Project Manual - vcsedu.org · Pavilion, VCS Project Number 194766, will be received by the School...
Transcript of Project Manual - vcsedu.org · Pavilion, VCS Project Number 194766, will be received by the School...
Project Manual
Form Rev: 2019-July-01 Project Manual Cover - Page 1 of 1
PAVILION
PROJECT NO. 194766
RJ LONGSTREET ELEMENTARY
2745 SOUTH PENINSULA DRIVE
DAYTONA BEACH, FL 32118
THE SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA 200 NORTH CLARA AVENUE
DELAND, FLORIDA
ARCHITECT
BRPH Architects-Engineers, Inc. 5700 North Harbor City Blvd., Suite 400 Melbourne, FL 32940 321-257-7666
REVISION 1
DATE: 11-13-2019
REVISED: 02-11-2020
TABLE OF CONTENTS SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
Form Rev: 2019-July-01 Table of Contents - Page 1 of 2
Facility Name: RJ Longstreet Elementary Project Name: Pavilion VCS Project No.: 194766
TITLE NO. OF PAGES
Cover Page 1
Table of Contents 2
Index of Drawings 1
DIVISION 0
BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT AND FORMS
DOC. NO. TITLE NO. OF PAGES
630 Advertisement for Bid 1
631 Instructions to Bidders 5
632 Bid Form 1
A310 Bid Bond Form (AIA Doc) 2
633 List of Subcontractors 1
634 Bidder Project Data Self-Perfomed Portions of Work 2
635 Trench Safety Act Form 1
636 Bid Protest Bond Form 2
A101-2017 Standard Form of Agreement - VCS Master 9
A101-2017 Exhibit A (Insurance and Bonds) 7
A201-2017 General Conditions of the Contract - VCS Master 48
625 N/A N/A
640 Performance and Payment Bond 2
641 Contractor’s Direct Material Purchase Affidavit 1
642 Contractor Acknowledgment Form (Asbestos Survey) 1
650 Notice to Proceed 1
G702 Application and Certification for Payment (AIA Doc) 1
G703 Application and Certification for Payment – Continuation Sheet (AIA Doc) 1
651 Architect’s Field Report 1
652 Architect’s Supplemental Instructions 1
653 Proposal Request 1
658 Change Order 2
G707A Consent of Surety to Reduction in or Partial Release of Retainage (AIA Doc) 1
660 Certificate of Substantial Completion 1
G707 Consent of Surety to Final Payment (AIA Doc) 1
661 Contractor Affidavit 1
662 Receipt and Release 1 Note: If this project is less than $100,000 replace the A101-2017 Standard Form of Agreement (VCS Master), A101-2017 Exhibit A and the A201-2017 General Conditions of the Contract with the 625 Standard Form of Agreement for a Small Project. Documents listed above may not apply to this particular project. Select “N/A” for document(s) which do not apply to this project. Consult the VCS Construction Project Manager in charge to make this determination.
Form Rev: 2019-July-01 Table of Contents - Page 2 of 2
Facility Name: RJ Longstreet Elementary Project Name: Pavilion VCS Project No.: 194766
(Insert remainder of specification sections below to complete the table of contents.)
DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS
00 01 07 Seals Page 11-13-19
DIVISION 01 - GENERAL REQUIREMENTS
01 05 50 Project Permits 11-13-19
01 10 00 Summary 11-13-19
01 25 00 Substitution Procedures 11-13-19
01 31 00 Project Management and Coordination 11-13-19
01 32 00 Construction Progress Documentation 11-13-19
01 33 00 Submittal Procedures 11-13-19
01 39 00 Electronic Deliverables Release 11-13-19
01 40 00 Quality Requirements 11-13-19
01 50 00 Temporary Facilities and Controls 11-13-19
01 60 00 Product Requirements 11-13-19
01 73 00 Execution 11-13-19
01 77 00 Closeout Procedures 11-13-19
01 78 23 Operation and Maintenance Data 11-13-19
01 78 39 Project Record Documents 11-13-19
DIVISION 03 - CONCRETE
03 30 00 Cast-In-Place Concrete 11-13-19
DIVISION 13 - SPECIAL CONSTRUCTION
13 34 19 Metal Building Systems 11-13-19
DIVISION 26 - ELECTRICAL
26 05 19 Low-Voltage Electrical Power Conductors and Cables 11-13-19
26 05 26 Grounding and Bonding for Electrical Systems 11-13-19
26 05 29 Hangers and Supports for Electrical Systems 11-13-19
26 05 33 Raceways and Boxes for Electrical Systems 11-13-19
26 27 26 Wiring Devices 11-13-19
26 56 19 LED Exterior Lighting 11-13-19
INDEX OF DRAWINGS
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
Form Rev: 2019-July-01 Index of Drawings - Page 1 of 1
Facility Name: RJ Longstreet Elementary Project Name: Pavilion VCS Project No.: 194766
Complete Index of Drawings information including division headings, page numbers and page titles below:
GENERAL G-001 COVER SHEET G-002 ABBREVIATIONS, SYMBOLS, GENERAL NOTES STRUCTURAL S-001 GENERAL NOTES S-101 FOUNDATION AND SLAB PLAN ARCHITECTURAL A-100 ARCHITECTURAL SITE PLAN A-111 FLOOR PLAN - LEVEL 1 ELECTRICAL E-001 ELECTRICAL LEGEND & ABBREVIATIONS EP-101 POWER PLAN
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SEALS PAGE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 00 01 07 - 1
11-13-19
DOCUMENT 00 01 07 - SEALS PAGE
1.1 DESIGN PROFESSIONALS OF RECORD
ARCHITECT Megan Elizabeth White
FL LICENSE #AR96930
Divisions 01-49 Sections except
where indicated as prepared by
other design professionals of record
AR93144
ST
ATEOF FLOR
IDA
REGI
STERED AR
CHIT
ECT
AR96930
MEGAN
EIZABET
T
W
HIE
L H
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SEALS PAGE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 00 01 07 - 1
11-13-19
DOCUMENT 00 01 07 - SEALS PAGE
1.1 DESIGN PROFESSIONALS OF RECORD
ELECTRICAL
ENGINEER
Michael O. Sargent
FL LICENSE #58924
Division 26
This item has been electronically signed and sealed by Michael O. Sargent using a digital signature and date. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SEALS PAGE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 00 01 07 - 1
11-13-19
DOCUMENT 00 01 07 - SEALS PAGE
1.1 DESIGN PROFESSIONALS OF RECORD
STRUCTURAL
ENGINEER
Sara Lee Jackson
FL LICENSE #84176
Sections 03 30 00 and 13 34 19
ADVERTISEMENT FOR BID
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 630
Form Rev: 2019-July-01 FAC Document 630 – Advertisement for Bid - Page 1 of 1
NOTICE is hereby given that sealed bids for: (Facility Name) R.J. Longstreet Elementary, (Project Name) Pavilion, VCS Project Number 194766, will be received by the School Board of Volusia County Florida, until (date) March 5, 2020, at (time) 2:00 p.m., in the Volusia County Schools Facilities Services Building, at which time all bids will be publicly opened and read aloud. Bids received after this time will not be accepted. Bids may be mailed or hand delivered to Volusia County Schools, Facilities Services, 3750 Olson Drive, Daytona Beach Florida 32124. A MANDATORY PRE-BID CONFERENCE is scheduled for (date) February 27, 2020, (time) 9:00 a.m. at (location) R.J. Longstreet Elementary, 2745 South Peninsula Drive, Daytona Beach, FL 32118. All bidders
must attend. The representative of each bidder shall be an authorized employee of the bidder and shall sign in accordingly. Documents, including complete specifications, may be examined by appointment at the office of the Construction Project Manager of record at Facilities Services, 3750 Olson Drive, Daytona Beach Florida (386) 947-8786. BID DOCUMENTS ARE AVAILABLE VIA THE VOLUSIA COUNTY SCHOOLS WEBSITE AT:
https://www.vcsedu.org/facilities-design The documents are in PDF format and may be viewed, printed or saved to your computer. A310 Bid Bond Included
(The following sentence applies if the A310 Bid Bond is included for this project) Bids must be accompanied by a bid bond, certified check or cashier’s check in an amount equal to five (5) percent of the total bid. Bidders for this project are required to hold a current Certificate of Prequalification issued by the School Board of Volusia County Florida at the time of bid opening. The School Board reserves the right to reject any one or more bids as provided by law. All bids shall be binding for a period of 60 calendar days from the date of bid opening or until School Board approval of the bid, whichever occurs first. The bid amount of the successful bidder, once approved by the School Board, shall not be subject to change or withdrawal. All bids shall be subject to the provisions of the Solicitation, as defined in FAC Document 631, Instructions to Bidders. It is the sole responsibility of all bidders to fully comply with the provisions of the Solicitation during this bidding process. If you have any questions or wish to pre-qualify, contact Facilities Services, 3750 Olson Drive, Daytona Beach Florida 32124; telephone (386) 947-8786. The School Board of Volusia County Florida Ida D. Wright, Chairman
INSTRUCTIONS TO BIDDERS
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 631
Form Rev: 2019-July-01 FAC Document 631 – Instructions to Bidders - Page 1 of 5
TO BIDDERS: You are hereby invited to submit a sealed bid for the following project. Bids will be publicly opened and read aloud at the time and place designated. Bids received after this time will not be accepted.
1. PROJECT INFORMATION
FACILITY NAME: RJ LONGSTREET ELEMENTARY
PROJECT NAME: PAVILION
PROJECT NUMBER: 194766
OWNER: THE SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
ARCHITECT: BRPH ARCHITECTS-ENGINEERS, INC.
BID DATE AND TIME: March 5, 2020, at 2:00 p.m.
LOCATION: Volusia County Schools Facilities Services Bid Conference Room 3750 Olson Drive Daytona Beach, Florida 32124 Phone: 386-947-8786
MANDATORY PRE-BID CONFERENCE
DATE AND TIME: February 27, 2020, at 9:00 a.m.
LOCATION: RJ Longstreet Elementary
2745 S Peninsula Drive
Daytona Beach, FL 32118 All Bidders must attend the pre-bid conference. The representative of each Bidder shall be an authorized employee of the Bidder and shall sign in accordingly. CONSTRUCTION TIME: Ninety (90) consecutive calendar days after written “Notice to Proceed”. BID DOCUMENTS:
Documents, including drawings and specifications, may be examined at the office of:
BRPH Architects-Engineers, Inc. 5700 N Harbor City Boulevard, Suite 400 Melbourne, FL 32940 Bid documents are available in digital format. Bidders may view, print or save copies of the bid documents via the Volusia County Schools website at: https://www.vcsedu.org/facilities-design (Note: documents for proposals not published online.) BID RESULTS: The bid results will be available on the district web site at https://www.vcsedu.org/facilities-design (Note: proposal results not published online.)
Form Rev: 2019-July-01 FAC Document 631 – Instructions to Bidders - Page 2 of 5
DIRECTIONS TO SCHOOLS AND FACILITIES
Directions to School Board of Volusia County schools and facilities are available via the district website at: https://www.vcsedu.org/community-information-services/maps-and-directions. 2. DEFINITIONS
2.1 Contract: (select contract applicable to Project) Standard Form Agreement between Owner and Contractor, AIA Document A101-2017,
as modified by the Owner and General Conditions of the Contract for Construction, AIA Document A201-2017, as modified by the Owner.
Standard Form of Agreement Between Owner and Contractor for a Small Project, FAC Document 625.
2.2 Contractor: The term Contractor as used in this Solicitation shall be defined as provided
in Section 489.105(3), Florida Statutes (2003) and shall be licensed to perform that work and in direct contractual relationship with Owner.
2.3 Bidder: Contractor which has received a certificate of prequalification by the School Board
in conformance with State Board of Education Rules and School Board Policy 604. Certificate of prequalification shall only entitle a Contractor to submit a bid and shall not constitute proof of Bidder’s ability to perform a contract or serve as a substitute for any of the qualifications imposed on Contractor in the Solicitation.
2.4 Lowest Responsible Bidder: A Contractor who has the skills, qualifications, ability and
experience to perform the contract, in all respects, as required by the Solicitation and who has submitted the lowest responsible bid.
2.5 Non-responsive bid: Shall include, but not be limited to, submission of a subcontractor
without required licensing, submission of incomplete forms or documentation, failure to demonstrate the skills, qualifications, ability and experience to perform the contract as required by the Solicitation of both the Bidder and its subcontractor(s), or any other reason provided by law.
2.6 Self-performance: Performance of work by the Bidder in one or more of the types of work
as disclosed under FAC Document 633, List of Subcontractors, which is undertaken and completed entirely by his own forces through the use of skilled and unskilled labor, supervision and equipment owned, operated and controlled by the Bidder without the assistance, employ, contract or reliance on any third parties, individual or corporate, except that a total of not more than 10% of the cost of performing the work, that is to be self-performed, may be expended to utilize outside sources to perform the work and then only when the third party assistance is so specialized as to be commonly employed in the industry as it is otherwise not economically reasonable to maintain it internally.
2.7 School Board: The School Board of Volusia County Florida. The term “Owner” may be
used interchangeably.
2.8 Solicitation: Consists of the following documents: Project Manual, Advertisement for Bid, Drawings, Addenda. The term includes what is generally defined as “Invitation to Bid” and “Request for Proposals” in Section 287.012, Fla. Stat. (2003).
2.9 Subcontractor: Any person or entity under contract with a Contractor to provide services
or labor for the construction, installation, or repair of an improvement of real property. For purposes of this Solicitation, this term does not include suppliers who provide only materials, equipment or supplies to a Contractor.
Form Rev: 2019-July-01 FAC Document 631 – Instructions to Bidders - Page 3 of 5
3. PREQUALIFICATION OF BIDDERS The prequalification process and terms and conditions of certificates of prequalification shall be governed by Volusia County School Board Policy 604. A Bidder’s failure to hold a certificate of prequalification at the time of bid submittal shall result in the automatic rejection of that bid. 4. BID SUBMITTAL
Each Bidder, on or before the bid date and time specified above, shall sign and submit, to Volusia County Schools, Facilities Services, 3750 Olson Drive, Daytona Beach Florida 32124, one (1) original and one (1) copy of the FAC Document 632, Bid Form, of the Solicitation in the format provided herein, with all bid information completed and two (2) copies of all other required bid documentation. If bids are delivered by U.S. mail, or some other form of delivery other than hand-delivery, a return receipt may be requested. Submittals containing any condition, omissions, unexplained erasures, alterations, items not called for or irregularities of any kind may be rejected by the School Board. Any additions or deletions made before bid opening shall be made solely on FAC Document 632, Bid Form. Verbal or digital bid submittals will not be considered. Each Bidder’s submittal shall be placed in an envelope and sealed and marked with the name of the project. Required bid documents included with the Bid Form shall be assembled as follows: FAC Document 632 Bid Form, AIA Document A310 Bid Bond (if required for this project), Power of Attorney (if required for this project), FAC Document 633 List of Subcontractors and then any other documents required. Bid documents (original set and copy set) shall be stapled or paperclipped, binders of any kind as well as separation pages should not be used. Failure to submit any bid document or bid information with the bid, as specified, shall result in the bid being rejected as non-responsive. The School Board expressly reserves the right to waive minor technicalities, and to use sufficient time to investigate the bids and the skills, qualifications, experience and ability of the Bidders and its subcontractor(s) to fully perform the contract requirements. Any refusal by a Bidder or subcontractor(s) to respond to the School Board’s request for information shall deem a bid non-responsive and serve as grounds for rejection of the bid by the School Board. Any documentation requested by School Board during this investigation process shall not be deemed a supplement to a bid, but as part of its good faith investigation process. Any withdrawal of a subcontractor by a Bidder without good cause shown shall deem a bid non-responsive and serve as grounds for rejection of the bid by the School Board; however, in no event shall any substitution of a subcontractor result in an increase in the bid amount.
A Bidder’s failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of the right to protest under Chapter 120, Florida Statutes, or by any other means.
Award of the contract will be made to the lowest responsible Bidder for the actual amount bid; however, the School Board reserves the right to reject all bids as provided by law.
All bids shall be binding for a period of 60 calendar days from the date of bid opening or until School Board approval of the bid, whichever occurs first. The bid amount of the successful Bidder, once approved by the School Board, shall not be subject to change or withdrawal. 5. AIA DOCUMENT A310, BID BOND - REQUIRED
If a Bid Bond is required, the Bid and Bid Bond must be accompanied by a certified check or cashier’s check in an amount equal to five (5) percent of the total bid and shall be made payable to the “School Board of Volusia County Florida.” The bond or check shall be irrevocable for 60 calendar days from the date of bid opening or until School Board approval of the bid, whichever occurs first.
All Bidders shall submit one (1) copy of the Bid Bond on form AIA Document A310 Bid Bond. Surety companies providing Bidders’ bonds shall be licensed to operate in the State of Florida and shall be rated “excellent” or better by Best Insurance Rating Guide. The bond shall be signed or countersigned by a
Form Rev: 2019-July-01 FAC Document 631 – Instructions to Bidders - Page 4 of 5
Florida Resident Agent. You must provide a signed Power of Attorney for each copy of the bond. A Bidder may, at its option, submit a certified check from a Florida bank or a cashier’s check as bid security, original and one photostat copy required.
6. SUBCONTRACTOR DISCLOSURE
Bidders shall furnish, on the FAC Document 633, List of Subcontractors form, a full disclosure of subcontractors to be utilized on the project or a clear representation of the Bidder’s intent to self-perform the work, as defined, as an attachment to FAC Document 632, Bid Form. 7. EXAMINATION OF SITE
Bidders are required to visit the construction site, prior to bidding, compare the Drawings and Specifications with any work in place and inform themselves of all conditions thereof. Failure to visit site will in no way relieve the successful Bidder from furnishing materials or performing any work necessary to complete the project in accordance with the contract documents, and specifications. 8. ADDENDA
Only those Contractors who attend the mandatory pre-bid meeting will be notified via email of the issuance of Addenda for this project. All addenda will be published on the Owner’s website. (Note: addenda for proposal projects not published online.) 9. PUBLIC ENTITY CRIME INFORMATION STATEMENT All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows:
“A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.”
10. BID PROTEST BOND As a condition precedent to filing a bid protest pursuant to Section 120.57(3)(f), Florida Statutes, a protestor shall post a bid protest bond consistent with Section 255.0516, Florida Statutes Any failure by a protestor to file a bid protest bond with the School Board at the time of filing a bid protest shall result in a dismissal with prejudice of the protest for failure to comply with Section 255.0516, Florida Statutes All bid protests must be accompanied by a bid protest bond in the form provided herein and a certified check or cashier’s check in an amount consistent with that identified in Section 255.0516(1) or (2), Florida Statutes for this project.
11. CONTRACTOR ACKNOWLEDGMENT FORM The successful Contractor shall submit an executed Contractor Acknowledgment Form (included in these specifications) to Facilities Services before work begins. On this form the Contractor acknowledges that it has been given access to and has read the asbestos survey, management plan, re-inspection report (if applicable) and/or the certificate of final inspection (if applicable) for the school it will be working in. Further, it acknowledges that the Contractor must cease work and notify the project manager and asbestos program manager in the event of encountering materials not previously identified by the aforementioned reports.
Form Rev: 2019-July-01 FAC Document 631 – Instructions to Bidders - Page 5 of 5
This document must be submitted with the executed contract documents. 12. CONTRACT The successful Bidder shall execute the Contract for the amount as submitted by the Bidder and approved by the School Board, within ten (10) working days after written notification of acceptance. A binding contract exists upon the issuance of the School Board’s Notice of Acceptance of Bid. The terms and conditions of this Solicitation shall prevail over any other conflicting language until the award of the contract to the lowest responsible Bidder and issuance of the School Board’s Notice of Acceptance of Bid. 13. FAC DOCUMENT 640, PERFORMANCE AND PAYMENT BOND - REQUIRED
If a Performance and Payment is required, the successful Bidder shall submit four (4) signed copies of a Performance and Payment Bond from a surety insurer authorized to do business in the State of Florida equal to one hundred percent (100%) of the total contract amount. The School Board’s standard Bond Form, included herein, shall be used to submit the information. The Performance and Payment Bond shall be submitted simultaneously with the execution of the Contract. The Performance and Payment Bond shall be subject to the provisions of Section 255.05, Florida Statutes, and shall not expire until one (1) year after the date of the Certificate of Final Payment. The Performance and Payment Bond shall be executed on the same day as the Contract and shall include a Power of Attorney for each copy of the Bond. 14. LIQUIDATED DAMAGES
The parties acknowledge the School Board will suffer damages if the project has not reached Substantial Completion and Final Completion on the dates set forth in the Contract. The damages suffered by the School Board, in the event of a delay, are not readily ascertainable. Due to the difficulty in ascertaining the damages, the Contractor and the Contractor’s surety shall be liable for and shall pay, as liquidated damages, the sum of Two Hundred Fifty dollars and zero cents ($250.00) per calendar day for each calendar day or part thereof, the delay in the project continues beyond the deadline set by the terms of the Contract for Substantial Completion of the work. The parties acknowledge that these sums are not a penalty, but are the amount agreed upon by the parties as liquidated damages representing the losses to the School Board which would be incurred in the event the project is delayed by the Contractor beyond the date of Substantial Completion and the date of Final Completion as set forth in the Contract.
15. TIME OF THE ESSENCE Any time periods provided for herein which shall end on a Saturday, Sunday, or a legal holiday shall extend to 5:00 p.m. of the next business day. Time is of the essence in this Contract.
BID FORM
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 632
Form Rev: 2019-July-01 FAC Document 632 – Bid Form - Page 1 of 2
TO: School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach Florida 32124 (386) 947-8786 The undersigned, having become familiarized with the local conditions affecting the cost of the work and with the Drawings and Specifications as prepared by BRPH Architects-Engineers, Inc. hereby submits the following bid / proposal:
Facility Name: RJ LONGSTREET ELEMENTARY
Project Name: PAVILION
VCS Project No.: 194766
COMPANY NAME:
ADDRESS:
PHONE: I (We) propose to furnish all labor, materials, equipment and services necessary for the completion of the above project, all in accordance with the Drawings and Specifications hereof, including any addenda issued, as indicated below. BASE BID
Note: modify the format in the box below as needed for this project.
As shown on the drawings and specifications, the sum of:
__________________________________________________________ ($_____________________).
ALTERNATES - No alternates for this project. (Note: A/E insert description below; add additional Alternates as needed.)
ALTERNATE NO.1: (insert description here) If the owner elects to proceed with Alternate No. 1, as described in the Contract Documents:
add / deduct _________________________________________________________________
($______________________).
UNIT PRICES - No unit prices for this project. (Note: A/E insert description below; add additional Unit Prices as needed.)
UNIT PRICE A: (insert description here) If the owner elects to proceed with Unit Price A, as described in the Contract Documents:
add / deduct __________________________________________________________________
($_______________________) per _____________.
Form Rev: 2019-July-01 FAC Document 632 – Bid Form - Page 2 of 2
BID SECURITY - REQUIRED
If required, bid security in an amount equal to 5% of the total bid proposal is enclosed with the understanding that this proposal shall remain in full effect for a period of 60 days starting at the bid opening date and time. The undersigned agrees to commence work under the Contract on or before a date to be specified in the written FAC Document 650 Notice to Proceed, and to substantially complete the project within Ninety (90) consecutive calendar days thereafter, as specified in Article 3 of AIA Document A101-2017 Agreement, or Article 2 of FAC Document 625 Agreement, which ever is applicable to this project. The Bidder acknowledges the following addendum (addenda) is made an integral part of the bid documents:
Addendum No. Date Issued Addendum No. Date Issued
In submitting this bid / proposal, the Bidder acknowledges this bid / proposal is based on all construction documents and addenda as posted on the Owner’s website or otherwise provided by the Owner’s representative. The Owner reserves the right to accept or reject any or all bids / proposals and is not obligated to accept the lowest responsible bid / proposal. OFFICIAL COMPANY NAME AND ADDRESS:
By:
(Signature)
(Print Name, Title)
LIST OF SUBCONTRACTORS
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 633
Form Rev: 2019-July-01 FAC Document 633 – List of Subcontractors - Page 1 of 1
Bidder Company Name:
Facility Name: RJ LONGSTREET ELEMENTARY
Project Name: PAVILION
VCS Project Number: 194766
This form shall be considered an integral part of FAC Document 632, Bid Form, and shall be submitted with the Bid Form. The term Subcontractor as used herein shall be used as defined in FAC Document 631, Instructions to Bidders. For each “TYPE OF WORK” listed below, list the name of the subcontractor who will be performing any portion of that work. Use additional sheets, if needed. Bidder may list itself to self-perform, as defined in FAC Document 631, Instructions to Bidders, a type of work when the Bidder is currently licensed to and shall perform that type of work and provides completed FAC Document 634, Bidder Project Data for Self-Performed Projects, within five (5) days to the date of this bid, for at least two (2) previously self-performed projects of comparable size and scope of this Contract for the last five (5) years. There shall be no exceptions to a Bidder’s obligation to provide the aforementioned documentation in the time frame provided. Failure to provide any of the aforementioned documentation or comply with the requirements of this form shall constitute a material deviation from the requirements of this Solicitation and shall serve as grounds for rejecting the bid as non-responsive. (Consultant: modify the list of work in the table below as needed for the Project.)
TYPE OF WORK SUBCONTRACTOR
1. Earthwork
2. Concrete
3. Metal Building Provider
4. Metal Building Erector
5. Plumbing
6. Electrical
BIDDER PROJECT DATA FOR SELF-PERFORMED PORTIONS OF THE WORK
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 634
Form Rev: 2019-July-01 FAC Document 634 – Bidder Project Data for Self-Performed Portions of the Work Page 1 of 2
Facility Name: RJ LONGSTREET ELEMENTARY
Project Name: PAVILION
VCS Project No.: 194766
Instructions to Bidder: Work completed in the past 5-years. For each type of work proposed to be self-performed by Bidder in FAC Document 633 of the Solicitation, provide full responses to this form. In the event Bidder requires additional space, Bidder is authorized to reproduce this form.
Submitted by - Firm Name:
Firm Address:
Self-performed Project No. 1
Project:
A. Type of Work:
Description: Date Completed:
Location:
Value of Self-performed Work: Total Project Value:
B. Owner:
Contact Person(s): Phone:
Email:
Office Address:
C. Arch. or Eng.:
Contact Person(s): Phone:
Email:
Office Address:
Self-performed Project No. 2
Project:
A. Type of Work:
Description: Date Completed:
Location:
Value of Self-performed Work: Total Project Value:
B. Owner:
Contact Person(s): Phone:
Email:
Office Address:
C. Arch. or Eng.:
Contact Person(s): Phone:
Email:
Office Address:
Form Rev: 2019-July-01 FAC Document 634 – Bidder Project Data for Self-Performed Portions of the Work Page 2 of 2
Self-performed Project No. 3
Project:
A. Type of Work:
Description: Date Completed:
Location:
Value of Self-performed Work: Total Project Value:
B. Owner:
Contact Person(s): Phone:
Email:
Office Address:
C. Arch. or Eng.:
Contact Person(s): Phone:
Email:
Office Address:
Self-performed Project No. 4
Project:
A. Type of Work:
Description: Date Completed:
Location:
Value of Self-performed Work: Total Project Value:
B. Owner:
Contact Person(s): Phone:
Email:
Office Address:
C. Arch. or Eng.:
Contact Person(s): Phone:
Email:
Office Address:
The foregoing is a statement of fact. Any inaccurate information disclosed in this form shall constitute a major deviation from the Solicitation and result in the rejection of bid as non-responsive to the requirements of the Solicitation.
Print Name Title
Signature Date
TRENCH SAFETY ACT FORM
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 635
Form Rev: 2019-July-01 FAC Document 635 – Trench Safety Act Form - Page 1 of 1
Facility Name: RJ LONGSTREET ELEMENTARY
Project Name: PAVILION
VCS Project No.: 194766 This form shall be completed, signed and submitted with FAC Document 632, Bid Form. Failure to submit this form at the time of bid will constitute automatic disqualification and non-acceptance of bid proposal. The undersigned, herein called "Bidder", has determined to his own complete satisfaction that all portions of the Florida Trench Safety Act (90-96, Laws of Florida) as the OSHA Excavation Safety Standards 29, CFR part 1926.650 Subpart P, will be fully complied with and executed properly on this project. Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs to be summarized below:
Trench Safety Measure
(Description)
Units of Measure (LF, SY)
Unit (Quantity)
Unit Cost
Extended Cost
A.
B.
C.
D.
Total
In Witness whereof, the Bidder as hereunto set his signature and affixed his seal
this day of in the year
Firm: (SEAL)
By:
Name and Title:
BID PROTEST BOND
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 636
Form Rev: 2019-July-01 FAC Document 636 – Bid Protest Bond - Page 1 of 2
Bond Number:
Facility Name:
Project Name:
VCS Project No.: KNOW ALL PERSONS BY THESE PRESENTS:
That we, a (select one) corporation joint venture partnership proprietorship
limited liability company organized and existing under the laws of the State of , and duly authorized
to do business in the State of Florida and having its principal place of business at as PRINCIPAL;
and , a surety company, organized under the laws of the State of , and duly authorized to
do business in the State of Florida, whose principal place of business is as SURETY, are held and
firmly bound unto the School Board of Volusia County Florida as OBLIGEE in the amount of
Dollars ($ ) for the payment of which sum we bind ourselves, our heirs, personal representatives,
successors and assigns, jointly and severally.
THIS BOND is issued under provisions of Section 255.0516, Florida Statutes. The above-named
principal has initiated an administrative protest pursuant to Section 120.57, Florida Statutes, regarding the
School Board of Volusia County’s (Board) bid solicitation, bid rejection or contract award for the above-
referenced project, which protest is conditioned upon the posting of a bond. The bond shall be conditioned
upon the payment of all costs and attorneys’ fees which may be adjudged against the person filing the
protest in the administrative hearing in which the action is brought and any subsequent appellate court
proceeding.
NOW, THEREFORE, if the Principal, after conclusion or termination of the administrative hearing
process, and/or any appellate court proceedings regarding the protest, shall satisfy all attorneys’ fees,
costs and interest thereon, rendered by final order and/or judgment, in favor of the Board as the prevailing
party, then the obligation shall be null and void; otherwise this bond shall remain in full force and effect.
The Board may bring an action in a proper court on this bond for the amount of such liability,
including all additional costs and attorneys’ fees associated with a claim against the bond.
Form Rev: 2019-July-01 FAC Document 636 – Bid Protest Bond - Page 2 of 2
PRINCIPAL
BY
TITLE (CORPORATE SEAL)
ATTEST
TITLE
SURETY
BY (CORPORATE SEAL)
TITLE
Florida Licensed Insurance Agent
NOTE: Power of attorney showing authority of Surety’s agent or Attorney in fact must be attached.
PERFORMANCE AND PAYMENT BOND
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 640
Form Rev: 2019-July-01 FAC Document 640 – Performance and Payment Bond - Page 1 of 2
PUBLIC CONSTRUCTION BOND
Bond No.
