings and threaded joints. 2. Steel pipe with wrought-steel fittings and welded joints.

3.010 OUTDOOR PIPING SCHEDULE

A. Aboveground natural-gas piping shall be one of the following:

1. Steel pipe with malleable-iron fittings and threaded joints. 2. Steel pipe with wrought-steel fittings and welded joints.

3.011 ABOVEGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE

A. Distribution piping valves for pipe sizes NPS 2 and smaller shall be one of the following:

1. One-piece, bronze ball valve with bronze trim. 2. Two-piece, full-port, bronze ball valves with bronze trim. 3. Bronze plug valve.

B. Valves in branch piping for single appliance shall be one of the following:

1. One-piece, bronze ball valve with bronze trim. 2. Two-piece, full-port, bronze ball valves with bronze trim. 3. Bronze plug valve.

END OF SECTION

Page 262: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 1

SECTION 233113

METAL DUCTS

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Rectangular ducts and fittings. 2. Round ducts and fittings. 3. Sheet metal materials. 4. Sealants and gaskets. 5. Hangers and supports. 6. Seismic-restraint devices.

B. Related Sections:

1. Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting,

1.02 PERFORMANCE REQUIREMENTS

A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and performance requirements and design criteria indicated in "Duct Schedule" Article.

B. Structural Performance: Duct hangers and supports and seismic restraints shall withstand the effects of gravity and seismic loads and stresses within limits and under conditions described in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and SMACNA's "Seismic Restraint Manual: Guidelines for Mechanical Systems.

1. Seismic Hazard Level A: Seismic force to weight ratio, 0.48. 2. Seismic Hazard Level B: Seismic force to weight ratio, 0.30. 3. Seismic Hazard Level C: Seismic force to weight ratio, 0.15.

C. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1.

1.03 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings:

1. Fabrication, assembly, and installation, including plans, elevations, sections, components, and attachments to other work.

2. Factory- and shop-fabricated ducts and fittings.

Page 263: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 2

3. Duct layout indicating sizes, configuration, and static-pressure classes. 4. Elevation of top of ducts. 5. Dimensions of main duct runs from building grid lines. 6. Fittings. 7. Reinforcement and spacing. 8. Seam and joint construction. 9. Locations for duct accessories, including dampers, turning vanes, and access

doors and panels. 10. Hangers and supports, including methods for duct and building

attachment, seismic restraints, and vibration isolation.

1.04 INFORMATIONAL SUBMITTALS

A. Coordination Drawings: Plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved:

1. Duct installation in congested spaces, indicating coordination with general construction, building components, and other building services. Indicate proposed changes to duct layout.

2. Suspended ceiling components. 3. Structural members to which duct will be attached. 4. Size and location of initial access modules for acoustical tile. 5. Items penetrating finished ceiling including the following:

a. Lighting fixtures. b. Air outlets and inlets. c. Speakers. d. Sprinklers. e. Access panels. f. Perimeter moldings.

B. Welding certificates.

1.05 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedures and personnel according to the following:

1. AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports. 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum," for aluminum

supports. 3. AWS D9.1M/D9.1, "Sheet Metal Welding Code," for duct joint and seam

welding.

B. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 - "Systems and Equipment" and Section 7 - "Construction and System Start-up."

C. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1, Section 6.4.4 - "HVAC System Construction and Insulation."

Page 264: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 3

PART 2 PRODUCTS

2.01 RECTANGULAR DUCTS AND FITTINGS

A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" based on indicated static-pressure class unless otherwise indicated.

B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-1, "Rectangular Duct/Transverse Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-2, "Rectangular Duct/Longitudinal Seams," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

D. Elbows, Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 4, "Fittings and Other Construction," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

2.02 ROUND DUCTS AND FITTINGS

A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 3, "Round, Oval, and Flexible Duct," based on indicated static-pressure class unless otherwise indicated.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Lindab Inc. b. McGill AirFlow LLC. c. SEMCO Incorporated. d. Sheet Metal Connectors, Inc. e. Spiral Manufacturing Co., Inc.

B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-1, "Round Duct Transverse Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

1. Transverse Joints in Ducts Larger Than 60 inches in Diameter: Flanged.

Page 265: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 4

C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-2, "Round Duct Longitudinal Seams," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

1. Fabricate round ducts larger than 90 inches in diameter with butt-welded longitudinal seams.

D. Tees and Laterals: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

2.03 SHEET METAL MATERIALS

A. General Material Requirements: 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: G60. 2. Finishes for Surfaces Exposed to View: Mill phosphatized.

C. Carbon-Steel Sheets: Comply with ASTM A 1008/A 1008M, with oiled, matte finish for exposed ducts.

D. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304 or 316, as indicated in the "Duct Schedule" Article; cold rolled, annealed, sheet. Exposed surface finish shall be No. 2B, No. 2D, No. 3, or No. 4 as indicated in the "Duct Schedule" Article.

E. Aluminum Sheets: Comply with ASTM B 209 Alloy 3003, H14 temper; with mill finish for concealed ducts, and standard, one-side bright finish for duct surfaces exposed to view.

F. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

1. Where black- and galvanized-steel shapes and plates are used to reinforce aluminum ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials.

G. Tie Rods: Galvanized steel, 6-mm minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches.

Page 266: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 5

2.04 SEALANT AND GASKETS

A. General Sealant and Gasket Requirements: Surface-burning characteristics for sealants and gaskets shall be a maximum flame-spread index of 25 and a maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL.

B. Two-Part Tape Sealing System:

1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal.

2. Tape Width: 4 inches. 3. Sealant: Modified styrene acrylic. 4. Water resistant. 5. Mold and mildew resistant. 6. Maximum Static-Pressure Class: 10-inch wg, positive and negative. 7. Service: Indoor and outdoor. 8. Service Temperature: Minus 40 to plus 200 deg F. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare),

stainless steel, or aluminum. 10. For indoor applications, sealant shall have a VOC content of 250 g/L or less

when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 11. Sealant shall comply with the testing and product requirements of the California

Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

C. Water-Based Joint and Seam Sealant:

1. Application Method: Brush on. 2. Solids Content: Minimum 65 percent. 3. Shore A Hardness: Minimum 20. 4. Water resistant. 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L (less water). 7. Maximum Static-Pressure Class: 10-inch wg positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare),

stainless steel, or aluminum sheets.

D. Flanged Joint Sealant: Comply with ASTM C 920.

1. General: Single-component, acid-curing, silicone, elastomeric. 2. Type: S. 3. Grade: NS. 4. Class: 25. 5. Use: O. 6. For indoor applications, sealant shall have a VOC content of 250 g/L or less

when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

Page 267: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 6

7. Sealant shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

E. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with poly-isobutylene plasticizer.

F. Round Duct Joint O-Ring Seals:

1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg at 10-inch wg and shall be rated for 2500 Pa static-pressure class, positive or negative.

2. EPDM O-ring to seal in concave bead in coupling or fitting spigot. 3. Double-lipped, EPDM O-ring seal, mechanically fastened to factory-fabricated

couplings and fitting spigots.

2.05 HANGERS AND SUPPORTS

A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts.

B. Hanger Rods for Corrosive Environments: Electro-galvanized, all-thread rods or galvanized rods with threads painted with zinc-chromate primer after installation.

C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1, "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct."

D. Steel Cables for Galvanized-Steel Ducts: Galvanized steel complying with ASTM A 603.

E. Steel Cables for Stainless-Steel Ducts: Stainless steel complying with ASTM A 492.

F. Steel Cable End Connections: Cadmium-plated steel assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic-locking and clamping device.

G. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible with duct materials.

H. Trapeze and Riser Supports:

1. Supports for Galvanized-Steel Ducts: Galvanized-steel shapes and plates. 2. Supports for Stainless-Steel Ducts: Stainless-steel shapes and plates. 3. Supports for Aluminum Ducts: Aluminum or galvanized steel coated with zinc

chromate.

2.06 SEISMIC-RESTRAINT DEVICES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

Page 268: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 7

1. Cooper B-Line, Inc.; a division of Cooper Industries. 2. Ductmate Industries, Inc. 3. Hilti Corp. 4. Mason Industries. 5. TOLCO; a brand of NIBCO INC. 6. Unistrut Corporation; Tyco International, Ltd.

B. General Requirements for Restraint Components: Rated strengths, features, and applications shall be as defined in reports by an agency acceptable to authorities having jurisdiction.

1. Structural Safety Factor: Allowable strength in tension, shear, and pullout force of components shall be at least four times the maximum seismic forces to which they will be subjected.

C. Channel Support System: Shop- or field-fabricated support assembly made of slotted steel channels rated in tension, compression, and torsion forces and with accessories for attachment to braced component at one end and to building structure at the other end. Include matching components and corrosion-resistant coating.

D. Restraint Cables: ASTM A 603, galvanized-steel cables with end connections made of cadmium-plated steel assemblies with brackets, swivel, and bolts designed for restraining cable service; and with an automatic-locking and clamping device or double-cable clips.

E. Hanger Rod Stiffener: Reinforcing steel angle clamped to hanger rod.

F. Mechanical Anchor Bolts: Drilled-in and stud-wedge or female-wedge type. Select anchor bolts with strength required for anchor and as tested according to ASTM E 488.

PART 3 EXECUTION

3.01 DUCT INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air-handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings.

B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated.

C. Install round ducts in maximum practical lengths.

D. Install ducts with fewest possible joints.

E. Install factory- or shop-fabricated fittings for changes in direction, size, and shape and for branch connections.

F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines.

Page 269: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 8

G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building.

H. Install ducts with a clearance of 1 inch, plus allowance for insulation thickness.

I. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures.

J. Where ducts pass through non-fire-rated interior partitions and exterior walls and are exposed to view, cover the opening between the partition and duct or duct insulation with sheet metal flanges of same metal thickness as the duct. Overlap openings on four sides by at least 1-1/2 inches.

K. Where ducts pass through fire-rated interior partitions and exterior walls, install fire dampers. Comply with requirements in Division 23 Section "Air Duct Accessories" for fire and smoke dampers.

L. Protect duct interiors from moisture, construction debris and dust, and other foreign materials.

3.02 INSTALLATION OF EXPOSED DUCTWORK

A. Protect ducts exposed in finished spaces from being dented, scratched, or damaged.

B. Trim duct sealants flush with metal. Create a smooth and uniform exposed bead. Do not use two-part tape sealing system.

C. Grind welds to provide smooth surface free of burrs, sharp edges, and weld splatter. When welding stainless steel with a No. 3 or 4 finish, grind the welds flush, polish the exposed welds, and treat the welds to remove discoloration caused by welding.

D. Maintain consistency, symmetry, and uniformity in the arrangement and fabrication of fittings, hangers and supports, duct accessories, and air outlets.

E. Repair or replace damaged sections and finished work that does not comply with these requirements.

3.03 DUCT SEALING

A. Seal ducts for duct static-pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible":

1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

2. Outdoor, Supply-Air Ducts: Seal Class A. 3. Outdoor, Exhaust Ducts: Seal Class C. 4. Outdoor, Return-Air Ducts: Seal Class C.

Page 270: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 9

5. Unconditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg and Lower: Seal Class B.

6. Unconditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg: Seal Class A.

7. Unconditioned Space, Exhaust Ducts: Seal Class C. 8. Unconditioned Space, Return-Air Ducts: Seal Class B. 9. Conditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg and Lower:

Seal Class C. 10. Conditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch

wg Seal Class B. 11. Conditioned Space, Exhaust Ducts: Seal Class B. 12. Conditioned Space, Return-Air Ducts: Seal Class C.

3.04 HANGER AND SUPPORT INSTALLATION

A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 5, "Hangers and Supports."

B. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached.

1. Where practical, install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and

completely cured. 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes

or for slabs more than 4 inches thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate

concretes or for slabs less than 4 inches thick. 5. Do not use powder-actuated concrete fasteners for seismic restraints.

C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 5-1, "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches of each elbow and within 48 inches of each branch intersection.

D. Hangers Exposed to View: Threaded rod and angle or channel supports.

E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16 feet.

F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

Page 271: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 10

3.05 SEISMIC-RESTRAINT-DEVICE INSTALLATION

A. Install ducts with hangers and braces designed to support the duct and to restrain against seismic forces required by applicable building codes. Comply with SMACNA's "Seismic Restraint Manual: Guidelines for Mechanical Systems."

1. Space lateral supports a maximum of 40 feet o.c., and longitudinal supports a maximum of 80 feet.

2. Brace a change of direction longer than 12 feet.

B. Select seismic-restraint devices with capacities adequate to carry present and future static and seismic loads.

C. Install cables so they do not bend across edges of adjacent equipment or building structure.

D. Install cable restraints on ducts that are suspended with vibration isolators.

E. Install seismic-restraint devices using methods approved by an agency acceptable to authorities having jurisdiction.

F. Attachment to Structure: If specific attachment is not indicated, anchor bracing and restraints to structure, to flanges of beams, to upper truss chords of bar joists, or to concrete members.

G. Drilling for and Setting Anchors:

1. Identify position of reinforcing steel and other embedded items prior to drilling holes for anchors. Do not damage existing reinforcement or embedded items during drilling. Notify the Architect if reinforcing steel or other embedded items are encountered during drilling. Locate and avoid pre-stressed tendons, electrical and telecommunications conduit, and gas lines.

2. Do not drill holes in concrete or masonry until concrete, mortar, or grout has achieved full design strength.

3. Wedge Anchors: Protect threads from damage during anchor installation. Heavy-duty sleeve anchors shall be installed with sleeve fully engaged in the structural element to which anchor is to be fastened.

4. Set anchors to manufacturer's recommended torque, using a torque wrench. 5. Install zinc-coated steel anchors for interior applications and stainless-steel

anchors for applications exposed to weather.

3.06 CONNECTIONS

A. Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories."

B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections.

Page 272: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 11

3.07 DUCT CLEANING

A. Clean new and existing duct system(s) before testing, adjusting, and balancing.

B. Use service openings for entry and inspection.

1. Create new openings and install access panels appropriate for duct static-pressure class if required for cleaning access. Provide insulated panels for insulated or lined duct. Patch insulation and liner as recommended by duct liner manufacturer

2. Disconnect and reconnect flexible ducts as needed for cleaning and inspection. 3. Remove and reinstall ceiling to gain access during the cleaning process.

C. Particulate Collection and Odor Control:

1. When venting vacuuming system inside the building, use HEPA filtration with 99.97 percent collection efficiency for 0.3-micron-size (or larger) particles.

2. When venting vacuuming system to outdoors, use filter to collect debris removed from HVAC system, and locate exhaust downwind and away from air intakes and other points of entry into building.

D. Clean the following components by removing surface contaminants and deposits:

1. Air outlets and inlets (registers, grilles, and diffusers). 2. Supply, return, and exhaust fans including fan housings, plenums (except ceiling

supply and return plenums), scrolls, blades or vanes, shafts, baffles, dampers, and drive assemblies.

3. Air-handling unit internal surfaces and components including mixing box, coil section, condensate drain pans, filters and filter sections, and condensate collectors and drains.

4. Coils and related components. 5. Return-air ducts, dampers, actuators, and turning vanes except in ceiling plenums

and mechanical equipment rooms. 6. Supply-air ducts, dampers, actuators, and turning vanes.

E. Mechanical Cleaning Methodology:

1. Clean metal duct systems using mechanical cleaning methods that extract contaminants from within duct systems and remove contaminants from building.

2. Use vacuum-collection devices that are operated continuously during cleaning. Connect vacuum device to downstream end of duct sections so areas being cleaned are under negative pressure.

3. Use mechanical agitation to dislodge debris adhered to interior duct surfaces without damaging integrity of metal ducts, duct liner, or duct accessories.

4. Clean fibrous-glass duct liner with HEPA vacuuming equipment; do not permit duct liner to get wet. Replace fibrous-glass duct liner that is damaged, deteriorated, or delaminated or that has friable material, mold, or fungus growth.

5. Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clean water to remove latent residues and cleaning materials; comb and straighten fins.

Page 273: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 12

6. Provide drainage and cleanup for wash-down procedures. 7. Antimicrobial Agents and Coatings: Apply EPA-registered antimicrobial agents

if fungus is present. Apply antimicrobial agents according to manufacturer's written instructions after removal of surface deposits and debris.

3.08 START UP

A. Air Balance: Comply with requirements in Division 23 Section "Testing, Adjusting, and Balancing for HVAC."

3.09 DUCT SCHEDULE

A. Fabricate ducts with galvanized sheet steel except as otherwise indicated and as follows:

B. Supply Ducts:

1. Ducts Connected to Variable-Air-Volume Air Handling Units:

a. Pressure Class: Positive 4-inch wg. b. Minimum SMACNA Seal Class: A. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 6.

2. Ducts Connected to Terminal Units:

a. Pressure Class: Positive 1-inch wg. b. Minimum SMACNA Seal Class: A. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 6.

C. Elbow Configuration:

1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows."

a. Velocity 1000 fpm or Lower:

(1) Radius Type RE 1 with minimum 0.5 radius-to-diameter ratio. (2) Mitered Type RE 4 without vanes.

b. Velocity 1000 to 1500 fpm:

(1) Radius Type RE 1 with minimum 1.0 radius-to-diameter ratio. (2) Radius Type RE 3 with minimum 0.5 radius-to-diameter ratio and two

vanes. (3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct

Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows."

c. Velocity 1500 fpm or Higher:

Page 274: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 13

(1) Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. (2) Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two

vanes. (3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct

Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows."

2. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction

Standards - Metal and Flexible," Figure 4-2, "Rectangular Elbows."

a. Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. b. Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. c. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct

Construction Standards - Metal and Flexible," Figure 4-3, "Vanes and Vane Runners," and Figure 4-4, "Vane Support in Elbows."

3. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "Round Duct Elbows."

a. Minimum Radius-to-Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments.

(1) Velocity 1000 fpm or Lower: 0.5 radius-to-diameter ratio and three segments for 90-degree elbow.

(2) Velocity 1000 to 1500 fpm: 1.0 radius-to-diameter ratio and four segments for 90-degree elbow.

(3) Velocity 1500 fpm or Higher: 1.5 radius-to-diameter ratio and five segments for 90-degree elbow.

(4) Radius-to Diameter Ratio: 1.5.

b. Round Elbows, 12 inches and Smaller in Diameter: Stamped or pleated. c. Round Elbows, 14 inches and Larger in Diameter: Standing seam.

D. Branch Configuration:

1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 4-6, "Branch Connection."

a. Rectangular Main to Rectangular Branch: 45-degree entry. b. Rectangular Main to Round Branch: Spin in.

2. Round: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-5, "90 Degree Tees and Laterals," and Figure 3-6, "Conical Tees." Saddle taps are permitted in existing duct.

a. Velocity 1000 fpm or Lower: 90-degree tap. b. Velocity 1000 to 1500 fpm: Conical tap. c. Velocity 1500 fpm or Higher: 45-degree lateral.

Page 275: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park METAL DUCTS The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233113 - PAGE 14

END OF SECTION

Page 276: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park AIR DUCT ACCESSORIES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233300 - PAGE 1

SECTION 233300

AIR DUCT ACCESSORIES

PART 1 GENERAL

1.01 SUMMARY

A. Section Includes:

1. Flange connectors. 2. Turning vanes. 3. Flexible connectors. 4. Duct accessory hardware.

1.02 ACTION SUBMITTALS

A. Product Data: For each type of product.

B. Shop Drawings: For duct accessories. Include plans, elevations, sections, details and attachments to other work.

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. Special fittings. b. Manual volume damper installations.

1.03 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

PART 2 PRODUCTS

2.01 ASSEMBLY DESCRIPTION

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 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.

2.02 MATERIALS

A. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M.

Page 277: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park AIR DUCT ACCESSORIES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233300 - PAGE 2

1. Galvanized Coating Designation: G60. 2. Exposed-Surface Finish: Mill phosphatized.

B. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304, and having a No. 2 finish for concealed ducts and 1-side bright finish for exposed ducts.

C. 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.

D. Extruded Aluminum: Comply with ASTM B 221, Alloy 6063, Temper T6.

E. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts.

F. Tie Rods: Galvanized steel, ¼-inch minimum diameter for lengths 36 inches or less; 3/8-inches minimum diameter for lengths longer than 36 inches.

2.03 FLANGE CONNECTORS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Ductmate Industries, Inc. 2. Nexus PDQ; Division of Shilco Holdings Inc. 3. Ward Industries, Inc.; a division of Hart & Cooley, Inc.

B. Description: Add-on or roll-formed, factory-fabricated, slide-on transverse flange connectors, gaskets, and components.

C. Material: Galvanized steel.

D. Gage and Shape: Match connecting ductwork.

2.04 TURNING VANES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. Elgen Manufacturing. 4. METALAIRE, Inc. 5. SEMCO Incorporated. 6. Ward Industries, Inc.; a division of Hart & Cooley, Inc.

B. Manufactured Turning Vanes for Metal Ducts: Curved blades of galvanized sheet steel; support with bars perpendicular to blades set; set into vane runners suitable for duct mounting.

Page 278: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park AIR DUCT ACCESSORIES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233300 - PAGE 3

1. Acoustic Turning Vanes: Fabricate airfoil-shaped aluminum extrusions with perforated faces and fibrous-glass fill.

C. Manufactured Turning Vanes for Nonmetal Ducts: Fabricate curved blades of resin-bonded fiberglass with acrylic polymer coating; support with bars perpendicular to blades set; set into vane runners suitable for duct mounting.

D. General Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 4-3, "Vanes and Vane Runners," and 4-4, "Vane Support in Elbows." Vane Construction: Double wall.

2.05 FLEXIBLE CONNECTORS

A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. Ventfabrics, Inc.

B. Materials: Flame-retardant or noncombustible fabrics.

C. Coatings and Adhesives: Comply with UL 181, Class 1.

D. Metal-Edged Connectors: Factory fabricated with a fabric strip 3-1/2 inches wide attached to two strips of 2-3/4-inch-wide, 0.028-inch- thick, galvanized sheet steel or 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./sq. yd.. 2. Tensile Strength: 480 lbf/inch in the warp and 360 lbf/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./sq. yd.. 2. Tensile Strength: 530 lbf/inch in the warp and 440 lbf/inch in the filling. 3. Service Temperature: Minus 50 to plus 250 deg F.

2.06 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.

Page 279: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park AIR DUCT ACCESSORIES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 233300 - PAGE 4

PART 3 EXECUTION

3.01 INSTALLATION

A. Install duct accessories according to applicable details in SMACNA's "HVAC 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 flexible connectors to connect ducts to equipment.

D. Install duct test holes where required for testing and balancing purposes.

3.02 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. Inspect turning vanes for proper and secure installation.

END OF SECTION

Page 280: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 1

SECTION 237413

PACKAGED, OUTDOOR, CENTRAL-STATION AIR-HANDLING UNITS

PART 1 GENERAL

1.01 SUMMARY

A. This Section includes packaged, outdoor, central-station air-handling units (rooftop units) with the following components and accessories:

1. Direct-expansion cooling. 2. Gas furnace. 3. Economizer outdoor- and return-air damper section. 4. Integral, space temperature controls. 5. Roof curbs.

1.02 DEFINITIONS

A. Outdoor-Air Refrigerant Coil: Refrigerant coil in the outdoor-air stream to reject heat during cooling operations and to absorb heat during heating operations. "Outdoor air" is defined as the air outside the building or taken from outdoors and not previously circulated through the system.

B. Outdoor-Air Refrigerant-Coil Fan: The outdoor-air refrigerant-coil fan in RTUs. "Outdoor air" is defined as the air outside the building or taken from outdoors and not previously circulated through the system.

C. RTU: Rooftop unit. As used in this Section, this abbreviation means packaged, outdoor, central-station air-handling units. This abbreviation is used regardless of whether the unit is mounted on the roof or on a concrete base on ground.

D. Supply-Air Fan: The fan providing supply-air to conditioned space. "Supply air" is defined as the air entering a space from air-conditioning, heating, or ventilating apparatus.

E. Supply-Air Refrigerant Coil: Refrigerant coil in the supply-air stream to absorb heat (provide cooling) during cooling operations and to reject heat (provide heating) during heating operations. "Supply air" is defined as the air entering a space from air-conditioning, heating, or ventilating apparatus.

1.03 PERFORMANCE REQUIREMENTS

A. Seismic Performance: RTUs shall withstand the effects of earthquake motions determined according to SEI/ASCE 7.

1. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified."

Page 281: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 2

1.04 ACTION SUBMITTALS

A. Product Data: Include manufacturer's technical data for each RTU, including rated capacities, dimensions, required clearances, 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.

1.05 INFORMATIONAL SUBMITTALS

A. Field quality-control test reports.

B. Warranty.

1.06 CLOSEOUT SUBMITTALS

A. Operation and maintenance data.

1.07 QUALITY ASSURANCE

A. ARI Compliance:

1. Comply with ARI 210/240 and ARI 340/360 for testing and rating energy efficiencies for RTUs.

2. Comply with ARI 270 for testing and rating sound performance for RTUs.

B. ASHRAE Compliance:

1. Comply with ASHRAE 15 for refrigerant system safety. 2. Comply with ASHRAE 33 for methods of testing cooling and heating coils. 3. Comply with applicable requirements in ASHRAE 62.1, Section 5 - "Systems

and Equipment" and Section 7 - "Construction and Startup."

C. ASHRAE/IESNA 90.1 Compliance: Applicable requirements in ASHRAE/IESNA 90.1, Section 6 - "Heating, Ventilating, and Air-Conditioning."

D. NFPA Compliance: Comply with NFPA 90A and NFPA 90B.

E. UL Compliance: Comply with UL 1995.

F. 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.

Page 282: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 3

1.08 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to replace components of RTUs that fail in materials or workmanship within specified warranty period.

1. Warranty Period for Compressors: Manufacturer's standard, but not less than five years from date of Substantial Completion.

2. Warranty Period for Gas Furnace Heat Exchangers: Manufacturer's standard, but not less than five years from date of Substantial Completion.

3. Warranty Period for Solid-State Ignition Modules: Manufacturer's standard, but not less than three years from date of Substantial Completion.

4. Warranty Period for Control Boards: Manufacturer's standard, but not less than three years from date of Substantial Completion.

PART 2 PRODUCTS

2.01 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Bryant 2. Carrier Corporation. 3. Trane; American Standard Companies, Inc.

2.02 CASING

A. General Fabrication Requirements for Casings: Formed and reinforced double-wall insulated panels, fabricated to allow removal for access to internal parts and components, with joints between sections sealed.

B. Exterior Casing Material: Galvanized steel with factory-painted finish, with pitched roof panels and knockouts with grommet seals for electrical and piping connections and lifting lugs.

1. Exterior Casing Thickness: 0.052 inch thick.

C. Inner Casing Fabrication Requirements:

1. Inside Casing: Galvanized steel, 0.034 inch thick.

D. Casing Insulation and Adhesive: Comply with NFPA 90A or NFPA 90B.

1. Materials: ASTM C 1071, Type I. 2. Thickness: 1/2 inch. 3. Liner materials shall have air-stream surface coated with an erosion- and

temperature-resistant coating or faced with a plain or coated fibrous mat or fabric.

Page 283: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 4

4. Liner Adhesive: Comply with ASTM C 916, Type I.

E. Condensate Drain Pans: Formed sections of galvanized-steel sheet, a minimum of 2 inches deep, and complying with ASHRAE 62.1.

1. Drain Connections: Threaded nipple. 2. Pan-Top Surface Coating: Corrosion-resistant compound.

F. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1.

2.03 FANS

A. Belt-Driven Supply-Air Fans: Double width, forward curved, centrifugal; with permanently lubricated, single-speed motor installed on an adjustable fan base resiliently mounted in the casing. Aluminum or painted-steel wheels, and galvanized- or painted-steel fan scrolls.

B. Condenser-Coil Fan: Propeller, mounted on shaft of permanently lubricated motor.

C. Relief-Air Fan: Forward curved, shaft mounted on permanently lubricated motor.

D. Seismic Fabrication Requirements: Fabricate fan section, internal mounting frame and attachment to fans, fan housings, motors, casings, accessories, and other fan section components with reinforcement strong enough to withstand seismic forces.

2.04 COILS

A. Supply-Air Refrigerant Coil:

1. Aluminum-plate fin and seamless copper tube in steel casing with equalizing-type vertical distributor.

2. Polymer strip shall prevent all copper coil from contacting steel coil frame or condensate pan.

3. Coil Split: Interlaced.

B. Outdoor-Air Refrigerant Coil:

1. Pre-coated durable epoxy--phenolic coating aluminum-plate fin and seamless copper tube in steel casing with equalizing-type vertical distributor.

2. Polymer strip shall prevent all copper coil from contacting steel coil frame or condensate pan.

2.05 REFRIGERANT CIRCUIT COMPONENTS

A. Compressor: Mounted on vibration isolators; with internal overcurrent and high-temperature protection, internal pressure relief, and crankcase heater.

B. Refrigeration Specialties:

1. Refrigerant: R-410A.

Page 284: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 5

2. Expansion valve with replaceable thermostatic element. 3. Refrigerant filter/dryer. 4. Manual-reset high-pressure safety switch. 5. Automatic-reset low-pressure safety switch. 6. Minimum off-time relay. 7. Automatic-reset compressor motor thermal overload. 8. Brass service valves installed in compressor suction and liquid lines.

2.06 AIR FILTRATION

A. Minimum arrestance according to ASHRAE 52.1, and a minimum efficiency reporting value (MERV) according to ASHRAE 52.2.

1. Glass Fiber: Minimum 80 percent arrestance.

2.07 GAS FURNACE

A. Description: Factory assembled, piped, and wired; complying with ANSI Z21.47 and NFPA 54.

1. CSA Approval: Designed and certified by and bearing label of CSA.

B. Burners: Stainless steel.

1. Fuel: Natural gas. 2. Ignition: Electronically controlled electric spark or hot-surface igniter with flame

sensor.

C. Heat-Exchanger and Drain Pan: Stainless steel.

D. Venting: Gravity vented.

E. Safety Controls:

1. Gas Control Valve: Single stage. 2. Gas Train: Single-body, regulated, redundant, 24-V ac gas valve assembly

containing pilot solenoid valve, pilot filter, pressure regulator, pilot shutoff, and manual shutoff.

2.08 DAMPERS

A. Outdoor- and Return-Air Mixing Dampers: Parallel- or opposed-blade galvanized-steel dampers mechanically fastened to cadmium plated for galvanized-steel operating rod in reinforced cabinet. Connect operating rods with common linkage and interconnect linkages so dampers operate simultaneously.

1. Damper Motor: Modulating with adjustable minimum position. 2. Relief-Air Damper: Gravity actuated or motorized, as required by

ASHRAE/IESNA 90.1, with bird screen and hood.