BY THIS BOND, WE (Contractor Firm) , (Physical Address) , (Phone) , a corporation,
(Surety Firm) , (Physical Address) , (Phone) , as Surety, are bound to (Owner) School Board of
Volusia County Florida, (Address) 200 North Clara Avenue, DeLand Florida 32720, (Phone) (386) 734-7190,
herein called Owner, in the sum of ($ ) for payment of which we bind ourselves, our heirs,
personal representatives, successors, and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs the contract dated , between Principal and Owner for construction of (Facility
Name) , (Address) , (Project Name) ,(Contract/Project No.) , the contract being made
a part of this bond by reference, at the times and in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal, in the
prosecution of the work provided for in the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate
proceedings, that Owner sustains because of a default by Principal under the contract; and
4. Performs the guarantee of all work and materials furnished under the contract for the time
specified in the contract, then this bond is void; otherwise it remains in full force.
Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety’s obligation under this
bond.
Form Rev: 2019-July-01 FAC Document 640 – Performance and Payment Bond - Page 2 of 2
DATED ON day of ,
Signed, sealed and delivered in the presence of:
By: As to President / Principal President / Principal
(Print/Type Name of Witness to Contractor) (Print/Type Name of Contractor)
By:
Attorney-in-Fact
As to Surety (Print/Type Name of Attorney-in-Fact)
(Print/Type Name of Witness to Surety) Florida Resident Agent
(Print/Type Name of Florida Resident Agent)
NOTE: If both Principal and Surety are corporations, the respective corporate seals should be affixed and attached. Power-of- Attorney to be attached.
APPROVED
Approved as to form only and for reliance only by the School Board of Volusia County.
Signature
Printed Name
Florida Bar Number
CONTRACTOR’S DIRECT MATERIAL PURCHASE AFFIDAVIT SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
FAC DOCUMENT 641
Form Rev: 2019-July-01 FAC Document 641 – Contractor’s Direct Material Purchase Affidavit - Page 1 of 1
STATE OF FLORIDA COUNTY OF VOLUSIA COMES NOW , and after being duly sworn, does depose and state as follows:
1. My name is: , I am employed in the position of (title) for (Contractor) .
2. I am over the age of eighteen years and I have personal knowledge of the facts stated herein.
3. All of the materials which the School Board of Volusia County Florida has purchased directly for the project known as (Facility Name) , (Project Name) , (VCS Project No.) , and pursuant to AIA Document A201-2017, Article 3.4.5 have been purchased from subcontractors, suppliers or vendors who provided bids to the Contractor for this Project and whose bids were relied upon by the Contractor in submitting its bid to Volusia County Schools.
4. All materials purchased directly by Volusia County Schools from the Contractor's subcontractors,
suppliers and vendors were purchased at or below the price originally negotiated by the Contractor.
FURTHER AFFIANT SAYETH NAUGHT
Sworn to and subscribed before me this day of .
Signature of Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Public
Personally Known or Produced Identification
Type of I. D. Produced
CONTRACTOR’S ACKNOWLEDGMENT FORM
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 642
(Asbestos Survey)
Form Rev: 2019-July-01 FAC Document 642 – Contractor’s Acknowledgement Form - Page 1 of 1
TO: Volusia County Schools Facilities Design and Construction 3750 Olson Drive Daytona Beach, Florida 32124 I acknowledge that I have been given access to and have read the Asbestos Survey, Management Plan, Re-inspection Report (if applicable) and/or Certificate of Final Inspection (if applicable). Facility Name:
Address:
Not applicable - Reason:
I further acknowledge that I must cease work and notify the project manager and environmental specialist, 3750 Olson Drive, Daytona Beach Florida 32124, telephone number (386) 947-8786, in the event of encountering materials not previously identified by the aforementioned reports. In addition, I understand that any questions regarding the aforementioned reports should be directed to the environmental specialist as stated above. My reason for being in the school is: My signature is acknowledgement of the above.
Date:
(Signature)
Printed Name:
Firm’s Name:
Address:
Telephone:
NOTICE TO PROCEED
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 650
Form Rev: 2019-July-01 FAC Document 650 – Notice to Proceed - Page 1 of 1
DATE:
TO:
FROM:
FACILITY NAME: PROJECT NAME: PROJECT NO.:
NOTICE TO PROCEED
In accordance with the Agreement dated , , between the School Board of Volusia County
and your company, you are hereby notified to commence work on or before , and you are to
complete the work within ( ) consecutive calendar days thereafter. The date of substantial
completion for all work is , .
ACCEPTANCE OF NOTICE
Receipt of the above written NOTICE TO PROCEED is hereby acknowledged by:
Firm Name:
this day of ,
By
Name / Title
INSTRUCTIONS
Architect / Engineer:
1. Complete top section of document; produce four (4) original documents 2. Transmit all four (4) original documents to Contractor 3. Upon receipt of three (3) executed documents from the Contractor; keep one (1) for your
records; return remaining two (2) to the VCS Project Manager Contractor:
1. Complete Acceptance of Notice section; sign all four (4) original documents 2. Keep one (1) original document; return the remaining three (3) to the Architect / Engineer at the
address shown above.
ARCHITECT’S FIELD REPORT SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
FAC DOCUMENT 651
Form Rev: 2019-July-01 FAC Document 651 – Architect’s Field Report - Page 1 of 1
FACILITY NAME: FIELD REPORT NO: OWNER
ARCHITECT
PROJECT NAME: DATE OF ISSUANCE: CONTRACTOR
OTHER
VCS PROJECT NO:
TO CONTRACTOR: FROM ARCHITECT: ARCHITECT’S
PROJECT NO:
DATE: TIME: WEATHER: TEMP. RANGE:
EST. % OF COMPLETION: CONFORMANCE WITH SCHEDULE (+, -)
WORK IN PROGRESS: PRESENT AT SITE:
OBSERVATIONS:
ITEMS TO VERIFY:
INFORMATION OR ACTION REQUIRED:
ATTACHMENTS:
REPORTED BY:
(Signature) (Printed name and title)
ARCHITECT’S SUPPLEMENTAL INSTRUCTIONS SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
FAC DOCUMENT 652
Form Rev: 2019-July-01 FAC Document 652 – Architect’s Supplemental Instructions - Page 1 of 1
FACILITY NAME: INSTRUCTIONS NO: OWNER
ARCHITECT
PROJECT NAME: DATE OF ISSUANCE: CONTRACTOR
OTHER
VCS PROJECT NO:
TO CONTRACTOR: FROM ARCHITECT: ARCHITECT’S
PROJECT NO:
The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Proceeding with the Work in accordance with these instructions indicates your acknowledgement that there will be no change in the Contract Sum or Contract Time.
Description: (Insert a written description of the supplemental instructions.)
Attachments: (List attached documents that support description.)
ISSUED BY: ACCEPTED BY:
Architect (signature) Contractor (signature) Date
PROPOSAL REQUEST SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
FAC DOCUMENT 653
Form Rev: 2019-July-01 FAC Document 653 – Proposal Request - Page 1 of 1
FACILITY NAME: PROPOSAL REQUEST NO: OWNER
ARCHITECT
PROJECT NAME: DATE OF ISSUANCE: CONTRACTOR
OTHER
VCS PROJECT NO:
TO CONTRACTOR: FROM ARCHITECT: ARCHITECT’S
PROJECT NO:
Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein.
THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS.
Description: (Insert a written description of the Work.)
Attachments: (List attached documents that support description.)
REQUESTED BY:
(Signature) (Printed name and title)
CHANGE ORDER
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 658
Form Rev: 2019-July-01 FAC Document 658 – Change Order - Page 1 of 2
Agreement on and execution of any Change Order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the Change and to the impact of the Change on unchanged Work, including all indirect costs of whatever nature, and all adjustments to the Contractor Schedule.
TRANSMIT COMPLETED DOCUMENT TO: Volusia County Schools Facilities Design and Construction 3750 Olson Drive Daytona Beach, Florida 32124
● The Owner authorized the Contractor to make the following changes(s) in the Contract dated:
● Change Order Number:
School Board of Volusia County Florida School District Facility Name Project Name VCS Project Number
OWNER: School Board of Volusia County Florida
ADDRESS: 200 North Clara Avenue (PO Box 2118) DeLand Florida 32720 (32721-2118)
Street / P.O. Box City State Zip
ARCHITECTURAL FIRM NAME:
ADDRESS:
Street / P.O. Box City State Zip
CONTRACTOR FIRM NAME:
ADDRESS:
Street / P.O. Box City State Zip
● The Contract is changed as follows: (See Page 2 of 2, Additional Information, for detailed explanation.)
● The original Contract Sum: $
● The net change by previously authorized Change Orders: $
● The Contract Sum prior to this Change Order was: $
● The Contract Sum will be increased by this Change Order in the amount of: $
● The new Contract Sum including this Change Order will be: $
● The Contract Time will be increased by days.
● The date of Substantial Completion as of the date of this Change Order therefore is:
ARCHITECT CERTIFICATION: In my considered professional opinion as project architect , the prices quoted in this Change Order are both fair and reasonable and in the proper ratio to the cost of the original work contract under benefit of competitive bidding.
Architect's Name and Title:
Architect's Signature: Date:
ACCEPTED Contractor’s Name and Title:
Contractor’s Signature: Date:
APPROVED Owner’s Signature: Date:
(SUPERINTENDENT OR DESIGNEE FOR THE BOARD)
Form Rev: 2019-July-01 FAC Document 658 – Change Order - Page 2 of 2
Change Order Number:
Facility Name:
Project Name:
VCS Project No.: ADDITIONAL INFORMATION (modify below as needed for this Change Order): Owner Requested Changes
Description Amount Days
$ Total Owner Requested Changes $
Unforeseen Conditions
Description Amount Days
$ Total Unforeseen Conditions $
Design Changes
Description Amount Days
$ Total Design Changes $
Building Code Requirements
Description Amount Days
$ Total Building Code Requirements $
Total
Amount Days Total Change Order $
CERTIFICATE OF SUBSTANTIAL COMPLETION SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA
FAC DOCUMENT 660
Form Rev: 2019-July-01 FAC Document 660 - Certificate of Substantial Completion - Page 1 of 1
OWNER: FACILITY NAME:
School Board of Volusia County Florida
200 North Clara Avenue ADDRESS:
DeLand, Florida 32720
Mailing address: CITY, STATE ZIP:
3750 Olson Drive, Daytona Beach Florida 32124
PROJECT NAME:
CONTRACTOR:
VCS PROJECT NO:
AGREEMENT DATE:
PROJECT OR DESIGNATED PORTIONS SHALL INCLUDE:
The entire project as contracted. The Work performed under this Contract has been reviewed and found, to the Architect’s best knowledge, information and belief, to be substantially complete. Substantial Completion is the stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable
warranties required by the Contract Documents, except as stated below.
A list of items to be completed or corrected (Punch List) is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.
ARCHITECTURAL FIRM (Type or print signatory name)
Signature Date
The Contractor will complete or correct the Work on the list of items (Punch List) attached hereto within days from the above date of substantial completion.
CONTRACTOR FIRM (Type or print signatory name)
Signature Date The Owner accepts the Work or designated portion thereof as substantially complete and will assume full possession thereof at: (time) on (date).
School Board of Volusia County Florida
OWNER Superintendent or designee (Signature) Date The Owner assumes responsibilities for security and utilities on the date of substantial completion as established above.
CONTRACTOR AFFIDAVIT
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 661
Form Rev: 2019-July-01 FAC Document 661 – Contractor Affidavit - Page 1 of 1
PURSUANT TO SECTION 713.06(3), FLORIDA STATUTES TO: SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA The undersigned, as Contractor, has heretofore, on the day of , in the year , been awarded a contract by you, as Owner, to furnish all of the materials and labor in the construction project entitled (Facility Name) , (Address) , (Project Name) ,(VCS Project No.) , for the final contract price of ($ ) in accordance with plans and specifications therefore, as prepared by , Architect. The said project has been completed and the contract and plans therefore fully complied with, and all of the contract price has been paid by you, except the final payment thereon, which is now due, but is being withheld until a sworn statement is furnished as required by law, showing whether there are any unpaid and outstanding bills in connection with said building. That the undersigned hereby certified, under oath, that all lienors contracting directly with or directly employed by the undersigned, on said contract, have been paid in full, and further certified, under oath, that there are no outstanding or unpaid bills for labor performed or materials furnished in connections with said work or improvements. That this sworn statement is furnished by the Contractor to the Owner pursuant to Section 713.06(3), Florida Statutes.
IN WITNESS WHEREOF, the undersigned has hereunto set his hand and seal this day of , Witnessed by:
(SEAL)
(Witness Signature) (Contractor Signature)
(Print or Type Name, Title) (Print or Type Name, Title)
STATE OF FLORIDA, COUNTY OF VOLUSIA
Before me, the undersigned authority, personally appeared to me well-known and known to me to be the person described in and who executed the foregoing instrument, and he acknowledged before me that he executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and official seal this
day of ,
(Notary Seal)
My commission expires: Notary Public, State of Florida
(Date) (Print, type or stamp name of notary public)
Personally known to me Produced ID (Type of ID, if applicable)
RECEIPT AND RELEASE
SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 662
Form Rev: 2019-July-01 FAC Document 662 – Receipt and Release - Page 1 of 1
KNOW ALL MEN BY THESE PRESENTS: That the undersigned , of was heretofore on day of , awarded a contract by the SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA, for the final contract price of , ($ ) to furnish all of the materials and labor in the construction project entitled (Facility Name) , (Address) , (Project Name) , (VCS Project No.) , , in accordance with the plans and specifications therefore, as prepared by , Architect, and the undersigned has completed said work and fully complied with said contract and has heretofore received the sum of , ($ ) as payment thereon. That the undersigned has this date received from the SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA, the sum of , ($ ) representing the full balance due him as Contractor, under terms of said contract, and certifies that said contract has been fully performed in accordance with terms thereof and that he, as Contractor, has received all monies due and to become due to him thereunder for work performed and materials furnished in connection with said work, and that he has paid in full all persons furnishing labor and/or materials in connection therewith, including all subcontractors and suppliers, and that there are no unpaid bills for labor performed or materials furnished in connection with said work or improvements. That the undersigned, for value received, does hereby forever release and discharge the said building and premises as described in said contract, from any and all liens, claims or demands whatsoever that he has or may have for work performed or materials furnished in connection therewith, or for work performed or materials furnished thereon by any subcontractor or supplier, and that he will hold the SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA, safe and harmless from any and all loss and liability arising or to arise by reason of any unpaid bills for labor performed or materials furnished on said building or premises in connection with said work or improvements.
IN WITNESS WHEREOF, the undersigned has hereunto set his hand and seal this day of , Witnessed by:
(SEAL)
(Witness Signature) (Contractor Signature)
(Print or Type Name, Title) (Print or Type Name, Title)
STATE OF FLORIDA, COUNTY OF VOLUSIA
Before me, the undersigned authority, personally appeared to me well-known and known to me to be the person described in and who executed the foregoing instrument, and he acknowledged before me that he executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and official seal this
day of ,
(Notary Seal)
My commission expires: Notary Public, State of Florida
(Date) (Print, type or stamp name of notary public)
Personally known to me Produced ID (Type of ID, if applicable)
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT PERMITS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 05 50 - 1
11-13-19
SECTION 01 05 50 - PROJECT PERMITS
PART 1 - GENERAL
1.1 DESCRIPTION OF WORK
A. The work outlined in this Section includes the providing of all labor, materials, and services as required by Federal, State, and local codes.
1.2 RULES AND REGULATIONS
A. All contractors, subcontractors, and bidders providing services related to the environment shall be held responsible for a level of competency with respect to the regulatory requirements within their area of expertise.
B. It shall be contingent on the Contractor and all Subcontractors to adhere to all such legal requirements as mandated by the law, the permits, and/or the requirements of the applicable agencies. Further, it is contingent on the bidders to be aware of the requirements normally mandated by the approval agencies listed hereinafter and in turn, to provide a bid price sufficient to include all special requirements that could be required by the permitting agencies.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.1 PROJECT PERMITS
A. The Contractor shall not begin construction of any portion of the project prior to receipt of all federal, state, and local construction permits as indicated in this section.
B. The Contractor shall be required to adhere to all requirements of the permits. Included in adherence thereto is compliance with all conditions of the permit as well as requirements implied in the laws, ordinances, and regulations. The Contractor shall be responsible for payment of any fines from government agencies resulting from the Contractor's failure to adhere to all permit conditions and agency regulations. These shall include but not be limited to material and construction standards, environmental protection, certifications, notifications, and special conferences. The following permit applications have been or shall be made by the Owner to the agencies noted. Owner will pay for permits identified below in the following. Other required permits shall be the responsibility of the Contractor.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT PERMITS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 05 50 - 2
11-13-19
AGENCY PERMIT Volusia County Schools Building Department
General Building Permit
3.2 PERMIT POSTING
A. The Owner shall make available to the Contractor upon issuance of the Notice to Proceed copies of all permits with conditions related thereto. The Contractor shall post on a weatherproof display board or on the lobby wall of the jobsite field office all actual permits and keep, suitably accessible for use by the Owner, the Architect/Engineer, and representatives of the approval agencies, the actual permits and related materials such as drawings.
3.3 CONTRACTOR FURNISHED SYSTEMS
A. Certain systems in the project are to be furnished in compliance with the designs indicated. The designs indicated are not intended to be proprietary. It is contingent on the bidders marketing such systems in the State of Florida and the Contractors installing such systems to provide systems that are acceptable to the local utility authority as well as to the governmental agencies who approve the design shop drawings and accept the "As-Built" condition of the systems. If anytime during the construction process some portions of the systems prove to be unacceptable to the governmental agencies or the local utility authority, the systems shall be modified, corrected, or replaced until they are made acceptable. It shall be contingent on the contractor to propose only on systems that are acceptable to the local utility authority and the applicable governmental agencies. Further, it is contingent on the contractor and suppliers to be cognizant of pending regulatory changes that may affect this individual project and the systems to be furnished. The Contractor's responsibility on these systems will extend to that point when the actual systems are deemed acceptable to the applicable authority or agency. All submittals shall be made in the format required by the applicable authority or agency. Any changes or upgrades required shall be made at no expense to the Owner.
3.4 SYSTEM SUBSTITUTIONS SUBSEQUENT TO PERMITTING
A. If the Contractor proposes to substitute a system for use other than that detailed and permitted by the Engineer, he shall provide the Owner’s Representative with all necessary supportive data required to file for a modification to the approved permit. In turn, the Contractor shall reimburse the Owner for all expenses incurred in the refiling of the applicable permit including, but not limited to, labor cost, reproduction cost, delivery charges, and filing fees. The Contractor should realize that this includes all items of a "substantial deviation" from the permitted project.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT PERMITS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 05 50 - 3
11-13-19
3.5 SCHEDULE IMPACT
A. The Contractor shall provide all certifications and required material in such a time frame as to not affect the completion date of the project. A minimum of thirty (30) days should be allowed from submission to the Engineer until acceptance of the systems by agencies such as the applicable Water Management District. The Contractor's schedule shall reflect the "As-Builts" conditions and certifications of all such systems and the Contractor shall perform all corrective measures mandated by the approval agencies.
B. Permits shall be listed on the regularly scheduled project meeting agenda for update and discussion.
3.6 CONFERENCES
A. The Contractor shall be aware of the requirements of the various agencies in the State of Florida and all applicable government regulatory agencies that could require their attendance at a special agency or authority pre-construction conference. The Contractor shall set up all such meetings as required with attendance by a representative of the Owner or the Architect/Engineer. Further, the Contractor, who is deemed to be cognizant of the requirements of said agencies and authorities, shall provide at no additional expense any special requirements relating to labor, materials, or construction procedures.
3.7 SUBMITTALS AND TESTING
A. The Contractor shall provide all necessary submittals such as shop drawings and test reports as may be required by the permitting agencies.
3.8 "AS-BUILT" DRAWINGS
A. The Contractor shall provide upon completion of the work or portions thereof, "As-Built " drawings prepared, signed, and sealed by a surveyor licensed in the State of Florida, as required by and acceptable to all permitting agencies. Agencies require submittal from the Architect-Engineer of certified "As-Built" drawings prior to placement of systems into service.
B. It shall be the Contractor's responsibility to provide drawings in a timely manner and/or to accept responsibility for all agency monetary fines resulting from his failure to submit "As-Built " drawings to the Architect-Engineer in a timely manner, or for his premature operation of a system prior to receipt of the system construction approval from the applicable agencies.
END OF SECTION 01 05 50
RJ LONGSTREET ELEMENTARY PAVILION VCS PROJECT NO. 194766 SUMMARY
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 10 00 - 1 11-13-19
SECTION 01 10 00 - SUMMARY
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Project information. 2. Work covered by Contract Documents.
3. Phased construction. 4. Work by Owner. 5. Owner-furnished products.
6. Contractor-furnished, Owner-installed products. 7. Access to site. 8. Coordination with occupants. 9. Work restrictions.
10. Specification and drawing conventions.
B. Related Requirements: Division 01 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.
1.3 PROJECT INFORMATION
A. Project Identification: Pavilion.
1. Project Location: R.J. Longstreet Elementary, 2745 South Peninsula Drive, Daytona Beach, FL 32118.
B. Owner: Volusia County Schools.
1. Owner's Representative: Tom Farrar, Construction Project Manager, Volusia County Schools (386-947-8786, ext. 50767).
C. Architect: BRPH Architects/Engineers, Inc.
1. Architect’s Representative: Jeffrey M. Phillips, AIA, (321-751-3053).
RJ LONGSTREET ELEMENTARY PAVILION VCS PROJECT NO. 194766 SUMMARY
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 10 00 - 2 11-13-19
1.4 WORK COVERED BY CONTRACT DOCUMENTS
A. Construct a metal building structure that is roughly 50’x70’ that fits on the site per the provided architectural drawings including metal building footings / slab based
on the metal building design. Work shall also include a quad electrical convenience outlet at the play structure fed from the nearby main distribution panel system and basic lighting and plumbing water fountain (not chilled) at the play structure
B. Type of Contract: Project will be constructed under a single prime contract.
1.5 PHASED CONSTRUCTION
A. The Work shall be conducted in a single phase.
B. The project has been permitted through VCS’s Building Department Representative
and is ready for construction start upon approval of contract.
1. The overall project duration is expected to be ninety (90) days. 2. The remaining Work shall be substantially complete and ready for occupancy
at time of Substantial Completion for the Work. 3. Liquidated Damages shall be set at Two Hundred Fifty Dollars and zero Cents
($250.00) a day past the 90 days from the Notice to Proceed issuance.
C. Before commencing Work, submit an updated copy of Contractor's construction
schedule showing the sequence, commencement and completion dates, and move-out and move-in dates of school students and staff for all milestones of the Work.
1.6 WORK BY OWNER
A. General: Cooperate fully with Owner so work may be carried out smoothly, without
interfering with or delaying work under this Contract or work by Owner. Coordinate the Work of this Contract with work performed by Owner.
B. Concurrent Work: There is no known subsequent work in this area that should
affect this contract.
C. Subsequent Work: There is no know subsequent work in this area that should affect this contract.
1.7 ACCESS TO SITE
A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section.
B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated.
RJ LONGSTREET ELEMENTARY PAVILION VCS PROJECT NO. 194766 SUMMARY
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 10 00 - 3 11-13-19
1. Limits: Confine construction operations to negotiated work areas with District approval.
2. Limits: Limit site disturbance, including earthwork and clearing of vegetation,
to 40 feet beyond building perimeter; 10 feet beyond surface walkways, patios, surface parking, and utilities less than 12 inches in diameter; 15 feet beyond primary roadway curbs and main utility branch trenches; and 25 feet
beyond constructed areas with permeable surfaces (such as pervious paving areas, stormwater detention facilities, and playing fields) that require additional staging areas in order to limit compaction in the constructed area.
3. Driveways, Walkways and Entrances: Keep driveways, loading areas, and
entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials.
a. Schedule deliveries to minimize use of driveways and entrances by construction operations.
b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site.
C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations.
1.8 COORDINATION WITH OCCUPANTS
A. Full Owner Occupancy: It is assumed that the Owner will occupy site and existing building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform
the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated.
1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other
occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction.
2. Notify Owner not less than 72 hours in advance of activities that will affect
Owner's operations.
1.9 WORK RESTRICTIONS
A. Work Restrictions, General: Comply with restrictions on construction operations. Comply with limitations on use of public streets and with other requirements of
authorities having jurisdiction.
B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7:00 a.m. to 7:00 p.m., Monday through Friday, unless otherwise indicated. Any work extending past this time frame must be coordinated with
Owner’s Representative for contact with the Security Department.
RJ LONGSTREET ELEMENTARY PAVILION VCS PROJECT NO. 194766 SUMMARY
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 10 00 - 4 11-13-19
C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated:
1. Notify Owner not less than two days in advance of proposed utility interruptions.
2. Obtain Owner's written permission before proceeding with utility
interruptions.
D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner.
1. Notify Owner not less than two days in advance of proposed disruptive
operations. 2. Obtain Owner's written permission before proceeding with disruptive
operations.
E. Nonsmoking Building: Smoking is not permitted on school property.
F. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted.
G. Employee Identification: Provide identification tags for Contractor personnel
working on Project site. Require personnel to use identification tags at all times.
H. Employee Screening: Comply with Owner's requirements to comply with background screening of Contractor personnel working on Project site. Maintain list of approved screened personnel with Owner's representative. All on-site workers
shall be in compliance with the Jessica Lunsford Act (JLA). Instructions can be found on the Volusia County Schools website.
1.10 SPECIFICATION AND DRAWING CONVENTIONS
A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows:
1. Imperative mood and streamlined language are generally used in the
Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase.
2. Specification requirements are to be performed by Contractor unless specifically stated otherwise.
B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications.
C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products:
RJ LONGSTREET ELEMENTARY PAVILION VCS PROJECT NO. 194766 SUMMARY
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 10 00 - 5 11-13-19
1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections.
2. Abbreviations: Materials and products are identified by abbreviations
published as part of the U.S. National CAD Standard and scheduled on Drawings.
3. Keynoting: Materials and products are identified by reference keynotes
referencing Specification Section numbers found in this Project Manual.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 10 00
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SUBSTITUTION PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 25 00 - 1
11-13-19
SECTION 01 25 00 - SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for substitutions.
B. Related Requirements:
1. Division 01 Section "Allowances" for products selected under an allowance.
2. Division 01 Section "Alternates" for products selected under an alternate.
3. Division 01 Section "Product Requirements" for requirements for submitting
comparable product submittals for products by listed manufacturers.
4. Divisions 02 through 33 Sections for specific requirements and limitations for
substitutions.
1.3 DEFINITIONS
A. Substitutions: Changes in products, materials, equipment, and methods of
construction from those required by the Contract Documents and proposed by
Contractor.
1. Substitutions for Cause: Changes proposed by Contractor that are required
due to changed Project conditions, such as unavailability of product,
regulatory changes, or unavailability of required warranty terms.
2. Substitutions for Convenience: Changes proposed by Contractor or Owner
that are not required in order to meet other Project requirements but may
offer advantage to Contractor or Owner.
1.4 ACTION SUBMITTALS
A. Substitution Requests: Submit three copies of each request for consideration.
Identify product or fabrication or installation method to be replaced. Include
Specification Section number and title and Drawing numbers and titles.
1. Substitution Request Form: Use CSI Form 13.1A.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SUBSTITUTION PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 25 00 - 2
11-13-19
2. Documentation: Show compliance with requirements for substitutions and
the following, as applicable:
a. Statement indicating why specified product or fabrication or installation
cannot be provided, if applicable.
b. Coordination information, including a list of changes or revisions needed
to other parts of the Work and to construction performed by Owner and
separate contractors, will be necessary to accommodate proposed
substitution.
c. Detailed comparison of significant qualities of proposed substitution with
those of the Work specified. Include annotated copy of applicable
Specification Section. Significant qualities may include attributes such
as performance, weight, size, durability, visual effect, sustainable
design characteristics, warranties, and specific features and
requirements indicated. Indicate deviations, if any, from the Work
specified.
d. Product Data, including drawings and descriptions of products and
fabrication and installation procedures.
e. Samples, where applicable or requested.
f. Certificates and qualification data, where applicable or requested.
g. List of similar installations for completed projects with project names
and addresses and names and addresses of architects and owners.
h. Material test reports from a qualified testing agency indicating and
interpreting test results for compliance with requirements indicated.
i. Detailed comparison of Contractor's construction schedule using
proposed substitution with products specified for the Work, including
effect on the overall Contract Time. If specified product or method of
construction cannot be provided within the Contract Time, include letter
from manufacturer, on manufacturer's letterhead, stating date of receipt
of purchase order, lack of availability, or delays in delivery.
j. Cost information, including a proposal of change, if any, in the Contract
Sum.
k. Contractor's certification that proposed substitution complies with
requirements in the Contract Documents except as indicated in
substitution request, is compatible with related materials, and is
appropriate for applications indicated.
l. Contractor's waiver of rights to additional payment or time that may
subsequently become necessary because of failure of proposed
substitution to produce indicated results.
3. Architect's Action: If necessary, Architect will request additional information
or documentation for evaluation within seven days of receipt of a request for
substitution. Architect will notify Contractor through Construction Manager of
acceptance or rejection of proposed substitution within 15 days of receipt of
request, or seven days of receipt of additional information or documentation,
whichever is later.
a. Forms of Acceptance: Change Order, Construction Change Directive, or
Architect's Supplemental Instructions for minor changes in the Work.
b. Use product specified if Architect does not issue a decision on use of a
proposed substitution within time allocated.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SUBSTITUTION PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 25 00 - 3
11-13-19
1.5 QUALITY ASSURANCE
A. Compatibility of Substitutions: Investigate and document compatibility of proposed
substitution with related products and materials. Engage a qualified testing agency
to perform compatibility tests recommended by manufacturers.
1.6 PROCEDURES
A. Coordination: Revise or adjust affected work as necessary to integrate work of the
approved substitutions.
PART 2 - PRODUCTS
2.1 SUBSTITUTIONS
A. Substitutions for Cause: Submit requests for substitution immediately on discovery
of need for change, but not later than 15 days prior to time required for preparation
and review of related submittals.
1. Conditions: Architect will consider Contractor's request for substitution when
the following conditions are satisfied. If the following conditions are not
satisfied, Architect will return requests without action, except to record
noncompliance with these requirements:
a. Requested substitution is consistent with the Contract Documents and
will produce indicated results.
b. Substitution request is fully documented and properly submitted.
c. Requested substitution will not adversely affect Contractor's
construction schedule.
d. Requested substitution has received necessary approvals of authorities
having jurisdiction.
e. Requested substitution is compatible with other portions of the Work.
f. Requested substitution has been coordinated with other portions of the
Work.
g. Requested substitution provides specified warranty.
h. If requested substitution involves more than one contractor, requested
substitution has been coordinated with other portions of the Work, is
uniform and consistent, is compatible with other products, and is
acceptable to all contractors involved.
B. Substitutions for Convenience: Not allowed unless an equitable credit to the Owner
is proposed.