Page 285: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 6

2.09 ELECTRICAL POWER CONNECTION

A. Provide for single connection of power to unit with unit-mounted disconnect switch accessible from outside unit and control-circuit transformer with built-in overcurrent protection.

2.010 CONTROLS

A. Basic Unit Controls:

1. Control-voltage transformer. 2. Programmable wall-mounted thermostat or sensor with the following features:

a. Heat-cool-off switch. b. Fan on-auto switch. c. Fan-speed switch. d. Automatic changeover. e. Adjustable deadband. f. Exposed set point. g. Exposed indication. h. Degree F indication. i. Unoccupied-period-override push button.

B. Controller:

1. Safety Control Operation:

a. Smoke Detectors: Stop fan and close outdoor-air damper if smoke is detected. Provide additional contacts for alarm interface to fire alarm control panel.

2. Scheduled Operation: Occupied and unoccupied periods on seven 365-day clock with a minimum of two programmable periods per day.

3. Unoccupied Period:

a. Heating Setback: 10 deg F. b. Cooling Setback: System off. c. Override Operation: Two hours.

4. Supply Fan Operation:

a. Occupied Periods: Run fan continuously. b. Unoccupied Periods: Cycle fan to maintain setback temperature.

5. Refrigerant Circuit Operation:

a. Occupied Periods: Cycle or stage compressors to match compressor output to cooling load to maintain room temperature. Cycle condenser fans to maintain maximum hot-gas pressure.

b. Unoccupied Periods: Compressors off.

6. Gas Furnace Operation:

Page 286: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 7

a. Occupied Periods: Cycle burner to maintain room temperature. b. Unoccupied Periods: Cycle burner to maintain setback temperature.

7. Economizer Outdoor-Air Damper Operation:

a. Occupied Periods: Open to 15 percent fixed minimum intake, and maximum 100 percent of the fan capacity to comply with ASHRAE Cycle II. Controller shall permit air-side economizer operation when outdoor air is less than 60 deg F. Use outdoor-air enthalpy] to adjust mixing dampers. Start relief-air fan with end switch on outdoor-air damper. During economizer cycle operation, lock out cooling.

b. Unoccupied Periods: Close outdoor-air damper and open return-air damper.

2.011 ACCESSORIES

A. Duplex, 115-V, ground-fault-interrupter outlet with 15-A overcurrent protection. Include transformer if required.

B. Coil guards of painted, galvanized-steel wire.

C. Hail guards of galvanized steel, painted to match casing.

D. CO2 sensor.

2.012 ROOF CURBS

A. Materials: Galvanized steel with corrosion-protection coating, watertight gaskets, and factory-installed wood nailer; complying with NRCA standards.

1. Curb Insulation and Adhesive: Comply with NFPA 90A or NFPA 90B.

a. Materials: ASTM C 1071, Type I or II. b. Thickness: 1 inch.

2. Application: Factory applied with adhesive and mechanical fasteners to the internal surface of curb.

a. Liner Adhesive: Comply with ASTM C 916, Type I. b. Mechanical Fasteners: Galvanized steel, suitable for adhesive attachment,

mechanical attachment, or welding attachment to duct without damaging liner when applied as recommended by manufacturer and without causing leakage in cabinet.

c. Liner materials applied in this location shall have air-stream surface coated with a temperature-resistant coating or faced with a plain or coated fibrous mat or fabric depending on service air velocity.

d. Liner Adhesive: Comply with ASTM C 916, Type I.

B. Curb Height: 8 inches.

Page 287: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 8

C. Wind and Seismic Restraints: Metal brackets compatible with the curb and casing, painted to match RTU, used to anchor unit to the curb, and designed for loads at Project site.

PART 3 EXECUTION

3.01 INSTALLATION

A. Roof Curb: Install on roof structure or concrete base, level and secure. Install RTUs on curbs and coordinate roof penetrations and flashing with roof construction specified in Division 07 Section "Roof Accessories." Secure RTUs to upper curb rail, and secure curb base to roof framing or concrete base with anchor bolts.

B. Unit Support: Install unit level on structural. Coordinate wall penetrations and flashing with wall construction. Secure RTUs to structural support with anchor bolts.

C. Install wind and seismic restraints according to manufacturer's written instructions.

D. Install condensate drain, minimum connection size, with trap and indirect connection to nearest roof drain or area drain.

E. Install piping adjacent to RTUs to allow service and maintenance.

1. Gas Piping: Comply with applicable requirements in Division 23 Section "Facility Natural-Gas Piping. Connect gas piping to burner, full size of gas train inlet, and connect with union and shutoff valve with sufficient clearance for burner removal and service.

F. Duct installation requirements are specified in other Division 23 Sections. Drawings indicate the general arrangement of ducts. The following are specific connection requirements:

1. Install ducts to termination at top of roof curb. 2. Remove roof decking only as required for passage of ducts. Do not cut out

decking under entire roof curb. 3. Connect supply ducts to RTUs with flexible duct connectors specified in

Division 23 Section "Air Duct Accessories." 4. Install return-air duct continuously through roof structure.

3.02 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing.

B. Perform tests and inspections and prepare test reports.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. Report results in writing.

Page 288: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park PACKAGED, OUTDOOR, CENTRAL-STATION The Performing Arts Center HVAC Replacement Project AIR-HANDLING UNITS 11121669 (October 2016) SECTION 237413 - PAGE 9

C. Tests and Inspections:

1. After installing RTUs and after electrical circuitry has been energized, test units for compliance with requirements.

2. Inspect for and remove shipping bolts, blocks, and tie-down straps. 3. Operational Test: After electrical circuitry has been energized, start units to

confirm proper motor rotation and unit operation. 4. Test and adjust controls and safeties. Replace damaged and malfunctioning

controls and equipment.

D. Remove and replace malfunctioning units and retest as specified above.

3.03 CLEANING AND ADJUSTING

A. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting system to suit actual occupied conditions. Provide up to two visits to site during other-than-normal occupancy hours for this purpose.

B. After completing system installation and testing, adjusting, and balancing RTU and air-distribution systems, clean filter housings and install new filters.

END OF SECTION

Page 289: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

A R C H I T E C T U R E P L A N N I N G M A N A G E M E N TA P S T R A T A

D I V I S I O N 26

ELECTRICAL

Page 290: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMON WORK RESULTS The Performing Arts Center HVAC Replacement Project FOR ELECTRICAL 11121669 (October 2016) SECTION 260500 - PAGE 1

SECTION 260500

COMMON WORK RESULTS FOR ELECTRICAL

PART 1 GENERAL

1.01 WORK NOT INCLUDED

A. Cooperate with the other trades who may or may not be party to this Contract for the purpose of coordinating the electrical requirements and installation of equipment, materials, and furnishings provided by those other trades, including the Owner.

1.02 CODES AND STANDARDS

A. Provide equipment and materials which conform to, and perform the installation thereof in accordance with the following codes and industry standards:

1. California Electrical Code (CEC). 2. National Electrical Code (NEC). 3. Titles 8, 19 and 24 of the California Code of Regulations (CCR). 4. National Fire Protection Association (NFPA) 5. American National Standards Institute (ANSI). 6. California State Fire Marshal (CSFM). 7. California Fire Code (CFC) 8. Underwriters' Laboratories (UL). 9. Electrical Testing Laboratories Inc (ETL) 10. National Electrical Contractors' Association (NECA). 11. National Electrical Manufacturers' Association (NEMA). 12. International Electrical Testing Association (NETA) 13. Institute of Electrical and Electronics Engineers (IEEE). 14. International Electrotechnical Commission (IEC) 15. American Society of Heating, Refrigerating and Air-Conditioning Engineers

(ASHRAE) 16. International Energy Conservation Code (IECC) 17. National Electrical Safety Code (NESC) - Electrical Safety Orders 18. Other applicable local codes and ordinances.

B. Where the authority-having-jurisdiction makes an interpretation or decision, as is their prerogative in accordance with the Code, such direction shall be considered a part of these Contract Documents as if contained herein. With respect to completing the intent of the Contract Documents, comply with any and all requirements of the authority-having-jurisdiction and utility company field inspectors, at no additional cost.

C. The above referenced codes and standards are considered to be absolute minimum requirements. Nothing in these Drawings or Specifications shall be construed to allow Work not conforming to the applicable codes and standards.

Page 291: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMON WORK RESULTS The Performing Arts Center HVAC Replacement Project FOR ELECTRICAL 11121669 (October 2016) SECTION 260500 - PAGE 2

1.03 UTILITY FEES

A. Pay utility company charges for normal or after hours shutdowns, service calls, repairs, and cable locating that are directly related to the installation of the Electrical Work.

1.04 WORKING SPACE

A. Maintain adequate work space around, and access to, electrical and mechanical equipment in strict accordance with the applicable Codes. Verify during the course of construction that sufficient space will be available for the installation and maintenance of equipment, fixtures, etc.

1.05 MATERIALS AND SUBSTITUTIONS

A. Specific trade names are used in the Drawings and Specifications in order to establish the standard grade and characteristics of said items. This does not imply the right upon the part of the Contractor to use other materials or methods without the approval of the Owner.

B. Electrical materials and equipment shall bear the label of, or be listed by, the UL wherever standards have been established and label service is regularly furnished by that agency. Comply with the installation and application requirements of UL as documented in their published directories.

C. Maintain uniformity throughout the Project by making use of only one make or brand of material for each material used.

1.06 SUBMITTALS

A. Shop Drawings for equipment and materials as noted in each specification section. Bind the submittals as complete volumes according to classification of equipment such as power, lighting, fire alarm, etc. When possible, make all electrical submittals at the same time.

B. Arrange panelboard submittals to show bussing, circuit numbering, and branch circuit protective devices similar to the schedules included in the contract documents. Show elevations of switchboards, motor control centers, and distribution centers indicating the layout of devices, meters, handles, etc. Provide device ratings, circuit numbers, and nameplate descriptions in table form. Include terminal strip mounting arrangements on elevations for terminal cabinets.

1.07 DRAWINGS AND SPECIFICATIONS

A. The data and information contained on the Drawings is as accurate as was reasonably possible at the time they were produced, but absolute accuracy is not guaranteed. Exact locations, distances, elevations, etc., will be dictated by the actual building and the conditions at the Site.

B. The layout of electrical equipment, wiring, and accessories is shown in a diagrammatic fashion (not pictorially) in order to achieve clarity and legibility. Although the size and location of electrical equipment is drawn to scale wherever possible, refer to all data in

Page 292: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMON WORK RESULTS The Performing Arts Center HVAC Replacement Project FOR ELECTRICAL 11121669 (October 2016) SECTION 260500 - PAGE 3

the Contract Documents and field verify this information as the project progresses. Examine architectural, structural, mechanical, and other drawings to determine the exact location of conduits, outlets, fixtures, and equipment and to note any conditions which may affect the electrical Work.

C. Because the Electrical Drawings may be distorted for clarity of representation, it may be necessary to field verify the exact location of electrical outlets, lights, switches, etc. in order to conform to the architectural elements. The Owner reserves the right to make minor changes to the locations of equipment, devices, and wiring shown, at no additional cost, providing the changes are ordered before the rough-in of conduit, boxes, or related items is completed, and no extra material are required.

D. Conduit quantities, sizes, termination points, and wiring are indicated. However, not all conduit bends or routing details are indicated. Route conduit so as to conform to the structural conditions, avoid obstructing other trades, maintain space restrictions and keep circulation areas and access openings clear.

1.08 WORKMANSHIP

A. Constantly supervise the work personally or through an authorized and competent representative. Keep the same foreman or supervisor on the project from commencement through completion.

B. All electrical work shall be supervised by an Electrician with a minimum of 10 years of experience on comparable projects or tasks.

1.09 MANUFACTURER’S DIRECTIONS

A. Adhere to the manufacturer’s directions regarding the proper installation and configuration of electrical equipment where those directions cover points not included in these Drawings and Specifications.

1.010 PROTECTION AND STORAGE

A. Deliver electrical materials to the Site new, and in unbroken packages. Protect electrical equipment and materials during transit, storage and handling to prevent damage, soiling and deterioration.

B. During shipping storage and handling protect electrical materials from damage of any type including dust, water, over-spray, and temperature. Avoid damage during construction to the Work and materials of other trades as well as the electrical Work and material. Repair or replace, at the Contractor’s expense, defective or damaged items such that the entire Work is completed in a condition satisfactory to the Owner.

1.011 EXCAVATION, CUTTING, PATCHING, AND REPAIR

A. Perform excavation and backfill required for the installation of electrical sub-structures. Restore grounds, walkways, roadways, curbs, walls, and other existing underground facilities to their original condition.

Page 293: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMON WORK RESULTS The Performing Arts Center HVAC Replacement Project FOR ELECTRICAL 11121669 (October 2016) SECTION 260500 - PAGE 4

B. Cut, core-drill, and demolish existing walls, floors, ceilings and other building surfaces as required for the installation of Electrical Work. Obtain the approval of the Owner prior to performing any operation which may affect any structural elements of the building.

C. Patch and repair wood, plaster, tile, or concrete surfaces which have been damaged by the installation of the Electrical Work so that the finished surface matches the surrounding conditions.

1.012 FLASHING, WATERPROOFING AND SEALING

A. In general, install in an approved watertight manner, Electrical Work which pierces exterior walls or waterproofing membranes. Flash and counter-flash roof and wall penetrations in a manner described in other applicable sections of this Specification and as approved by the Owner.

B. Fit conduits passing through finished walls with steel escutcheon plates of brass, chrome, or painted finish as directed by the Owner. Grout penetrations of floor slabs, concrete or masonry walls with an approved grout or silicone elastomeric caulk.

1.013 CLEANING, ADJUSTING, AND TOUCH-UP

A. Remove on a daily basis electrical debris, scraps, packaging material and other rubbish. Dispose of such items off-site in an approved manner and debris. Maintain the site free from physical hazards at all times in accordance with OSHA regulations.

B. After installation, completely clean electrical equipment, fixtures, and materials of excess paint, over-spray, plaster, cement, insulating products, and other foreign matter. Leave the Electrical Work in a clean, finished, dry, level, like new condition.

C. Touch-up paint scratches and scuffs on electrical equipment and lighting fixtures with paint recommended by the manufacturer and matching the original item finish.

D. Make setting, adjustments, and programming in accordance with the manufactures’ operating and installation instructions. Settings and program variables will be issued by the Owner prior to commissioning of the electrical system.

1.014 INSPECTIONS AND TESTING

A. Arrange for the inspection of the Work at various stages of completion by the authority having jurisdiction, utility company representatives, and the Owner. Comply with all directions and remedial measures issued thereby. Any objections to these orders on the part of the Contractor must be presented to the Owner in writing within forty eight (48) hours of the inspection report.

B. Coordinate the installation of the Work so that observation of all rough-in, concealed, or underground Work can take place by the Owner.

C. Coordinate the provision of all Utility substructures, including but not limited to concrete pads, concrete pull and junction boxes, conduit, pull ropes, trenching, bedding, backfill, warning / locating tape, and associated accessories with Utility requirements. Coordinate all Utility inspections according to Utility requirements. Obtain Utility acceptance of

Page 294: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park COMMON WORK RESULTS The Performing Arts Center HVAC Replacement Project FOR ELECTRICAL 11121669 (October 2016) SECTION 260500 - PAGE 5

substructures in writing prior to closing Utility trenches. Costs associated with opening trenches that have not been accepted by the Utility shall be the responsibility of the Contractor.