C. Substitutions for Convenience: Architect will consider requests for substitution if
received within 30 days after the Notice to Proceed. Requests received after that
time may be considered or rejected at discretion of Architect.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 SUBSTITUTION PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 25 00 - 4
11-13-19
1. Conditions: Architect will consider Contractor's request for substitution when
the following conditions are satisfied. If the following conditions are not
satisfied, Architect will return requests without action, except to record
noncompliance with these requirements:
a. Requested substitution offers Owner a substantial advantage in cost,
time, energy conservation, or other considerations, after deducting
additional responsibilities Owner must assume. Owner's additional
responsibilities may include compensation to Architect for redesign and
evaluation services, increased cost of other construction by Owner, and
similar considerations.
b. Requested substitution does not require extensive revisions to the
Contract Documents.
c. Requested substitution is consistent with the Contract Documents and
will produce indicated results.
d. Substitution request is fully documented and properly submitted.
e. Requested substitution will not adversely affect Contractor's
construction schedule.
f. Requested substitution has received necessary approvals of authorities
having jurisdiction.
g. Requested substitution is compatible with other portions of the Work.
h. Requested substitution has been coordinated with other portions of the
Work.
i. Requested substitution provides specified warranty.
j. If requested substitution involves more than one contractor, requested
substitution has been coordinated with other portions of the Work, is
uniform and consistent, is compatible with other products, and is
acceptable to all contractors involved.
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 25 00
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 1
11-13-19
SECTION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative provisions for coordinating construction operations
on Project including, but not limited to, the following:
1. General coordination procedures.
2. Requests for Information (RFI).
3. Project meetings.
B. Each contractor shall participate in coordination requirements. Certain areas of
responsibility are assigned to a specific contractor.
C. Related Requirements:
1. Division 01 Section "Construction Progress Documentation" for preparing and
submitting Contractor's construction schedule.
2. Division 01 Section "Execution" for procedures for coordinating general
installation and field-engineering services, including establishment of
benchmarks and control points.
3. Division 01 Section "Closeout Procedures" for coordinating closeout of the
Contract.
1.3 DEFINITIONS
A. RFI: Request from Owner, Contractor, or Architect seeking information required by
or clarifications of the Contract Documents.
1.4 INFORMATIONAL SUBMITTALS
A. Subcontract List: Prepare a written summary identifying individuals or firms
proposed for each portion of the Work, including those who are to furnish products
or equipment fabricated to a special design. Use CSI Form 1.5A. Include the
following information in tabular form:
1. Name, address, and telephone number of entity performing subcontract or
supplying products.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 2
11-13-19
2. Number and title of related Specification Section(s) covered by subcontract.
3. Drawing number and detail references, as appropriate, covered by
subcontract.
B. Key Personnel Names: Within 15 days of Project Award, submit a list of key
personnel assignments, including superintendent and other personnel in attendance
at Project site. Identify individuals and their duties and responsibilities; list
addresses and telephone numbers, including home, office, and cellular telephone
numbers and e-mail addresses. Provide names, addresses, and telephone numbers
of individuals assigned as alternates in the absence of individuals assigned to
Project. Post copies of list in project meeting room, in temporary field office, and
by each temporary telephone. Keep list current at all times.
1.5 GENERAL COORDINATION PROCEDURES
A. Coordination: Coordinate construction operations included in different Sections of
the Specifications to ensure efficient and orderly installation of each part of the
Work. Coordinate construction operations, included in different Sections, that
depend on each other for proper installation, connection, and operation.
1. Schedule construction operations in sequence required to obtain the best
results where installation of one part of the Work depends on installation of
other components, before or after its own installation.
2. Coordinate installation of different components to ensure maximum
performance and accessibility for required maintenance, service, and repair.
3. Make adequate provisions to accommodate items scheduled for later
installation.
B. Coordination: Each contractor shall coordinate its construction operations with
those of other contractors and entities to ensure efficient and orderly installation of
each part of the Work. Each contractor shall coordinate its operations with
operations, included in different Sections, that depend on each other for proper
installation, connection, and operation.
1. Schedule construction operations in sequence required to obtain the best
results where installation of one part of the Work depends on installation of
other components, before or after its own installation.
2. Coordinate installation of different components with other contractors to
ensure maximum performance and accessibility for required maintenance,
service, and repair.
3. Make adequate provisions to accommodate items scheduled for later
installation.
C. Prepare memoranda for distribution to each party involved, outlining special
procedures required for coordination. Include such items as required notices,
reports, and list of attendees at meetings. Prepare similar memoranda for Owner
and separate contractors if coordination of their Work is required.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 3
11-13-19
D. Administrative Procedures: Coordinate scheduling and timing of required
administrative procedures with other construction activities to avoid conflicts and to
ensure orderly progress of the Work. Such administrative activities include, but are
not limited to, the following:
1. Preparation of Contractor's construction schedule.
2. Preparation of the schedule of values.
3. Installation and removal of temporary facilities and controls.
4. Delivery and processing of submittals.
5. Progress meetings.
6. Preinstallation conferences.
7. Project closeout activities.
8. Startup and adjustment of systems.
E. Conservation: Coordinate construction activities to ensure that operations are
carried out with consideration given to conservation of energy, water, and
materials. Coordinate use of temporary utilities to minimize waste.
1. Salvage materials and equipment involved in performance of, but not actually
incorporated into, the Work. See other Sections for disposition of salvaged
materials that are designated as Owner's property.
1.6 REQUESTS FOR INFORMATION (RFI)
A. General: Immediately on discovery of the need for additional information or
interpretation of the Contract Documents, Contractor shall prepare and submit an
RFI in the form specified.
1. Architect will return RFI submitted to Architect by other entities controlled by
Contractor with no response.
2. Coordinate and submit RFI in a prompt manner so as to avoid delays in
Contractor's work or work of subcontractors.
B. Content of the RFI: Include a detailed, legible description of item needing
information or interpretation and the following:
1. Project name.
2. Project number.
3. Date.
4. Name of Construction Manager.
5. Name of Architect.
6. RFI number, numbered sequentially.
7. RFI subject.
8. Specification Section number and title and related paragraphs, as appropriate.
9. Drawing number and detail references, as appropriate.
10. Field dimensions and conditions, as appropriate.
11. Contractor's suggested resolution. If Contractor's suggested resolution
impacts the Contract Time or the Contract Sum, Contractor shall state impact
in the RFI.
12. Contractor's signature.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 4
11-13-19
13. Attachments: Include sketches, descriptions, measurements, photos, Product
Data, Shop Drawings, coordination drawings, and other information necessary
to fully describe items needing interpretation. Include dimensions,
thicknesses, structural grid references, and details of affected materials,
assemblies, and attachments on attached sketches.
C. RFI Forms: Software-generated form with substantially the same content as
indicated above, acceptable to Architect. Attachments shall be electronic files in
Adobe Acrobat PDF format.
D. Architect's Action: Architect will review each RFI, determine action required, and
respond. Allow seven working days for Architect's response for each RFI. RFI
received by Architect after 1:00 p.m. will be considered as received the following
working day.
1. The following Contractor-generated RFI will be returned without action:
a. Requests for approval of submittals.
b. Requests for approval of substitutions.
c. Requests for approval of Contractor's means and methods.
d. Requests for coordination information already indicated in the Contract
Documents.
e. Requests for adjustments in the Contract Time or the Contract Sum.
f. Requests for interpretation of Architect's actions on submittals.
g. Incomplete RFI or inaccurately prepared RFI.
2. Architect's action may include a request for additional information, in which
case Architect's time for response will date from time of receipt of additional
information.
3. Architect's action on RFI that may result in a change to the Contract Time or
the Contract Sum may be eligible for Contractor to submit Change Proposal
according to Division 01 Section "Contract Modification Procedures."
a. If Contractor believes the RFI response warrants change in the Contract
Time or the Contract Sum, notify Architect in writing within 10 days of
receipt of the RFI response.
E. RFI Log: Prepare, maintain, and submit a tabular log of RFI organized by the RFI
number. Submit log weekly. Software log with not less than the following:
1. Project name.
2. Name and address of Contractor.
3. Name and address of Architect.
4. RFI number including RFI that were returned without action or withdrawn.
5. RFI description.
6. Date the RFI was submitted.
7. Date Architect's response was received.
F. On receipt of Architect's action, update the RFI log and immediately distribute the
RFI response to affected parties. Review response and notify Architect within seven
days if Contractor disagrees with response.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 5
11-13-19
1. Identification of related Minor Change in the Work, Construction Change
Directive, and Proposal Request, as appropriate.
2. Identification of related Field Order, Work Change Directive, and Proposal
Request, as appropriate.
1.7 PROJECT MEETINGS
A. General: The Architect will schedule and conduct meetings and conferences at
Project site unless otherwise indicated.
1. Attendees: Inform participants and others involved, and individuals whose
presence is required, of date and time of each meeting. Notify Owner and
Architect of scheduled meeting dates and times.
2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited
attendees.
3. Minutes: Entity responsible for conducting meeting will record significant
discussions and agreements achieved. Distribute the meeting minutes to
everyone concerned, including Owner and Architect, within three days of the
meeting.
B. Preconstruction Conference: Architect will schedule and conduct a preconstruction
conference before starting construction, at a time convenient to Owner and
Architect, but no later than 15 days after issuance of the Notice to Proceed.
1. Conduct the conference to review responsibilities and personnel assignments.
2. Attendees: Authorized representatives of Owner, Owner's Commissioning
Authority, Architect and their consultants, Contractor and its superintendent,
major subcontractors; suppliers, and other concerned parties shall attend the
conference. Participants at the conference shall be familiar with Project and
authorized to conclude matters relating to the Work.
3. Agenda: Discuss items of significance that could affect progress, including
the following:
a. Safety.
b. Tentative construction schedule.
c. Phasing.
d. Critical work sequencing and long-lead items.
e. Designation of key personnel and their duties.
f. Lines of communications.
g. Procedures for processing field decisions and Change Orders.
h. Procedures for RFIs.
i. Procedures for testing and inspecting.
j. Procedures for processing Applications for Payment.
k. Distribution of the Contract Documents.
l. Submittal procedures.
m. Preparation of record documents.
n. Use of the premises and existing buildings.
o. Work restrictions.
p. Working hours.
q. Owner's occupancy requirements.
r. Responsibility for temporary facilities and controls.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 6
11-13-19
s. Procedures for moisture and mold control.
t. Procedures for disruptions and shutdowns.
u. Construction waste management and recycling.
v. Parking availability.
w. Office, work, and storage areas.
x. Equipment deliveries and priorities.
y. First aid.
z. Security.
aa. Progress cleaning.
4. Minutes: The Architect will record and distribute meeting minutes.
C. Progress Meetings: Architect will conduct progress meetings at biweekly intervals.
1. Coordinate dates of meetings with preparation of payment requests.
2. Attendees: In addition to representatives of Owner and Architect, each
contractor, subcontractor, supplier, and other entity concerned with current
progress or involved in planning, coordination, or performance of future
activities shall be represented at these meetings. All participants at the
meeting shall be familiar with Project and authorized to conclude matters
relating to the Work.
3. Agenda: Review and correct or approve minutes of previous progress
meeting. Review other items of significance that could affect progress.
Include topics for discussion as appropriate to status of Project.
a. Safety.
b. Contractor's Construction Schedule: Review progress since the last
meeting. Determine whether each activity is on time, ahead of
schedule, or behind schedule, in relation to Contractor's construction
schedule. Determine how construction behind schedule will be
expedited; secure commitments from parties involved to do so. Discuss
whether schedule revisions are required to ensure that current and
subsequent activities will be completed within the Contract Time.
Review schedule for next period.
c. Review present and future needs of each entity present, including the
following:
1) Interface requirements.
2) Sequence of operations.
3) Status of submittals.
4) Deliveries.
5) Off-site fabrication.
6) Access.
7) Site utilization.
8) Temporary facilities and controls.
9) Progress cleaning.
10) Quality and work standards.
11) Status of correction of deficient items.
12) Field observations.
13) Status of RFI.
14) Status of proposal requests.
15) Pending changes.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 PROJECT MANAGEMENT AND COORDINATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 31 00 - 7
11-13-19
16) Status of Change Orders.
17) Pending claims and disputes.
18) Documentation of information for payment requests.
4. Minutes: Entity responsible for conducting the meeting will record and
distribute the meeting minutes to each party present and to parties requiring
information.
a. Schedule Updating: Revise Contractor's construction schedule after
each progress meeting where revisions to the schedule have been made
or recognized. Issue revised schedule concurrently with the report of
each meeting.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 31 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 1
11-13-19
SECTION 01 32 00 - CONSTRUCTION PROGRESS DOCUMENTATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for documenting the
progress of construction during performance of the Work, including the following:
1. Contractor's construction schedule.
2. Construction schedule updating reports.
3. Daily construction reports.
4. Material location reports.
5. Site condition reports.
6. Special reports.
B. Related Requirements:
1. Division 01 Section "Submittal Procedures" for submitting schedules and
reports.
2. Division 01 Section "Quality Requirements" for submitting a schedule of tests
and inspections.
1.3 DEFINITIONS
A. Activity: A discrete part of a project that can be identified for planning, scheduling,
monitoring, and controlling the construction project. Activities included in a
construction schedule consume time and resources.
1. Critical Activity: An activity on the critical path that must start and finish on
the planned early start and finish times.
2. Predecessor Activity: An activity that precedes another activity in the
network.
3. Successor Activity: An activity that follows another activity in the network.
B. CPM: Critical Path Method, which is a method of planning and scheduling a
construction project where activities are arranged based on activity relationships.
Network calculations determine when activities can be performed and the critical
path of Project.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 2
11-13-19
C. Critical Path: The longest connected chain of interdependent activities through the
network schedule that establishes the minimum overall Project duration and
contains no float.
D. Event: The starting or ending point of an activity.
E. Float: The measure of leeway in starting and completing an activity.
1. Float time is not for the exclusive use or benefit of either Owner or
Contractor, but is a jointly owned, expiring Project resource available to both
parties as needed to meet schedule milestones and Contract completion date.
2. Free float is the amount of time an activity can be delayed without adversely
affecting the early start of the successor activity.
3. Total float is the measure of leeway in starting or completing an activity
without adversely affecting the planned Project completion date.
F. Resource Loading: The allocation of manpower and equipment necessary for the
completion of an activity as scheduled.
1.4 INFORMATIONAL SUBMITTALS
A. Format for Submittals: Submit required submittals in the following format:
1. Working electronic copy of schedule file, where indicated.
2. PDF electronic file.
3. Two paper copies of all signed and sealed submittals and calculations for
review.
B. Network Diagram: Of size required to display entire network for entire construction
period. Show logic ties for activities.
C. Contractor's Construction Schedule: Initial schedule, of size required to display
entire schedule for entire construction period. Submit a working electronic copy of
schedule, using software indicated, and labeled to comply with requirements for
submittals. Include type of schedule (initial or updated) and date on label.
D. CPM Reports: Concurrent with CPM schedule, submit each of the following reports.
Format for each activity in reports shall contain activity number, activity
description, cost and resource loading, original duration, remaining duration, early
start date, early finish date, late start date, late finish date, and total float in
calendar days.
1. Activity Report: List of all activities sorted by activity number and then early
start date, or actual start date if known.
2. Logic Report: List of preceding and succeeding activities for all activities,
sorted in ascending order by activity number and then early start date, or
actual start date if known.
3. Total Float Report: List of all activities sorted in ascending order of total float.
4. Earnings Report: Compilation of Contractor's total earnings from
commencement of the Work until most recent Application for Payment.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 3
11-13-19
E. Construction Schedule Updating Reports: Submit with Applications for Payment.
F. Daily Construction Reports: Submit at weekly intervals for review.
G. Material Location Reports: Submit at monthly intervals or as requested by Owner.
H. Site Condition Reports: Submit at time of discovery of differing conditions.
I. Special Reports: Submit at time of unusual event.
J. Qualification Data: For scheduling consultant.
1.5 QUALITY ASSURANCE
A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling
and reporting, with capability of producing CPM reports and diagrams within 24
hours of Architect's request.
1.6 COORDINATION
A. Coordinate preparation and processing of schedules and reports with performance
of construction activities and with scheduling and reporting of separate contractors.
B. Coordinate Contractor's construction schedule with the schedule of values,
submittal schedule, progress reports, payment requests, and other required
schedules and reports.
1. Secure time commitments for performing critical elements of the Work from
entities involved.
2. Coordinate each construction activity in the network with other activities and
schedule them in proper sequence.
PART 2 - PRODUCTS
2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL
A. Time Frame: Extend schedule from date established for the Notice to Proceed to
date of Substantial Completion and final completion. Contract completion date
shall not be changed by submission of a schedule that shows an early completion
date, unless specifically authorized by Change Order.
B. Activities: Treat each story or separate area as a separate numbered activity for
each main element of the Work. Comply with the following:
1. Activity Duration: Define activities so no activity is longer than 20 days,
unless specifically allowed by Architect.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 4
11-13-19
2. Procurement Activities: Include procurement process activities for the
following long lead items and major items, requiring a cycle of more than 60
days as separate activities in schedule. Procurement cycle activities include,
but are not limited to, submittals, approvals, purchasing, fabrication, and
delivery.
3. Submittal Review Time: Include review and resubmittal times indicated in
Division 01 Section "Submittal Procedures" in schedule. Coordinate submittal
review times in Contractor's construction schedule with submittal schedule.
4. Substantial Completion: Indicate completion in advance of date established
for Substantial Completion, and allow time for Architect's administrative
procedures necessary for certification of Substantial Completion.
5. Punch List and Final Completion: Include not more than 30 days for
completion of punch list items and final completion.
C. Constraints: Include constraints and work restrictions indicated in the Contract
Documents and as follows in schedule, and show how the sequence of the Work is
affected.
1. Phasing: Arrange list of activities on schedule by phase.
2. Products Ordered in Advance: Include a separate activity for each product.
Include delivery date indicated in Division 01 Section "Summary." Delivery
dates indicated stipulate the earliest possible delivery date.
3. Work Restrictions: Show the effect of the following items on the schedule:
a. Coordination with existing construction.
b. Limitations of continued occupancies.
c. Uninterruptible services.
d. Partial occupancy before Substantial Completion.
e. Use of premises restrictions.
f. Provisions for future construction.
g. Seasonal variations.
h. Environmental control.
4. Work Stages: Indicate important stages of construction for each major
portion of the Work, including, but not limited to, the following:
a. Subcontract awards.
b. Submittals.
c. Purchases.
d. Mockups.
e. Fabrication.
f. Sample testing.
g. Deliveries.
h. Installation.
i. Tests and inspections.
j. Adjusting.
k. Curing.
l. Building flush-out.
m. Startup and placement into final use and operation.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 5
11-13-19
5. Construction Areas: Identify each major area of construction for each major
portion of the Work. Indicate where each construction activity within a major
area must be sequenced or integrated with other construction activities to
provide for the following:
a. Structural completion.
b. Temporary enclosure and space conditioning.
c. Permanent space enclosure.
d. Completion of mechanical installation.
e. Completion of electrical installation.
f. Substantial Completion.
6. Other Constraints: School operations, testing, and operational requirements.
D. Milestones: Include milestones indicated in the Contract Documents in schedule,
including, but not limited to, the Notice to Proceed, Substantial Completion, and
final completion.
E. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and
actual costs. On the line, show planned and actual dollar volume of the Work
performed as of planned and actual dates used for preparation of payment
requests. See Division 01 Section "Payment Procedures" for cost reporting and
payment procedures.
F. Upcoming Work Summary (‘3 Week Look Ahead’): Prepare summary report
indicating activities scheduled to occur or commence prior to submittal of next
schedule update. Summarize the following issues:
1. Unresolved issues.
2. Unanswered Requests for Information.
3. Rejected or unreturned submittals.
4. Notations on returned submittals.
5. Pending modifications affecting the Work and Contract Time.
G. Recovery Schedule: When periodic update indicates the Work is 7 or more
calendar days behind the current approved schedule, submit a separate recovery
schedule indicating means by which Contractor intends to regain compliance with
the schedule. Indicate changes to working hours, working days, crew sizes, and
equipment required to achieve compliance, and date by which recovery will be
accomplished.
H. Computer Scheduling Software: Prepare schedules using current version of a
program that has been developed specifically to manage construction schedules.
2.2 STARTUP CONSTRUCTION SCHEDULE
A. Bar-Chart Schedule: Submit startup, horizontal, bar-chart-type construction
schedule within seven days of date established for the Notice to Proceed.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 6
11-13-19
B. Preparation: Indicate each significant construction activity separately. Identify
first workday of each week with a continuous vertical line. Outline significant
construction activities for first 90 days of construction. Include skeleton diagram
for the remainder of the Work and a cash requirement prediction based on
indicated activities.
2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE)
A. General: Prepare network diagrams using AON (activity-on-node) format.
B. CPM Schedule: Prepare Contractor's construction schedule using a time-scaled CPM
network analysis diagram for the Work.
1. Develop network diagram in sufficient time to submit CPM schedule so it can
be accepted for use no later than 60 days after date established for the Notice
of Award. Failure to include any work item required for performance of this
Contract shall not excuse Contractor from completing all work within
applicable completion dates, regardless of Architect's approval of the
schedule.
2. Conduct educational workshops to train and inform key Project personnel,
including subcontractors' personnel, in proper methods of providing data and
using CPM schedule information.
3. Establish procedures for monitoring and updating CPM schedule and for
reporting progress. Coordinate procedures with progress meeting and
payment request dates.
4. Use "one workday" as the unit of time for individual activities. Indicate
nonworking days and holidays incorporated into the schedule in order to
coordinate with the Contract Time.
C. CPM Schedule Preparation: Prepare a list of all activities required to complete the
Work. Using the startup network diagram, prepare a skeleton network to identify
probable critical paths.
1. Activities: Indicate the estimated time duration, sequence requirements, and
relationship of each activity in relation to other activities. Include estimated
time frames for the following activities:
a. Preparation and processing of submittals.
b. Mobilization and demobilization.
c. Purchase of materials.
d. Delivery.
e. Fabrication.
f. Utility interruptions.
g. Installation.
h. Work by Owner that may affect or be affected by Contractor's activities.
i. Testing and commissioning.
j. Punch list and final completion.
k. Activities occurring following final completion.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 7
11-13-19
2. Critical Path Activities: Identify critical path activities, including those for
interim completion dates. Scheduled start and completion dates shall be
consistent with Contract milestone dates.
3. Processing: Process data to produce output data on a computer-drawn, time-
scaled network. Revise data, reorganize activity sequences, and reproduce as
often as necessary to produce the CPM schedule within the limitations of the
Contract Time.
4. Format: Mark the critical path. Locate the critical path near center of
network; locate paths with most float near the edges. Subnetworks on
separate sheets are permissible for activities clearly off the critical path.
D. Contract Modifications: For each proposed contract modification and concurrent
with its submission, prepare a time-impact analysis using a network fragment to
demonstrate the effect of the proposed change on the overall project schedule.
E. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list
indicating straight "early start-total float." Identify critical activities. Prepare
tabulated reports showing the following:
1. Contractor or subcontractor and the Work or activity.
2. Description of activity.
3. Main events of activity.
4. Immediate preceding and succeeding activities.
5. Early and late start dates.
6. Early and late finish dates.
7. Activity duration in workdays.
8. Total float or slack time.
9. Average size of workforce.
10. Dollar value of activity (coordinated with the schedule of values).
F. Schedule Updating: Concurrent with making revisions to schedule, prepare
tabulated reports showing the following:
1. Identification of activities that have changed.
2. Changes in early and late start dates.
3. Changes in early and late finish dates.
4. Changes in activity durations in workdays.
5. Changes in the critical path.
6. Changes in total float or slack time.
7. Changes in the Contract Time.
2.4 REPORTS
A. Daily Construction Reports: Prepare a daily construction report recording the
following information concerning events at Project site:
1. List of subcontractors at Project site.
2. List of separate contractors at Project site.
3. Approximate count of personnel at Project site.
4. Equipment at Project site.
5. Material deliveries.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 8
11-13-19
6. High and low temperatures and general weather conditions, including
presence of rain or snow.
7. Accidents.
8. Meetings and significant decisions.
9. Unusual events (see special reports).
10. Stoppages, delays, shortages, and losses.
11. Meter readings and similar recordings.
12. Emergency procedures.
13. Orders and requests of authorities having jurisdiction.
14. Change Orders received and implemented.
15. Change Directives received and implemented.
16. Services connected and disconnected.
17. Equipment or system tests and startups.
18. Partial completions and occupancies.
19. Substantial Completions authorized.
B. Material Location Reports: At monthly intervals, or as requested by Owner,
prepare and submit a comprehensive list of materials delivered to and stored at
Project site. List shall be cumulative, showing materials previously reported plus
items recently delivered. Include with list a statement of progress on and delivery
dates for materials or items of equipment fabricated or stored away from Project
site. Indicate the following categories for stored materials:
1. Material stored prior to previous report and remaining in storage.
2. Material stored prior to previous report and since removed from storage and
installed.
3. Material stored following previous report and remaining in storage.
C. Site Condition Reports: Immediately on discovery of a difference between site
conditions and the Contract Documents, prepare and submit a detailed report.
Submit with a Request for Information. Include a detailed description of the
differing conditions, together with recommendations for changing the Contract
Documents.
2.5 SPECIAL REPORTS
A. General: Submit special reports directly to Owner within one day(s) of an
occurrence. Distribute copies of report to parties affected by the occurrence.
B. Reporting Unusual Events: When an event of an unusual and significant nature
occurs at Project site, whether or not related directly to the Work, prepare and
submit a special report. List chain of events, persons participating, response by
Contractor's personnel, evaluation of results or effects, and similar pertinent
information. Advise Owner in advance when these events are known or
predictable.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CONSTRUCTION PROGRESS DOCUMENTATION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 32 00 - 9
11-13-19
PART 3 - EXECUTION
3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE
A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and
reporting using CPM scheduling.
1. In-House Option: Owner may waive the requirement to retain a consultant if
Contractor employs skilled personnel with experience in CPM scheduling and
reporting techniques. Submit qualifications.
2. Meetings: Scheduling consultant shall attend all meetings related to Project
progress, alleged delays, and time impact.
B. Contractor's Construction Schedule Updating: At monthly intervals, update
schedule to reflect actual construction progress and activities. Issue schedule one
week before each regularly scheduled progress meeting.
1. Revise schedule immediately after each meeting or other activity where
revisions have been recognized or made. Issue updated schedule
concurrently with the report of each such meeting.
2. Include a report with updated schedule that indicates every change, including,
but not limited to, changes in logic, durations, actual starts and finishes, and
activity durations.
3. As the Work progresses, indicate final completion percentage for each
activity.
C. Distribution: Distribute copies of approved schedule to Architect, Owner, separate
contractors, testing and inspecting agencies, and other parties identified by
Contractor with a need-to-know schedule responsibility.
1. Post copies in Project meeting rooms and temporary field offices.
2. When revisions are made, distribute updated schedules to the same parties
and post in the same locations. Delete parties from distribution when they
have completed their assigned portion of the Work and are no longer involved
in performance of construction activities.
END OF SECTION 01 32 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 1
11-13-19
SECTION 01 33 00 - SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes requirements for the submittal schedule and administrative and
procedural requirements for submitting Shop Drawings, Product Data, Samples,
and other submittals.
B. Related Requirements:
1. Division 01 Section "Payment Procedures" for submitting Applications for
Payment and the schedule of values.
2. Division 01 Section "Construction Progress Documentation" for submitting
schedules and reports, including Contractor's construction schedule.
3. Division 01 Section "Project Record Documents" for submitting record
Drawings, record Specifications, and record Product Data.
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information and physical samples that
require Architect's responsive action. Action submittals are those submittals
indicated in individual Specification Sections as "action submittals."
B. Informational Submittals: Written and graphic information and physical samples
that do not require Architect's responsive action. Submittals may be rejected for
not complying with requirements. Informational submittals are those submittals
indicated in individual Specification Sections as "informational submittals."
C. Portable Document Format (PDF): An open standard file format licensed by Adobe
Systems used for representing documents in a device-independent and display
resolution-independent fixed-layout document format.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 2
11-13-19
1.4 ACTION SUBMITTALS
A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological
order by dates required by construction schedule. Include time required for review,
ordering, manufacturing, fabrication, and delivery when establishing dates. Include
additional time required for making corrections or revisions to submittals noted by
Architect and additional time for handling and reviewing submittals required by
those corrections.
1. Coordinate submittal schedule with list of subcontracts, the schedule of
values, and Contractor's construction schedule.
2. Initial Submittal: Submit concurrently with startup construction schedule.
Include submittals required during the first 60 days of construction. List
those submittals required to maintain orderly progress of the Work and those
required early because of long lead time for manufacture or fabrication.
3. Final Submittal: Submit concurrently with the first complete submittal of
Contractor's construction schedule. Submit revised submittal schedule to
reflect changes in current status and timing for submittals.
4. Format: Arrange the following information in a tabular format:
a. Scheduled date for first submittal.
b. Specification Section number and title.
c. Submittal category: Action; informational.
d. Name of subcontractor.
e. Description of the Work covered.
f. Scheduled date for Architect's final release or approval.
g. Scheduled date of fabrication.
h. Scheduled dates for purchasing.
i. Scheduled dates for installation.
j. Activity or event number.
1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS
A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings
will be provided by Architect for Contractor's use in preparing submittals.
1. Architect will furnish Contractor one set of digital data drawing files of the
Contract Drawings for use in preparing Shop Drawings and Project record
drawings.
a. Architect makes no representations as to the accuracy or completeness
of digital data drawing files as they relate to the Contract Drawings.
b. Contractor shall execute a data licensing agreement in the form of
Agreement form acceptable to Owner and Architect.
c. The following digital data files will by furnished for each appropriate
discipline:
1) Floor plans and plumbing plans.
B. Coordination: Coordinate preparation and processing of submittals with
performance of construction activities.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 3
11-13-19
1. Coordinate each submittal with fabrication, purchasing, testing, delivery,
other submittals, and related activities that require sequential activity.
2. Submit all submittal items required for each Specification Section concurrently
unless partial submittals for portions of the Work are indicated on approved
submittal schedule.
3. Submit action submittals and informational submittals required by the same
Specification Section as separate packages under separate transmittals.
4. Coordinate transmittal of different types of submittals for related parts of the
Work so processing will not be delayed because of need to review submittals
concurrently for coordination. Architect reserves the right to withhold action
on a submittal requiring coordination with other submittals until related
submittals are received.
C. Processing Time: Allow time for submittal review, including time for resubmittals,
as follows. Time for review shall commence on Architect's receipt of submittal. No
extension of the Contract Time will be authorized because of failure to transmit
submittals enough in advance of the Work to permit processing, including
resubmittals.
1. Initial Review: Allow ten days for initial review of each submittal. Allow
additional time if coordination with subsequent submittals is required.
Architect will advise Contractor when a submittal being processed must be
delayed for coordination.
2. Intermediate Review: If intermediate submittal is necessary, process it in
same manner as initial submittal.
3. Resubmittal Review: Allow ten days for review of each resubmittal.
4. Sequential Review: Where sequential review of submittals by Architect's
consultants, Owner, or other parties is indicated, allow 15 days for initial
review of each submittal.
5. Concurrent Consultant Review: Where the Contract Documents indicate that
submittals may be transmitted simultaneously to Architect and to Architect's
consultants, allow ten days for review of each submittal. Submittal will be
returned to Architect before being returned to Contractor.
D. Product Submittals: Place a permanent label or title block on each submittal item
for identification.
1. Provide electronic submittals except for items that require sealed calculations
and drawings for review.
2. Indicate name of firm or entity that prepared each submittal on label or title
block.
3. Provide a space approximately 6 by 8 inches on label or beside title block to
record Contractor's review and approval markings and action taken by
Architect.
4. Include the following information for processing and recording action taken:
a. Project name.
b. Date.
c. Name of Architect.
d. Name of Construction Manager.
e. Name of Contractor.
f. Name of subcontractor.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 4
11-13-19
g. Name of supplier.
h. Name of manufacturer.
i. Submittal number or other unique identifier, including revision identifier.
Submittal number shall use Specification Section number followed by a
decimal point and then a sequential number (e.g., 061000.01).
Resubmittals shall include an alphabetic suffix after another decimal
point (e.g., 061000.01.A).
j. Number and title of appropriate Specification Section.
k. Drawing number and detail references, as appropriate.
l. Location(s) where product is to be installed, as appropriate.
m. Other necessary identification.
5. Additional Paper Copies: Unless additional copies are required for final
submittal, and unless Architect observes noncompliance with provisions in the
Contract Documents, initial submittal may serve as final submittal. Submit
one copy of submittal to concurrent reviewer in addition to specified number
of copies to Architect.
6. Transmittal for Paper Submittals: Assemble each submittal individually and
appropriately for transmittal and handling. Transmit each submittal using a
transmittal form. Architect will discard submittals received from sources
other than Contractor.
a. Transmittal Form for Paper Submittals: Use software generated forms
acceptable to Owner and Architect.
b. Transmittal Form for Paper Submittals: Provide locations on form for
the following information:
1) Project name.
2) Date.
3) Destination (To:).
4) Source (From:).
5) Name and address of Architect.
6) Name of Construction Manager.
7) Name of Contractor.
8) Name of firm or entity that prepared submittal.
9) Names of subcontractor, manufacturer, and supplier.
10) Category and type of submittal.
11) Submittal purpose and description.
12) Specification Section number and title.
13) Specification paragraph number or drawing designation and
generic name for each of multiple items.
14) Drawing number and detail references, as appropriate.
15) Indication of full or partial submittal.
16) Transmittal number, numbered consecutively.
17) Submittal and transmittal distribution record.
18) Remarks.
19) Signature of transmitter.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 5
11-13-19
E. Electronic Submittals: Identify and incorporate information in each electronic
submittal file as follows:
1. Assemble complete submittal package into a single indexed file incorporating
submittal requirements of a single Specification Section and transmittal form
with links enabling navigation to each item.
2. Name file with submittal number or other unique identifier, including revision
identifier. File name shall use project identifier and Specification Section
number followed by a decimal point and then a sequential number (e.g.,
LNHS-061000.01). Resubmittals shall include an alphabetic suffix after
another decimal point (e.g., LNHS-061000.01.A).
3. Provide means for insertion to permanently record Contractor's review and
approval markings and action taken by Architect.
4. Transmittal Form for Electronic Submittals: Use software-generated form
from electronic project management software acceptable to Owner,
containing the following information:
a. Project name.
b. Date.
c. Name and address of Architect.
d. Name of Construction Manager.
e. Name of Contractor.
f. Name of firm or entity that prepared submittal.
g. Names of subcontractor, manufacturer, and supplier.
h. Category and type of submittal.
i. Submittal purpose and description.
j. Specification Section number and title.
k. Specification paragraph number or drawing designation and generic
name for each of multiple items.
l. Drawing number and detail references, as appropriate.
m. Location(s) where product is to be installed, as appropriate.
n. Related physical samples submitted directly.
o. Indication of full or partial submittal.
p. Transmittal number, numbered consecutively.
q. Submittal and transmittal distribution record.
r. Other necessary identification.
s. Remarks.
5. Metadata: Include the following information as keywords in the electronic
submittal file metadata:
a. Project name.
b. Number and title of appropriate Specification Section.
c. Manufacturer name.
d. Product name.
F. Options: Identify options requiring selection by Architect.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 6
11-13-19
G. Deviations and Additional Information: On an attached separate sheet, prepared
on Contractor's letterhead, record relevant information, requests for data, revisions
other than those requested by Architect on previous submittals, and deviations
from requirements in the Contract Documents, including minor variations and
limitations. Include same identification information as related submittal.
H. Resubmittals: Make resubmittals in same form and number of copies as initial
submittal.
1. Note date and content of previous submittal.
2. Note date and content of revision in label or title block and clearly indicate
extent of revision.
3. Resubmit submittals until they are marked with approval notation from
Architect's action stamp.
I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors,
suppliers, fabricators, installers, authorities having jurisdiction, and others as
necessary for performance of construction activities. Show distribution on
transmittal forms.
J. Use for Construction: Retain complete copies of submittals on Project site. Use
only final action submittals that are marked with approval notation from Architect's
action stamp.
PART 2 - PRODUCTS
2.1 SUBMITTAL PROCEDURES
A. General Submittal Procedure Requirements: Prepare and submit submittals
required by individual Specification Sections. Types of submittals are indicated in
individual Specification Sections.
1. Post electronic submittals as PDF electronic files for review. Architect will
return annotated file. Annotate and retain one copy of file as an electronic
Project record document file.
2. Submit electronic submittals via email as PDF electronic files. Architect will
return annotated file. Annotate and retain one copy of file as an electronic
Project record document file.
3. Provide minimum of two copies of signed and sealed submittals as required in
specification sections for review.
B. Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
1. If information must be specially prepared for submittal because standard
published data are not suitable for use, submit as Shop Drawings, not as
Product Data.
2. Mark each copy of each submittal to show which products and options are
applicable.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 7
11-13-19
3. Include the following information, as applicable:
a. Manufacturer's catalog cuts.
b. Manufacturer's product specifications.
c. Standard color charts.
d. Statement of compliance with specified referenced standards.
e. Testing by recognized testing agency.
f. Application of testing agency labels and seals.
g. Notation of coordination requirements.
h. Availability and delivery time information.
4. For equipment, include the following in addition to the above, as applicable:
a. Wiring diagrams showing factory-installed wiring.
b. Printed performance curves.
c. Operational range diagrams.
d. Clearances required to other construction, if not indicated on
accompanying Shop Drawings.
5. Submit Product Data before or concurrent with Samples.
6. Submit Product Data in PDF electronic file.
C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale.
Do not base Shop Drawings on reproductions of the Contract Documents or
standard printed data, unless submittal based on Architect's digital data drawing
files is otherwise permitted.
1. Preparation: Fully illustrate requirements in the Contract Documents.
Include the following information, as applicable:
a. Identification of products.
b. Schedules.
c. Compliance with specified standards.
d. Notation of coordination requirements.
e. Notation of dimensions established by field measurement.
f. Relationship and attachment to adjoining construction clearly indicated.
g. Seal and signature of professional engineer if specified.
2. Sheet Size: Except for templates, patterns, and similar full-size drawings,
submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger
than 30 by 42 inches.
3. Submit Shop Drawings in PDF electronic file.
D. Samples: Submit Samples for review of kind, color, pattern, and texture for a
check of these characteristics with other elements and for a comparison of these
characteristics between submittal and actual component as delivered and installed.
1. Transmit Samples that contain multiple, related components such as
accessories together in one submittal package.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 8
11-13-19
2. Identification: Attach label on unexposed side of Samples that includes the
following:
a. Generic description of Sample.
b. Product name and name of manufacturer.
c. Sample source.
d. Number and title of applicable Specification Section.
e. Specification paragraph number and generic name of each item.
3. For projects where electronic submittals are required, provide corresponding
electronic submittal of Sample transmittal, digital image file illustrating
Sample characteristics, and identification information for record.
4. Disposition: Maintain sets of approved Samples at Project site, available for
quality-control comparisons throughout the course of construction activity.
Sample sets may be used to determine final acceptance of construction
associated with each set.
a. Samples that may be incorporated into the Work are indicated in
individual Specification Sections. Such Samples must be in an
undamaged condition at time of use.
b. Samples not incorporated into the Work, or otherwise designated as
Owner's property, are the property of Contractor.
5. Samples for Initial Selection: Submit manufacturer's color charts consisting
of units or sections of units showing the full range of colors, textures, and
patterns available.
a. Number of Samples: Submit one full set of available choices where
color, pattern, texture, or similar characteristics are required to be
selected from manufacturer's product line. Architect will return
submittal with options selected.
6. Samples for Verification: Submit full-size units or samples of size indicated,
prepared from same material to be used for the Work, cured and finished in
manner specified, and physically identical with material or product proposed
for use, and that show full range of color and texture variations expected.
Samples include, but are not limited to, the following: partial sections of
manufactured or fabricated components; small cuts or containers of
materials; complete units of repetitively used materials; swatches showing
color, texture, and pattern; color range sets; and components used for
independent testing and inspection.
a. Number of Samples: Submit three sets of Samples. Architect will
retain one Sample set and the Owner will retain one; remainder will be
returned.
1) Submit a single sample where assembly details, workmanship,
fabrication techniques, connections, operation, and other similar
characteristics are to be demonstrated.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 9
11-13-19
2) If variation in color, pattern, texture, or other characteristic is
inherent in material or product represented by a Sample, submit
at least three sets of paired units that show approximate limits of
variations.
E. Product Schedule: As required in individual Specification Sections, prepare a
written summary indicating types of products required for the Work and their
intended location. Include the following information in tabular form:
1. Type of product. Include unique identifier for each product indicated in the
Contract Documents or assigned by Contractor if none is indicated.
2. Manufacturer and product name, and model number if applicable.
3. Number and name of room or space.
4. Location within room or space.
5. Submit product schedule in PDF electronic file.
F. Coordination Drawing Submittals: Comply with requirements specified in
Division 01 Section "Project Management and Coordination."
G. Contractor's Construction Schedule: Comply with requirements specified in
Division 01 Section "Construction Progress Documentation."
H. Application for Payment and Schedule of Values: Comply with requirements
specified in Division 01 Section "Payment Procedures."
I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals:
Comply with requirements specified in Division 01 Section "Quality Requirements."
J. Closeout Submittals and Maintenance Material Submittals: Comply with
requirements specified in Division 01 Section "Closeout Procedures."
K. Maintenance Data: Comply with requirements specified in Division 01 Section
"Operation and Maintenance Data."
L. Qualification Data: Prepare written information that demonstrates capabilities and
experience of firm or person. Include lists of completed projects with project
names and addresses, contact information of architects and owners, and other
information specified.
M. Installer Certificates: Submit written statements on manufacturer's letterhead
certifying that Installer complies with requirements in the Contract Documents and,
where required, is authorized by manufacturer for this specific Project.
N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead
certifying that manufacturer complies with requirements in the Contract
Documents. Include evidence of manufacturing experience where required.
O. Product Certificates: Submit written statements on manufacturer's letterhead
certifying that product complies with requirements in the Contract Documents.
P. Material Certificates: Submit written statements on manufacturer's letterhead
certifying that material complies with requirements in the Contract Documents.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 10
11-13-19
Q. Material Test Reports: Submit reports written by a qualified testing agency, on
testing agency's standard form, indicating and interpreting test results of material
for compliance with requirements in the Contract Documents.
R. Product Test Reports: Submit written reports indicating that current product
produced by manufacturer complies with requirements in the Contract Documents.
Base reports on evaluation of tests performed by manufacturer and witnessed by a
qualified testing agency, or on comprehensive tests performed by a qualified
testing agency.
S. Design Data: Prepare and submit written and graphic information, including, but
not limited to, performance and design criteria, list of applicable codes and
regulations, and calculations. Include list of assumptions and other performance
and design criteria and a summary of loads. Include load diagrams if applicable.
Provide name and version of software, if any, used for calculations. Include page
numbers.
2.2 DELEGATED-DESIGN SERVICES
A. Performance and Design Criteria: Where professional design services or
certifications by a design professional are specifically required of Contractor by the
Contract Documents, provide products and systems complying with specific
performance and design criteria indicated. If criteria indicated are not sufficient to
perform services or certification required, submit a written request for additional
information to Architect.
B. Delegated-Design Services Certification: In addition to Shop Drawings, Product
Data, and other required submittals, submit three paper copies of certificate,
signed and sealed by the responsible design professional, for each product and
system specifically assigned to Contractor to be designed or certified by a design
professional. Indicate that products and systems comply with performance and
design criteria in the Contract Documents. Include list of codes, loads, and other
factors used in performing these services.
PART 3 - EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Action and Informational Submittals: Review each submittal and check for
coordination with other Work of the Contract and for compliance with the Contract
Documents. Note corrections and field dimensions. Mark with approval stamp
before submitting to Architect.
B. Project Closeout and Maintenance Material Submittals: See requirements in
Division 01 Section "Closeout Procedures."
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 SUBMITTAL PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 33 00 - 11
11-13-19
C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include
Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement certifying
that submittal has been reviewed, checked, and approved for compliance with the
Contract Documents.
3.2 ARCHITECT'S ACTION
A. Action Submittals: Architect will review each submittal, make marks to indicate
corrections or revisions required, and return it. Architect will stamp each submittal
with an action stamp and will mark stamp appropriately to indicate action.
B. Informational Submittals: Architect will review each submittal and will not return
it, or will return it if it does not comply with requirements. Architect will forward
each submittal to appropriate party.
C. Partial submittals prepared for a portion of the Work will be reviewed when use of
partial submittals has received prior approval from Architect.
D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will
be returned for resubmittal without review.
E. Submittals not required by the Contract Documents may be returned by the
Architect without action.
END OF SECTION 01 33 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 ELECTRONIC DELIVERABLES RELEASE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 39 00 - 1
11-13-19
SECTION 01 39 00 - ELECTRONIC DELIVERABLES RELEASE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specifications, apply to this Section.
1.2 SUMMARY
A. The electronic media (EM), and therefore any and all electronic deliverable,
described herein is considered as original design of a building, site or system, and
is subject to the copyright protection as an “architectural work” under Section 102
of the Copyright Act, 17 U.S.C., latest amendment.
B. This Section includes the policy and requirements to be followed to allow the
Contractor to request EM from BRPH. Included are specifications, electronic files of
drawings, and the general provisions for transmittal of document in machine
readable form. Since most e-mail carriers are limited in size, the transfer of large
drawing and specification files will be limited to portable flash drives, Compact Disc
(CD’s), Newforma Info Exchange, or Buzzsaw.
C. Drawing files shall be in current electronic format used by BRPH A/E. Additional
formats may be provided at an additional cost.
1.3 RELEASE CONDITIONS
A. The documents in machine-readable or EM form were prepared by BRPH Architects-
Engineers, Inc. solely for the purpose of the specified project. They are not
intended or authorized for use on any other project. BRPH makes no
representation as to suitability for any other use. Any other use or reuse by you
or by others will be at your sole risk and without liability or legal exposure to BRPH.
You agree to make no claim and hereby waive, to the fullest extent permitted by
law, any claim or cause of action of any nature against BRPH, our officers,
directors, employees, agents or subconsultants that may arise out of or in
connection with your use of the electronic files.
B. BRPH provides these machine readable documents with no warranty or guarantee,
express, implied, or statutory, as to the accuracy, reliability, suitability, or fitness
for a particular purpose. Documents delivered in machine-readable form may vary
from those contained on paper copies of the documents. Variances may be due to
the use of different software, hardware, or output devices by the recipient or others
from those used by BRPH for original preparation and printing of the documents.
Variances may also be the result of undocumented changes or modifications made
to the machine readable documents, whether inadvertently or otherwise and
whether made by recipient or others. BRPH therefore, reserves the right to retain
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 ELECTRONIC DELIVERABLES RELEASE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 39 00 - 2
11-13-19
the machine readable media upon which the documents were originally prepared,
and to retain paper or reproducible copies of all documents delivered to recipient in
machine readable form, that shall govern in the event of any inconsistency or
discrepancy between the two. BRPH also reserves the right to remove from
machine readable copies provided to recipient all identification reflecting the
involvement of BRPH in their preparation.
C. All documents in machine readable form prepared by BRPH are instruments of
professional service in respect to the project. These documents are and shall
remain the property of BRPH; however, recipient shall be permitted to use machine
readable copies of the documents for information and reference in connection with
recipient’s use and occupancy of the project.
D. Recipient acknowledges that the automated conversion of documents from the
system or format employed by BRPH to that of recipient or others may not be
accomplished without the introduction of inconsistencies, anomalies, and errors.
You are responsible for determining if any conflict exists. By your use of these elec-
tronic files, you are not relieved of your duty to fully comply with the contract
documents, including, and without limitation, the need to check, confirm and
coordinate all dimensions and details, take field measurements, verify field
conditions and coordinate your work with that of other contractors for the project.
In the event documents provided to recipient in machine readable form are so
converted, recipient agrees to assume all risks associated therewith and to the
fullest extent permitted by law, to hold harmless and indemnify BRPH from and
against all liabilities, claims, damages, losses, and expenses including attorney’s
fees arising out of or resulting therefrom.
E. Since this is copyrighted material, recipient may make and retain copies of
documents for information and reference in connection with the coordination, use,
and occupancy of this project only; however, such documents are not to be reused
by recipient or others on extensions of this project or on any other project. Any
reuse without written verification or adaptation by BRPH for the specific purpose
intended will be at recipient’s sole risk and without liability or legal exposure to
BRPH, and recipient shall hold harmless and indemnify from and against all claims,
damages, losses, and expenses including attorney’s fees arising out of or resulting
therefrom.
F. BRPH warrants that, for a period of sixty (60) days from the date of delivery to
recipient of the machine readable documents, the magnetic media on which the
documents are furnished will be free from defects in materials and workmanship
under normal use.
G. Delivery of the electronic files shall in no way be deemed a sale by us and BRPH
A/E, Inc. makes no warranties either expressed or implied, of merchantability and
fitness for any particular purpose. In no event shall we be liable for any loss of
profit or any consequential damages as a result of your use or reuse of these
electronic files.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 ELECTRONIC DELIVERABLES RELEASE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 39 00 - 3
11-13-19
1.4 “ELECTRONIC MEDIA DISCLAIMER”
A. The “Electronic Media Disclaimer” statement consists of Release Conditions,
Policies, Reimbursable Costs (if applicable), Indemnification, and Release. This
statement must be included in each transmittal or transfer.
B. BRPH A/E, Inc. reserves the right to charge for the electronic files. If applicable,
cost shall be determined and agreed to by both parties at the time of request, using
the current “BRPH Standard Corporate Billing Rates”, page 2 “Reimbursable
Expense Fees”, or an agreed upon amount.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 39 00
15-13
ELECTRONIC MEDIA DISCLAIMER
Date:
Requested By: Facsimile
Job No. Job Name:
Format E-Mail/NewForma
Electronic Media (EM) files provided by BRPH Architects-Engineers, Inc. are provided as a
service for your convenience. Information contained is an Instrument of Service and is the
property of BRPH Architects-Engineers, Inc. and/or its sub consultants for this project and
shall be returned upon request. No warranty is offered, expressed or implied, concerning
the completeness and accuracy of the information provided. It is the responsibility of the
user to independently verify the accuracy and completeness of the information provided and
to accept total responsibility for all drawings, services or efforts of any kind based on this
information.
This information is not to be copied or transferred to others without written consent of BRPH
Architects-Engineers, Inc. Copying or transferring this information to others shall constitute
a violation of our copyright and is subject to legal recourse.
Using the transferred files is confirmation that you and your company accept the above
terms and agree to indemnify and hold harmless BRPH Architects-Engineers, Inc. and/or its
sub consultants against all expenses, costs, attorney fees, claims, legal action, lawsuits, etc.
including loss of business from any source as a result of your use of these files or improper
transfer to others.
**THIS STATEMENT TO BE ADDED TO ANY EMAIL OR NEWFORMA TRANSFER**
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 1
11-13-19
SECTION 01 40 00 - QUALITY REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for quality assurance
and quality control.
B. Testing and inspecting services are required to verify compliance with requirements
specified or indicated. These services do not relieve Contractor of responsibility for
compliance with the Contract Document requirements.
1. Specific quality-assurance and -control requirements for individual
construction activities are specified in the Sections that specify those
activities. Requirements in those Sections may also cover production of
standard products.
2. Specified tests, inspections, and related actions do not limit Contractor's other
quality-assurance and -control procedures that facilitate compliance with the
Contract Document requirements.
3. Requirements for Contractor to provide quality-assurance and -control
services required by Architect, Owner, Commissioning Authority, or
authorities having jurisdiction are not limited by provisions of this Section.
C. Related Requirements:
1. Division 01 Section "Allowances" for testing and inspecting allowances.
2. Divisions 02 through 33 Sections for specific test and inspection
requirements.
1.3 DEFINITIONS
A. Quality-Assurance Services: Activities, actions, and procedures performed before
and during execution of the Work to guard against defects and deficiencies and
substantiate that proposed construction will comply with requirements.
B. Quality-Control Services: Tests, inspections, procedures, and related actions
during and after execution of the Work to evaluate that actual products
incorporated into the Work and completed construction comply with requirements.
Services do not include contract enforcement activities performed by Architect.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 2
11-13-19
C. Preconstruction Testing: Tests and inspections performed specifically for Project
before products and materials are incorporated into the Work, to verify
performance or compliance with specified criteria.
D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP,
or a testing agency qualified to conduct product testing and acceptable to
authorities having jurisdiction, to establish product performance and compliance
with specified requirements.
E. Source Quality-Control Testing: Tests and inspections that are performed at the
source, e.g., plant, mill, factory, or shop.
F. Field Quality-Control Testing: Tests and inspections that are performed on-site for
installation of the Work and for completed Work.
G. Testing Agency: An entity engaged to perform specific tests, inspections, or both.
Testing laboratory shall mean the same as testing agency.
H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as
an employee, Subcontractor, or Sub-subcontractor, to perform a particular
construction operation, including installation, erection, application, and similar
operations. Use of trade-specific terminology in referring to a trade or entity does
not require that certain construction activities be performed by accredited or
unionized individuals, or that requirements specified apply exclusively to specific
trade(s).
I. Experienced: When used with an entity or individual, "experienced" means having
successfully completed a minimum of five previous projects similar in nature, size,
and extent to this Project; being familiar with special requirements indicated; and
having complied with requirements of authorities having jurisdiction.
1.4 CONFLICTING REQUIREMENTS
A. Referenced Standards: If compliance with two or more standards is specified and
the standards establish different or conflicting requirements for minimum quantities
or quality levels, comply with the most stringent requirement. Refer conflicting
requirements that are different, but apparently equal, to Architect for a decision
before proceeding.
B. Minimum Quantity or Quality Levels: The quantity or quality level shown or
specified shall be the minimum provided or performed. The actual installation may
comply exactly with the minimum quantity or quality specified, or it may exceed
the minimum within reasonable limits. To comply with these requirements,
indicated numeric values are minimum or maximum, as appropriate, for the context
of requirements. Refer uncertainties to Architect for a decision before proceeding.
1.5 ACTION SUBMITTALS
A. Shop Drawings: For integrated exterior mockups, provide plans, sections, and
elevations, indicating materials and size of mockup construction.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 3
11-13-19
1. Indicate manufacturer and model number of individual components.
2. Provide axonometric drawings for conditions difficult to illustrate in two
dimensions.
1.6 INFORMATIONAL SUBMITTALS
A. Contractor's Quality-Control Plan: For quality-assurance and quality-control
activities and responsibilities.
B. Qualification Data: For Contractor's quality-control personnel.
C. Contractor's Statement of Responsibility: When required by authorities having
jurisdiction, submit copy of written statement of responsibility sent to authorities
having jurisdiction before starting work on the following systems:
1. Main wind-force-resisting system or a wind-resisting component listed in the
wind-force-resisting system quality-assurance plan prepared by Architect.
D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance"
Article to demonstrate their capabilities and experience. Include proof of
qualifications in the form of a recent report on the inspection of the testing agency
by a recognized authority.
E. Schedule of Tests and Inspections: Prepare in tabular form and include the
following:
1. Specification Section number and title.
2. Entity responsible for performing tests and inspections.
3. Description of test and inspection.
4. Identification of applicable standards.
5. Identification of test and inspection methods.
6. Number of tests and inspections required.
7. Time schedule or time span for tests and inspections.
8. Requirements for obtaining samples.
9. Unique characteristics of each quality-control service.
1.7 CONTRACTOR'S QUALITY-CONTROL PLAN
A. Quality-Control Plan, General: Submit quality-control plan within 10 days of Notice
to Proceed, and not less than five days prior to preconstruction conference. Submit
in format acceptable to Architect. Identify personnel, procedures, controls,
instructions, tests, records, and forms to be used to carry out Contractor's quality-
assurance and quality-control responsibilities. Coordinate with Contractor's
construction schedule.
B. Quality-Control Personnel Qualifications: Engage qualified full-time personnel
trained and experienced in managing and executing quality-assurance and quality-
control procedures similar in nature and extent to those required for Project.
Project quality-control manager may also serve as Project superintendent.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 4
11-13-19
C. Submittal Procedure: Describe procedures for ensuring compliance with
requirements through review and management of submittal process. Indicate
qualifications of personnel responsible for submittal review.
D. Testing and Inspection: In quality-control plan, include a comprehensive schedule
of Work requiring testing or inspection, including the following:
1. Contractor-performed tests and inspections including subcontractor-
performed tests and inspections. Include required tests and inspections and
Contractor-elected tests and inspections.
2. Special inspections required by authorities having jurisdiction and indicated
on the "Statement of Special Inspections."
3. Owner-performed tests and inspections indicated in the Contract
Documents, including tests and inspections indicated to be performed by the
Commissioning Authority.
E. Continuous Inspection of Workmanship: Describe process for continuous inspection
during construction to identify and correct deficiencies in workmanship in addition
to testing and inspection specified. Indicate types of corrective actions to be
required to bring work into compliance with standards of workmanship established
by Contract requirements and approved mockups.
F. Monitoring and Documentation: Maintain testing and inspection reports including
log of approved and rejected results. Include work Architect has indicated as
nonconforming or defective. Indicate corrective actions taken to bring
nonconforming work into compliance with requirements. Comply with requirements
of authorities having jurisdiction.
1.8 REPORTS AND DOCUMENTS
A. Test and Inspection Reports: Prepare and submit certified written reports specified
in other Sections. Include the following:
1. Date of issue.
2. Project title and number.
3. Name, address, and telephone number of testing agency.
4. Dates and locations of samples and tests or inspections.
5. Names of individuals making tests and inspections.
6. Description of the Work and test and inspection method.
7. Identification of product and Specification Section.
8. Complete test or inspection data.
9. Test and inspection results and an interpretation of test results.
10. Record of temperature and weather conditions at time of sample taking and
testing and inspecting.
11. Comments or professional opinion on whether tested or inspected Work
complies with the Contract Document requirements.
12. Name and signature of laboratory inspector.
13. Recommendations on retesting and reinspecting.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 5
11-13-19
B. Manufacturer's Technical Representative's Field Reports: Prepare written
information documenting manufacturer's technical representative's tests and
inspections specified in other Sections. Include the following:
1. Name, address, and telephone number of technical representative making
report.
2. Statement on condition of substrates and their acceptability for installation of
product.
3. Statement that products at Project site comply with requirements.
4. Summary of installation procedures being followed, whether they comply with
requirements and, if not, what corrective action was taken.
5. Results of operational and other tests and a statement of whether observed
performance complies with requirements.
6. Statement whether conditions, products, and installation will affect warranty.
7. Other required items indicated in individual Specification Sections.
C. Factory-Authorized Service Representative's Reports: Prepare written information
documenting manufacturer's factory-authorized service representative's tests and
inspections specified in other Sections. Include the following:
1. Name, address, and telephone number of factory-authorized service
representative making report.
2. Statement that equipment complies with requirements.
3. Results of operational and other tests and a statement of whether observed
performance complies with requirements.
4. Statement whether conditions, products, and installation will affect warranty.
5. Other required items indicated in individual Specification Sections.
D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits,
licenses, certifications, inspection reports, releases, jurisdictional settlements,
notices, receipts for fee payments, judgments, correspondence, records, and
similar documents, established for compliance with standards and regulations
bearing on performance of the Work.
1.9 QUALITY ASSURANCE
A. General: Qualifications paragraphs in this article establish the minimum
qualification levels required; individual Specification Sections specify additional
requirements.
B. Manufacturer Qualifications: A firm experienced in manufacturing products or
systems similar to those indicated for this Project and with a record of successful
in-service performance, as well as sufficient production capacity to produce
required units.
C. Fabricator Qualifications: A firm experienced in producing products similar to those
indicated for this Project and with a record of successful in-service performance, as
well as sufficient production capacity to produce required units.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 6
11-13-19
D. Installer Qualifications: A firm or individual experienced in installing, erecting, or
assembling work similar in material, design, and extent to that indicated for this
Project, whose work has resulted in construction with a record of successful in-
service performance.
E. Professional Engineer Qualifications: A professional engineer who is legally
qualified to practice in jurisdiction where Project is located and who is experienced
in providing engineering services of the kind indicated. Engineering services are
defined as those performed for installations of the system, assembly, or products
that are similar in material, design, and extent to those indicated for this Project.
F. Specialists: Certain Specification Sections require that specific construction
activities shall be performed by entities who are recognized experts in those
operations. Specialists shall satisfy qualification requirements indicated and shall
be engaged for the activities indicated. Requirements of authorities having
jurisdiction shall supersede requirements for specialists.
G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with
the experience and capability to conduct testing and inspecting indicated, as
documented according to ASTM E 329; and with additional qualifications specified in
individual Sections; and, where required by authorities having jurisdiction, that is
acceptable to authorities.
1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7.
2. NVLAP: A testing agency accredited according to NIST' National Voluntary
Laboratory Accreditation Program.
H. Manufacturer's Technical Representative Qualifications: An authorized
representative of manufacturer who is trained and approved by manufacturer to
observe and inspect installation of manufacturer's products that are similar in
material, design, and extent to those indicated for this Project.
I. Factory-Authorized Service Representative Qualifications: An authorized
representative of manufacturer who is trained and approved by manufacturer to
inspect installation of manufacturer's products that are similar in material, design,
and extent to those indicated for this Project.
J. Preconstruction Testing: Where testing agency is indicated to perform
preconstruction testing for compliance with specified requirements for performance
and test methods, comply with the following:
1. Contractor responsibilities include the following:
a. Provide test specimens representative of proposed products and
construction.
b. Submit specimens in a timely manner with sufficient time for testing
and analyzing results to prevent delaying the Work.
c. Build site-assembled test assemblies and mockups using installers who
will perform same tasks for Project.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 7
11-13-19
2. Testing Agency Responsibilities: Submit a certified written report of each
test, inspection, and similar quality-assurance service to Architect and
Commissioning Authority, with copy to Contractor. Interpret tests and
inspections and state in each report whether tested and inspected work
complies with or deviates from the Contract Documents.