D. Perform tests of the electrical system during the course of the project and at project completion to ensure safe and proper function in accordance with the Contract Documents, manufacturers’ recommendations, and applicable codes. Testing shall include, but not necessarily be limited to, the following:

1. Test for short circuits, open circuits, neutral leakage, and improper grounds on feeders and branch circuits. Perform this test with mains disconnected from feeders, branch circuits closed, fixtures and devices permanently connected, lamps removed from sockets and wall switches closed.

2. Test for proper phase-to-phase and phase-to-neutral operating voltage on the main service and on each separately derived system. Perform this test at full load and at no load. With all circuits at full operating conditions, test the phase and neutral load currents using a clamp-on ammeter.

3. Tests as required by other sections of these Specifications. 4. Tests as prescribed by individual equipment manufacturers whether or not

described in these Specifications.

E. Demonstrate to the Owner that the entire installation is complete, in proper operation condition. Activate all circuits, lights, devices, and controls under full load and normal operating conditions. Identify faulty items and immediately replace or repair defective equipment, workmanship, and materials to like new condition and retest in the presence of the Owner.

F. Demonstrate to the Owner that the entire electrical system is free from short circuits and improper grounds, or upon request of the Owner anytime, make necessary tests under the observation of the Owner which will ensure that electrical equipment, materials and installation methods are as specified.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 295: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 1

SECTION 260519

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 GENERAL

1.01 SUMMARY

A. This section includes building wire and cable, service entrance cable, control cables, wiring connectors and connections.

B. All power and lighting circuit wiring and lighting control cables shall be installed in conduit.

C. Wiring for auxiliary electrical systems such as fire alarm, security, telecommunications/data, and other similar systems shall be installed in conduit unless specifically noted otherwise in the drawings.

D. Feeder conductors 2 AWG and larger shall be aluminum and all bus lugs, connectors, splices, and accessories shall be listed for use with aluminum conductors.

1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS

A. ASTM B 3 Soft or Annealed Copper Wire

B. ASTM B 496 Compact Round Concentric-Lay-Stranded Copper Conductors

C. ASTM B 8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft

D. ASTM B 801 Concentric-Lay-Stranded Conductors of 8000 Series Aluminum Alloy for Subsequent Covering or Insulation

E. ANSI C 2 National Electrical Safety Code – latest edition

F. IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems.

G. IEEE 399 Recommend Practice for Industrial and Commercial Power System Analysis.

H. NECA (National Electrical Contractors Association) - Standard of Installation.

I. NEMA WC-26 Wire and Cable Packaging

J. NETA ATS National Electrical Testing Association Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems.

K. NFPA 70 NEC.

L. UL 83 Thermoplastic-Insulated Wires and Cables.

Page 296: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 2

M. UL 486A-486B Wire Connectors.

N. UL 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tapes.

1.03 SYSTEM DESCRIPTION

A. The applications for required cable, wire, and connectors include, but are not limited to:

1. Power distribution circuitry. 2. Lighting circuitry. 3. Appliance and equipment circuitry. 4. Wiring for motors of mechanical equipment 5. Wiring from the motor(s) of mechanical equipment to the disconnect switches or

junction boxes, including wiring for pushbuttons, pilot lights, interlocks and similar devices as directed, shown, or specified.

6. Wiring from the motors of mechanical equipment to motor starters, including other auxiliary wiring as may be required, directed, or shown.

7. Line voltage wiring as required by other Disciplines, and interlocking to motor starters.

8. Control wiring for motors, mechanical equipment, relays and switches, and similar mechanical-electrical devices.

9. Line voltage wiring to thermostats, alarm system components, security system components and other miscellaneous equipment.

1.04 PROJECT CONDITIONS

A. All lighting and branch circuit wiring shall be minimum No. 12 AWG copper conductor unless otherwise indicated.

B. All building and large equipment feeder circuits shall be minimum No. 2 AWG Aluminum conductor unless otherwise noted

C. Wire and cable routing indicated is diagrammatic unless dimensioned. Route wire and cable as required to complement project conditions.

D. The Contractor shall be responsible for all raceways and raceway/cable supports in accordance with all other sections of these Specifications.

1.05 REGULATORY REQUIREMENTS

A. Furnish products listed and classified by UL, ETL, or other recognized, acceptable testing and listing agencies as suitable for the purpose specified and shown.

1.06 CONTRACTOR SUBMITTALS

A. Product Data:

1. Submit manufacturer’s catalog cuts and technical data for building wire and cables.

B. Field Test Report:

Page 297: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 3

1. Measure overall insulation resistance to ground for all conductors #2 AWG and larger. Provide test report with measured values.

1.07 CLOSEOUT SUBMITTALS

A. Submit final certified test reports of all insulation resistance tests.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Accept cable and accessories on site in manufacturer's packaging. Inspect for damage.

B. Store and protect cable and accessories from the environment in accordance with manufacturer’s published instructions. Provide adequate heating and ventilation to prevent condensation.

C. Damaged items shall be replaced at no additional cost to Owner.

1.09 COORDINATION

A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required.

B. Wire and cable routing indicated is approximate unless dimensioned. Include wire and cable lengths within 10 feet of length shown.

PART 2 PRODUCTS

2.01 MANUFACTURERS:

A. Building Wire and Cable

1. Southwire Co. 2. Cerrowire 3. General Cable Corp. 4. Okonite Co. 5. Approved Equal.

2.02 BUILDING WIRE AND CABLE

A. Lighting and branch circuit wire and cable shall be UL83 compliant, insulated, single conductor, copper, solid or stranded, rated for 600-volts AC. The insulation shall be rated for 90 degrees Celsius, THW, THHN/THWN-2, RHW or XHHW, per ANSI/NFPA 70.

B. Feeder wire and cable #2 AWG and larger shall be UL83 compliant, insulated, single conductor, aluminum, compact stranded, AA-8000 series alloy, rated for 600-volts AC. The insulation shall be rated for 90 degrees Celsius, THHN/THWN-2 or XHHW, per ANSI/NFPA 70.

C. For Interior Dry Location: Use only building wire, THHN/THWN insulation rated 90 degree Celsius, in raceway.

Page 298: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 4

D. For Exterior Wet or Dry Locations: Use XHHW-2 or THHN/THWN-2 insulation rated for 90 degree Celsius, in raceway.

E. For Underground Dry or Wet Locations: Use XHHW-2 or THHN/THWN-2 insulation rated 90 degree Celsius, in raceway.

F. For connections to electrical equipment, coordinate wire type with equipment manufacturer.

2.03 WIRING CONNECTORS

A. Split Bolt Connectors:

1. Burndy LLC. 2. Cooper Crouse Hinds. 3. O.Z./Gedney Co. 4. Thomas & Betts Co. 5. 3-M Co. 6. Or Approved Equal.

B. Solderless Pressure Connectors:

1. Burndy LLC. 2. Ideal Industries Co. 3. Thomas & Betts Co. 4. 3-M Co. 5. Or Approved Equal.

C. Spring Wire Connectors:

1. Ideal Industries Co. 2. 3-M Co. 3. Or Approved Equal.

D. Compression Connectors:

1. Burndy LLC. 2. Thomas & Betts Co. 3. 3-M Co. 4. Or Approved Equal.

2.04 WIRE COLOR CODE

A. Color-code all conductors:

1. Wire sizes No. 10 AWG and smaller shall have integral color-coded insulation. 2. Wire sizes No. 8 AWG and larger may have black insulation but shall be

identified by color-coded electrical tape at all junction, splice, pull, or termination points. Integral color coded insulation is also acceptable.

Page 299: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 5

3. Color tape shall be applied to at least 3 inches of the conductor at the termination ends and in junction or pull boxes or where readily accessible.

4. Conductors for all systems shall not change color at splice points. 5. Where there are two or more neutrals in one conduit, each shall be individually

identified with the proper circuit. 6. For No. 4 AWG and larger ground conductors, identify with green tape at both

ends and all visible points, included in all junction boxes.

B. Each phase wire shall be uniquely color-coded as indicated below:

1. 120/240-Volts

a. Phase A – Black b. Phase B – Red c. Neutral - White d. Ground - Green

2. 120/208-Volts

a. Phase A – Black b. Phase B – Red c. Phase C – Blue d. Neutral – White e. Ground – Green

3. 277/480-Volts

a. Phase A - Brown b. Phase B - Orange c. Phase C – Yellow d. Neutral - White or Natural Gray e. Ground – Green

4. Isolated Grounds: Green with Yellow Stripes

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify that interior of building has been protected from weather.

B. Verify that mechanical work likely to damage wire and cable has been completed.

C. Verify that raceway installation is complete and supported as required by the specifications.

3.02 PREPARATION

A. Test raceway with a mandrel and thoroughly swab out to remove foreign material before pulling cables.

Page 300: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 6

B. For conduits sizes less than 3 inches, draw a stiff bristle brush through until conduit is clear of particles of earth, sand and gravel.

C. For conduits sizes 3 inches and larger, draw a flexible testing mandrel approximately 12 inches long with a diameter less than the inside diameter of the conduit through the conduit. Then draw a stiff bristle brush through until conduit is clear of particles of earth, sand and gravel.

3.03 EXISTING WORK

A. Disconnect and remove exposed and/or abandoned wire and cable. Patch surfaces where removed cable pass through building finishes.

B. Disconnect abandoned circuits and remove wire and cable. Remove abandoned boxes if wire and cable servicing them is abandoned and/or removed. Provide blank cover for abandoned boxes that are not removed.

C. Ensure access to existing wiring connections which remain active and which require access. Modify installation or provide access panel as appropriate.

D. Extend existing circuits using materials and methods and compatible with existing electrical installations, or as otherwise specified.

E. Tag and repair existing wire and cable that remain or are being reused.

3.04 INSTALLATION

A. General:

1. Install wire and cable in accordance with manufacturer's instructions and NECA “Standard of Installation.”

2. Route wire and cable as required to meet project conditions. 3. Identify and color code wire and cable. Identify each conductor with its circuit

number or other designation indicated. 4. Protect exposed cable from damage. 5. Pull all conductors into raceway at same time. 6. Unless specifically prohibited by manufacturer installation instructions, use

suitable wire pulling lubricant for building wire No. 4 AWG and larger. Lubricant shall not be deleterious to the cable sheath, jacket or outer covering.

7. Do not exceed cable manufacturer’s recommended pulling tension limits when installing wire or cable.

8. Support cables above accessible ceiling using standard support methods to support cables from structure. Do not rest cable on ceiling panels.

9. Neatly train and lace wiring inside boxes, equipment, and panelboards

B. Cable and Wire Size:

1. Conductor sizes are based on copper unless specifically indicated as aluminum or “AL”.

2. Use conductor no smaller than No. 12 AWG for power and lighting circuits.

Page 301: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 7

3. Use conductor no smaller than No. 14 AWG for control circuits. 4. Use stranded conductor for all feeders, branch and control circuits.

C. Cable Identification

1. Identify all wires and cables as specified in other sections of these Specifications.

D. Special Techniques - Wiring Connections:

1. Use connectors listed for the wire material, size and insulation type. 2. Clean conductor surfaces before installing lugs and connectors. Where an anti-

oxidation lubricant is used, apply liberally, coating all exposed conductor surfaces.

3. Use suitable cable fittings and connectors. 4. Make splices, taps, and terminations to carry full ampacity of conductors with no

perceptible temperature rise. 5. Use solderless pressure connectors with insulating covers for copper conductor

splices and taps, No. 8 AWG and smaller. 6. Tape un-insulated conductors and connector with two layers of half-lapped

rubber insulating compound tape and two layers of half-lapped, 7-mil electrical tape, Scotch 33+, or approved equal.

7. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, No. 10 AWG and smaller.

8. Stranded conductors for control circuits shall have ring terminals crimped on for all device terminations. Bare stranded conductors shall not be placed directly under the screws.

3.05 FIELD QUALITY CONTROL

A. Field inspection and test shall be performed under provisions of NETA ATS section 7.3 (2) - Low Voltage Cables, 600-Volt Maximum as follows.

1. Visual and Mechanical Inspection:

a. Compare cable data with drawings and specifications. b. Inspect exposed sections of cable for physical damage and correct connection in

accordance with single-line diagram. c. Inspect all bolted electrical connections for high resistance using one of the

following methods:

(1) Use of low-resistance ohm-meter in accordance with NETA section 7.3.2.2 (Electrical Tests).

(2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturer's published data from NETA ATS Table 10.12.

d. Inspect compression-applied connectors for correct cable match and indentation. e. Verify cable color coding with applicable specifications and National Electrical

Code.

Page 302: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park LOW VOLTAGE ELECTRICAL POWER The Performing Arts Center HVAC Replacement Project CONDUCTORS & CABLES 11121669 (October 2016) SECTION 260519 - PAGE 8

2. Electrical Tests

a. Perform insulation-resistance test on each #4 AWG or lager conductor with respect to ground and adjacent conductors. Applied potential shall be 500 volts dc for 300 volt rated cable and 1000 volts dc for 600 volt rated cable. Test duration shall be one minute.

b. Perform resistance measurements through all bolted connections with low-resistance ohmmeter, if applicable, in accordance with Section 7.3.2.1 (Visual and Mechanical Inspection).

c. Perform continuity test to insure correct cable connection. d. Correct malfunctions and/or deficiencies immediately as detected at no additional

cost to the Owner, including additional verification testing. e. Subsequent to final wire and cable terminations, energize all circuitry and

demonstrate functional adequacy in accordance with system requirements.

3. Test Values

a. Compare bolted connection resistance to values of similar connections. b. Bolt-torque levels should be in accordance with NETA ATS unless otherwise

specified by the manufacturer. c. Micro-ohm or milli-volt drop values shall not exceed the high levels of the

normal range as indicated in the manufacturer’s published data. If manufacturer’s data is not available, investigate any values which deviate from similar connections by more than 50 percent of the lowest value.

d. Investigation shall include (but not be limited to): breaking splices in the cable and re-testing individual lengths, identifying lengths that are not achieving required test values, repairing or replacing those lengths, and remaking splices. Once the complete assembly tests within the required deviation, the investigation will be considered complete. Document all test procedures and results for review by the Engineer.

e. Minimum insulation-resistance values should not be less than 50 meg-ohms.

END OF SECTION

Page 303: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 1

SECTION 260526

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.01 SUMMARY

A. This section includes:

1. Furnishing of grounding electrodes and conductors; equipment grounding conductors; bonding methods and materials; conduit and equipment supports; anchors and fasteners; sealing and fireproofing of sleeves and openings between conduits and wall.

2. Inspection and testing of the Grounding and Bonding System; and Ground-Fault Protection Systems.

1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS

A. The standards referenced herein, except as modified in the Contract Documents, shall have full force and effect as though included in these Specifications.

1. ASTM B 187 - Specifications for Copper Bus, Rod, and Shapes. 2. ASTM A 653 - Standard Specifications for Sheet Steel, Zinc-Coated

(Galvanized) or Zinc-Iron Alloy Coated(Galvannealed) by Hot Dip Process 3. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial

Power Systems. 4. IEEE 1100 - Recommended Practice for Powering and Grounding Electronic

Equipment. 5. NECA - Standard of Installation. 6. NETA ATS - Acceptance Testing Specifications for Electrical Power

Distribution Equipment and Systems. 7. NFPA 70 - NEC. 8. UL 467 - Electrical Grounding and Bonding Equipment.

1.03 SYSTEM DESCRIPTION

A. Grounding electrode system consist of the following elements:

1. Metal underground water pipe 2. Metal frame of the building 3. Concrete encased electrode 4. Rod electrodes 5. Service equipment 6. Enclosures 7. Separately derived systems.

B. Anchor and fasten electrical products to building elements and finishes as follows:

Page 304: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 2

1. Concrete Structural Elements: Provide preset inserts. 2. Concrete Surfaces: Provide epoxy or expansion anchors. 3. Interior Structural Steel: Provide appropriate size beam clamps. 4. Solid Masonry Walls: Use expansion anchors and preset inserts. 5. Sheet Metal: Provide sheet metal screws.

1.04 DESIGN REQUIREMENTS

A. Furnish products listed and classified by UL, ETL, or other recognized, acceptable testing and listing agencies as suitable for purpose specified and shown.

B. Grounding shall be in accordance with the NEC. Where size, type, rating and quantities indicated or specified are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern.

C. Select materials, sizes, and types of anchors, fasteners, and supports to carry at least twice the loads of equipment and raceway, including weight of wire and cable in raceway.

1.05 SUBMITTALS

A. Product Data:

1. Grounding electrodes and connections for fastening components; fire stopping material; and fireproofing sealants.

B. Test Report:

1. Grounding & Bonding: certified test. 2. Ground-Fault Protection System: certified test report.

1.06 CLOSEOUT SUBMITTALS

A. Record actual locations of components and grounding electrodes.

1.07 FIELD MEASUREMENTS

A. Verify field measurements prior to fabrication.

B. Field testing shall be performed by a third party testing firm with certification from a recognized testing agency, with a minimum of five (5) years of testing experience.

PART 2 PRODUCTS

2.01 GROUNDING SYSTEM

A. Except as indicated elsewhere, provide materials for electrical grounding system, including, but not limited to, cables, wires, connectors, terminals (solderless lugs) and exothermic welds, grounding rods and electrodes, bonding jumper and braided straps, and other items and accessories required for a complete installation. Where more than one type of material or equipment meets indicated requirements, selection shall be at Contractor's option. Where materials or components are not otherwise indicated, provide

Page 305: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 3

products as recommended by the accessories manufacturers and in compliance with the NEC and established industry standards.

B. All grounding materials required shall be furnished new and undamaged in accordance with the requirements of these specifications:

2.02 WIRE

A. Service Equipment Grounding Electrode Conductor: Bare, soft-drawn copper, Class AA stranding, ASTM B 8. Size per NEC Table 250-66, unless otherwise noted.

B. Electrical Equipment Grounding Conductor:

1. For copper wire circuit makeups - Insulated, soft-drawn copper, Class B stranding or solid, with green colored or tape marked insulation per Section 26 05 19, LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES. Size per NEC Article 250-122, unless otherwise noted.

2. For aluminum wire circuit makeups - Insulated, AA-8000 series compact stranded aluminum, with green colored insulation per Section 26 05 19, LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES. Size per NEC Article 250-122, unless otherwise noted. Provide all connectors/splices, and accessories listed for use with aluminum conductors.

2.03 BUS AND BARS

A. Silver plated, soft copper with cross section not less than 1 square inch per 1,000 ampere rating, but in no case less than 1/4-inch thick by 1-inch wide, ASTM B 187. Rating shall be per the NEC, unless otherwise noted.

2.04 EXOTHERMIC WELD CONNECTIONS

A. Exothermic materials, accessories and tools for preparing and making permanent field connections between grounding system components. Molds, cartridges, materials, and accessories as recommended by the manufacturer of the molds for the items to be welded.

B. Manufacturer:

1. Cadweld (Erico Products) "Exolon" Low Emission. Molds and powder shall be furnished by the same manufacturer.

2. Or Approved Equal.

2.05 MECHANICAL CONNECTORS

A. Mechanical connectors shall be permitted only when exothermic weld connections are not suitable or recommended by the manufacturer.

B. Bolt-on bronze connectors, suitable for grounding and bonding applications in configurations required for the particular installation.

C. Manufacturer

Page 306: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 4

1. Burndy Corp. 2. Anderson 3. Thomas & Betts 4. 3-M Co. 5. Or Approved Equal

2.06 FLUSH GROUND PLATES

A. Cadweld B-162 series, B-164 series, or Approved Equal.

2.07 FLEXIBLE JUMPER STRAP

A. Flexible flat conductor, 480 strands of 30-gauge, bare copper wire; ¾-inch width, 9-1/2-inch-long; 48.25 kcMil, minimum. Protect braid with copper bolt-hole ends with holes sized for 3/8-inch diameter bolts.

2.08 BONDING PLATES, CONNECTIONS, TERMINALS AND CLAMPS

A. Provide electrical bonding plates, connectors, terminals and clamps, and accessories as recommended by the manufacturer for the specific applications. Components shall be high-strength, high-conductivity copper alloy.

2.09 UFER GROUND

A. In accordance with the NEC.

2.010 ROD ELECTRODES

A. Copper-clad steel, 5/8-inch (16 mm) minimum diameter, 10 feet (3,000 mm) long, coupling type unless otherwise noted.

2.011 GROUNDING WELL COMPONENTS

A. Well Pipe: 8 inches NPS (DN200) by maximum 12 inches (300-mm) long, precast concrete or fiberglass pipe with belled end.

B. Well Cover: Cast iron, high impact traffic rated cover with legend "GROUND" embossed on outer face.

2.012 ANCHORS AND FASTENERS

A. Indoor Locations: Epoxy type anchors and heavy-duty, galvanized steel screws and bolts.

B. Outdoor Locations: Epoxy type or Red Head anchor bolts and stainless steel screws and bolts.

2.013 SUPPORT CHANNEL

A. All conduit and electrical equipment support channels for interior, exterior, wet and corrosive areas shall be galvanized steel.

Page 307: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 5

B. Support channels for free standing electrical equipment such as switchgear, switchboard antennas, and motor control centers, shall be:

1. Indoors: galvanized steel channel and hardware, minimum 12 gauge, ASTM A653 Grade 33 sheet steel, zinc coated by hot dip process.

2. Outdoors: 316 Stainless steel

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify that abandoned wiring and equipment serve only abandoned facilities.

3.02 EXISTING WORK

A. Modify existing grounding system to maintain continuity to accommodate renovations.

B. Extend existing grounding system using materials and methods as specified.

C. Install temporary wiring and connections to maintain existing grounding systems in service during construction.

D. Perform work on energized equipment or circuits with experienced and trained personnel following all safety rules and procedures.

E. Remove, relocate, and extend existing installations to accommodate new construction.

F. Repair adjacent construction and finishes that are damaged during demolition and extension work.

G. Remove exposed and/or abandoned grounding and bonding components, fasteners, supports and electrical identification labels. Cut embedded support elements below surface of walls and floors. Patch surfaces damaged by removal of existing components to match surrounding finishes.

3.03 GROUNDING AND BONDING INSTALLATION:

A. Verify that final backfill and compaction has been completed before driving rod electrodes.

B. Install grounding well with cover at rod locations as indicated. Install well top flush with finished grade.

C. Installation:

1. Remove paint, rust, mill-oils, and surface contaminants at connection points. 2. Install grounding electrode conductor and connect to reinforcing steel in slab or

foundation. 3. Bond together metal siding not attached to grounded structure; bond to ground. 4. Bond together reinforcing steel and metal accessories. 5. Connect to site grounding system.

Page 308: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 6

6. Install continuous grounding using underground cold water system and building steel as grounding electrode. Where water piping is not available, provide an artificial station ground by means of driven rods or buried electrodes.

7. Permanently ground entire light and power system in accordance with NEC, including service equipment, distribution panels, lighting panel boards, switch and starter enclosures, motor frames, grounding type receptacles, and other exposed non-current carrying metal parts of electrical equipment.

8. Install branch circuits feeding isolated ground receptacles with separate insulated grounding conductor, connected only at isolated ground receptacle, ground terminals, and at ground bus of serving panel in accordance with IEEE 1100.

9. Accomplish grounding of electrical system by installing insulated grounding conductor with each feeder and branch circuit conductor in conduit. Install separate insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. Size grounding conductor in accordance with the NEC.

10. Install grounding conductor from ground bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes, and metal enclosures of service equipment.

11. Bond all metallic conduits to grounding bus at service panel by means of grounding bushings using minimum No. 12 AWG conductor.

12. Ground electrical system using continuous metal raceway system enclosing circuit conductors in accordance with NEC. Bond together each metallic raceway, pipe, duct and other metal object entering enclosures and exiting slabs.

13. Permanently bond all equipment, grounding conductors, lightning protection system and grounding system prior to energizing equipment.

3.04 GROUND CONDUCTORS

A. Grounding conductors shall be located and connected as indicated or as required by Code.

B. Ground conductors under buildings or structures shall be buried with at least 6 inches of earth cover. Buried grounding conductors extending beyond the foundations of buildings or structures shall have at least 18 inches of earth cover.

C. Exposed conductors shall be installed inconspicuously in vertical or horizontal positions on supporting structures. When located on irregular supporting surfaces or equipment, the conductors shall run parallel to or normal to dominant surfaces.

D. Conductors routed over concrete, steel, or equipment surfaces shall be kept in close contact with those surfaces by using fasteners located at intervals not to exceed 3 feet.

E. Conductors passing through floor slabs shall be installed in conduit sleeves that extend above the floor slab, a minimum of 1-1/2 inches to provide protection. Sleeves shall be sealed to maintain fireproof integrity.

F. Provide isolated grounding conductor for circuits supplying equipment and systems as indicated.

G. Provide a separate equipment-grounding conductor for low voltage distribution systems, single or three phase feeder circuit and each branch circuit with single or three phase

Page 309: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 7

protective devices. Install a grounding conductor in conduit with phase and neutral conductors. Single-phase branch circuits for 120 and 277 volt lighting, receptacles, and motors shall have a phase, neutral, and ground conductors installed in the common conduit. Provide suitable bonding jumpers and approved grounding type bushings for flexible conduits used for equipment connection utilized in conjunction with the above branch circuits. Single-phase circuits for equipment and all branch circuits installed in non-metallic or flexible conduits shall be provided with a separate grounding conductor.

H. Ground the neutral of separately derived systems with a bare copper conductor, installed in conduit, from the neutral directly to the building interior cold water pipe or nearest solidly grounded structural reinforcing steel, in accordance with the provisions of NEC Article 250-24. Use bolted accessible connections to the ground system so that the neutral ground can be disconnected for test. Ground the system ground conduit as detailed on drawing. Size the grounding electrode conductors in accordance with the NEC, Table 250-66, or as indicated.

3.05 CONNECTIONS

A. All connections shall be made by the exothermic welding process, except where otherwise indicated. The manufacturer's instructions on the use of exothermic welding materials shall be followed in all details. Powder and molds shall be kept dry and warm until use. Worn or damaged molds shall not be used.

B. All surfaces to be joined by the welds shall be thoroughly cleaned. Paint, scale, and other deleterious substances shall be removed from surfaces of ungalvanized structural steel members by grinding. Galvanized steel surfaces shall be cleaned with emery paper.

C. All exothermic welded connections shall successfully resist moderate hammer blows. Any connection which fails such test or which, upon inspection, indicates a porous or deformed weld, shall be remade.

D. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds, which do not meet this requirement, shall be remade.

E. Worn, damaged, incorrectly sized, or improperly shaped molds which, in the opinion of the Owner and/or Engineer, do not make satisfactory welds, shall be removed from the jobsite after being physically rendered inoperable.

F. All contact surfaces of bolted and screwed connections shall be thoroughly cleaned and coated with oxide inhibitor before being securely tightened.

3.06 CONDUIT GROUNDING

A. All grounding bushings within all enclosures, including equipment enclosures, shall be wired together and connected internally to the enclosure grounding lug or grounding bus with a bare copper conductor. Grounding bushings shall be grounded with conductors sized in accordance with NEC, but not smaller than No. 8 AWG.

3.07 EQUIPMENT GROUNDING

A. Comply with NEC 250, except where larger sizes or more conductors are indicated.

Page 310: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 8

1. All electrical equipment shall be connected to the grounding system with an insulated, green, stranded or solid copper equipment-grounding conductor.

2. Terminate each end on suitable lug, bus, or bushing. The term "electrical equipment", as used in this article, shall include, but not be limited to, all enclosures containing electrical connections or bare conductors, except that individual devices, such as solenoids, pressure switches, and limit switches, shall be exempt from this requirement, unless the device requires grounding for proper operation.

3. Large equipment, such as metal-clad or metal-enclosed switchgear, will be furnished with a grounding bus that shall be connected to the grounding system.

4. Most other equipment will be furnished with grounding pads and/or grounding lugs which shall be connected to the grounding system. All ground connection surfaces shall be cleaned immediately prior to connection.

5. Contractor shall furnish all grounding material required, if not furnished with the equipment.

B. Install equipment grounding system such that all metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, machine frames, portable equipment and other conductive items in close proximity with electrical circuits will operate continuously at ground potential and provide a low impedance path for possible ground fault currents.

C. Where grounding system extension stingers are indicated to be provided for connection to electrical equipment, the Contractor shall connect the bare grounding conductor to the equipment ground bus, pad, or lug. Except where otherwise indicated, all equipment ground conductors that are not an integral part of a cable assembly, shall be sized in accordance with the requirements of NEC. All ground conductors installed in conduit shall be insulated.

D. Suitable grounding facilities, acceptable to the Owner, shall be furnished on electrical equipment not so equipped. The grounding facilities shall consist of compression type terminal connectors bolted to the equipment frame or enclosure and providing a minimum of joint resistance.

E. The conduit system is not considered to be a grounding conductor, except for lighting fixtures. No grounding conductor shall be smaller in size than No. 12 AWG, unless it is a part of an acceptable cable assembly.

3.08 GROUND SYSTEM RESISTANCE

A. Ground resistance of the system shall be no greater than five (5) ohms.

3.09 ANCHORS, FASTENERS AND SUPPORT

A. Installation:

1. Locate and install anchors, fasteners, and supports in accordance with NECA “Standard of Installation”.

2. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. 3. Do not use spring steel clips and clamps. 4. Do not use powder-actuated anchors.

Page 311: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 9

5. Do not drill or cut structural members.

B. Supports:

1. Fabricate supports from structural steel or formed steel members. Rigidly weld members or install hexagon head bolts to present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts.

2. Install surface-mounted cabinets and panel board with minimum of four (4) anchors.

3. Use steel channel supports to stand cabinets and panel boards one (1) inch off wall.

4. Use sheet metal channel to bridge studs above and below cabinets and panel boards recessed in hollow partitions.

3.010 ACCEPTANCE TESTING

A. Grounding and Bonding: Perform inspections and tests as outlined below (NETA ATS, Section 7.13 – Grounding Systems).

1. Visual and Mechanical Inspection

a. Verify ground system is in compliance with drawings and specifications. b. Electrical Tests c. Perform fall-of-potential test or alternative in accordance with IEEE Standard 81

“IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potential of a Ground System.” on the main grounding electrode or system. Instrumentation utilized shall be as defined in Section 12 of the above guide and shall be specifically designed for ground impedance testing. Provide sufficient spacing so that the plotted curves flatten in the 62% area of the distance between the item under test and the current electrode.

d. Perform point-to-point tests to determine the resistance between the main grounding system and all major electrical equipment frames, system neutral, and/or derived neutral points.

e. When sufficient spacing of electrodes per Electrical Tests is impractical, perform ground impedance measurements utilizing either the intersecting curves method or the slope method. (Ref. Nos. 40 and 41 in IEEE Std. 81).

f. Utilize two-point method of IEEE Std. 81. Measure between equipment ground being tested and known low-impedance grounding electrode or system.

g. Test shall be performed after a minimum of ten (10) calendar days of dry weather so that the ground is not wet.