1.10 QUALITY CONTROL
A. Owner Responsibilities: Where quality-control services are indicated as Owner's
responsibility, Owner will engage a qualified testing agency to perform these
services.
1. Owner will furnish Contractor with names, addresses, and telephone numbers
of testing agencies engaged and a description of types of testing and
inspecting they are engaged to perform.
2. Costs for retesting and reinspecting construction that replaces or is
necessitated by work that failed to comply with the Contract Documents will
be charged to Contractor.
B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner
are Contractor's responsibility. Perform additional quality-control activities required
to verify that the Work complies with requirements, whether specified or not.
1. Unless otherwise indicated, provide quality-control services specified and
those required by authorities having jurisdiction. Perform quality-control
services required of Contractor by authorities having jurisdiction, whether
specified or not.
2. Where services are indicated as Contractor's responsibility, engage a qualified
testing agency to perform these quality-control services. Contractor shall not
employ same entity engaged by Owner, unless agreed to in writing by Owner.
3. Notify testing agencies at least 24 hours in advance of time when Work that
requires testing or inspecting will be performed.
4. Where quality-control services are indicated as Contractor's responsibility,
submit a certified written report, in duplicate, of each quality-control service.
5. Testing and inspecting requested by Contractor and not required by the
Contract Documents are Contractor's responsibility.
6. Submit additional copies of each written report directly to authorities having
jurisdiction, when they so direct.
C. Manufacturer's Field Services: Where indicated, engage a factory-authorized
service representative to inspect field-assembled components and equipment
installation, including service connections. Report results in writing as specified in
Division 01 Section "Submittal Procedures."
D. Manufacturer's Technical Services: Where indicated, engage a manufacturer's
technical representative to observe and inspect the Work. Manufacturer's technical
representative's services include participation in preinstallation conferences,
examination of substrates and conditions, verification of materials, observation of
Installer activities, inspection of completed portions of the Work, and submittal of
written reports.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 8
11-13-19
E. Retesting/Reinspecting: Regardless of whether original tests or inspections were
Contractor's responsibility, provide quality-control services, including retesting and
reinspecting, for construction that replaced Work that failed to comply with the
Contract Documents.
F. Testing Agency Responsibilities: Cooperate with Architect, Commissioning
Authority and Contractor in performance of duties. Provide qualified personnel to
perform required tests and inspections.
1. Notify Architect, Commissioning Authority, and Contractor promptly of
irregularities or deficiencies observed in the Work during performance of its
services.
2. Determine the location from which test samples will be taken and in which in-
situ tests are conducted.
3. Conduct and interpret tests and inspections and state in each report whether
tested and inspected work complies with or deviates from requirements.
4. Submit a certified written report, in duplicate, of each test, inspection, and
similar quality-control service through Contractor.
5. Do not release, revoke, alter, or increase the Contract Document
requirements or approve or accept any portion of the Work.
6. Do not perform any duties of Contractor.
G. Associated Services: Cooperate with agencies performing required tests,
inspections, and similar quality-control services, and provide reasonable auxiliary
services as requested. Notify agency sufficiently in advance of operations to permit
assignment of personnel. Provide the following:
1. Access to the Work.
2. Incidental labor and facilities necessary to facilitate tests and inspections.
3. Adequate quantities of representative samples of materials that require
testing and inspecting. Assist agency in obtaining samples.
4. Facilities for storage and field curing of test samples.
5. Delivery of samples to testing agencies.
6. Preliminary design mix proposed for use for material mixes that require
control by testing agency.
7. Security and protection for samples and for testing and inspecting equipment
at Project site.
H. Coordination: Coordinate sequence of activities to accommodate required quality-
assurance and -control services with a minimum of delay and to avoid necessity of
removing and replacing construction to accommodate testing and inspecting.
Schedule times for tests, inspections, obtaining samples, and similar activities.
1.11 SPECIAL TESTS AND INSPECTIONS
A. Special Tests and Inspections: Owner will engage a qualified testing agency to
conduct special tests and inspections required by authorities having jurisdiction as
the responsibility of Owner, and as follows:
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 9
11-13-19
B. Special Tests and Inspections: Conducted by a qualified testing agency as required
by authorities having jurisdiction, as indicated in individual Specification Sections,
and as follows:
1. Verifying that manufacturer maintains detailed fabrication and quality-control
procedures and reviews the completeness and adequacy of those procedures
to perform the Work.
2. Notifying Architect, Commissioning Authority, and Contractor promptly of
irregularities and deficiencies observed in the Work during performance of its
services.
3. Submitting a certified written report of each test, inspection, and similar
quality-control service to Architect and Commissioning Authority with copy to
Contractor and to authorities having jurisdiction.
4. Submitting a final report of special tests and inspections at Substantial
Completion which includes a list of unresolved deficiencies.
5. Interpreting tests and inspections and stating in each report whether tested
and inspected work complies with or deviates from the Contract Documents.
6. Retesting and reinspecting corrected work.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.1 TEST AND INSPECTION LOG
A. Test and Inspection Log: Prepare a record of tests and inspections. Include the
following:
1. Date test or inspection was conducted.
2. Description of the Work tested or inspected.
3. Date test or inspection results were transmitted to Architect.
4. Identification of testing agency or special inspector conducting test or
inspection.
B. Maintain log at Project site. Post changes and revisions as they occur. Provide
access to test and inspection log for Architect's, Commissioning Authority's,
reference during normal working hours.
3.2 REPAIR AND PROTECTION
A. General:
1. On completion of testing, inspecting, sample taking, and similar services,
repair damaged construction and restore substrates and finishes.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 QUALITY REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 40 00 - 10
11-13-19
2. Provide materials and comply with installation requirements specified in other
Specification Sections or matching existing substrates and finishes. Restore
patched areas and extend restoration into adjoining areas with durable seams
that are as invisible as possible. Comply with the Contract Document
requirements for cutting and patching in Division 01 Section "Execution."
B. Protect construction exposed by or for quality-control service activities.
C. Repair and protection are Contractor's responsibility, regardless of the assignment
of responsibility for quality-control services.
END OF SECTION 01 40 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 TEMPORARY FACILITIES AND CONTROLS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 50 00 - 1
11-13-19
SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes requirements for temporary utilities, support facilities, and security
and protection facilities.
B. Related Requirements:
1. Section 01 10 00 "Summary" for work restrictions and limitations on utility
interruptions.
1.3 USE CHARGES
A. General: Installation and removal of and use charges for temporary facilities shall
be included in the Contract Sum unless otherwise indicated. Allow other entities to
use temporary services and facilities without cost, including, but not limited to,
building officials, testing agencies, and authorities having jurisdiction.
B. Water and Sewer Service from Existing System: Water from Owner's existing water
system is available for use without metering and without payment of use charges.
Provide connections and extensions of services as required for construction
operations.
C. Electric Power Service from Existing System: Electric power from Owner's existing
system is available for use without metering and without payment of use charges.
Provide connections and extensions of services as required for construction
operations.
1.4 INFORMATIONAL SUBMITTALS
A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking
areas for construction personnel.
B. Fire-Safety Program: Show compliance with requirements of NFPA 241 and
authorities having jurisdiction. Indicate Contractor personnel responsible for
management of fire-prevention program.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 TEMPORARY FACILITIES AND CONTROLS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 50 00 - 2
11-13-19
C. Moisture-Protection Plan: Describe procedures and controls for protecting materials
and construction from water absorption and damage.
D. Dust- and HVAC-Control Plan: Submit coordination drawing and narrative that
indicates the dust- and HVAC-control measures proposed for use, proposed
locations, and proposed time frame for their operation. Identify further options if
proposed measures are later determined to be inadequate.
1.5 PROJECT CONDITIONS
A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service
to assume responsibility for operation, maintenance, and protection of each
permanent service during its use as a construction facility before Owner's
acceptance, regardless of previously assigned responsibilities.
PART 2 - PRODUCTS
2.1 TEMPORARY FACILITIES
A. VCS has options to provide a temporary office facilities based on office availability.
Contractor shall provide pricing based on providing office space as a line item. VCS
may take an Alternate Bid Reduction for deletion of this requirement if provided by
the VCS.
B. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to
accommodate materials and equipment for construction operations.
1. Store combustible materials apart from building.
2.2 EQUIPMENT
A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as
required by locations and classes of fire exposures.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Locate facilities where they will serve Project adequately and result in minimum
interference with performance of the Work. Relocate and modify facilities as
required by progress of the Work.
1. Locate facilities to limit site disturbance as specified in Section 01 10 00
"Summary."
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 TEMPORARY FACILITIES AND CONTROLS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 50 00 - 3
11-13-19
B. Provide each facility ready for use when needed to avoid delay. Do not remove until
facilities are no longer needed or are replaced by authorized use of completed
permanent facilities.
3.2 TEMPORARY UTILITY INSTALLATION
A. General: Install temporary service or connect to existing service.
1. Arrange with utility company, Owner, and existing users for time when
service can be interrupted, if necessary, to make connections for temporary
services.
B. Water Service: Install water service and distribution piping in sizes and pressures
adequate for construction.
C. Water Service: Connect to Owner's existing water service facilities. Clean and
maintain water service facilities in a condition acceptable to Owner. At Substantial
Completion, restore these facilities to condition existing before initial use.
D. Electric Power Service: Connect to Owner's existing electric power service. Maintain
equipment in a condition acceptable to Owner.
E. Lighting: Provide temporary lighting with local switching that provides adequate
illumination for construction operations, observations, inspections, and traffic
conditions.
1. Install and operate temporary lighting that fulfills security and protection
requirements without operating entire system.
2. Install lighting for Project identification sign.
3.3 SUPPORT FACILITIES INSTALLATION
A. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and
paved areas in same location as permanent roads and paved areas. Construct and
maintain temporary roads and paved areas adequate for construction operations.
Extend temporary roads and paved areas, within construction limits indicated, as
necessary for construction operations.
1. Coordinate elevations of temporary roads and paved areas with permanent
roads and paved areas.
2. Prepare subgrade and install subbase and base for temporary roads and
paved areas according to Section 31 20 00 "Earth Moving."
3. Recondition base after temporary use, including removing contaminated
material, regrading, proofrolling, compacting, and testing.
4. Delay installation of final course of permanent hot-mix asphalt pavement until
immediately before Substantial Completion. Repair hot-mix asphalt base-
course pavement before installation of final course according to
Section 32 12 16 "Asphalt Paving."
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 TEMPORARY FACILITIES AND CONTROLS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 50 00 - 4
11-13-19
B. Traffic Controls: Comply with requirements of authorities having jurisdiction.
1. Protect existing site improvements to remain including curbs, pavement, and
utilities.
2. Maintain access for fire-fighting equipment and access to fire hydrants.
C. Parking: Provide temporary parking areas for construction personnel.
D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not
permitted.
1. Identification Signs: Provide Project identification signs as indicated on
Drawings.
2. Temporary Signs: Provide other signs as indicated and as required to inform
public and individuals seeking entrance to Project.
a. Provide temporary, directional signs for construction personnel and
visitors.
3. Maintain and touchup signs so they are legible at all times.
E. Waste Disposal Facilities: Comply with requirements specified in Section 01 74 19
"Construction Waste Management and Disposal."
F. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to
handle waste from construction operations. Comply with requirements of
authorities having jurisdiction. Comply with progress cleaning requirements in
Section 01 73 00 "Execution."
G. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel.
1. Truck cranes and similar devices used for hoisting materials are considered
"tools and equipment" and not temporary facilities.
3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION
A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures,
utilities, and other improvements at Project site and on adjacent properties, except
those indicated to be removed or altered. Repair damage to existing facilities.
B. Environmental Protection: Provide protection, operate temporary facilities, and
conduct construction as required to comply with environmental regulations and that
minimize possible air, waterway, and subsoil contamination or pollution or other
undesirable effects.
1. Comply with work restrictions specified in Section 01 10 00 "Summary."
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 TEMPORARY FACILITIES AND CONTROLS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 50 00 - 5
11-13-19
C. Pest Control: Engage pest-control service to recommend practices to minimize
attraction and harboring of rodents, roaches, and other pests and to perform
extermination and control procedures at regular intervals so Project will be free of
pests and their residues at Substantial Completion. Perform control operations
lawfully, using environmentally safe materials.
D. Temporary Fire Protection: Install and maintain temporary fire-protection facilities
of types needed to protect against reasonably predictable and controllable fire
losses. Comply with NFPA 241; manage fire-prevention program.
1. Prohibit smoking in construction areas.
2. No welding in crawl space allowed.
3. Develop and supervise an overall fire-prevention and -protection program for
personnel at Project site. Review needs with local fire department and
establish procedures to be followed. Instruct personnel in methods and
procedures. Post warnings and information.
3.5 OPERATION, TERMINATION, AND REMOVAL
A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize
waste and abuse, limit availability of temporary facilities to essential and intended
uses.
B. Maintenance: Maintain facilities in good operating condition until removal.
1. Maintain operation of temporary enclosures, heating, cooling, humidity
control, ventilation, and similar facilities on a 24-hour basis where required to
achieve indicated results and to avoid possibility of damage.
C. Operate Project-identification-sign lighting daily from dusk until 12:00 midnight.
END OF SECTION 01 50 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PRODUCT REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 60 00 - 1
11-13-19
SECTION 01 60 00 - PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 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. Division 01 Section "Substitution Procedures" for requests for substitutions.
1.3 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 that 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.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PRODUCT REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 60 00 - 2
11-13-19
1.4 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. Include data to indicate compliance with the requirements specified in
"Comparable Products" Article.
2. 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 Construction Manager 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 Division 01 Section "Submittal
Procedures."
b. Use product specified if Architect does not issue a decision on use of a
comparable product request within time allocated.
B. Basis-of-Design Product Specification Submittal: Comply with requirements in
Division 01 Section "Submittal Procedures." Show compliance with requirements.
1.5 QUALITY ASSURANCE
A. Compatibility of Options: If Contractor is given option of selecting between two or
more products for use on Project, select product compatible with products
previously selected, even if previously selected products were also options.
1. Each contractor is responsible for providing products and construction
methods compatible with products and construction methods of other
contractors.
2. If a dispute arises between contractors over concurrently selectable but
incompatible products, Architect will determine which products shall be used.
1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle products using means and methods that will prevent
damage, deterioration, and loss, including theft 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.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PRODUCT REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 60 00 - 3
11-13-19
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.
7. Provide a secure location and enclosure at Project site for storage of materials
and equipment by Owner's construction forces. Coordinate location with
Owner.
1.7 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to, and run concurrent
with, other warranties required by the Contract Documents. Manufacturer's
disclaimers and limitations on product warranties do not relieve Contractor of
obligations under requirements of the Contract Documents.
1. Manufacturer's Warranty: 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. See Divisions 02 through 33 Sections for specific content requirements and
particular requirements for submitting special warranties.
C. Submittal Time: Comply with requirements in Division 01 Section "Closeout
Procedures."
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PRODUCT REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 60 00 - 4
11-13-19
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.
6. Or Equal: For products specified by name and accompanied by the term "or
equal," or "or approved equal," or "or approved," comply with requirements in
"Comparable Products" Article to obtain approval for use of an unnamed
product.
B. Product Selection Procedures:
1. Product: Where Specifications name a single manufacturer and product,
provide the named product that complies with requirements. Comparable
products or substitutions for Contractor's convenience will not be considered.
2. Manufacturer/Source: Where Specifications name a single manufacturer or
source, provide a product by the named manufacturer or source that complies
with requirements. Comparable products or substitutions for Contractor's
convenience will not be considered.
3. Products:
a. Restricted List: Where Specifications include a list of names of both
manufacturers and products, provide one of the products listed that
complies with requirements. Comparable products or substitutions for
Contractor's convenience will not be considered unless an equitable
credit to the Owner is provided.
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.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PRODUCT REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 60 00 - 5
11-13-19
4. Manufacturers:
a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless an equitable credit to the Owner is provided.
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 Division 01 Section "Substitution Procedures" for proposal of product.
D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items.
2.2 COMPARABLE PRODUCTS
A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements:
1. Evidence that the proposed product does not require revisions to the Contract Documents that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work.
2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated.
3. Evidence that proposed product provides specified warranty.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PRODUCT REQUIREMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 60 00 - 6
11-13-19
4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested.
5. Samples, if requested.
PART 3 - EXECUTION (NOT USED)
END OF SECTION 01 60 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 1
11-13-19
SECTION 01 73 00 - EXECUTION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes general administrative and procedural requirements governing
execution of the Work including, but not limited to, the following:
1. Installation of the Work.
2. Cutting and patching.
3. Progress cleaning.
4. Protection of installed construction.
B. Related Requirements:
1. Section 01 10 00 "Summary" for limits on use of Project site.
2. Section 01 33 00 "Submittal Procedures" for submitting surveys.
3. Section 01 77 00 "Closeout Procedures" for submitting final property survey
with Project Record Documents, recording of Owner-accepted deviations from
indicated lines and levels, and final cleaning.
4. Section 02 41 19 "Selective Demolition" for demolition and removal of
selected portions of the building.
1.3 DEFINITIONS
A. Cutting: Removal of in-place construction necessary to permit installation or
performance of other work.
B. Patching: Fitting and repair work required to restore construction to original
conditions after installation of other work.
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For land surveyor.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 2
11-13-19
B. Cutting and Patching Plan: Submit plan describing procedures at least 5 days prior
to the time cutting and patching will be performed. Include the following
information:
1. Extent: Describe reason for and extent of each occurrence of cutting and
patching.
2. Changes to In-Place Construction: Describe anticipated results. Include
changes to structural elements and operating components as well as changes
in building appearance and other significant visual elements.
3. Products: List products to be used for patching and firms or entities that will
perform patching work.
4. Dates: Indicate when cutting and patching will be performed.
5. Utilities and Mechanical and Electrical Systems: List services and systems that
cutting and patching procedures will disturb or affect. List services and
systems that will be relocated and those that will be temporarily out of
service. Indicate length of time permanent services and systems will be
disrupted.
a. Include description of provisions for temporary services and systems
during interruption of permanent services and systems.
1.5 QUALITY ASSURANCE
A. Cutting and Patching: Comply with requirements for and limitations on cutting and
patching of construction elements.
1. Structural Elements: When cutting and patching structural elements, notify
Architect of locations and details of cutting and await directions from Architect
before proceeding. Shore, brace, and support structural elements during
cutting and patching. Do not cut and patch structural elements in a manner
that could change their load-carrying capacity or increase deflection.
2. Operational Elements: Do not cut and patch operating elements and related
components in a manner that results in reducing their capacity to perform as
intended or that results in increased maintenance or decreased operational
life or safety.
a. Primary operational systems and equipment.
b. Mechanical systems piping and ducts.
c. Fire-detection and -alarm systems.
3. Other Construction Elements: Do not cut and patch other construction
elements or components in a manner that could change their load-carrying
capacity, that results in reducing their capacity to perform as intended, or
that results in increased maintenance or decreased operational life or safety.
a. Water, moisture, or vapor barriers.
b. Membranes and flashings.
c. Exterior curtain-wall construction.
d. Sprayed fire-resistive material.
e. Equipment supports.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 3
11-13-19
f. Piping, ductwork, vessels, and equipment.
4. Visual Elements: Do not cut and patch construction in a manner that results
in visual evidence of cutting and patching. Do not cut and patch exposed
construction in a manner that would, in Architect's opinion, reduce the
building's aesthetic qualities. Remove and replace construction that has been
cut and patched in a visually unsatisfactory manner.
B. Manufacturer's Installation Instructions: Obtain and maintain on-site
manufacturer's written recommendations and instructions for installation of
products and equipment.
PART 2 - PRODUCTS
2.1 MATERIALS
A. General: Comply with requirements specified in other Sections.
B. In-Place Materials: Use materials for patching identical to in-place materials. For
exposed surfaces, use materials that visually match in-place adjacent surfaces to
the fullest extent possible.
1. If identical materials are unavailable or cannot be used, use materials that,
when installed, will provide a match acceptable to Architect for the visual and
functional performance of in-place materials.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Existing Conditions: The existence and location of underground and other utilities
and construction indicated as existing are not guaranteed. Before beginning
sitework, investigate and verify the existence and location of underground
utilities, mechanical and electrical systems, and other construction affecting the
Work.
1. Before construction, verify the location and invert elevation at points of
connection of sanitary sewer, storm sewer, and water-service piping;
underground electrical services, and other utilities.
2. Furnish location data for work related to Project that must be performed by
public utilities serving Project site.
B. Examination and Acceptance of Conditions: Before proceeding with each component
of the Work, examine substrates, areas, and conditions, with Installer or Applicator
present where indicated, for compliance with requirements for installation
tolerances and other conditions affecting performance. Record observations.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 4
11-13-19
1. Examine roughing-in for mechanical and electrical systems to verify actual
locations of connections before equipment and fixture installation.
2. Examine walls, floors, and roofs for suitable conditions where products and
systems are to be installed.
3. Verify compatibility with and suitability of substrates, including compatibility
with existing finishes or primers.
C. Written Report: Where a written report listing conditions detrimental to
performance of the Work is required by other Sections, include the following:
1. Description of the Work.
2. List of detrimental conditions, including substrates.
3. List of unacceptable installation tolerances.
4. Recommended corrections.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
Proceeding with the Work indicates acceptance of surfaces and conditions.
3.2 PREPARATION
A. Existing Utility Information: Furnish information to Owner that is necessary to
adjust, move, or relocate existing utility structures, utility poles, lines, services, or
other utility appurtenances located in or affected by construction. Coordinate with
authorities having jurisdiction.
B. Field Measurements: Take field measurements as required to fit the Work properly.
Recheck measurements before installing each product. Where portions of the Work
are indicated to fit to other construction, verify dimensions of other construction by
field measurements before fabrication. Coordinate fabrication schedule with
construction progress to avoid delaying the Work.
C. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
D. Review of Contract Documents and Field Conditions: Immediately on discovery of
the need for clarification of the Contract Documents caused by differing field
conditions outside the control of Contractor, submit a request for information to
Architect according to requirements in Section 01 31 00 "Project Management and
Coordination."
3.3 INSTALLATION
A. General: Locate the Work and components of the Work accurately, in correct
alignment and elevation, as indicated.
1. Make vertical work plumb and make horizontal work level.
2. Where space is limited, install components to maximize space available for
maintenance and ease of removal for replacement.
3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 5
11-13-19
4. Maintain minimum headroom clearance of 96 inches in occupied spaces and
90 inches in unoccupied spaces.
B. Comply with manufacturer's written instructions and recommendations for installing
products in applications indicated.
C. Install products at the time and under conditions that will ensure the best possible
results. Maintain conditions required for product performance until Substantial
Completion.
D. Conduct construction operations so no part of the Work is subjected to damaging
operations or loading in excess of that expected during normal conditions of
occupancy.
E. Sequence the Work and allow adequate clearances to accommodate movement of
construction items on site and placement in permanent locations.
F. Tools and Equipment: Do not use tools or equipment that produce harmful noise
levels.
G. Templates: Obtain and distribute to the parties involved templates for work
specified to be factory prepared and field installed. Check Shop Drawings of other
work to confirm that adequate provisions are made for locating and installing
products to comply with indicated requirements.
H. Attachment: Provide blocking and attachment plates and anchors and fasteners of
adequate size and number to securely anchor each component in place, accurately
located and aligned with other portions of the Work. Where size and type of
attachments are not indicated, verify size and type required for load conditions.
1. Mounting Heights: Where mounting heights are not indicated, mount
components at heights directed by Architect.
2. Allow for building movement, including thermal expansion and contraction.
3. Coordinate installation of anchorages. Furnish setting drawings, templates,
and directions for installing anchorages, including sleeves, concrete inserts,
anchor bolts, and items with integral anchors, that are to be embedded in
concrete or masonry. Deliver such items to Project site in time for installation.
I. Joints: Make joints of uniform width. Where joint locations in exposed work are not
indicated, arrange joints for the best visual effect. Fit exposed connections together
to form hairline joints.
J. Hazardous Materials: Use products, cleaners, and installation materials that are not
considered hazardous.
3.4 CUTTING AND PATCHING
A. Cutting and Patching, General: Employ skilled workers to perform cutting and
patching. Proceed with cutting and patching at the earliest feasible time, and
complete without delay.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 6
11-13-19
1. Cut in-place construction to provide for installation of other components or
performance of other construction, and subsequently patch as required to
restore surfaces to their original condition.
B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut
or damaged during installation or cutting and patching operations, by methods and
with materials so as not to void existing warranties.
C. Temporary Support: Provide temporary support of work to be cut.
D. Protection: Protect in-place construction during cutting and patching to prevent
damage. Provide protection from adverse weather conditions for portions of Project
that might be exposed during cutting and patching operations.
E. Adjacent Occupied Areas: Where interference with use of adjoining areas or
interruption of free passage to adjoining areas is unavoidable, coordinate cutting
and patching according to requirements in Section 01 10 00 "Summary."
F. Existing Utility Services and Mechanical/Electrical Systems: Where existing
services/systems are required to be removed, relocated, or abandoned, bypass
such services/systems before cutting to prevent interruption to occupied areas.
G. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding,
and similar operations, including excavation, using methods least likely to damage
elements retained or adjoining construction. If possible, review proposed
procedures with original Installer; comply with original Installer's written
recommendations.
1. In general, use hand or small power tools designed for sawing and grinding,
not hammering and chopping. Cut holes and slots neatly to minimum size
required, and with minimum disturbance of adjacent surfaces. Temporarily
cover openings when not in use.
2. Finished Surfaces: Cut or drill from the exposed or finished side into
concealed surfaces.
3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw
or a diamond-core drill.
4. Excavating and Backfilling: Comply with requirements in applicable Sections
where required by cutting and patching operations.
5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or
partitions to be removed. Cap, valve, or plug and seal remaining portion of
pipe or conduit to prevent entrance of moisture or other foreign matter after
cutting.
6. Proceed with patching after construction operations requiring cutting are
complete.
H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar
operations following performance of other work. Patch with durable seams that are
as invisible as practicable. Provide materials and comply with installation
requirements specified in other Sections, where applicable.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 7
11-13-19
1. Inspection: Where feasible, test and inspect patched areas after completion to
demonstrate physical integrity of installation.
2. Exposed Finishes: Restore exposed finishes of patched areas and extend
finish restoration into retained adjoining construction in a manner that will
minimize evidence of patching and refinishing.
a. Clean piping, conduit, and similar features before applying paint or
other finishing materials.
b. Restore damaged pipe covering to its original condition.
3. Floors and Walls: Where walls or partitions that are removed extend one
finished area into another, patch and repair floor and wall surfaces in the new
space. Provide an even surface of uniform finish, color, texture, and
appearance. Remove in-place floor and wall coverings and replace with new
materials, if necessary, to achieve uniform color and appearance.
a. Where patching occurs in a painted surface, prepare substrate and
apply primer and intermediate paint coats appropriate for substrate over
the patch, and apply final paint coat over entire unbroken surface
containing the patch. Provide additional coats until patch blends with
adjacent surfaces.
4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an
even-plane surface of uniform appearance.
5. Exterior Building Enclosure: Patch components in a manner that restores
enclosure to a weathertight condition and ensures thermal and moisture
integrity of building enclosure.
I. Cleaning: Clean areas and spaces where cutting and patching are performed.
Remove paint, mortar, oils, putty, and similar materials from adjacent finished
surfaces.
3.5 PROGRESS CLEANING
A. General: Clean Project site and work areas daily, including common areas. Enforce
requirements strictly. Dispose of materials lawfully.
1. Comply with requirements in NFPA 241 for removal of combustible waste
materials and debris.
2. Do not hold waste materials more than seven days during normal weather or
three days if the temperature is expected to rise above 80 deg F.
3. Containerize hazardous and unsanitary waste materials separately from other
waste. Mark containers appropriately and dispose of legally, according to
regulations.
a. Use containers intended for holding waste materials of type to be
stored.
4. Coordinate progress cleaning for joint-use areas where Contractor and other
contractors are working concurrently.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 EXECUTION
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 73 00 - 8
11-13-19
B. Site: Maintain Project site free of waste materials and debris.
C. Work Areas: Clean areas where work is in progress to the level of cleanliness
necessary for proper execution of the Work.
1. Remove liquid spills promptly.
2. Where dust would impair proper execution of the Work, broom-clean or
vacuum the entire work area, as appropriate.
D. Installed Work: Keep installed work clean. Clean installed surfaces according to
written instructions of manufacturer or fabricator of product installed, using only
cleaning materials specifically recommended. If specific cleaning materials are not
recommended, use cleaning materials that are not hazardous to health or property
and that will not damage exposed surfaces.
E. Concealed Spaces: Remove debris from concealed spaces before enclosing the
space.
F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as
necessary to ensure freedom from damage and deterioration at time of Substantial
Completion.
G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste
materials down sewers or into waterways. Comply with waste disposal
requirements in Section 01 50 00 "Temporary Facilities and Controls."
H. During handling and installation, clean and protect construction in progress and
adjoining materials already in place. Apply protective covering where required to
ensure protection from damage or deterioration at Substantial Completion.
I. Clean and provide maintenance on completed construction as frequently as
necessary through the remainder of the construction period. Adjust and lubricate
operable components to ensure operability without damaging effects.
J. Limiting Exposures: Supervise construction operations to assure that no part of the
construction, completed or in progress, is subject to harmful, dangerous,
damaging, or otherwise deleterious exposure during the construction period.
3.6 PROTECTION OF INSTALLED CONSTRUCTION
A. Provide final protection and maintain conditions that ensure installed Work is
without damage or deterioration at time of Substantial Completion.
B. Comply with manufacturer's written instructions for temperature and relative
humidity.
END OF SECTION 01 73 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CLOSEOUT PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 77 00 - 1
11-13-19
SECTION 01 77 00 - CLOSEOUT PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for contract closeout,
including, but not limited to, the following:
1. Substantial Completion procedures.
2. Final completion procedures.
3. Warranties.
4. Final cleaning.
5. Repair of the Work.
B. Related Requirements:
1. Division 01 Section "Execution" for progress cleaning of Project site.
2. Division 01 Section "Operation and Maintenance Data" for operation and
maintenance manual requirements.
3. Division 01 Section "Project Record Documents" for submitting record
Drawings, record Specifications, and record Product Data.
4. Divisions 02 through 33 Sections for specific closeout and special cleaning
requirements for the Work in those Sections.
1.3 ACTION SUBMITTALS
A. Product Data: For cleaning agents.
B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion.
C. Certified List of Incomplete Items: Final submittal at Final Completion.
1.4 CLOSEOUT SUBMITTALS
A. Certificates of Release: From authorities having jurisdiction.
B. Certificate of Insurance: For continuing coverage.
C. Field Report: For pest control inspection.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CLOSEOUT PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 77 00 - 2
11-13-19
1.5 MAINTENANCE MATERIAL SUBMITTALS
A. Schedule of Maintenance Material Items: For maintenance material submittal items
specified in other Sections.