2. Test Values

a. The resistance between the main grounding electrode and ground shall be greater than five (5) ohms for commercial or industrial systems and one (1) ohm or less for generating or transmission station grounds unless otherwise specified by the Owner. (Reference: ANSI/IEEE Standard 142.)

b. Where the resistance to ground test indicates a result in excess of (5) ohms to ground, additional ground rods and associated grounding electrode conductor shall be installed at the contractor’s expense to lower the resistance value below

Page 312: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park GROUNDING AND BONDING FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260526 - PAGE 10

the required level. Ground rods shall be installed between 6 and 10 feet apart with a full size grounding electrode conductor (bare copper) between them.

c. Investigate point-to-point resistance values which exceed 0.5 ohm. Investigation shall include (but not be limited to): breaking cable splices and/or mechanical connectors and re-testing individual cable lengths, identifying lengths that are not achieving required test values, repairing or replacing those lengths, and remaking splices. Once the complete assembly tests within the required deviation, the investigation will be considered complete. Document all test procedures and results for review by the Engineer.

END OF SECTION

Page 313: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 1

SECTION 260533

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.01 SUMMARY

A. Section includes conduit and tubing, surface and buried raceways, wireways, outlet boxes, pull boxes, junction boxes, hand holes and concrete manholes.

1.02 REFERENCES - CODES AND STANDARDS

A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated

B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated

C. ANSI C80.6 - American National Standard for Electrical Intermediate Metal Conduit

D. ASTM A 48 - Standard Specification for Grey Iron Castings

E. NECA - Standard of Installation

F. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies

G. NEMA OS 1 - Sheet-steel Outlet Boxes, Device Boxes, Covers, and Box Supports.

H. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports

I. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit.

J. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Conduit

K. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing

L. NEMA TC 6 - Non-Metallic Conduit

M. NEMA 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum)

N. NFPA 70 - NEC

O. UL 1 - Flexible Metal Conduit

P. UL 6 - Rigid Metal Conduit

Q. UL 514B - Conduit, Tubing and Cable Fittings

R. UL 651 - Rigid Non-Metallic Conduit

Page 314: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 2

S. UL 797 - Electrical Metallic Tubing

T. UL 1242 - Intermediate Metal Conduit

1.03 CONDUIT APPLICATION

A. Acceptable raceway systems and their limitations of use are summarized in the following table:

LOCATION RSC RNC EMT FMC LFMC Exterior locations: Wet or subject to physical damage.

Yes No No No No (note 3)

Exterior locations: Damp and not subject to physical damage.

Yes No No No Yes

Interior locations: Wet or subject to physical damage.

Yes No No No No (note 3)

Interior locations: Exposed and not subject to physical damage.

Yes No Yes Yes (note 5) Yes

Interior locations: Totally concealed.

Yes No (note 4) Yes Yes

(note 5) Yes

Underground:

Yes Yes No No No

B. Notes for Conduit Application Table:

1. RSC = rigid steel conduit, RNC = rigid nonmetallic conduit, EMT = electrical metallic tubing, FMC = flexible metal conduit, LFMC = liquidtight flexible metal conduit.

2. For the purposes of these specifications, locations subject to physical damage include, but are not limited to, those areas less than 6 feet above the finished floor or grade.

3. Liquidtight flexible metal conduit may also be use in wet or damp, exterior or interior locations not subject to physical damage, where used for flexible equipment connections in lengths not exceeding 3 feet.

4. Rigid nonmetallic conduit may also be used above grade, where totally concealed in walls, for transitions from underground up to a height of 24 inches above the concrete sill.

5. The use of flexible metal conduit is limited to lengths not exceeding 6 feet for flexible connections to equipment and lighting fixtures, or where necessitated by structural obstacles and explicitly approved by the Owner.

Page 315: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 3

1.04 BOX APPLICATION

A. Provide raceway, boxes and manholes located as indicated and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements and for a complete wiring system.

1.05 CONDUIT SIZE

A. Minimum acceptable conduit sizes are summarized in the following table:

MINIMUM SIZE Underground, site wiring 1”

Underground Building wiring

Aboveground

Equipment or panel feeders Telecommunications

3/4”

Aboveground Lighting or branch circuit wiring Fire alarm Security

1/2”

Other 3/4”

1.06 SUBMITTALS

A. Detailed conduit routing plan as follows:

1. Exposed and/or concealed in building walls for conduits larger than 2-inch outside diameter.

2. All underground conduits (3/4-inch and larger) in duct bank; concealed in floor slabs, equipment pads and concrete slabs.

B. Product Data:

1. Rigid Steel Conduit. 2. PVC Coated galvanized rigid steel conduit. 3. Intermediate steel conduit. 4. Electrical Metallic Tubing (EMT). 5. Flexible metal conduit. 6. Liquid tight flexible metal conduit. 7. Nonmetallic conduit. 8. Raceway fittings. 9. Conduit bodies. 10. Surface raceway. 11. Pull boxes, junction boxes and manholes.

Page 316: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 4

C. Manufacturer’s Installation Instructions:

1. Submit application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements.

2. Include instructions for storage, handling, protection, examination, preparation, and installation of product.

1.07 CLOSEOUT SUBMITTALS

A. Project Record Documents:

1. Record actual routing of conduits. 2. Record actual locations and mounting heights of outlet, pull boxes, junction

boxes and manholes.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering.

B. Protect PVC and PVC-coated metallic conduit from sunlight.

PART 2 PRODUCTS

2.01 CONDUIT

A. Galvanized Rigid Steel Conduit (GRSC or RGS), couplings and elbows shall be hot-dip galvanized, rigid mild steel in accordance with ANSI C80.1 and UL 6. The conduit interior and exterior surfaces shall have a continuous zinc coating with a transparent overcoat of enamel, lacquer, or zinc chromate. Conduit shall be formed with continuous welded seams with a uniform wall thickness, in minimum 10-foot lengths, with threaded ends.

B. Intermediate Metal Conduit (IMC). Raceway shall be hot-dip galvanized mild steel in accordance with ANSI C80.6 and UL 1242 and shall bear the UL label. Conduit shall have same characteristics of rigid steel except for thinner wall.

C. Polyvinyl Chloride (PVC) coated galvanized rigid steel conduit and intermediate metal conduit shall be in accordance with NEMA RN 1. Coating shall be applied under controlled factory conditions. Prior to coating, conduit shall meet requirements of ANSI C80.1 and UL 6 or ANSI C80.6 and UL 1242 as appropriate. PVC coated conduits shall have ultra-violet (UV) inhibitor in the coating material.

D. Electrical Metallic Tubing (EMT). Electrical metallic tubing, including elbows and bends, shall be zinc coated, mild steel in accordance with the requirements of ANSI C80.3 and UL 797. The interior and exterior surfaces of the tubing shall have a continuous zinc coating. Conduit shall be formed with a continuous welded seam, with a uniform wall thickness, in minimum 10-foot lengths.

E. Flexible Metal Conduit shall be galvanized steel meeting the requirements of UL 1. Flexible aluminum conduit is not permitted.

Page 317: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 5

F. Liquid-Tight Flexible Metal Conduit shall be plastic-jacketed, galvanized steel, "Sealtite" Type EF for general service areas or Type HC for high-temperature when used under raised floor or in air plenums. Conduit shall be UL listed.

G. Non-Metallic Conduit shall be as follows:

1. Schedule 40: Conduit shall be 90 degree Celsius, polyvinyl chloride in conformance with NEMA TC-2 and UL 651 requirements.

2. Spacers used in duct bank installations shall be high impact plastic, interlocking bases, and intermediate type spacers. Place spacers between 6 and 10 feet apart.

H. Rigid aluminum, flexible aluminum, or flexible non-metallic conduits shall not be used on this project.

2.02 RACEWAY FITTINGS

A. Couplings and Thread Protectors. Each length of threaded conduit shall be provided complete from the manufacturer with a coupling on one end and a thread protector on the other. The thread protector shall have sufficient mechanical strength to protect the threads during normal handling and storage.

B. Metal Conduit Fittings shall conform to the requirements of UL 514B where this standard applies. Galvanized iron or galvanized steel fittings shall be used with steel conduit. Threaded fittings shall engage a minimum of five threads made up wrench-tight and be compatible with conduit. EMT fittings shall be compression type, UL approved for rain tight applications and setscrew type with insulated throat for indoor applications.

C. Liquid-Tight Flexible Conduit Fittings shall be galvanized steel, T&B 53XX series insulated throat, and shall bear the UL label. Die-cast malleable fittings are not acceptable.

D. Liquid-Tight Flexible Metal Conduit Fittings shall be galvanized steel similar to T&B “Tite-Bite.”

E. Non-Metallic Conduit Fittings shall be of same material and strength characteristics as the conduit and shall be solvent welded as recommended by manufacturer. End bells shall be plastic, high impact, tapered to fit. Where conduit transition from non-metallic to metallic is required, provide non-metallic female “terminal” adapter. Non-metallic “male” adapters are not acceptable.

F. Special Fittings. Conduit sealing, explosion proof, dust proof, and other types of special fittings shall be provided as required and shall be consistent with the area and equipment with which they are associated. Fittings installed outdoors or in damp locations shall be sealed and gasketed. Outdoor fittings shall be of heavy cast construction. Hazardous area fittings and conduit sealing shall conform to NEC requirements for the area classification.

G. Bushings shall be provided for the termination of all conduits not terminated in hubs, couplings or insulated throat connectors. Grounding type insulated bushings with insulating inserts in metal housings shall be provided for conduit 1-1/4 inches and larger. Standard bushings shall be galvanized steel or malleable iron in all sizes.

Page 318: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 6

H. Locknuts. One interior and one exterior locknut shall be provided for all conduit terminations not provided with threaded hubs and couplings. Locknuts shall be designed to securely bond with the conduit to the box when tightened. Locknuts shall be so constructed that they will not be loosened by vibration.

I. Unions. Watertight conduit unions shall be Appleton or Crouse-Hinds Type UNF or UNY, or Approved Equal.

J. Raintight Conduit terminating hubs, where indicated on the drawings or required by these specifications, shall be Meyer’s rigid conduit hubs, or Approved Equal.

2.03 CONDUIT BODIES

A. Malleable iron conduit bodies shall be cast malleable iron with tensile strength meeting ASTM A 48, Class 30A requirements. Malleable conduit bodies shall be finished with an epoxy powder coating. Cover shall be malleable iron with captive screws.

B. All conduit bodies’ entrances shall be machined NPT threads with a smooth, rounded, internal conduit stop bushing.

C. All conduit bodies shall be equipped with a sealed and gasketed cover. Cover shall be secured using stainless steel machine screws.

2.04 CONDUIT SUPPORTS

A. Conduit supports shall be furnished and installed in accordance with other section of these specifications. Conduits shall be supported so that fittings are accessible. Support systems shall be limited to electrical conduits only.

B. Hanger rods shall be 3/8-inch diameter galvanized threaded steel rods, minimum. Conduit racks over 18-inch wide, over one level, or supporting 2-inch RSC or larger, shall be 1/2-inch diameter rod minimum.

C. Conduit Clamps. Conduits in single runs or groups of two shall be supported by steel clamps and clamp backs. They shall be galvanized malleable iron or Approved Equal cast ferrous metal for steel conduit or tubing.

D. Support Channels. Supports for banks of three of more conduits shall be constructed of formed steel support channels (Unistrut, Kindorf, Superstrut, B-Line or Approved Equal) with associated conduit or tubing clips. Support channels shall be steel, hot-dip galvanized after fabrication with galvanized steel clips for steel conduit or tubing.

2.05 OUTLET BOXES AND SWITCH BOXES

A. Sheet Metal Outlet Boxes: ANSI/NEMA OS 1, galvanized flat rolled sheet steel outlet wiring boxes of types, shapes and sizes, including box depths, to suit each respective location and installation; construct with stamped knockouts in back and sides, and with threaded screw holes with corrosion-resistant screws for securing box covers and wiring devices.

Page 319: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 7

B. Outlet boxes used in wet outdoor locations, surface mounted shall be cast metal (FS or FD type) with mounting lugs and gasketed covers.

C. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported, per NEC requirements.

D. Outlet Box Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal straps for supporting outlet boxes, which are compatible with outlet boxes being used and meeting requirements of individual wiring situations.

2.06 PULL BOXES, JUNCTION BOXES, HANDHOLES AND MANHOLES

A. Sheet Metal Boxes shall be NEMA OS 1, NEMA rating as indicated. Minimum 16 gauge galvanized steel construction with stainless steel hinged cover and neoprene gasket. Cover shall be secured to the body with a continuous, full length, piano type hinge and stainless steel pin on one side and captive screw on the other side. Door shall be equipped with padlock hasp with sealing hole provisions.

1. Provide #10-32 tapped hole provisions for optional ground lug kit. 2. Provide 0.375-16 collar studs for mounting optional panel. 3. Provide external mounting feet for secure wall mounting. 4. Finish: Wash and phosphate undercoat with ANSI 61 gray polyester power

finish.

B. Surface-Mounted Cast Metal Box: NEMA 250, NEMA Type 3R or 4 as indicated, flat-flanged, surface- mounted junction box:

1. Material: Cast Iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover

screws.

C. Concrete pull boxes, vaults and hand holes for power, lighting, controls and telecommunications shall be pre-cast concrete boxes, sized as indicated. Pull boxes shall be equipped with a concrete cover for non traffic rated locations, or cast-in frame, galvanized steel, adjustable, high impact traffic cover (H-20 load rated), sump, lifting lugs, and conduit knock-outs as indicated. Knockout location and sizes shall be coordinated with the duct bank for each location. Cover shall be engraved with the words - – “POWER,” “LIGHTING,” “CONTROLS,” COMM/DATA,” “TELEPHONE” or similar as applicable.

D. Concrete manholes and/or pull boxes for buried power (MH-P-xx) and control (MH-C-xx) conduits shall be either cast-in-place or pre-cast concrete vault.

1. Size shall be indicated. 2. Pull boxes, Vaults and Manholes shall be equipped with:

a. Galvanized steel covers for non-traffic rated locations and cast-in frame, galvanized steel, adjustable, high impact traffic cover (H-20 load rated) for traffic rated locations.

Page 320: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 8

b. Sump, lifting lugs, conduit knock-outs, pick holes, bolt down holes in cover plate, and pull irons. Knockout location and sizes shall be coordinated with the duct bank for each location. Hot-dip galvanized cable racks shall be provided as required to support the cables in the pull box. Cover shall be engraved with the words “POWER,” “LIGHTING,” or “CONTROLS” as applicable.

2.07 CLOSURE FOAM

A. All conduit, raceways, cables and sleeves penetrations through fire rated and hazardous location walls, shafts, floor, ceilings, etc., shall be sealed by closure foam as in Dow Corning #3-6548 silicone RTV, GE RTV 850 silicone foam, or Approved Equal.

2.08 SEALING AND FIREPROOFING

A. Penetrations. All conduits, raceways, cables and sleeve penetrations through fire rated and hazardous location walls, shafts, floor, ceilings, etc., shall be sealed with a UL-approved fire stopping system.

B. Furnish UL listed products or products tested by a nationally recognized independent testing laboratory. Select products with rating not less than the rating of the wall, ceiling or floor being penetrated.

C. Manufacturers:

1. 3M CP 25WB + Caulk 2. 3M FS 195 wrap or strip with restricting collar 3. 3M CS 195 composite sheets 4. Proset Systems fire rated floor and wall penetrations 5. Dow Corning Fire Stop System

D. Use stamped steel, chrome plated, hinged, split ring escutcheons or floor/ceiling plates for covering openings in occupied areas where conduit is exposed.

E. In exterior wall openings below grade, use a modular mechanical type seal consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the conduit and the cored opening or a water-stop type wall sleeve.

F. At non-rated interior wall or floor openings use Tremco Fyre-Sil, Sika Corp. Sikaflex la, Sonneborn Sonolastic NPT, or Mameco Vulkem 116 urethane caulk or Approved Equal.

PART 3 EXECUTION

3.01 EXAMINATION

A. Verify outlet locations and routing and termination locations of raceway prior to rough in.

3.02 INSTALLATION OF RACEWAYS

A. Routing

1. Install raceway and boxes in accordance with NECA “Standard of Installation.”

Page 321: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 9

2. Conduit routing is diagrammatic only. Contractor shall field route conduit and raceways between equipment and devices as required to obtain a complete wiring system.

3. All exposed conduits shall be installed parallel or perpendicular to dominant surfaces with right-angle turns made of symmetrical bends or fittings.

4. Conduit shall not be installed on the outside face of exposed columns, but shall be routed on the web or on the inside of a flange of the column.

5. Except where prevented by the location of other work, a single conduit or a conduit group shall be centered on structural members.

6. Conduit shall be located at least 6 inches from hot water or steam pipes and from other hot surfaces

B. Moisture Pockets

1. Moisture pockets shall be eliminated from conduits. If water cannot drain to the natural opening in the conduit system, a hole shall be drilled in the bottom of a pull box or a "C-type" conduit fitting provided in the low point of the conduit run.

C. Couplings and Unions

1. Metal conduit shall be joined by threaded conduit couplings, with the conduit ends butted.

2. The use of running threads, Erickson type couplings, split couplings or similar unions are not permitted.

D. Conduit Bodies

1. Conduit bends shall meet the requirements of NEC, minimum bend radius of the cable installed or as indicated, whichever is greater.

2. Conduits or tubing deformed or crushed in any way shall be removed from the Site.

E. Bends and Offsets

1. Changes in direction of conduits shall be made with fittings or bends. 2. Conduit bends shall meet the requirements of NEC, minimum bend radius of the

cable installed or as indicated, whichever is greater. 3. Bends shall be made using appropriate tools or mechanical equipment. The use

of a pipe tee or vise for bending conduit or tubing will not be permitted. 4. For non-metallic conduit or plastic coated steel, approved factory bends and

offsets shall be used. 5. Conduits or tubing deformed or crushed in any way shall be removed from the

Site. 6. Install no more than the equivalent of three 90 degree bends between boxes or

outlets

F. Cutting and Threading

1. The plane of all conduit ends shall be square with the centerline.

Page 322: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 10

2. Where threads are required, they shall be cut and cleaned prior to conduit reaming.

3. The ends of all conduit and tubing shall be reamed to remove all rough edges and burrs.

4. Cutting oil shall be used in threading operations; the dies shall be kept sharp, and provisions shall be made for chip clearance.

5. Threads on conduits and fittings shall be lubricated with conducting and sealing compound.

6. All steel conduits shall be coated after threading with cold-galvanized zinc coating. The Contractor shall furnish this protective material and shall apply it in the field prior to installing conduit or fittings.

G. All steel conduit, exposed to weather or in contact with earth, shall be re-galvanized after threading with "Galvanizing Powder M-321" as manufactured by the American Solder and Flux Company of Philadelphia, Pennsylvania; "Zincilate 810" as manufactured by Industrial Metal Protectives, Inc., of Dayton, Ohio; "Zinc Rich" coating as manufactured by ZRC Chemical Products Company, Quincy, Massachusetts; or Approved Equal. The Contractor shall furnish this protective material and shall apply it in the field.

H. Connections to Boxes and Cabinets

1. Conduit shall be securely fastened to all boxes and cabinets. 2. Threads on metallic conduit shall project through the wall of the box to allow the

bushing to butt against the end of the conduit. 3. The locknuts, both inside and outside, shall then be tightened sufficiently to bond

the conduit securely to the box. 4. Locknuts on connectors shall be tightened securely to bond the connectors.

I. All conduits entering enclosures outdoors or in wet areas shall enter through Meyer’s hubs, or Approved Equal, or threaded openings.

J. Cleaning

1. Precautions shall be taken to prevent the accumulation of water, dirt, or concrete in the conduit.

2. Conduit in which water or other foreign materials have been permitted to accumulate shall be thoroughly cleaned or, where such accumulation cannot be removed by methods acceptable to the Owner, the conduit shall be replaced.

3. For conduits sizes 3 inches and larger, draw a flexible testing mandrel approximately 12 inches long with a diameter less than the inside diameter of the conduit through the conduit. After which, draw a stiff bristle brush through until conduit is clear of particles of foreign materials. For conduits less than 3 inches, draw a stiff bristle brush through until conduit is clear of particles and foreign material.

K. Empty Conduit

1. All conduits installed for future use shall have a polypropylene pull line with a minimum tensile strength of 200 lbs., Jet Line, Cat. No. 232, polyolefin, or

Page 323: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 11

Approved Equal. Pull line shall be secures at both ends to ensure future accessibility.

L. Rooftop Conduits

1. Provide redwood sleepers on waterproof mastic base for all conduit runs exposed on roofs.

M. Identification

1. All conduits shall be identified in accordance with other section of these specifications.

N. Grounding

1. All conduits shall be grounded in accordance with these Specifications. 2. A solid or stranded bare copper or green insulated copper solid or stranded

ground wire shall be provided in all conduits and raceways.

O. Galvanized Rigid Steel Conduit

1. Galvanized rigid steel conduit shall be installed in areas exposed to weather, vehicle traffic, in hazardous classified areas, for penetrations through foundations, and 10 feet before transition from below grade to 8 feet above grade, unless otherwise indicated.

2. Steel conduit in contact with earth shall be protected by "Scotchwrap" 10 mil tape applied in double thickness using 50 percent lap turns to 6 inches above grade and 6 inches beyond transition.

3. Expansion joints shall be used where required.

P. Intermediate Steel Conduit

1. Intermediate steel conduit may be installed in lieu of galvanized rigid steel conduit in all above ground areas where rigid steel conduit is permitted, except for wires over 600- volts, unless otherwise specified.

Q. Polyvinyl Chloride (PVC) Coated Galvanized Rigid Steel Conduits and Intermediate Steel Conduit

1. PVC -coated, steel conduit and fittings shall be installed where highly corrosive conditions exist, indoors or outdoors.

2. The Contractor shall patch any damaged coating according to the manufacturer's instructions.

R. Electrical Metallic Tubing

1. Electrical metallic tubing shall be installed for all circuits, indoors above concrete slab, where not subject to conditions outlined for rigid galvanized steel conduits.

S. Rigid Aluminum Conduit

Page 324: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 12

1. Not acceptable.

T. Flexible Metal Conduit, Steel

1. Flexible conduit inserts not greater than 30 inches in length, shall be installed in all conduit runs, which are supported by both building steel and by structures subject to vibration or thermal expansion. This shall include locations where conduit supported by building steel enters or becomes supported by isolated structures on separate foundations.

2. Flexible conduit shall be installed in conduit runs, which cross expansion joints. 3. Special areas, such as plant office control rooms in which external noise is to be

minimized, shall have flexible conduit in conduit runs where the runs cross from the main building framing to the control room or office framing.

4. Flexible conduit shall be installed adjacent to all equipment and devices, which move in relation to the supply conduit due to vibration, normal operation of the mechanism, or thermal expansion.

5. Conduit shall be connected to pressure switches, thermocouples, solenoids, and similar devices with flexible conduit. Flexible conduit shall be installed adjacent to the motor terminal housing for motors requiring 4-inch and smaller conduit.

6. Flexible metal conduit inserts not greater than 6 feet in length shall be installed for light fixture tap conductors.

U. Liquid-Tight Flexible Metal Conduit

1. Liquid-tight flexible metal conduit shall be used in place of regular flexible conduit for connections to motors and transformers, in areas exposed to weather, moisture or oil, and under raised floors.

2. Liquid-tight flexible metal conduit may be used in place of flexible metal conduit where not otherwise required.

V. Non-Metallic Conduit

1. Schedule 80 shall be used for all power, signal feeders and branch circuits, in earth under roadways. Conduits must be buried in earth in accordance with the NEC.

2. Schedule 40 shall be used for all other power, signal feeders and branch circuits, in earth or enclosed in concrete, unless otherwise noted on the drawings. Conduits must be buried in earth in accordance with the NEC.

W. Conduit Support

1. Fasten conduit supports to building structures and surfaces in accordance with these specifications.

2. Support raceway using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers.

3. Do not use wire, ceiling support wires or perforated pipe straps to support conduit. Remove any temporary installation support wire.

X. Spacing of Supports

Page 325: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 13

1. All conduit runs shall be rigidly supported, except where buried in concrete,. 2. Each conduit shall be supported within one (1) foot of junction boxes and

fittings. 3. Spacers used in duct bank installations shall be placed no more than 6 to 10 feet

apart. 4. Support spacing along conduit runs shall be as follows.

CONDUIT SIZE MAXIMUM DISTANCE BETWEEN SUPPORTS ½ inch through 1-1/4 inch 5 feet 1-1/2 inch and larger 8 feet

Y. Ground and bond raceway and boxes in accordance with these Specifications.

3.03 CABINET AND BOX INSTALLATION

A. Install electrical boxes as indicated, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements.

B. Locate boxes and conduit bodies so as to ensure ready accessibility of electrical wiring, maintain headroom and to present neat mechanical appearance.

C. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. In inaccessible ceiling areas, install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire.

D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices with each other.

E. Use flush mounting outlet boxes in finished areas.

1. Do not install flush mounting boxes back-to-back in walls. 2. Provide minimum 6-inch separation between adjacent boxes. 3. Provide minimum 24-inch separation in acoustic rated walls. 4. Use stamped steel bridges to fasten flush mounting outlet box between studs. 5. Secure flush mounting box to interior wall and partition studs. 6. Accurately position to allow for surface finish thickness. 7. Install flush mounting box without damaging wall insulation or reducing its

effectiveness. 8. Use adjustable steel channel fasteners for hung ceiling outlet box.

F. Support boxes independently of conduits.

G. Use code sized gang box where more than one device is mounted together. Do not use sectional box. Use code sized gang box with plaster ring for single device outlets.

H. Use cast outlet box in exterior locations where exposed to the weather and wet locations (interior or exterior).

Page 326: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 14

I. Coordinate installation of electrical boxes and fittings with cable and raceway installation work. Provide knockout closures to cap unused knockout holes where blanks have been removed.

J. Avoid using round boxes where conduit must enter box through side of box, which would result in difficult and insecure connections where fastened with a locknut or bushing on rounded surface.

K. Fasten boxes rigidly to substrate or structural surfaces to which they are being mounted, or solidly embed electrical boxes in concrete or masonry as appropriate.

L. Except as prevented by the location of other work, all junction boxes and outlet boxes shall be centered on structures.

M. Conduit openings in boxes shall be made with a hole saw or shall be punched.

N. Cabinets and boxes shall be rigidly mounted.

1. Mounting on concrete shall be secured by self-drilling anchors. 2. Mounting on steel shall be by drilled and tapped screw holes, or by special

support channels welded to the steel, or by both. 3. Cabinets shall be leveled and fastened to the mounting surface with not less than

¼-inch air space between the enclosure and mounting surface. 4. All mounting holes in the enclosure shall be used.

O. Large Pull Boxes - Boxes larger than 100 cubic inches in volume or 12 inches in any dimension.

1. Interior Dry Locations - Use hinged enclosure. 2. Other Locations - Use surface mounted box of appropriate location classification.

3.04 ANCHORS

A. Where supports for raceways, boxes, and cabinets are mounted on concrete surfaces, they shall be fastened with self-drilling tubular expansion shell anchors with externally split expansion shells, single-cone expanders, and annular break-off grooved chucking cones. Anchors shall be Phillips "Red Head" or Approved Equal.

3.05 SEALING AND FIREPROOFING

A. Fire-Rated Surface:

1. Where conduit penetrates fire rated surface, install fire-stopping product in accordance with manufacturer’s published instructions.

2. All openings through fire rated wall, floor, ceiling or roof must be sealed. 3. Install galvanized sheet metal sleeves (minimum 12-gage) through opening and

extending beyond minimum of one (1) inch on each side of building element. 4. Pack void between sleeve and building element with backing material. 5. Seal ends of sleeve with UL listed fire-resistive silicone compound to meet fire

rating of structure penetrated.

Page 327: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 15

B. Non-Rated Surfaces:

1. Opening through a non-fire rated wall, floor, ceiling or roof must be sealed using an approved type of material.

2. Use galvanized sheet metal sleeves in hollow wall penetrations to provide a backing for the sealant. Grout area around sleeve in masonry construction.

3. Install escutcheons or floor/ceiling plates where raceway, penetrates non-fire rated surfaces in occupied spaces.

4. Install rubber links of mechanical seal tightened in place and sized for the pipe, in exterior wall openings below grade, in accordance with the manufacturer’s instructions.

5. All pipe penetrations at interior partitions and/or walls, laboratory spaces, telephone, data and communication rooms and similar spaces where the room pressure or odor transmission must be controlled, shall be sealed. Sealant shall be applied to both sides of the penetration in such a manner that the annular space between the pipe sleeve and the pipe is completely filled.

3.06 PULL BOX AND VAULT INSTALLATION

A. Openings or “knockouts” in precast concrete vaults shall be located as indicated and shall be sized sufficiently to permit passage of the largest dimension of pipe and/or flange.

B. After the structure and all appurtenances are in place and approved, backfill shall be placed to the original ground line or to the limits indicated.

C. All joints between precast concrete vault sections shall be made watertight. The plastic joint sealing compound shall be installed according to the manufacturer's recommendations to provide a watertight joint which remains impermeable throughout the design life of the structure. The outside of the entire structure shall be coated with an approved water proofing material.

D. Access doors shall be built up such that the hatch is flush with the surrounding surface unless otherwise indicated or directed by the Owner. The Contractor is responsible for placing the cover at the proper elevation where paving is to be installed and shall make all necessary adjustments so that the cover meets these requirements.

E. Ladders shall be installed using Type 316 stainless steel capsule anchors.

F. Ladders shall be attached a minimum of 3 places to the vault wall.

G. Ladder shall be centered under access door opening.

3.07 ADJUSTING

A. Install knockout closures in unused openings in boxes.

3.08 CLEANING

A. Clean interior of boxes to remove dust, debris, and other material.

B. Clean exposed surfaces and restore manufacturer’s finish.

Page 328: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park RACEWAYS AND BOXES FOR The Performing Arts Center HVAC Replacement Project ELECTRICAL SYSTEMS 11121669 (October 2016) SECTION 260533 - PAGE 16

END OF SECTION

Page 329: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 1

SECTION 260554

IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 GENERAL

1.01 SUMMARY

A. The extent of the electrical systems and equipment requiring identification is indicated, and the extent of identification required is specified herein and in individual sections of Work requiring identification. The types of electrical identification specified in this section include the following:

1. Exposed conduit color banding. 2. Buried cable warnings. 3. Cable/conductor identification. 4. Operational instructions and warnings. 5. Danger signs. 6. Equipment/system identification signs.