1.6 SUBSTANTIAL COMPLETION PROCEDURES
A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be
completed and corrected (Contractor's punch list), indicating the value of each item
on the list and reasons why the Work is incomplete.
B. Submittals Prior to Substantial Completion: Complete the following a minimum of
10 days prior to requesting inspection for determining date of Substantial
Completion. List items below that are incomplete at time of request.
1. Certificates of Release: Obtain and submit releases from authorities having
jurisdiction permitting Owner unrestricted use of the Work and access to
services and utilities. Include occupancy permits, operating certificates, and
similar releases.
2. Submit closeout submittals specified in other Division 01 Sections, including
project record documents, operation and maintenance manuals, final
completion construction photographic documentation, damage or settlement
surveys, property surveys, and similar final record information.
3. Submit closeout submittals specified in individual Divisions 02 through 33
Sections, including specific warranties, workmanship bonds, maintenance
service agreements, final certifications, and similar documents.
4. Submit maintenance material submittals specified in individual
Divisions 02 through 33 Sections, including tools, spare parts, extra
materials, and similar items, and deliver to location designated by Architect.
Label with manufacturer's name and model number where applicable.
a. Schedule of Maintenance Material Items: Prepare and submit schedule
of maintenance material submittal items, including name and quantity
of each item and name and number of related Specification Section.
Obtain EFSC Project Manager’s signature for receipt of submittals.
5. Submit test/adjust/balance records.
6. Submit sustainable design submittals required in Division 01 sustainable
design requirements Section and in individual Division 02 through 33
Sections.
7. Submit changeover information related to Owner's occupancy, use, operation,
and maintenance.
C. Procedures Prior to Substantial Completion: Complete the following a minimum of
10 days prior to requesting inspection for determining date of Substantial
Completion. List items below that are incomplete at time of request.
1. Advise Owner of pending insurance changeover requirements.
2. Make final changeover of permanent locks and deliver keys to Owner. Advise
Owner's personnel of changeover in security provisions.
3. Complete startup and testing of systems and equipment.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CLOSEOUT PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 77 00 - 3
11-13-19
4. Perform preventive maintenance on equipment used prior to Substantial
Completion.
5. Instruct Owner's personnel in operation, adjustment, and maintenance of
products, equipment, and systems. Submit demonstration and training video
recordings specified in Division 01 Section "Demonstration and Training."
6. Advise Owner of changeover in heat and other utilities.
7. Participate with Owner in conducting inspection and walkthrough with local
emergency responders.
8. Terminate and remove temporary facilities from Project site, along with
mockups, construction tools, and similar elements.
9. Complete final cleaning requirements, including touchup painting.
10. Touch up and otherwise repair and restore marred exposed finishes to
eliminate visual defects.
D. Inspection: Submit a written request for inspection to determine Substantial
Completion a minimum of 10 days prior to date the work will be completed and
ready for final inspection and tests. On receipt of request, Architect and EFSC
Project Manager will either proceed with inspection or notify Contractor of
unfulfilled requirements. Architect will prepare the Certificate of Substantial
Completion after inspection or will notify Contractor of items, either on Contractor's
list or additional items identified by Architect, that must be completed or corrected
before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous
inspections as incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for final
completion.
1.7 FINAL COMPLETION PROCEDURES
A. Submittals Prior to Final Completion: Before requesting final inspection for
determining final completion, complete the following:
1. Submit a final Application for Payment according to Division 01 Section
"Payment Procedures."
2. Certified List of Incomplete Items: Submit certified copy of Architect's
Substantial Completion inspection list of items to be completed or corrected
(punch list), endorsed and dated by Architect. Certified copy of the list shall
state that each item has been completed or otherwise resolved for
acceptance.
3. Certificate of Insurance: Submit evidence of final, continuing insurance
coverage complying with insurance requirements.
4. Submit pest-control final inspection report.
B. Inspection: Submit a written request for final inspection to determine acceptance a
minimum of ten days prior to date the work will be completed and ready for final
inspection and tests. On receipt of request, Architect and Eastern Florida State
College Project Manager will either proceed with inspection or notify Contractor of
unfulfilled requirements. Architect will prepare a final Certificate for Payment after
inspection or will notify Contractor of construction that must be completed or
corrected before certificate will be issued.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CLOSEOUT PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 77 00 - 4
11-13-19
1. Reinspection: Request reinspection when the Work identified in previous
inspections as incomplete is completed or corrected.
1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST)
A. Organization of List: Include name and identification of each space and area
affected by construction operations for incomplete items and items needing
correction including, if necessary, areas disturbed by Contractor that are outside
the limits of construction. Architect will supply a form for use.
1. Organize list of spaces in sequential order, starting with exterior areas first
and proceeding from lowest floor to highest floor.
2. Organize items applying to each space by major element, including categories
for ceiling, individual walls, floors, equipment, and building systems.
3. Include the following information at the top of each page:
a. Project name.
b. Date.
c. Name of Architect and EFSC Project Manager.
d. Name of Construction Manager.
e. Page number.
4. Submit list of incomplete items in the following format:
a. MS Excel electronic file. Architect will return annotated file.
b. PDF electronic file. Architect will return annotated file.
1.9 SUBMITTAL OF PROJECT WARRANTIES
A. Time of Submittal: Submit written warranties on request of Architect for
designated portions of the Work where commencement of warranties other than
date of Substantial Completion is indicated, or when delay in submittal of
warranties might limit Owner's rights under warranty.
B. Partial Occupancy: Submit properly executed warranties within 15 days of
completion of designated portions of the Work that are completed and occupied or
used by Owner during construction period by separate agreement with Contractor.
C. Organize warranty documents into an orderly sequence based on the table of
contents of Project Manual.
1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-
leaf binders, thickness as necessary to accommodate contents, and sized to
receive 8-1/2-by-11-inch paper.
2. Provide heavy paper dividers with plastic-covered tabs for each separate
warranty. Mark tab to identify the product or installation. Provide a typed
description of the product or installation, including the name of the product
and the name, address, and telephone number of Installer.
3. Identify each binder on the front and spine with the typed or printed title
"WARRANTIES," Project name, and name of Contractor.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CLOSEOUT PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 77 00 - 5
11-13-19
4. Warranty Electronic File: Scan warranties and bonds and assemble complete
warranty and bond submittal package into a single indexed electronic PDF file
with links enabling navigation to each item. Provide bookmarked table of
contents at beginning of document.
D. Provide additional copies of each warranty to include in operation and maintenance
manuals.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Cleaning Agents: Use cleaning materials and agents recommended by
manufacturer or fabricator of the surface to be cleaned. Do not use cleaning
agents that are potentially hazardous to health or property or that might damage
finished surfaces.
PART 3 - EXECUTION
3.1 FINAL CLEANING
A. General: Perform final cleaning. Conduct cleaning and waste-removal operations
to comply with local laws and ordinances and Federal and local environmental and
antipollution regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning.
Clean each surface or unit to condition expected in an average commercial building
cleaning and maintenance program. Comply with manufacturer's written
instructions.
1. Complete the following cleaning operations before requesting inspection for
certification of Substantial Completion for entire Project or for a designated
portion of Project:
a. Clean Project site, yard, and grounds, in areas disturbed by construction
activities, including landscape development areas, of rubbish, waste
material, litter, and other foreign substances.
b. Sweep paved areas broom clean. Remove petrochemical spills, stains,
and other foreign deposits.
c. Rake grounds that are neither planted nor paved to a smooth, even-
textured surface.
d. Remove tools, construction equipment, machinery, and surplus material
from Project site.
e. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free
condition, free of stains, films, and similar foreign substances. Avoid
disturbing natural weathering of exterior surfaces. Restore reflective
surfaces to their original condition.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 CLOSEOUT PROCEDURES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 77 00 - 6
11-13-19
f. Remove debris and surface dust from limited access spaces, including
roofs, plenums, shafts, trenches, equipment vaults, manholes, attics,
and similar spaces.
g. Sweep concrete floors broom clean in unoccupied spaces.
h. Wipe surfaces of mechanical and electrical equipment and similar
equipment. Remove excess lubrication, paint and mortar droppings,
and other foreign substances.
i. Clean plumbing fixtures to a sanitary condition, free of stains, including
stains resulting from water exposure.
j. Leave Project clean and ready for occupancy.
C. Pest Control: Comply with pest control requirements in Division 01 Section
"Temporary Facilities and Controls." Prepare written report.
3.2 REPAIR OF THE WORK
A. Complete repair and restoration operations before requesting inspection for
determination of Substantial Completion.
B. Repair or remove and replace defective construction. Repairing includes replacing
defective parts, refinishing damaged surfaces, touching up with matching materials,
and properly adjusting operating equipment. Where damaged or worn items
cannot be repaired or restored, provide replacements. Remove and replace
operating components that cannot be repaired. Restore damaged construction and
permanent facilities used during construction to specified condition.
1. Touch up and otherwise repair and restore marred or exposed finishes and
surfaces. Replace finishes and surfaces that that already show evidence of
repair or restoration. Do not paint over "UL" and other required labels and
identification, including mechanical and electrical nameplates. Remove paint
applied to required labels and identification.
2. Replace parts subject to operating conditions during construction that may
impede operation or reduce longevity.
END OF SECTION 01 77 00
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 OPERATION AND MAINTENANCE DATA
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 23 - 1
11-13-19
SECTION 01 78 23 - OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for preparing
operation and maintenance manuals, including the following:
1. Operation and maintenance documentation directory.
2. Product maintenance manuals.
B. Related Requirements:
1. Division 01 Section "Submittal Procedures" for submitting copies of submittals
for operation and maintenance manuals.
2. Divisions 02 through 33 Sections for specific operation and maintenance
manual requirements for the Work in those Sections.
1.3 DEFINITIONS
A. System: An organized collection of parts, equipment, or subsystems united by
regular interaction.
B. Subsystem: A portion of a system with characteristics similar to a system.
1.4 CLOSEOUT SUBMITTALS
A. Manual Content: Operations and maintenance manual content is specified in
individual Specification Sections to be reviewed at the time of Section submittals.
Submit reviewed manual content formatted and organized as required by this
Section.
1. Where applicable, clarify and update reviewed manual content to correspond
to revisions and field conditions.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 OPERATION AND MAINTENANCE DATA
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 23 - 2
11-13-19
B. Format: Submit operations and maintenance manuals in the following format:
1. PDF electronic file. Assemble each manual into a composite electronically
indexed file. Submit on digital media acceptable to Architect.
a. Name each indexed document file in composite electronic index with
applicable item name. Include a complete electronically linked
operation and maintenance directory.
b. Enable inserted reviewer comments on draft submittals.
2. Three paper copies. Include a complete operation and maintenance directory.
Enclose title pages and directories in clear plastic sleeves. Architect will
return two copies.
C. Initial Manual Submittal: Submit draft copy of each manual at least 30 days before
commencing demonstration and training. Architect and Commissioning Authority
will comment on whether general scope and content of manual are acceptable.
D. Final Manual Submittal: Submit each manual in final form prior to requesting
inspection for Substantial Completion and at least 15 days before commencing
demonstration and training. Architect and Commissioning Authority will return
copy with comments.
1. Correct or revise each manual to comply with Architect's and Commissioning
Authority's comments. Submit copies of each corrected manual within 15
days of receipt of Architect's and Commissioning Authority's comments and
prior to commencing demonstration and training.
PART 2 - PRODUCTS
2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY
A. Directory: Prepare a single, comprehensive directory of emergency, operation, and
maintenance data and materials, listing items and their location to facilitate ready
access to desired information. Include a section in the directory for each of the
following:
1. List of documents.
2. List of systems.
3. List of equipment.
4. Table of contents.
B. List of Systems and Subsystems: List systems alphabetically. Include references
to operation and maintenance manuals that contain information about each system.
C. Tables of Contents: Include a table of contents for each emergency, operation, and
maintenance manual.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 OPERATION AND MAINTENANCE DATA
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 23 - 3
11-13-19
D. Identification: In the documentation directory and in each operation and
maintenance manual, identify each system, subsystem, and piece of equipment
with same designation used in the Contract Documents. If no designation exists,
assign a designation according to ASHRAE Guideline 4, "Preparation of Operating
and Maintenance Documentation for Building Systems."
2.2 OPERATION MANUALS
A. Content: In addition to requirements in this Section, include operation data
required in individual Specification Sections and the following information:
1. System, subsystem, and equipment descriptions. Use designations for
systems and equipment indicated on Contract Documents.
2. Performance and design criteria if Contractor has delegated design
responsibility.
3. Piped system diagrams.
4. Precautions against improper use.
5. License requirements including inspection and renewal dates.
2.3 PRODUCT MAINTENANCE MANUALS
A. Content: Organize manual into a separate section for each product, material, and
finish. Include source information, product information, maintenance procedures,
repair materials and sources, and warranties and bonds, as described below.
B. Source Information: List each product included in the manual identified by product
name and arranged to match manual's table of contents. For each product, list
name, address, and telephone number of Installer or supplier and maintenance
service agent, and cross-reference Specification Section number and title in Project
Manual and drawing or schedule designation or identifier where applicable.
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture.
4. Material and chemical composition.
5. Reordering information for specially manufactured products.
D. Maintenance Procedures: Include manufacturer's written recommendations and the
following:
1. Inspection procedures.
2. Types of cleaning agents to be used and methods of cleaning.
3. List of cleaning agents and methods of cleaning detrimental to product.
4. Schedule for routine cleaning and maintenance.
5. Repair instructions.
E. Repair Materials and Sources: Include lists of materials and local sources of
materials and related services.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 OPERATION AND MAINTENANCE DATA
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 23 - 4
11-13-19
F. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
Include procedures to follow and required notifications for warranty claims.
2.4 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS
A. Content: For each system, subsystem, and piece of equipment not part of a
system, include source information, manufacturers' maintenance documentation,
maintenance procedures, maintenance and service schedules, spare parts list and
source information, maintenance service contracts, and warranty and bond
information, as described below.
B. Source Information: List each system, subsystem, and piece of equipment included
in the manual identified by product name and arranged to match manual's table of
contents. For each product, list name, address, and telephone number of Installer
or supplier and maintenance service agent, and cross-reference Specification
Section number and title in Project Manual and drawing or schedule designation or
identifier where applicable.
C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance
documentation including the following information for each component part or piece
of equipment:
1. Standard maintenance instructions and bulletins.
2. Drawings, diagrams, and instructions required for maintenance, including
disassembly and component removal, replacement, and assembly.
3. Identification and nomenclature of parts and components.
4. List of items recommended to be stocked as spare parts.
D. Maintenance Procedures: Include the following information and items that detail
essential maintenance procedures:
1. Test and inspection instructions.
2. Troubleshooting guide.
3. Precautions against improper maintenance.
4. Disassembly; component removal, repair, and replacement; and reassembly
instructions.
5. Aligning, adjusting, and checking instructions.
E. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
Include procedures to follow and required notifications for warranty claims.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 OPERATION AND MAINTENANCE DATA
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 23 - 5
11-13-19
PART 3 - EXECUTION
3.1 MANUAL PREPARATION
A. Operation and Maintenance Documentation Directory: Prepare a separate manual
that provides an organized reference to emergency, operation, and maintenance
manuals.
B. Product Maintenance Manual: Assemble a complete set of maintenance data
indicating care and maintenance of each product, material, and finish incorporated
into the Work.
C. Manufacturers' Data: Where manuals contain manufacturers' standard printed
data, include only sheets pertinent to product or component installed. Mark each
sheet to identify each product or component incorporated into the Work. If data
include more than one item in a tabular format, identify each item using
appropriate references from the Contract Documents. Identify data applicable to
the Work and delete references to information not applicable.
1. Prepare supplementary text if manufacturers' standard printed data are not
available and where the information is necessary for proper operation and
maintenance of equipment or systems.
D. Drawings: Prepare drawings supplementing manufacturers' printed data to
illustrate the relationship of component parts of equipment and systems and to
illustrate control sequence and flow diagrams. Coordinate these drawings with
information contained in record Drawings to ensure correct illustration of completed
installation.
1. Do not use original project record documents as part of operation and
maintenance manuals.
2. Comply with requirements of newly prepared record Drawings in Division 01
Section "Project Record Documents."
E. Comply with Division 01 Section "Closeout Procedures" for schedule for submitting
operation and maintenance documentation.
END OF SECTION 01 78 23
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PROJECT RECORD DOCUMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 39 - 1
11-13-19
SECTION 01 78 39 - PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 01 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for project record
documents, including the following:
1. Record Product Data.
2. Miscellaneous record submittals.
B. Related Requirements:
1. Division 01 Section "Execution" for final property survey.
2. Division 01 Section "Closeout Procedures" for general closeout procedures.
3. Division 01 Section "Operation and Maintenance Data" for operation and
maintenance manual requirements.
4. Divisions 02 through 33 Sections for specific requirements for project record
documents of the Work in those Sections.
1.3 CLOSEOUT SUBMITTALS
A. Record Drawings: Comply with the following:
1. Number of Copies: Submit copies of record Drawings as follows:
a. Initial Submittal:
1) Submit one paper-copy set of marked-up record prints.
2) Submit PDF electronic files of scanned record prints and one of file
prints.
3) Submit record digital data files and one set of plots.
4) Architect will indicate whether general scope of changes,
additional information recorded, and quality of drafting are
acceptable.
b. Final Submittal:
1) Submit two paper-copy sets of marked-up record prints.
2) Submit PDF electronic files of scanned record prints on record CD.
3) Print each drawing, whether or not changes and additional
information were recorded.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PROJECT RECORD DOCUMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 39 - 2
11-13-19
4) Submit record digital data files and two (2) sets of plotted files.
Provide all digital data files on record CD to Owner.
B. Record Specifications: Submit one paper copy and annotated PDF electronic files of
Project's Specifications, including addenda and contract modifications.
C. Record Product Data: Submit one paper copy and annotated PDF electronic files
and directories of each submittal. Where record Product Data are required as part
of operation and maintenance manuals, submit duplicate marked-up Product Data
as a component of manual.
D. Miscellaneous Record Submittals: See other Specification Sections for
miscellaneous record-keeping requirements and submittals in connection with
various construction activities. Submit one paper copy and annotated PDF
electronic files and directories of each submittal.
E. Reports: Submit written report weekly indicating items incorporated into project
record documents concurrent with progress of the Work, including revisions,
concealed conditions, field changes, product selections, and other notations
incorporated.
PART 2 - PRODUCTS
2.1 RECORD PRODUCT DATA
A. Preparation: Mark Product Data to indicate the actual product installation where
installation varies substantially from that indicated in Product Data submittal.
1. Give particular attention to information on concealed products and
installations that cannot be readily identified and recorded later.
2. Include significant changes in the product delivered to Project site and
changes in manufacturer's written instructions for installation.
3. Note related Change Orders, record Specifications, and record Drawings
where applicable.
B. Format: Submit record Product Data as one paper copy and scanned PDF
electronic file(s) of marked-up paper copy of Product Data.
1. Include record Product Data directory organized by Specification Section
number and title, electronically linked to each item of record Product Data.
2.2 MISCELLANEOUS RECORD SUBMITTALS
A. Assemble miscellaneous records required by other Specification Sections for
miscellaneous record keeping and submittal in connection with actual performance
of the Work. Bind or file miscellaneous records and identify each, ready for
continued use and reference.
RJ LONGSTREET ELEMENTARY SCHOOL
PAVILION
VCS PROJECT NO. 194766 PROJECT RECORD DOCUMENTS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 01 78 39 - 3
11-13-19
B. Format: Submit miscellaneous record submittals as one paper copy and a scanned
PDF electronic file of marked-up miscellaneous record submittals. Include
miscellaneous record submittals directory organized by Specification Section
number and title, electronically linked to each item of miscellaneous record
submittals.
PART 3 - EXECUTION
3.1 RECORDING AND MAINTENANCE
A. Recording: Maintain one copy of each submittal during the construction period for
project record document purposes. Post changes and revisions to project record
documents as they occur; do not wait until end of Project.
B. Maintenance of Record Documents and Samples: Store record documents and
Samples in the field office apart from the Contract Documents used for
construction. Do not use project record documents for construction purposes.
Maintain record documents in good order and in a clean, dry, legible condition,
protected from deterioration and loss. Provide access to project record documents
for Architect's and VCS Project Manager’s reference during normal working hours.
END OF SECTION 01 78 39
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 1
11-13-19
SECTION 03 30 00 - CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. Section Includes:
1. Cast-in-place concrete, including concrete materials, mixture design,
placement procedures, and finishes.
1.3 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or more
of the following: blended hydraulic cement, fly ash, slag cement, other pozzolans,
and silica fume; materials subject to compliance with requirements.
B. Water/Cement Ratio (w/cm): The ratio by weight of water to cementitious
materials.
1.4 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.
1. Require representatives of each entity directly concerned with cast-in-place
concrete to attend, including the following:
a. Contractor's superintendent.
b. Independent testing agency responsible for concrete design mixtures.
c. Ready-mix concrete manufacturer.
d. Concrete Subcontractor.
e. Special concrete finish Subcontractor.
2. Review the following:
a. Special inspection and testing and inspecting agency procedures for field
quality control.
b. Construction joints, control joints, isolation joints, and joint-filler strips.
c. Semirigid joint fillers.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 2
11-13-19
d. Anchor rod and anchorage device installation tolerances.
e. Cold and hot weather concreting procedures.
f. Concrete finishes and finishing.
g. Curing procedures.
h. Forms and form-removal limitations.
i. Shoring and reshoring procedures.
j. Methods for achieving specified floor and slab flatness and levelness.
k. Floor and slab flatness and levelness measurements.
l. Concrete repair procedures.
m. Concrete protection.
1.5 ACTION SUBMITTALS
A. Product Data: For each of the following.
1. Portland cement.
2. Fly ash.
3. Slag cement.
4. Blended hydraulic cement.
5. Silica fume.
6. Performance-based hydraulic cement
7. Aggregates.
8. Admixtures:
a. Include limitations of use, including restrictions on cementitious
materials, supplementary cementitious materials, air entrainment,
aggregates, temperature at time of concrete placement, relative
humidity at time of concrete placement, curing conditions, and use of
other admixtures.
9. Color pigments.
10. Fiber reinforcement.
11. Vapor retarders.
12. Floor and slab treatments.
13. Liquid floor treatments.
14. Curing materials.
a. Include documentation from color pigment manufacturer, indicating that
proposed methods of curing are recommended by color pigment
manufacturer.
15. Joint fillers.
16. Repair materials.
B. Design Mixtures: For each concrete mixture, include the following:
1. Mixture identification.
2. Minimum 28-day compressive strength.
3. Maximum w/cm.
4. Slump limit.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 3
11-13-19
5. Air content.
6. Nominal maximum aggregate size.
7. Synthetic micro-fiber content.
8. Indicate amounts of mixing water to be withheld for later addition at Project
site if permitted.
9. Submit alternate design mixtures when characteristics of materials, Project
conditions, weather, test results, or other circumstances warrant
adjustments.
C. Shop Drawings:
1. Construction Joint Layout: Indicate proposed construction joints required to
construct the structure.
2. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication,
bending, and placement. Include bar sizes, lengths, material, grade, bar
schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and
laps, mechanical connections, tie spacing, hoop spacing, and supports for
concrete reinforcement.
1.6 INFORMATIONAL SUBMITTALS
A. Material Certificates: For each of the following, signed by manufacturers:
1. Cementitious materials.
2. Admixtures.
3. Form materials and form-release agents.
4. Fiber reinforcement.
5. Steel reinforcement and accessories.
6. Curing compounds.
7. Floor and slab treatments.
8. Bonding agents.
9. Adhesives.
10. Semirigid joint filler.
11. Joint-filler strips.
12. Repair materials.
B. Material Test Reports: For the following, from a qualified testing agency:
1. Aggregates.
C. Floor surface flatness and levelness measurements report, indicating compliance
with specified tolerances.
1.7 QUALITY ASSURANCE
A. Installer Qualifications: A qualified installer who employs Project personnel qualified
as a ACI-certified Flatwork Technician and Finisher and a supervisor who is a
certified ACI Flatwork Concrete Finisher/Technician or an ACI Concrete Flatwork
Technician.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 4
11-13-19
1. Post-Installed Concrete Anchors Installers: ACI-certified Adhesive Anchor
Installer.
B. Ready-Mixed Concrete Manufacturer Qualifications: A firm experienced in
manufacturing ready-mixed concrete products and that complies with
ASTM C94/C94M requirements for production facilities and equipment.
1. Manufacturer certified in accordance with NRMCA's "Certification of Ready
Mixed Concrete Production Facilities."
C. Laboratory Testing Agency Qualifications: A testing agency qualified in accordance
with ASTM C1077 and ASTM E329 for testing indicated, and employing an ACI-
certified Concrete Quality Control Technical Manager.
1. Personnel performing laboratory tests shall be an ACI-certified Concrete
Strength Testing Technician and Concrete Laboratory Testing Technician,
Grade I. Testing agency laboratory supervisor shall be an ACI-certified
Concrete Laboratory Testing Technician, Grade II.
D. Field Quality Control Testing Agency Qualifications: An independent agency,
qualified in accordance with ASTM C1077 and ASTM E329 for testing indicated.
1. Personnel conducting field tests shall be qualified as an ACI Concrete Field
Testing Technician, Grade 1, in accordance with ACI CPP 610.1 or an
equivalent certification program.
1.8 PRECONSTRUCTION TESTING
A. Preconstruction Testing Service: Engage a qualified testing agency to perform
preconstruction testing on each concrete mixture.
1. Include the following information in each test report:
a. Admixture dosage rates.
b. Slump.
c. Air content.
d. Seven-day compressive strength.
e. 28-day compressive strength.
f. Permeability.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Comply with ASTM C94/C94M and ACI 301.
1.10 FIELD CONDITIONS
A. Cold-Weather Placement: Comply with ACI 301 and ACI 306.1 and as follows.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 5
11-13-19
1. Protect concrete work from physical damage or reduced strength that could
be caused by frost, freezing actions, or low temperatures.
2. When average high and low temperature is expected to fall below 40 deg F
for three successive days, maintain delivered concrete mixture temperature
within the temperature range required by ACI 301.
3. Do not use frozen materials or materials containing ice or snow.
4. Do not place concrete in contact with surfaces less than 35 deg F, other than
reinforcing steel.
5. Do not use calcium chloride, salt, or other materials containing antifreeze
agents or chemical accelerators unless otherwise specified and approved in
mixture designs.
B. Hot-Weather Placement: Comply with ACI 301 and ACI 305.1, and as follows:
1. Maintain concrete temperature at time of discharge to not exceed 95 deg F.
2. Fog-spray forms, steel reinforcement, and subgrade just before placing
concrete. Keep subgrade uniformly moist without standing water, soft spots,
or dry areas.
PART 2 - PRODUCTS
2.1 CONCRETE, GENERAL
A. ACI Publications: Comply with the following unless modified by requirements in the
Contract Documents:
1. ACI 301.
2.2 CONCRETE MATERIALS
A. Source Limitations:
1. Obtain each type or class of cementitious material of the same brand from the
same manufacturer's plant.
2. Obtain aggregate from single source.
3. Obtain each type of admixture from single source from single manufacturer.
B. Cementitious Materials:
1. Portland Cement: ASTM C150/C150M, Type I/II.
2. Fly Ash: ASTM C618, Class C or F.
3. Slag Cement: ASTM C989/C989M, Grade 100 or 120.
C. Normal-Weight Aggregates: ASTM C33/C33M, coarse aggregate or better, graded.
Provide aggregates from a single source.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 6
11-13-19
1. Alkali-Silica Reaction: Comply with one of the following:
a. Expansion Result of Aggregate: Not more than 0.04 percent at one-year
when tested in accordance with ASTM C1293.
b. Expansion Results of Aggregate and Cementitious Materials in
Combination: Not more than 0.10 percent at an age of 16 days when
tested in accordance with ASTM C1567.
c. Alkali Content in Concrete: Not more than 4 lb./cu. yd. for moderately
reactive aggregate or 3 lb./cu. yd. for highly reactive aggregate, when
tested in accordance with ASTM C1293 and categorized in accordance
with ASTM C1778, based on alkali content being calculated in
accordance with ACI 301.
2. Maximum Coarse-Aggregate Size: 1-1/2 inches nominal.
3. Fine Aggregate: Free of materials with deleterious reactivity to alkali in
cement.
D. Air-Entraining Admixture: ASTM C260/C260M.
E. Chemical Admixtures: Certified by manufacturer to be compatible with other
admixtures that do not contribute water-soluble chloride ions exceeding those
permitted in hardened concrete. Do not use calcium chloride or admixtures
containing calcium chloride.
1. Water-Reducing Admixture: ASTM C494/C494M, Type A.
2. Retarding Admixture: ASTM C494/C494M, Type B.
3. Water-Reducing and -Retarding Admixture: ASTM C494/C494M, Type D.
4. High-Range, Water-Reducing Admixture: ASTM C494/C494M, Type F.
5. High-Range, Water-Reducing and -Retarding Admixture: ASTM C494/C494M,
Type G.
6. Plasticizing and Retarding Admixture: ASTM C1017/C1017M, Type II.
F. Water and Water Used to Make Ice: ASTM C94/C94M, potable.
2.3 CURING MATERIALS
A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for
application to fresh concrete.
B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf,
weighing approximately 9 oz./sq. yd. when dry.
C. Moisture-Retaining Cover: ASTM C171, polyethylene film burlap-polyethylene
sheet.
1. Color:
a. Ambient Temperature Above 85 deg F: White.
D. Water: Potable or complying with ASTM C1602/C1602M.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 7
11-13-19
E. Clear, Waterborne, Membrane-Forming, Dissipating Curing Compound: ASTM C309,
Type 1, Class B.
F. Clear, Waterborne, Membrane-Forming, Curing and Sealing Compound:
ASTM C1315, Type 1, Class A.
1. VOC Content: Curing and sealing compounds shall have a VOC content of
200 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA
Method 24
2.4 RELATED MATERIALS
A. Expansion- and Isolation-Joint-Filler Strips: ASTM D1751, asphalt-saturated
cellulosic fiber or ASTM D1752, cork or self-expanding cork.
B. Semirigid Joint Filler: Two-component, semirigid, 100 percent solids, in accordance
with ASTM D2240.
C. Bonding Agent: ASTM C1059/C1059M, Type II, nonredispersible, acrylic emulsion
or styrene butadiene.
2.5 REPAIR MATERIALS
A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that
can be applied in thicknesses from 1/8 inch and that can be feathered at edges to
match adjacent floor elevations.
1. Cement Binder: ASTM C150/C150M portland cement or hydraulic or blended
hydraulic cement, as defined in ASTM C219.
2. Primer: Product of underlayment manufacturer recommended for substrate,
conditions, and application.
3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand, as
recommended by underlayment manufacturer.
4. Compressive Strength: Not less than 4100 psi at 28 days when tested in
accordance with ASTM C109/C109M.
B. Repair Overlayment: Cement-based, polymer-modified, self-leveling product that
can be applied in thicknesses from 1/4 inch and that can be filled in over a scarified
surface to match adjacent floor elevations.
1. Cement Binder: ASTM C150/C150M portland cement or hydraulic or blended
hydraulic cement, as defined in ASTM C219.
2. Primer: Product of topping manufacturer recommended for substrate,
conditions, and application.
3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as
recommended by topping manufacturer.
4. Compressive Strength: Not less than 5000 psi at 28 days when tested in
accordance with ASTM C109/C109M.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 8
11-13-19
2.6 CONCRETE MIXTURES, GENERAL
A. Prepare design mixtures for each type and strength of concrete, proportioned on
the basis of laboratory trial mixture or field test data, or both, in accordance with
ACI 301.
1. Use a qualified testing agency for preparing and reporting proposed mixture
designs, based on laboratory trial mixtures.
B. Cementitious Materials: Limit percentage, by weight, of cementitious materials
other than portland cement in concrete as follows:
1. Fly Ash or Other Pozzolans: 25 percent by mass.
2. Slag Cement: 50 percent by mass.
3. Total of Fly Ash or Other Pozzolans, and Slag Cement: 50 percent by mass,
with fly ash or pozzolans not exceeding 25 percent by mass.
C. Admixtures: Use admixtures in accordance with manufacturer's written instructions.
1. Use water-reducing or high-range water-reducing admixture in concrete, as
required, for placement and workability.
2. Use water-reducing and -retarding admixture when required by high
temperatures, low humidity, or other adverse placement conditions.
3. Use water-reducing admixture in pumped concrete, concrete for heavy-use
industrial slabs, and concrete with a w/cm below 0.50.
2.7 CONCRETE MIXTURES
A. Class A: Normal-weight concrete used for footings, grade beams, and tie beams.
1. Exposure Class: ACI 318 W1.
2. Minimum Compressive Strength: 3000 psi at 28 days.
3. Maximum w/cm: 0.50.
4. Slump Limit: 4 inches, plus or minus 1 inch or 8 inches, plus or minus 1 inch
for concrete with verified slump of 2 to 4 inches before adding high-range
water-reducing admixture or plasticizing admixture.
5. Air Content:
a. No more than 3 percent.
6. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent
by weight of cement.
2.8 CONCRETE MIXING
A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete in accordance
with ASTM C94/C94M, and furnish batch ticket information.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 9
11-13-19
1. When air temperature is between 85 and 90 deg F, reduce mixing and
delivery time from 1-1/2 hours to 75 minutes; when air temperature is above
90 deg F, reduce mixing and delivery time to 60 minutes.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verification of Conditions:
1. Before placing concrete, verify that installation of concrete forms, accessories,
and reinforcement, and embedded items is complete and that required
inspections have been performed.
2. Do not proceed until unsatisfactory conditions have been corrected.
3.2 INSTALLATION OF EMBEDDED ITEMS
A. Place and secure anchorage devices and other embedded items required for
adjoining Work that is attached to or supported by cast-in-place concrete.
1. Use setting drawings, templates, diagrams, instructions, and directions
furnished with items to be embedded.
2. Install anchor rods, accurately located, to elevations required and complying
with tolerances in Section 7.5 of ANSI/AISC 303.
3. Install reglets to receive waterproofing and to receive through-wall flashings
in outer face of concrete frame at exterior walls, where flashing is shown at
lintels, shelf angles, and other conditions.
3.3 JOINTS
A. Construct joints true to line, with faces perpendicular to surface plane of concrete.
B. Construction Joints: Coordinate with floor slab pattern and concrete placement
sequence.
1. Install so strength and appearance of concrete are not impaired, at locations
indicated on Drawings or as approved by Architect.
2. Place joints perpendicular to main reinforcement.
a. Continue reinforcement across construction joints unless otherwise
indicated.
b. Do not continue reinforcement through sides of strip placements of
floors and slabs.
3. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into
concrete.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 10
11-13-19
4. Locate joints for beams, slabs, joists, and girders at third points of spans.
Offset joints in girders a minimum distance of twice the beam width from a
beam-girder intersection.
5. Locate horizontal joints in walls and columns at underside of floors, slabs,
beams, and girders and at the top of footings or floor slabs.
6. Space vertical joints in walls as indicated on Drawings. Unless otherwise
indicated on Drawings, locate vertical joints beside piers integral with walls,
near corners, and in concealed locations where possible.
7. Use a bonding agent at locations where fresh concrete is placed against
hardened or partially hardened concrete surfaces.
C. Control Joints in Slabs-on-Ground: Form weakened-plane control joints, sectioning
concrete into areas as indicated. Construct control joints for a depth equal to at
least one-fourth of concrete thickness as follows:
1. Sawed Joints: Form control joints with power saws equipped with shatterproof
abrasive or diamond-rimmed blades. Cut 1/8-inch-wide joints into concrete
when cutting action does not tear, abrade, or otherwise damage surface and
before concrete develops random cracks.
D. Isolation Joints in Slabs-on-Ground: After removing formwork, install joint-filler
strips at slab junctions with vertical surfaces, such as column pedestals, foundation
walls, grade beams, and other locations, as indicated.
1. Extend joint-filler strips full width and depth of joint, terminating flush with
finished concrete surface unless otherwise indicated on Drawings.
2. Terminate full-width joint-filler strips not less than 1/2 inch or more than 1
inch below finished concrete surface, where joint sealants, specified in
Section 07 92 00 "Joint Sealants," are indicated.
3. Install joint-filler strips in lengths as long as practicable. Where more than
one length is required, lace or clip sections together.
E. Doweled Joints:
1. Install dowel bars and support assemblies at joints where indicated on
Drawings.
2. Lubricate or asphalt coat one-half of dowel bar length to prevent concrete
bonding to one side of joint.
3.4 CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of formwork, reinforcement,
embedded items, and vapor retarder is complete and that required inspections are
completed.
1. Immediately prior to concrete placement, inspect vapor retarder for damage
and deficient installation, and repair defective areas.
2. Provide continuous inspection of vapor retarder during concrete placement
and make necessary repairs to damaged areas as Work progresses.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 11
11-13-19
B. Notify Architect and testing and inspection agencies 24 hours prior to
commencement of concrete placement.
C. Do not add water to concrete during delivery, at Project site, or during placement
unless approved by Architect in writing, but not to exceed the amount indicated on
the concrete delivery ticket.
1. Do not add water to concrete after adding high-range water-reducing
admixtures to mixture.
D. Deposit concrete continuously in one layer or in horizontal layers of such thickness
that no new concrete is placed on concrete that has hardened enough to cause
seams or planes of weakness.
1. If a section cannot be placed continuously, provide construction joints as
indicated.
2. Deposit concrete to avoid segregation.
3. Deposit concrete in horizontal layers of depth not to exceed formwork design
pressures and in a manner to avoid inclined construction joints.
4. Consolidate placed concrete with mechanical vibrating equipment in
accordance with ACI 301.
a. Do not use vibrators to transport concrete inside forms.
b. Insert and withdraw vibrators vertically at uniformly spaced locations to
rapidly penetrate placed layer and at least 6 inches into preceding layer.
c. Do not insert vibrators into lower layers of concrete that have begun to
lose plasticity.
d. At each insertion, limit duration of vibration to time necessary to
consolidate concrete, and complete embedment of reinforcement and
other embedded items without causing mixture constituents to
segregate.
E. Deposit and consolidate concrete for floors and slabs in a continuous operation,
within limits of construction joints, until placement of a panel or section is
complete.
1. Do not place concrete floors and slabs in a checkerboard sequence.
2. Consolidate concrete during placement operations, so concrete is thoroughly
worked around reinforcement and other embedded items and into corners.
3. Maintain reinforcement in position on chairs during concrete placement.
4. Screed slab surfaces with a straightedge and strike off to correct elevations.
5. Level concrete, cut high areas, and fill low areas.
6. Slope surfaces uniformly to drains where required.
7. Begin initial floating using bull floats or darbies to form a uniform and open-
textured surface plane, before excess bleedwater appears on the surface.
8. Do not further disturb slab surfaces before starting finishing operations.
3.5 FINISHING FORMED SURFACES
A. As-Cast Surface Finishes:
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 12
11-13-19
1. ACI 301 Surface Finish SF-1.0: As-cast concrete texture imparted by form-
facing material.
a. Patch voids larger than 1-1/2 inches wide or 1/2 inch deep.
b. Remove projections larger than 1 inch.
c. Surface Tolerance: ACI 117Class D.
d. Apply to concrete surfaces not exposed to public view.
2. ACI 301Surface Finish SF-2.0: As-cast concrete texture imparted by form-
facing material, arranged in an orderly and symmetrical manner with a
minimum of seams.
a. Patch voids larger than 3/4-inch-wide or 1/2 inch deep.
b. Remove projections larger than 1/4 inch.
c. Patch tie holes.
d. Surface Tolerance: ACI 117Class B.
e. Locations: Apply to concrete surfaces to be covered with a coating or
covering material applied directly to concrete.
3. ACI 301 Surface Finish SF-3.0:
a. Patch voids larger than 3/4-inch-wide or 1/2 inch deep.
b. Remove projections larger than 1/8 inch.
c. Patch tie holes.
d. Surface Tolerance: ACI 117Class A.
e. Locations: Apply to concrete surfaces exposed to public view.
B. Related Unformed Surfaces:
1. At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to
formed surfaces, strike off smooth and finish with a color and texture
matching adjacent formed surfaces.
2. Continue final surface treatment of formed surfaces uniformly across adjacent
unformed surfaces unless otherwise indicated.
3.6 FINISHING FLOORS AND SLABS
A. Comply with ACI 302.1R recommendations for screeding, restraightening, and
finishing operations for concrete surfaces. Do not wet concrete surfaces.
B. Scratch Finish:
1. While still plastic, texture concrete surface that has been screeded and bull-
floated or darbied.
2. Use stiff brushes, brooms, or rakes to produce a profile depth of 1/4 inch in
one direction.
3. Apply scratch finish to surfaces to receive mortar setting beds for bonded
cementitious floor finishes.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 13
11-13-19
C. Float Finish:
1. When bleedwater sheen has disappeared and concrete surface has stiffened
sufficiently to permit operation of specific float apparatus, consolidate
concrete surface with power-driven floats or by hand floating if area is small
or inaccessible to power-driven floats.
2. Repeat float passes and restraightening until surface is left with a uniform,
smooth, granular texture and complies with ACI 117tolerances for
conventional concrete.
3. Apply float finish to surfaces to receive trowel finish and to be covered with
fluid-applied or sheet waterproofing, built-up or membrane roofing, or sand-
bed terrazzo.
D. Trowel Finish:
1. After applying float finish, apply first troweling and consolidate concrete by
hand or power-driven trowel.
2. Continue troweling passes and restraighten until surface is free of trowel
marks and uniform in texture and appearance.
3. Grind smooth any surface defects that would telegraph through applied
coatings or floor coverings.
4. Do not add water to concrete surface.
5. Do not apply hard-troweled finish to concrete, which has a total air content
greater than 3 percent.
6. Apply a trowel finish to surfaces exposed to view or to be covered with
resilient flooring, carpet, ceramic or quarry tile set over a cleavage
membrane, paint, or another thin-film-finish coating system.
7. Finish surfaces to the following tolerances, in accordance with ASTM E1155,
for a randomly trafficked floor surface:
a. Slabs on Ground:
1) Specified overall values of flatness, FF 35; and of levelness, FL 25;
with minimum local values of flatness, FF 24; and of levelness,
FL 17.
E. Trowel and Fine-Broom Finish: Apply a first trowel finish to surfaces where ceramic
or quarry tile is to be installed by either thickset or thinset method. While concrete
is still plastic, slightly scarify surface with a fine broom perpendicular to main traffic
route.
1. Coordinate required final finish with Architect before application.
2. Comply with flatness and levelness tolerances for trowel-finished floor
surfaces.
F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps,
and locations indicated on Drawings.
1. Immediately after float finishing, slightly roughen trafficked surface by
brooming with fiber-bristle broom perpendicular to main traffic route.
2. Coordinate required final finish with Architect before application.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 14
11-13-19
3.7 INSTALLATION OF MISCELLANEOUS CONCRETE ITEMS
A. Filling In:
1. Fill in holes and openings left in concrete structures after Work of other trades
is in place unless otherwise indicated.
2. Mix, place, and cure concrete, as specified, to blend with in-place
construction.
3. Provide other miscellaneous concrete filling indicated or required to complete
the Work.
3.8 CONCRETE CURING
A. Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures.
1. Comply with ACI 301and ACI 306.1 for cold weather protection during curing.
2. Comply with ACI 301and ACI 305.1for hot-weather protection during curing.
B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if
hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h
before and during finishing operations. Apply in accordance with manufacturer's
written instructions after placing, screeding, and bull floating or darbying concrete,
but before float finishing.
C. Curing Formed Surfaces: Comply with ACI 308.1as follows:
1. Cure formed concrete surfaces, including underside of beams, supported
slabs, and other similar surfaces.
2. Cure concrete containing color pigments in accordance with color pigment
manufacturer's instructions.
3. If forms remain during curing period, moist cure after loosening forms.
4. If removing forms before end of curing period, continue curing for remainder
of curing period, as follows:
a. Continuous Fogging: Maintain standing water on concrete surface until
final setting of concrete.
b. Continuous Sprinkling: Maintain concrete surface continuously wet.
c. Absorptive Cover: Pre-dampen absorptive material before application;
apply additional water to absorptive material to maintain concrete
surface continuously wet.
d. Water-Retention Sheeting Materials: Cover exposed concrete surfaces
with sheeting material, taping, or lapping seams.
e. Membrane-Forming Curing Compound: Apply uniformly in continuous
operation by power spray or roller in accordance with manufacturer's
written instructions.
1) Recoat areas subject to heavy rainfall within three hours after
initial application.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 15
11-13-19
2) Maintain continuity of coating and repair damage during curing
period.
D. Curing Unformed Surfaces: Comply with ACI 308.1as follows:
1. Begin curing immediately after finishing concrete.
3.9 TOLERANCES
A. Conform to ACI 117.
3.10 JOINT FILLING
A. Prepare, clean, and install joint filler in accordance with manufacturer's written
instructions.
1. Defer joint filling until concrete has aged at least six months.
2. Do not fill joints until construction traffic has permanently ceased.
B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints;
leave contact faces of joints clean and dry.
C. Install semirigid joint filler full depth in saw-cut joints and at least 2 inches deep in
formed joints.
D. Overfill joint, and trim joint filler flush with top of joint after hardening.
3.11 CONCRETE SURFACE REPAIRS
A. Defective Concrete:
1. Repair and patch defective areas when approved by Architect.
2. Remove and replace concrete that cannot be repaired and patched to
Architect's approval.
B. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland
cement to 2-1/2 parts fine aggregate passing a No. 16sieve, using only enough
water for handling and placing.
C. Repairing Formed Surfaces: Surface defects include color and texture irregularities,
cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on
the surface, and stains and other discolorations that cannot be removed by
cleaning.
1. Immediately after form removal, cut out honeycombs, rock pockets, and
voids more than 1/2 inch in any dimension to solid concrete.
a. Limit cut depth to 3/4 inch.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 16
11-13-19
b. Make edges of cuts perpendicular to concrete surface.
c. Clean, dampen with water, and brush-coat holes and voids with bonding
agent.
d. Fill and compact with patching mortar before bonding agent has dried.
e. Fill form-tie voids with patching mortar or cone plugs secured in place
with bonding agent.
2. Repair defects on surfaces exposed to view by blending white portland
cement and standard portland cement, so that, when dry, patching mortar
matches surrounding color.
a. Patch a test area at inconspicuous locations to verify mixture and color
match before proceeding with patching.
b. Compact mortar in place and strike off slightly higher than surrounding
surface.
3. Repair defects on concealed formed surfaces that will affect concrete's
durability and structural performance as determined by Architect.
D. Repairing Unformed Surfaces:
1. Test unformed surfaces, such as floors and slabs, for finish, and verify surface
tolerances specified for each surface.
a. Correct low and high areas.
b. Test surfaces sloped to drain for trueness of slope and smoothness; use
a sloped template.
2. Repair finished surfaces containing surface defects, including spalls, popouts,
honeycombs, rock pockets, crazing, and cracks in excess of 0.01-inch-wide or
that penetrate to reinforcement or completely through unreinforced sections
regardless of width, and other objectionable conditions.
3. After concrete has cured at least 14 days, correct high areas by grinding.
4. Correct localized low areas during, or immediately after, completing surface-
finishing operations by cutting out low areas and replacing with patching
mortar.
a. Finish repaired areas to blend into adjacent concrete.
5. Correct other low areas scheduled to receive floor coverings with a repair
underlayment.
a. Prepare, mix, and apply repair underlayment and primer in accordance
with manufacturer's written instructions to produce a smooth, uniform,
plane, and level surface.
b. Feather edges to match adjacent floor elevations.
6. Correct other low areas scheduled to remain exposed with repair topping.
a. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch
to match adjacent floor elevations.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 17
11-13-19
b. Prepare, mix, and apply repair topping and primer in accordance with
manufacturer's written instructions to produce a smooth, uniform,
plane, and level surface.
7. Repair defective areas, except random cracks and single holes 1 inch or less
in diameter, by cutting out and replacing with fresh concrete.
a. Remove defective areas with clean, square cuts, and expose steel
reinforcement with at least a 3/4-inchclearance all around.
b. Dampen concrete surfaces in contact with patching concrete and apply
bonding agent.
c. Mix patching concrete of same materials and mixture as original
concrete, except without coarse aggregate.
d. Place, compact, and finish to blend with adjacent finished concrete.
e. Cure in same manner as adjacent concrete.
8. Repair random cracks and single holes 1 inch or less in diameter with
patching mortar.
a. Groove top of cracks and cut out holes to sound concrete, and clean off
dust, dirt, and loose particles.
b. Dampen cleaned concrete surfaces and apply bonding agent.
c. Place patching mortar before bonding agent has dried.
d. Compact patching mortar and finish to match adjacent concrete.
e. Keep patched area continuously moist for at least 72 hours.
E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy
adhesive and patching mortar.
F. Repair materials and installation not specified above may be used, subject to
Architect's approval.
3.12 FIELD QUALITY CONTROL
A. Special Inspections: Owner will engage a special inspector to perform field tests
and inspections and prepare testing and inspection reports.
B. Testing Agency: Owner will engage a qualified testing and inspecting agency to
perform tests and inspections and to submit reports.
1. Testing agency shall immediately report to Architect, Contractor, and concrete
manufacturer any failure of Work to comply with Contract Documents.
2. Testing agency shall report results of tests and inspections, in writing, to
Owner, Architect, Contractor, and concrete manufacturer within 48 hours of
inspections and tests.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 18
11-13-19
a. Test reports shall include reporting requirements of ASTM C31/C31M
and ASTM C39/C39M, including the following as applicable to each test
and inspection:
1) Project name.
2) Name of testing agency.
3) Names and certification numbers of field and laboratory
technicians performing inspections and testing.
4) Name of concrete manufacturer.
5) Date and time of inspection, sampling, and field testing.
6) Date and time of concrete placement.
7) Location in Work of concrete represented by samples.
8) Date and time sample was obtained.
9) Truck and batch ticket numbers.
10) Design compressive strength at 28 days.
11) Concrete mixture designation, proportions, and materials.
12) Field test results.
13) Information on storage and curing of samples before testing,
including curing method and maximum and minimum
temperatures during initial curing period.
14) Type of fracture and compressive break strengths at seven days
and 28 days.
C. Batch Tickets: For each load delivered, submit three copies of batch delivery ticket
to testing agency, indicating quantity, mix identification, admixtures, design
strength, aggregate size, design air content, design slump at time of batching, and
amount of water that can be added at Project site.
D. Inspections:
1. Headed bolts and studs.
2. Steel reinforcement placement.
3. Verification of use of required design mixture.
4. Concrete placement, including conveying and depositing.
5. Curing procedures and maintenance of curing temperature.
6. Verification of concrete strength before removal of shores and forms from
beams and slabs.
E. Concrete Tests: Testing of composite samples of fresh concrete obtained in
accordance with ASTM C 172/C 172M shall be performed in accordance with the
following requirements:
1. Testing Frequency: Obtain one composite sample for each day's pour of each
concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set
for each additional 50 cu. yd. or fraction thereof.
2. Slump: ASTM C143/C143M:
a. One test at point of placement for each composite sample, but not less
than one test for each day's pour of each concrete mixture.
b. Perform additional tests when concrete consistency appears to change.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 19
11-13-19
3. Air Content: ASTM C231/C231M pressure method, for normal-weight
concrete:
a. One test for each composite sample, but not less than one test for each
day's pour of each concrete mixture.
4. Concrete Temperature: ASTM C1064/C1064M:
a. One test hourly when air temperature is 40 deg F and below or 80 deg F
and above, and one test for each composite sample.
5. Compressive-Strength Tests: ASTM C39/C39M.
a. Test one set of two laboratory-cured specimens at seven days and one
set of two specimens at 28 days.
b. Test one set of two field-cured specimens at seven days and one set of
two specimens at 28 days.
c. A compressive-strength test shall be the average compressive strength
from a set of two specimens obtained from same composite sample and
tested at age indicated.
6. When strength of field-cured cylinders is less than 85 percent of companion
laboratory-cured cylinders, Contractor shall evaluate operations and provide
corrective procedures for protecting and curing in-place concrete.
7. Strength of each concrete mixture will be satisfactory if every average of any
three consecutive compressive-strength tests equals or exceeds specified
compressive strength, and no compressive-strength test value falls below
specified compressive strength by more than 500 psi if specified compressive
strength is 5000 psi, or no compressive strength test value is less than
1 percent of specified compressive strength if specified compressive strength
is greater than 5000 psi.
8. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive
device may be permitted by Architect but will not be used as sole basis for
approval or rejection of concrete.
9. Additional Tests:
a. Testing and inspecting agency shall make additional tests of concrete
when test results indicate that slump, air entrainment, compressive
strengths, or other requirements have not been met, as directed by
Architect.
b. Testing and inspecting agency may conduct tests to determine
adequacy of concrete by cored cylinders complying with
ASTM C42/C42M or by other methods as directed by Architect.
1) Acceptance criteria for concrete strength shall be in accordance
with ACI 301 section 1.6.6.3.
10. Additional testing and inspecting, at Contractor's expense, will be performed
to determine compliance of replaced or additional work with specified
requirements.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 CAST-IN-PLACE CONCRETE
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 03 30 00 - 20
11-13-19
11. Correct deficiencies in the Work that test reports and inspections indicate do
not comply with the Contract Documents.
F. Measure floor and slab flatness and levelness in accordance with ASTM E1155
within 48 hours of completion of floor finishing and promptly report test results to
Architect.
3.13 PROTECTION
A. Protect concrete surfaces as follows:
1. Protect from petroleum stains.
2. Diaper hydraulic equipment used over concrete surfaces.
3. Prohibit vehicles from interior concrete slabs.
4. Prohibit use of pipe-cutting machinery over concrete surfaces.
5. Prohibit placement of steel items on concrete surfaces.
6. Prohibit use of acids or acidic detergents over concrete surfaces.
END OF SECTION 03 30 00
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 1
11-13-19
SECTION 13 34 19 - METAL BUILDING SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. Section Includes:
1. Structural-steel framing.
2. Metal roof panels.
3. Metal soffit panels.
4. Accessories.
B. Related Requirements:
1. Section 03 30 00 “Cast-in-place Concrete” for concrete for metal building
systems.
1.3 DEFINITIONS
A. Terminology Standard: See MBMA's "Metal Building Systems Manual" for definitions
of terms for metal building system construction not otherwise defined in this
Section or in standards referenced by this Section.
1.4 COORDINATION
A. Coordinate sizes and locations of concrete foundations and casting of anchor-rod
inserts into foundation walls and footings. Anchor rod installation, concrete,
reinforcement, and formwork requirements are specified in Section 03 30 00 "Cast-
in-Place Concrete."
B. Coordinate metal panel assemblies with rain drainage work, flashing, trim, and
construction of supports and other adjoining work to provide a leakproof, secure,
and noncorrosive installation.
1.5 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 2
11-13-19
1. Review methods and procedures related to metal building systems including,
but not limited to, the following:
a. Condition of foundations and other preparatory work performed by other
trades.
b. Structural load limitations.
c. Construction schedule. Verify availability of materials and erector's
personnel, equipment, and facilities needed to make progress and avoid
delays.
d. Required tests, inspections, and certifications.
e. Unfavorable weather and forecasted weather conditions and impact on
construction schedule.
2. Review methods and procedures related to metal roof panel assemblies
including, but not limited to, the following:
a. Compliance with requirements for purlin and rafter conditions, including
flatness and attachment to structural members.
b. Structural limitations of purlins and rafters during and after roofing.
c. Flashings, special roof details, roof drainage, roof penetrations,
equipment curbs, and condition of other construction that will affect
metal roof panels.
d. Temporary protection requirements for metal roof panel assembly
during and after installation.
e. Roof observation and repair after metal roof panel installation.
3. Review methods and procedures related to metal wall panel assemblies
including, but not limited to, the following:
a. Compliance with requirements for support conditions, including
alignment between and attachment to structural members.
b. Structural limitations of girts and columns during and after wall panel
installation.
c. Flashings, special siding details, wall penetrations, openings, and
condition of other construction that will affect metal wall panels.
d. Temporary protection requirements for metal wall panel assembly
during and after installation.
e. Wall observation and repair after metal wall panel installation.
1.6 ACTION SUBMITTALS
A. Florida Product Approval: for all exterior components used on project.
B. Product Data: For each type of metal building system component.
1. Include construction details, material descriptions, dimensions of individual
components and profiles, and finishes for the following:
a. Metal roof panels.
b. Metal wall panels.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 3
11-13-19
c. Metal soffit panels.
C. Shop Drawings: Indicate components by others. Include full building plan,
elevations, sections, details and the following:
1. Anchor-Rod Plans: Submit anchor-rod plans and templates before foundation
work begins. Include location, diameter, and minimum required projection of
anchor rods required to attach metal building to foundation. Indicate column
reactions at each location.
2. Structural-Framing Drawings: Show complete fabrication of primary and
secondary framing; include provisions for openings. Indicate welds and bolted
connections, distinguishing between shop and field applications. Include
transverse cross-sections.
3. Metal Roof Layout Drawings: Show layouts of panels including methods of
support. Include details of edge conditions, joints, panel profiles, corners,
anchorages, clip spacing, trim, flashings, closures, and special details.
Distinguish between factory- and field-assembled work; show locations of
exposed fasteners.
a. Show roof-mounted items including roof hatches, equipment supports,
pipe supports and penetrations, lighting fixtures, and items mounted on
roof curbs.
4. Accessory Drawings: Include details of the following items, at a scale of not
less than 1-1/2 inches per 12 inches:
a. Flashing and trim.
b. Gutters.
c. Downspouts.
D. Samples for Verification: For the following products:
1. Panels: Nominal 12 inches long by actual panel width. Include fasteners,
closures, and other exposed panel accessories.
2. Flashing and Trim: Nominal 12 inches long. Include fasteners and other
exposed accessories.
3. Accessories: Nominal 12-inch-long Samples for each type of accessory.
E. Delegated-Design Submittal: For metal building systems.
1. Include analysis data indicating compliance with performance requirements
and design data signed and sealed by the qualified professional engineer
responsible for their preparation.
1.7 INFORMATIONAL SUBMITTALS
A. Qualification Data: For erector and manufacturer.
B. Welding certificates.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 4
11-13-19
C. Letter of Design Certification: Signed and sealed by a qualified professional
engineer. Include the following:
1. Name and location of Project.
2. Order number.
3. Name of manufacturer.
4. Name of Contractor.
5. Building dimensions including width, length, height, and roof slope.
6. Indicate compliance with AISC standards for hot-rolled steel and AISI
standards for cold-rolled steel, including edition dates of each standard.
7. Governing building code and year of edition.
8. Design Loads: Include dead load, roof live load, collateral loads, roof snow
load, deflection, wind loads/speeds and exposure, seismic design category or
effective peak velocity-related acceleration/peak acceleration, and auxiliary
loads (cranes).
9. Load Combinations: Indicate that loads were applied acting simultaneously
with concentrated loads, according to governing building code.
10. Building-Use Category: Indicate category of building use and its effect on load
importance factors.
D. Erector Certificates: For qualified erector, from manufacturer.
E. Material Test Reports: For each of the following products:
1. Structural steel including chemical and physical properties.
2. Bolts, nuts, and washers including mechanical properties and chemical
analysis.
3. Tension-control, high-strength, bolt-nut-washer assemblies.
4. Shop primers.
5. Nonshrink grout.
F. Source quality-control reports.
G. Field quality-control reports.
H. Sample Warranties: For special warranties.
1.8 CLOSEOUT SUBMITTALS
A. Maintenance Data: For metal panel finishes to include in maintenance manuals.
1.9 QUALITY ASSURANCE
A. Manufacturer Qualifications: A qualified manufacturer.
1. Accreditation: Manufacturer's facility accredited according to the International
Accreditation Service's AC472, "Accreditation Criteria for Inspection Programs
for Manufacturers of Metal Building Systems."
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 5
11-13-19
2. Engineering Responsibility: Preparation of comprehensive engineering
analysis and Shop Drawings by a professional engineer who is legally qualified
to practice in jurisdiction where Project is located.
B. Erector Qualifications: An experienced erector who specializes in erecting and
installing work similar in material, design, and extent to that indicated for this
Project and who is acceptable to manufacturer.
C. Welding Qualifications: Qualify procedures and personnel according to the
following:
1. AWS D1.1/D1.1M, "Structural Welding Code - Steel."
2. AWS D1.3, "Structural Welding Code - Sheet Steel."
1.10 DELIVERY, STORAGE, AND HANDLING
A. Deliver components, sheets, panels, and other manufactured items so as not to be
damaged or deformed. Package metal panels for protection during transportation
and handling.
B. Unload, store, and erect metal panels in a manner to prevent bending, warping,
twisting, and surface damage.
C. Stack metal panels horizontally on platforms or pallets, covered with suitable
weathertight and ventilated covering. Store metal panels to ensure dryness, with
positive slope for drainage of water. Do not store metal panels in contact with other
materials that might cause staining, denting, or other surface damage.
D. Protect foam-plastic insulation as follows:
1. Do not expose to sunlight, except to extent necessary for period of
installation and concealment.
2. Protect against ignition at all times. Do not deliver foam-plastic insulation
materials to Project site before installation time.
3. Complete installation and concealment of foam-plastic materials as rapidly as
possible in each area of construction.
1.11 FIELD CONDITIONS
A. Weather Limitations: Proceed with panel installation only when weather conditions
permit metal panels to be installed according to manufacturers' written instructions
and warranty requirements.
1.12 WARRANTY
A. Special Warranty on Metal Panel Finishes: Manufacturer agrees to repair finish or
replace metal panels that show evidence of deterioration of factory-applied finishes
within specified warranty period.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 6
11-13-19
1. Exposed Panel Finish: Deterioration includes, but is not limited to, the
following:
a. Color fading more than 5 Hunter units when tested according to
ASTM D 2244.
b. Chalking in excess of a No. 8 rating when tested according to
ASTM D 4214.
c. Cracking, checking, peeling, or failure of paint to adhere to bare metal.