1.02 REFERENCES - CODES AND STANDARDS

A. ANSI Z535.1 - Safety Color Code

B. APWA ULCC - Uniform Color Code for Buried Utilities

C. NFPA 70 - NEC

1.03 SYSTEM DESCRIPTION

A. Label the following electrical equipment with nameplates which clearly identify each item, the function or use of the item, and the circuit identification of the feed to the item:

1. All transformers shall be identified by 1-inch high block letters cut in stencil and applied with yellow paint on a flat-black background. The transformer number, primary and secondary voltages, and the kVA shall be shown. The nameplate shall be located on the front of the transformer.

2. All Metal-Clad Switchgear, Metal-Enclosed Switchgear, Switchboards, Distribution Panelboards, Power and Lighting Panels, Motor Control Centers, Local Control Panels, Terminal Cabinets and all electrical equipment enclosure shall be identified using laminated plastic nameplates. Show the equipment number, voltage rating, current rating, number of phases, connection type, short circuit interrupting rating, and circuit number

3. Identify all receptacles and lighting switches, by the circuit number indicated using ¼-inch high white characters on ½-inch wide black stick-on tape placed on the device coverplate. Place the tape on the device enclosure if the device is not wall mounted.

4. All motors, starters, disconnect switches, Time Switches, Special Function Pushbuttons and Switches, and miscellaneous control devices shall be identified by function and circuit number, with ¼-inch high white characters on a ½-inch

Page 330: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 2

wide black stick-on tape where installed indoors and engraved plastic nameplates where installed outdoors.

5. All underground raceway or cable shall be marked with buried warning tape along its entire length.

6. All exposed raceway longer than 10 feet in length shall be identified. 7. Panelboard Directories: Furnish all panelboards with a complete 8-1/2-inch by

11-inch typewritten directory mounted in the inner door under a clear plastic cover set in a metal frame.

B. Branch circuits and devices:

1. Label all individual receptacle outlets at the outlet faceplate to indicate the panelboard of origin and branch circuit number. Label modular furniture feeds at the power pole drop in a visible and consistent location. Labels shall be self-adhesive, thermal machine printed type such as Brothers, Panduit, T&B, or Approved Equal and shall be clear plastic with black lettering.

2. All branch circuits in outlet boxes shall be identified with circuit number using wrap-around labels (T&B, BRADY, 3M, or Approved Equal).

3. As an alternative to separate nameplates, device plates may be engraved directly with lettering filled with black enamel.

1.04 SUBMITTALS

A. Product Data: nameplates, labels, and markers.

B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under regulatory requirements. Include instructions for storage, handling, protection, examination, preparation and installation of Product.

1.05 REGULATORY REQUIREMENTS

A. Conform to requirements of NFPA 70 – NEC.

B. Furnish products listed and classified by UL, ETL, or other recognized, approved testing and listing agencies as suitable for the purpose specified and shown.

PART 2 PRODUCTS

2.01 NAMEPLATES AND LABELS

A. Nameplates

1. Engraved, three layer laminated plastic, white letters on black background for normal power and white letters on red background for emergency power. Communications and control cabinets shall be labeled with white letters on green background.

2. Locations

a. Each electrical distribution and control equipment enclosure. b. Communication cabinets.

Page 331: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 3

c. Motor control centers, including each combination module.

3. Letter Size

a. Use 1/2-inch letters for identifying individual equipment and loads. b. Use ¼-inch letters for identifying grouped equipment, loads, panelboards, and

transfer switch. c. Use ½-inch letters for identifying the main switchboard, motor control centers,

and large distribution switchboards.

B. Labels

1. Embossed adhesive tape, with 3/16-inch white letters on colored background to match color scheme of plastic laminate labels in 2.1.A. Use only for identification of individual wall switches and receptacles, control device stations, and multi-outlet devices.

2. Thickness

a. 1/16-inch for units up to 20 square inches or 8-inch length; 1/8-inch for larger units.

2.02 WIRE MARKERS

A. Manufacturers

1. Brady 2. Thomas & Betts 3. 3-M Co. 4. Or Approved Equal

B. Description: Tape, split sleeve, or tubing type wire markers, self-adhesive.

C. Locations: Each conductor at panelboard gutters, pull boxes, outlet and junction boxes, control panels, motor controllers and starters, and each load connection.

D. Legend

1. Power and Lighting Circuits: Branch circuit or feeder number indicated. 2. Control Circuits: Control wire number indicated on shop drawings. 3. Neutral Conductors: Clearly indicate the branch circuit or feeder number the

neutral serves. In multi-wire circuits where the neutral is shared, mark the neutral with the circuit number of the “A” phase.

2.03 CONDUIT MARKERS

A. Provide manufacturer's standard preprinted, flexible or semi-rigid, permanent, plastic-sheet conduit markers, minimum of 3 mils thick and 1-1/2-inch wide extending 360 degrees around conduits; designed for self-adhesive attachment to conduit. Except as otherwise indicated, provide lettering that indicates the voltage of the conductor(s) in the conduit. Provide 8-inch minimum length for 2-inch and smaller conduit, 12-inch minimum length for larger conduit.

Page 332: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 4

B. Identify conduits containing conductors above 600-volts with the following alternating markers

1. DANGER - HIGH VOLTAGE 2. The voltage, as applicable (i.e. – 12-kV, 4.16-kV, etc.)

C. Identify conduits containing conductors below 600-volts with the following markers

1. The voltage, as applicable (i.e. 480-Volts, 240-Volts, etc.)

D. Location: Furnish markers for each conduit longer than 10 feet.

E. Spacing: 20 feet on center.

F. Color: Unless otherwise indicated or required by governing regulation, provide conduit tags in the following colors.

1. Normal and Emergency Power Systems: Orange w/black letters. 2. Fire Alarm System: Red w/black letters. 3. Telephone System: Green w/yellow letters. 4. Data/Communication. System: White w/black letters.

G. Legend:

1. 480 Volt System: Normal 480Y/277-volts. 2. 208 Volt System: Normal 208Y/120-volts. 3. Fire Alarm System: Fire alarm. 4. Telephone System: Telephone. 5. Data/Communication System: Data/Communications.

2.04 FASTENERS

A. Secure all labels and nameplates with self-tapping stainless steel screws. Use contact type permanent adhesive where screws cannot or should not penetrate the substrate.

2.05 BAKED ENAMEL DANGER SIGNS

A. Provide manufacturer's standard "DANGER" signs of baked enamel finish on 20 gage steel; of standard red, black and white graphics; 14-inch by 10-inch size except where 10-inch by 7-inch is the largest size which can be applied where needed, and except where larger size is needed for adequate vision; with recognized standard explanation wording (e.g. HIGH VOLTAGE, KEEP AWAY, BURIED CABLE, DO NOT TOUCH SWITCH).

1. At each entry doors of Electrical Rooms: “DANGER HIGH VOLTAGE – KEEP OUT, AUTHORIZED PERSONNEL ONLY”

2.06 LETTERING AND GRAPHICS

A. Coordinate names, abbreviations and other designations used in the electrical identification Work, with the corresponding designations shown, specified or scheduled.

Page 333: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 5

Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturers or as required for proper identification and operation/maintenance of the electrical systems and equipment.

2.07 UNDERGROUND WARNING TAPE

A. Three-inch minimum width, 5 mil thickness, foil bonded polyethylene tape, detectable type, with suitable continuous warning legend describing buried electrical lines. Tape color shall conform to APWA uniform color code using ANSI Z535.1 safety colors. Text shall be black, 2-inch minimum letters.

PART 3 EXECUTION

3.01 PREPARATION

A. Degrease and clean surfaces to receive nameplates and labels.

B. Coordination: Where identification is to be applied to surfaces that require finish, install identification after completion of painting.

C. Regulations: Comply with governing regulations and the requests of governing authorities for the identification of electrical Work.

3.02 APPLICATION

A. Install nameplate and label parallel to equipment lines.

B. Secure nameplate to equipment front using screws, rivets, or adhesive.

C. Secure nameplate to outside moveable surface of door on panelboard.

D. Conduit Identification:

1. Where electrical conduit is exposed in spaces with exposed mechanical piping, which is identified by a color-coded method, apply color-coded identification on the electrical conduit in a manner similar to the piping identification. Except as otherwise indicated, use orange as the coded color for conduit.

2. Paint red band or provide red tape on each fire alarm conduit longer than 10 feet, minimum 20 feet on center.

E. Cable/Conductor Identification:

1. Apply cable/conductor identification on each cable and conductor in each box/enclosure/cabinet where the wires of more than one circuit or communication/signal system are present, except where another form of identification (such as color-coded conductors) is provided.

2. Match identification with marking system used in panelboards, shop drawings, contract documents, and similar previously established identification for project electrical work.

F. Operational Identification and Warnings

Page 334: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 6

1. Wherever reasonably required to ensure safe and efficient operation and mainte-nance of the electrical systems, and electrically connected mechanical systems and general systems and equipment, including the prevention of misuse of electrical facilities by unauthorized personnel, install self-adhesive plastic signs or similar equivalent identification, instruction or warnings on switches, outlets and other controls, devices and covers of electrical enclosures. Where detailed instructions or explanations are needed, provide plasticized tags with clearly written messages adequate for the intended purposes.

G. Danger Signs

1. In addition to the installation of danger signs required by governing regulations and authorities, install appropriate danger signs at the locations indicated and at locations subsequently identified by the Installer of electrical Work as constituting similar dangers for persons in or about the project.

2. High Voltage

a. Install danger signs wherever it is possible, under any circumstances, for persons to come into contact with electrical power of voltages higher than 110-120 volts.

b. Critical Switches/Controls c. Install danger signs on switches and similar controls, regardless of whether

concealed or locked up, where untimely or inadvertent operation (by anyone) could result in significant danger to persons, or damage to or loss of property.

H. Equipment/System Identification Signs

1. Install an engraved plastic-laminate sign on each major unit of electrical equip-ment in the building; including the central or master unit of each electrical system and the communication/signal systems, unless the unit is specified with its own self-explanatory identification or signal system.

2. Except as otherwise indicated or specified, provide single line of test, ½-inch high lettering on 1-1/2-inch high sign (2-inch high where two lines are required), white lettering in black field.

3. Provide text matching terminology and numbering of the shop drawings. 4. Provide signs for each unit of the following categories of electrical work

a. Major electrical switchboard b. Electrical substation c. Motor control center d. Fire alarm control panel and annunciators. e. Data / communications

I. Install signs at locations indicated or, where not otherwise indicated, at location for best convenience of viewing without interference with operation and maintenance of equipment. Secure to substrata with fasteners, except use adhesive where fasteners should not or cannot penetrate the substrata.

J. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches below finished grade.

Page 335: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park IDENTIFICATION FOR ELECTRICAL The Performing Arts Center HVAC Replacement Project SYSTEMS 11121669 (October 2016) SECTION 260554 - PAGE 7

END OF SECTION

Page 336: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park ENCLOSED SWITCHES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 262816 - PAGE 1

SECTION 262816

ENCLOSED SWITCHES

PART 1 GENERAL

1.01 SUMMARY

A. Section includes fusible and non-fusible switches.

1.02 REFERENCES

A. NEMA FU 1 - Low Voltage Cartridge Fuses.

B. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum).

C. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems.

1.03 SUBMITTALS

A. Product Data: Submit switch ratings and enclosure dimensions.

PART 2 PRODUCTS

2.01 FUSIBLE SWITCH ASSEMBLIES

A. Manufacturers:

1. General Electric Co. 2. Cutler-Hammer. 3. Square D Co. 4. Siemens 5. Or Approved equal

B. Fusible Switch Assemblies: Horsepower rated, heavy-duty type; quick-make, quick-break, load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position.

1. Fuse Clips: Designed to accommodate Class R fuses only and reject all others.

C. Non-fusible Switch Assemblies: Horsepower rated, heavy-duty type; quick-make, quick-break, load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position.

Page 337: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park ENCLOSED SWITCHES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 262816 - PAGE 2

D. Product Description: NEMA KS 1, Type HD with externally operable handle interlocked to prevent opening front cover with switch in ON position, enclosed load interrupter knife switch. Handle lockable in OFF position.

E. Fuse clips: Designed to accommodate NEMA FU 1, Class J fuses.

F. Enclosure: NEMA KS 1, to meet conditions. Fabricate enclosure from steel finished with manufacturer's standard gray enamel.

1. Interior Dry Locations: Type 1. 2. Exterior Locations: Type 3R.

G. Service Entrance: Switches identified for use as service equipment are to be labeled for this application. Furnish solid neutral assembly and equipment ground bar.

H. Furnish switches with entirely copper current carrying parts.

2.02 NON-FUSIBLE SWITCH ASSEMBLIES

A. Manufacturer: Square D Company or Approved Equal.

B. Non-fusible Switch Assemblies: Horsepower rated, heavy-duty type; quick-make, quick-break, load interrupter enclosed knife switch with externally operable handle interlocked to prevent opening front cover with switch in ON position. Handle lockable in OFF position.

C. Product Description: NEMA KS 1, Type HD with externally operable handle interlocked to prevent opening front cover with switch in ON position enclosed load interrupter knife switch. Handle lockable in OFF position.

D. Enclosure: NEMA KS 1, to meet conditions. Fabricate enclosure from steel finished with manufacturer's standard gray enamel.

1. Interior Dry Locations: Type 1. 2. Exterior Locations: Type 3R.

E. Service Entrance: Switches identified for use as service equipment are to be labeled for this application. Furnish solid neutral assembly and equipment ground bar.

F. Furnish switches with entirely copper current carrying parts.

2.03 FUSES

A. Manufacturers:

1. Bussmann. 2. Gould Shawmut. 3. Littelfuse. 4. Or Approved Equal.

B. Fuses 600 Amperes and Less: UL 198E, Class RK5, sized as indicated on Drawings.

Page 338: PROJECT DESIGN MANUAL Bid Set SPECIFICATIONScityofrohnertpark.hosted.civiclive.com/UserFiles/Servers/Server_3037789... · PROJECT DESIGN MANUAL Bid Set. SPECIFICATIONS. City of Rohnert

City of Rohnert Park ENCLOSED SWITCHES The Performing Arts Center HVAC Replacement Project 11121669 (October 2016) SECTION 262816 - PAGE 3

C. Interrupting Rating: 200,000 RMS amperes.

2.04 SWITCH RATINGS

A. Switch Rating: Horsepower rated for AC or DC as indicated on Drawings.

B. Short Circuit Current Rating: UL listed for 10,000 rms symmetrical amperes when used with or protected by Class H or K fuses (30-600 ampere) 200,000 rms symmetrical amperes when used with or protected by Class R or Class J fuses (30-600 ampere switches employing appropriate fuse rejection schemes). 200,000 rms symmetrical amperes when used with or protected by Class L fuses (800-1200 ampere).

PART 3 EXECUTION

3.01 INSTALLATION

A. Install enclosed switches plumb. Provide supports in accordance with these Specifications.

B. Height: 4 feet (1500 mm) to operating handle.

C. Install fuses for fusible disconnect switches.

D. Install engraved plastic nameplates in accordance with these Specifications.

E. Apply adhesive tag on inside door of each fused switch indicating NEMA fuse class and size installed.

3.02 FIELD QUALITY CONTROL

A. Inspect and test in accordance with NETA ATS, except Section 4.

B. Perform inspections and tests listed in NETA ATS, Section 7.5.

END OF SECTION