2. Finish Warranty Period: 20 years from date of Substantial Completion.
B. Special Weathertightness Warranty for Standing-Seam Metal Roof Panels:
Manufacturer agrees to repair or replace standing-seam metal roof panel
assemblies that leak or otherwise fail to remain weathertight within specified
warranty period.
1. Warranty Period: 20 years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not
limited to the following:
1. A&S Building Systems, Inc.; a division of NCI.
2. All American Systems; a division of NCI Building Systems, Inc.
3. Alliance Steel, Inc.
4. American Buildings Company; a Nucor Company.
5. Butler Manufacturing Company; a division of BlueScope Buildings North
America, Inc.
6. CBC Steel Buildings; a Nucor Company.
7. Ceco Building Systems; an NCI company.
8. Gulf States Manufacturers; Nucor Company.
9. Heritage Building Systems; a division of NCI Building Systems, Inc.
10. Inland Buildings; a Schulte Building Systems Company.
11. Kirby Building Systems; a Nucor Company.
12. Mesco Building Solutions; a division of NCI Building Systems, Inc.
13. Metallic Building Company.
14. Nucor Building Systems.
B. Source Limitations: Obtain metal building system components, including primary
and secondary framing and metal panel assemblies, from single source from single
manufacturer.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 7
11-13-19
2.2 SYSTEM DESCRIPTION
A. Provide a complete, integrated set of mutually dependent components and
assemblies that form a metal building system capable of withstanding structural
and other loads, thermally induced movement, and exposure to weather without
failure or infiltration of water into building interior.
B. Primary-Frame Type:
1. Rigid Clear Span: Solid-member, structural-framing system without interior
columns.
C. End-Wall Framing: Manufacturer's standard, for buildings not required to be
expandable, consisting of primary frame, capable of supporting one-half of a bay
design load, and end-wall columns.
D. Eave Height: Manufacturer's standard height, as indicated by nominal height on
Drawings.
E. Bay Spacing: As indicated on Drawings.
F. Roof Slope: 1 inch per 12 inches.
G. Roof System: Manufacturer's standard standing-seam, vertical-rib, metal roof
panels.
1. Liner Panels: Tapered rib.
2.3 PERFORMANCE REQUIREMENTS
A. Delegated Design: Engage a qualified professional engineer, as defined in
Section 01 40 00 "Quality Requirements," to design metal building system.
B. Structural Performance: Metal building systems shall withstand the effects of
gravity loads and the following loads and stresses within limits and under conditions
indicated according to procedures in MBMA's "Metal Building Systems Manual."
1. Design Loads: As indicated on Drawings.
2. Deflection and Drift Limits: Design metal building system assemblies to
withstand serviceability design loads without exceeding deflections and drift
limits recommended in AISC Steel Design Guide No. 3 "Serviceability Design
Considerations for Steel Buildings."
3. Deflection and Drift Limits: Shall comply with FBC 2014 Table 1604.3, but no
greater than the following:
a. Purlins and Rafters: Vertical deflection of 1/240 of the span.
b. Girts: Horizontal deflection of 1/180 of the span.
c. Metal Roof Panels: Vertical deflection of 1/240 of the span.
d. Metal Wall Panels: Horizontal deflection of 1/180 of the span.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 8
11-13-19
e. Design secondary-framing system to accommodate deflection of primary
framing and construction tolerances, and to maintain clearances at
openings.
f. Lateral Drift: Maximum of 1/240 of the building height.
C. Thermal Movements: Allow for thermal movements from ambient and surface
temperature changes by preventing buckling, opening of joints, overstressing of
components, failure of joint sealants, failure of connections, and other detrimental
effects. Base calculations on surface temperatures of materials due to both solar
heat gain and nighttime-sky heat loss.
1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces.
D. Structural Performance for Metal Roof and Wall Panels: Provide metal panel
systems capable of withstanding the effects of the following loads, based on testing
according to ASTM E 1592:
1. Wind Loads: As indicated on Drawings.
E. Air Infiltration for Metal Roof Panels: Air leakage of not more than 0.06 cfm/sq. ft.
when tested according to ASTM E 1680 at the following test-pressure difference:
1. Test-Pressure Difference: 1.57 lbf/sq. ft.
F. Air Infiltration for Metal Wall Panels: Air leakage of not more than 0.06 cfm/sq. ft.
when tested according to ASTM E 283 at the following test-pressure difference:
1. Test-Pressure Difference: 1.57 lbf/sq. ft.
G. Water Penetration for Metal Roof Panels: No water penetration when tested
according to ASTM E 1646 at the following test-pressure difference:
1. Test-Pressure Difference: 2.86 lbf/sq. ft.
H. Water Penetration for Metal Wall Panels: No water penetration when tested
according to ASTM E 331 at the following test-pressure difference:
1. Test-Pressure Difference: 2.86 lbf/sq. ft.
I. Wind-Uplift Resistance: Provide metal roof panel assemblies that comply with wind
pressure indicated on Structural Drawings.
2.4 STRUCTURAL-STEEL FRAMING
A. Structural Steel: Comply with AISC 360, "Specification for Structural Steel
Buildings."
B. Bolted Connections: Comply with RCSC's "Specification for Structural Joints Using
High-Strength Bolts."
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 9
11-13-19
C. Cold-Formed Steel: Comply with AISI's "North American Specification for the
Design of Cold-Formed Steel Structural Members" for design requirements and
allowable stresses.
D. Primary Framing: Manufacturer's standard primary-framing system, designed to
withstand required loads and specified requirements. Primary framing includes
transverse and lean-to frames; rafters, rake, and canopy beams; sidewall,
intermediate, end-wall, and corner columns; and wind bracing.
1. General: Provide frames with attachment plates, bearing plates, and splice
members. Factory drill for field-bolted assembly. Provide frame span and
spacing indicated.
a. Slight variations in span and spacing may be acceptable if necessary to
comply with manufacturer's standard, as approved by Architect.
2. Rigid Clear-Span Frames: I-shaped frame sections fabricated from shop-
welded, built-up steel plates or structural-steel shapes. Interior columns are
not permitted.
3. Rigid Modular Frames: I-shaped frame sections fabricated from shop-welded,
built-up steel plates or structural-steel shapes. Provide interior columns
fabricated from round steel pipes or tubes, or shop-welded, built-up steel
plates.
4. Truss-Frame, Clear-Span Frames: Rafter frames fabricated from joist girders,
and I-shaped column sections fabricated from shop-welded, built-up steel
plates or structural-steel shapes. Interior columns are not permitted.
5. Truss-Frame Modular Frames: Rafter frames fabricated from joist girders, and
I-shaped column sections fabricated from shop-welded, built-up steel plates
or structural-steel shapes. Provide interior columns fabricated from round
steel pipes or tubes, or shop-welded, built-up steel plates.
6. Long-Bay Frames: I-shaped frame sections fabricated from shop-welded,
built-up steel plates or structural-steel shapes. Provide interior columns
fabricated from round steel pipes or tubes, or shop-welded, built-up steel
plates.
7. Frame Configuration: Single gable with load-bearing wall.
8. Exterior Column: Tapered.
9. Rafter: Tapered.
E. Secondary Framing: Manufacturer's standard secondary framing, including purlins,
girts, eave struts, flange bracing, base members, gable angles, clips, headers,
jambs, and other miscellaneous structural members. Unless otherwise indicated,
fabricate framing from either cold-formed, structural-steel sheet or roll-formed,
metallic-coated steel sheet, prepainted with coil coating, to comply with the
following:
1. Purlins: C- or Z-shaped sections; fabricated from built-up steel plates, steel
sheet, or structural-steel shapes; minimum 2-1/2-inch-wide flanges.
a. Depth: As needed to comply with system performance requirements.
2. Purlins: Steel joists of depths indicated on Drawings.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 10
11-13-19
3. Girts: C- or Z-shaped sections; fabricated from built-up steel plates, steel
sheet, or structural-steel shapes. Form ends of Z-sections with stiffening lips
angled 40 to 50 degrees from flange, with minimum 2-1/2-inch-wide flanges.
a. Depth: As required to comply with system performance requirements.
4. Eave Struts: Unequal-flange, C-shaped sections; fabricated from built-up
steel plates, steel sheet, or structural-steel shapes; to provide adequate
backup for metal panels.
5. Flange Bracing: Minimum 2-by-2-by-1/8-inch structural-steel angles or 1-
inch-diameter, cold-formed structural tubing to stiffen primary-frame flanges.
6. Sag Bracing: Minimum 1-by-1-by-1/8-inch structural-steel angles.
7. Base or Sill Angles: Manufacturer's standard base angle, minimum 3-by-2-
inch, fabricated from zinc-coated (galvanized) steel sheet.
8. Purlin and Girt Clips: Manufacturer's standard clips fabricated from steel
sheet. Provide galvanized clips where clips are connected to galvanized
framing members.
9. Framing for Openings: Channel shapes; fabricated from cold-formed,
structural-steel sheet or structural-steel shapes. Frame head and jamb of
door openings and head, jamb, and sill of other openings.
10. Miscellaneous Structural Members: Manufacturer's standard sections
fabricated from cold-formed, structural-steel sheet; built-up steel plates; or
zinc-coated (galvanized) steel sheet; designed to withstand required loads.
F. Bracing: Provide adjustable wind bracing as follows:
1. Rods: ASTM A 36/A 36M; ASTM A 572/A 572M, Grade 50; or
ASTM A 529/A 529M, Grade 50; minimum 1/2-inch-diameter steel; threaded
full length or threaded a minimum of 6 inches at each end.
2. Rigid Portal Frames: Fabricated from shop-welded, built-up steel plates or
structural-steel shapes to match primary framing; of size required to
withstand design loads.
G. Anchor Rods: Headed anchor rods as indicated in Anchor Rod Plan for attachment
of metal building to foundation.
H. Materials:
1. W-Shapes: ASTM A 992/A 992M; ASTM A 572/A 572M, Grade 50 or 55; or
ASTM A 529/A 529M, Grade 50 or 55.
2. Channels, Angles, M-Shapes, and S-Shapes: ASTM A 36/A 36M;
ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529M, Grade 50 or
55.
3. Plate and Bar: ASTM A 36/A 36M; ASTM A 572/A 572M, Grade 50 or 55; or
ASTM A 529/A 529M, Grade 50 or 55.
4. Steel Pipe: ASTM A 53/A 53M, Type E or S, Grade B.
5. Cold-Formed Hollow Structural Sections: ASTM A 500, Grade B or C,
structural tubing.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 11
11-13-19
6. Structural-Steel Sheet: Hot-rolled, ASTM A 1011/A 1011M, Structural Steel
(SS), Grades 30 through 55, or High-Strength Low-Alloy Steel (HSLAS) or
High-Strength Low-Alloy Steel with Improved Formability (HSLAS-F), Grades
45 through 70; or cold-rolled, ASTM A 1008/A 1008M, Structural Steel (SS),
Grades 25 through 80, or HSLAS, Grades 45 through 70.
7. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, SS, Grades 33 through 80,
or HSLAS or HSLAS-F, Grades 50 through 80; with G60 coating designation;
mill phosphatized.
8. Metallic-Coated Steel Sheet Prepainted with Coil Coating: Steel sheet, metallic
coated by the hot-dip process and prepainted by the coil-coating process to
comply with ASTM A 755/A 755M.
a. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, SS,
Grades 33 through 80, or HSLAS or HSLAS-F, Grades 50 through 80;
with G90 coating designation.
b. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, SS,
Grade 50 or 80; with Class AZ50 coating.
9. Non-High-Strength Bolts, Nuts, and Washers: ASTM A 307, Grade A, carbon-
steel, hex-head bolts; ASTM A 563 carbon-steel hex nuts; and ASTM F 844
plain (flat) steel washers.
10. Structural Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy-hex steel
structural bolts; ASTM A 563 heavy-hex carbon-steel nuts; and ASTM F 436
hardened carbon-steel washers.
11. High-Strength Bolts, Nuts, and Washers: ASTM A 490, Type 1, heavy-hex
steel structural bolts; ASTM A 563 heavy-hex carbon-steel nuts; and
ASTM F 436 hardened carbon-steel washers, plain.
12. Tension-Control, High-Strength Bolt-Nut-Washer Assemblies: ASTM F 1852,
Type 1, heavy-hex-head steel structural bolts with spline ends.
13. Anchor Rods: ASTM F 1554, Grade 36.
a. Configuration: Straight.
b. Nuts: ASTM A 563 heavy-hex carbon steel.
c. Plate Washers: ASTM A 36/A 36M carbon steel.
d. Washers: ASTM F 436 hardened carbon steel.
e. Finish: Hot-dip zinc coating, ASTM F 2329, Class C.
I. Finish: Factory primed. Apply specified primer immediately after cleaning and
pretreating.
1. Clean and prepare in accordance with SSPC-SP2.
2. Coat with manufacturer's standard primer. Apply primer to primary and
secondary framing to a minimum dry film thickness of 1 mil.
a. Prime secondary framing formed from uncoated steel sheet to a
minimum dry film thickness of 0.5 mil on each side.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 12
11-13-19
2.5 METAL ROOF PANELS
A. Standing-Seam, Vertical-Rib, Metal Roof Panels: Formed with vertical ribs at panel
edges and intermediate stiffening ribs symmetrically spaced between ribs; designed
for sequential installation by mechanically attaching panels to supports using
concealed clips located under one side of panels and engaging opposite edge of
adjacent panels.
1. Material: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet,
0.030-inch nominal uncoated steel thickness. Prepainted by the coil-coating
process to comply with ASTM A 755/A 755M.
a. Exterior Finish: Three-coat fluoropolymer.
b. Color: To match standing seam metal panel as specified in Section 07
41 13.16 “Standing-Seam Metal Roof Panels”.
2. Clips: Manufacturer’s standard to accommodate thermal movement.
3. Joint Type: Mechanically seamed.
4. Panel Coverage: 16 inches.
5. Panel Height: 2 inches.
B. Finishes:
1. Exposed Coil-Coated Finish:
a. Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing
not less than 70 percent PVDF resin by weight in color coat. Prepare,
pretreat, and apply coating to exposed metal surfaces to comply with
coating and resin manufacturers' written instructions.
b. Three-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing
not less than 70 percent PVDF resin by weight in both color coat and
clear topcoat. Prepare, pretreat, and apply coating to exposed metal
surfaces to comply with coating and resin manufacturers' written
instructions.
2. Concealed Finish: Apply pretreatment and manufacturer's standard white or
light-colored acrylic or polyester backer finish, consisting of prime coat and
wash coat with a minimum total dry film thickness of 0.5 mil.
2.6 METAL SOFFIT PANELS
A. General: Provide factory-formed metal soffit panels designed to be installed by
lapping and interconnecting side edges of adjacent panels and mechanically
attaching through panel to supports using concealed fasteners and factory-applied
sealant in side laps. Include accessories required for weathertight installation.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 13
11-13-19
B. Concealed-Fastener, Flush-Profile, Metal Soffit Panels MP-2: Formed with vertical
panel edges and flush surface; with flush joint between panels; with 1-inch-wide
flange for attaching interior finish; designed to be installed by lapping and
interconnecting side edges of adjacent panels and mechanically attaching through
panel to supports using concealed fasteners and factory-applied sealant in side
laps.
1. Material: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet,
0.030-inch nominal uncoated steel thickness. Prepainted by the coil-coating
process to comply with ASTM A 755/A 755M.
a. Exterior Finish: Fluoropolymer.
b. Color: To match standing seam metal panel as specified in Section 07
41 13.16 “Standing-Seam Metal Roof Panels”.
2. Panel Coverage: 12 inches.
3. Panel Height: 1.5 inches.
2.7 ACCESSORIES
A. General: Provide accessories as standard with metal building system manufacturer
and as specified. Fabricate and finish accessories at the factory to greatest extent
possible, by manufacturer's standard procedures and processes. Comply with
indicated profiles and with dimensional and structural requirements.
1. Form exposed sheet metal accessories that are without excessive oil-canning,
buckling, and tool marks and that are true to line and levels indicated, with
exposed edges folded back to form hems.
B. Roof Panel Accessories: Provide components required for a complete metal roof
panel assembly including copings, fasciae, corner units, ridge closures, clips,
sealants, gaskets, fillers, closure strips, and similar items. Match material and finish
of metal roof panels unless otherwise indicated.
1. Closures: Provide closures at eaves and ridges, fabricated of same material as
metal roof panels.
2. Clips: Manufacturer's standard, formed from stainless-steel sheet, designed to
withstand negative-load requirements.
3. Cleats: Manufacturer's standard, mechanically seamed cleats formed from
stainless-steel sheet or nylon-coated aluminum sheet.
4. Backing Plates: Provide metal backing plates at panel end splices, fabricated
from material recommended by manufacturer.
5. Closure Strips: Closed-cell, expanded, cellular, rubber or crosslinked,
polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch-thick,
flexible closure strips; cut or premolded to match metal roof panel profile.
Provide closure strips where indicated or necessary to ensure weathertight
construction.
6. Thermal Spacer Blocks: Where metal panels attach directly to purlins, provide
thermal spacer blocks of thickness required to provide 1-inch standoff;
fabricated from extruded polystyrene.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 14
11-13-19
C. Flashing and Trim: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel
sheet, 0.018-inch nominal uncoated steel thickness, prepainted with coil coating;
finished to match adjacent metal panels.
1. Provide flashing and trim as required to seal against weather and to provide
finished appearance. Locations include, but are not limited to, eaves, rakes,
corners, bases, framed openings, ridges, fasciae, and fillers.
D. Gutters: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet,
0.018-inch nominal uncoated steel thickness, prepainted with coil coating; finished
to match roof fascia and rake trim. Match profile of gable trim, complete with end
pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96-
inch-long sections, sized according to SMACNA's "Architectural Sheet Metal
Manual."
1. Gutter Supports: Fabricated from same material and finish as gutters.
2. Strainers: Bronze, copper, or aluminum wire ball type at outlets.
E. Downspouts: Zinc-coated (galvanized) or aluminum-zinc alloy-coated steel sheet,
0.018-inch nominal uncoated steel thickness, prepainted with coil coating; finished
to match metal wall panels. Fabricate in minimum 10-foot-long sections, complete
with formed elbows and offsets.
1. Mounting Straps: Fabricated from same material and finish as gutters.
F. Pipe Flashing: Premolded, EPDM pipe collar with flexible aluminum ring bonded to
base.
G. Materials:
1. Fasteners: Self-tapping screws, bolts, nuts, self-locking rivets and bolts, end-
welded studs, and other suitable fasteners designed to withstand design
loads. Provide fasteners with heads matching color of materials being
fastened by means of plastic caps or factory-applied coating.
a. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws
with hex washer head.
b. Blind Fasteners: High-strength aluminum or stainless-steel rivets.
2. Corrosion-Resistant Coating: Cold-applied asphalt mastic, compounded for
15-mil dry film thickness per coat. Provide inert-type noncorrosive compound
free of asbestos fibers, sulfur components, and other deleterious impurities.
3. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107/C 1107M, factory-
packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed
with water to consistency suitable for application and a 30-minute working
time.
4. Metal Panel Sealants:
a. Sealant Tape: Pressure-sensitive, 100 percent solids, gray
polyisobutylene-compound sealant tape with release-paper backing.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 15
11-13-19
Provide permanently elastic, nonsag, nontoxic, nonstaining tape of
manufacturer's standard size.
b. Joint Sealant: ASTM C 920; one part elastomeric polyurethane or
polysulfide; of type, grade, class, and use classifications required to seal
joints in metal panels and remain weathertight; and as recommended
by metal building system manufacturer.
2.8 FABRICATION
A. General: Design components and field connections required for erection to permit
easy assembly.
1. Mark each piece and part of the assembly to correspond with previously
prepared erection drawings, diagrams, and instruction manuals.
2. Fabricate structural framing to produce clean, smooth cuts and bends. Punch
holes of proper size, shape, and location. Members shall be free of cracks,
tears, and ruptures.
B. Tolerances: Comply with MBMA's "Metal Building Systems Manual" for fabrication
and erection tolerances.
C. Primary Framing: Shop fabricate framing components to indicated size and section,
with baseplates, bearing plates, stiffeners, and other items required for erection
welded into place. Cut, form, punch, drill, and weld framing for bolted field
assembly.
1. Make shop connections by welding or by using high-strength bolts.
2. Join flanges to webs of built-up members by a continuous, submerged arc-
welding process.
3. Brace compression flange of primary framing with steel angles or cold-formed
structural tubing between frame web and purlin web or girt web, so flange
compressive strength is within allowable limits for any combination of
loadings.
4. Weld clips to frames for attaching secondary framing if applicable, or punch
for bolts.
5. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2.
Shop prime primary framing with specified primer after fabrication.
D. Secondary Framing: Shop fabricate framing components to indicated size and
section by roll forming or break forming, with baseplates, bearing plates, stiffeners,
and other plates required for erection welded into place. Cut, form, punch, drill, and
weld secondary framing for bolted field connections to primary framing.
1. Make shop connections by welding or by using non-high-strength bolts.
2. Shop Priming: Prepare uncoated surfaces for shop priming according to SSPC-
SP 2. Shop prime uncoated secondary framing with specified primer after
fabrication.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 16
11-13-19
E. Metal Panels: Fabricate and finish metal panels at the factory to greatest extent
possible, by manufacturer's standard procedures and processes, as necessary to
fulfill indicated performance requirements. Comply with indicated profiles and with
dimensional and structural requirements.
1. Provide panel profile, including major ribs and intermediate stiffening ribs, if
any, for full length of metal panel.
2.9 SOURCE QUALITY CONTROL
A. Special Inspection: Owner will engage a qualified special inspector to perform
source quality control inspections and to submit reports.
1. Accredited Manufacturers: Special inspections will not be required if
fabrication is performed by an IAS AC472-accredited manufacturer approved
by authorities having jurisdiction to perform such Work without special
inspection.
a. After fabrication, submit copy of certificate of compliance to authorities
having jurisdiction, certifying that Work was performed according to
Contract requirements.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with erector present, for compliance
with requirements for installation tolerances and other conditions affecting
performance of the Work.
B. Before erection proceeds, survey elevations and locations of concrete- and
masonry-bearing surfaces and locations of anchor rods, bearing plates, and other
embedments to receive structural framing, with erector present, for compliance
with requirements and metal building system manufacturer's tolerances.
C. Proceed with erection only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Clean and prepare surfaces to be painted according to manufacturer's written
instructions for each particular substrate condition.
B. Provide temporary shores, guys, braces, and other supports during erection to keep
structural framing secure, plumb, and in alignment against temporary construction
loads and loads equal in intensity to design loads. Remove temporary supports
when permanent structural framing, connections, and bracing are in place unless
otherwise indicated.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 17
11-13-19
3.3 ERECTION OF STRUCTURAL FRAMING
A. Erect metal building system according to manufacturer's written instructions and
drawings.
B. Do not field cut, drill, or alter structural members without written approval from
metal building system manufacturer's professional engineer.
C. Set structural framing accurately in locations and to elevations indicated, according
to AISC specifications referenced in this Section. Maintain structural stability of
frame during erection.
D. Base and Bearing Plates: Clean concrete- and masonry-bearing surfaces of bond-
reducing materials, and roughen surfaces prior to setting plates. Clean bottom
surface of plates.
1. Set plates for structural members on wedges, shims, or setting nuts as
required.
2. Tighten anchor rods after supported members have been positioned and
plumbed. Do not remove wedges or shims but, if protruding, cut off flush with
edge of plate before packing with grout.
3. Promptly pack grout solidly between bearing surfaces and plates so no voids
remain. Neatly finish exposed surfaces; protect grout and allow to cure.
Comply with manufacturer's written installation instructions for shrinkage-
resistant grouts.
E. Align and adjust structural framing before permanently fastening. Before assembly,
clean bearing surfaces and other surfaces that will be in permanent contact with
framing. Perform necessary adjustments to compensate for discrepancies in
elevations and alignment.
1. Level and plumb individual members of structure.
2. Make allowances for difference between temperature at time of erection and
mean temperature when structure will be completed and in service.
F. Primary Framing and End Walls: Erect framing level, plumb, rigid, secure, and true
to line. Level baseplates to a true even plane with full bearing to supporting
structures, set with double-nutted anchor bolts. Use grout to obtain uniform
bearing and to maintain a level base-line elevation. Moist-cure grout for not less
than seven days after placement.
1. Make field connections using high-strength bolts installed according to RCSC's
"Specification for Structural Joints Using High-Strength Bolts" for bolt type
and joint type specified.
a. Joint Type: Snug tightened or pretensioned as required by
manufacturer.
G. Secondary Framing: Erect framing level, plumb, rigid, secure, and true to line. Field
bolt secondary framing to clips attached to primary framing.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 18
11-13-19
1. Provide rake or gable purlins with tight-fitting closure channels and fasciae.
2. Locate and space wall girts to suit openings such as doors and windows.
3. Provide supplemental framing at entire perimeter of openings, including
doors, windows, louvers, ventilators, and other penetrations of roof and walls.
H. Bracing: Install bracing in roof and sidewalls where indicated on erection drawings.
1. Tighten rod and cable bracing to avoid sag.
2. Locate interior end-bay bracing only where indicated.
I. Framing for Openings: Provide shapes of proper design and size to reinforce
openings and to carry loads and vibrations imposed, including equipment furnished
under mechanical and electrical work. Securely attach to structural framing.
J. Erection Tolerances: Maintain erection tolerances of structural framing within
AISC 303.
3.4 METAL PANEL INSTALLATION, GENERAL
A. Fabricate and finish metal panels and accessories at the factory, by manufacturer's
standard procedures and processes, as necessary to fulfill indicated performance
requirements demonstrated by laboratory testing. Comply with indicated profiles
and with dimensional and structural requirements.
B. Examination: Examine primary and secondary framing to verify that structural-
panel support members and anchorages have been installed within alignment
tolerances required by manufacturer.
1. Examine roughing-in for components and systems penetrating metal panels,
to verify actual locations of penetrations relative to seams before metal panel
installation.
C. General: Anchor metal panels and other components of the Work securely in place,
with provisions for thermal and structural movement.
1. Field cut metal panels as required for doors, windows, and other openings.
Cut openings as small as possible, neatly to size required, and without
damage to adjacent metal panel finishes.
a. Field cutting of metal panels by torch is not permitted unless approved
in writing by manufacturer.
2. Install metal panels perpendicular to structural supports unless otherwise
indicated.
3. Flash and seal metal panels with weather closures at perimeter of openings
and similar elements. Fasten with self-tapping screws.
4. Locate and space fastenings in uniform vertical and horizontal alignment.
5. Locate metal panel splices over structural supports with end laps in
alignment.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 19
11-13-19
6. Lap metal flashing over metal panels to allow moisture to run over and off the
material.
D. Lap-Seam Metal Panels: Install screw fasteners using power tools with controlled
torque adjusted to compress EPDM washers tightly without damage to washers,
screw threads, or metal panels. Install screws in predrilled holes.
1. Arrange and nest side-lap joints so prevailing winds blow over, not into,
lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply metal
panels and associated items for neat and weathertight enclosure. Avoid
"panel creep" or application not true to line.
E. Metal Protection: Where dissimilar metals contact each other or corrosive
substrates, protect against galvanic action by painting contact surfaces with
corrosion-resistant coating, by applying rubberized-asphalt underlayment to each
contact surface, or by other permanent separation as recommended by metal roof
panel manufacturer.
F. Joint Sealers: Install gaskets, joint fillers, and sealants where indicated and where
required for weatherproof performance of metal panel assemblies. Provide types of
gaskets, fillers, and sealants indicated; or, if not indicated, provide types
recommended by metal panel manufacturer.
1. Seal metal panel end laps with double beads of tape or sealant the full width
of panel. Seal side joints where recommended by metal panel manufacturer.
2. Prepare joints and apply sealants to comply with requirements in
Section 07 92 00 "Joint Sealants."
3.5 METAL ROOF PANEL INSTALLATION
A. General: Provide metal roof panels of full length from eave to ridge unless
otherwise indicated or restricted by shipping limitations.
1. Install ridge caps as metal roof panel work proceeds.
2. Flash and seal metal roof panels with weather closures at eaves and rakes.
Fasten with self-tapping screws.
B. Standing-Seam Metal Roof Panels: Fasten metal roof panels to supports with
concealed clips at each standing-seam joint, at location and spacing and with
fasteners recommended by manufacturer.
1. Install clips to supports with self-drilling or self-tapping fasteners.
2. Install pressure plates at locations indicated in manufacturer's written
installation instructions.
3. Seamed Joint: Crimp standing seams with manufacturer-approved motorized
seamer tool so that clip, metal roof panel, and factory-applied sealant are
completely engaged.
4. Rigidly fasten eave end of metal roof panels and allow ridge end free
movement for thermal expansion and contraction. Predrill panels for
fasteners.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 20
11-13-19
5. Provide metal closures at rake edges, rake walls, and each side of ridge caps.
C. Metal Fascia Panels: Align bottom of metal panels and fasten with blind rivets,
bolts, or self-drilling or self-tapping screws. Flash and seal metal panels with
weather closures where fasciae meet soffits, along lower panel edges, and at
perimeter of all openings.
D. Metal Roof Panel Installation Tolerances: Shim and align metal roof panels within
installed tolerance of 1/4 inch in 20 feet on slope and location lines and within 1/8-
inch offset of adjoining faces and of alignment of matching profiles.
3.6 METAL SOFFIT PANEL INSTALLATION
A. Provide metal soffit panels the full width of soffits. Install panels perpendicular to
support framing.
B. Flash and seal metal soffit panels with weather closures where panels meet walls
and at perimeter of all openings.
3.7 ACCESSORY INSTALLATION
A. General: Install accessories with positive anchorage to building and weathertight
mounting, and provide for thermal expansion. Coordinate installation with flashings
and other components.
1. Install components required for a complete metal roof panel assembly,
including trim, copings, ridge closures, seam covers, flashings, sealants,
gaskets, fillers, closure strips, and similar items.
2. Install components for a complete metal wall panel assembly, including trim,
copings, corners, seam covers, flashings, sealants, gaskets, fillers, closure
strips, and similar items.
3. Where dissimilar metals contact each other or corrosive substrates, protect
against galvanic action by painting contact surfaces with corrosion-resistant
coating, by applying rubberized-asphalt underlayment to each contact
surface, or by other permanent separation as recommended by manufacturer.
B. Flashing and Trim: Comply with performance requirements, manufacturer's written
installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide
concealed fasteners where possible, and set units true to line and level. Install work
with laps, joints, and seams that will be permanently watertight and weather
resistant.
1. Install exposed flashing and trim that is without excessive oil-canning,
buckling, and tool marks and that is true to line and levels indicated, with
exposed edges folded back to form hems. Install sheet metal flashing and
trim to fit substrates and to result in waterproof and weather-resistant
performance.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 METAL BUILDING SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 13 34 19 - 21
11-13-19
2. Expansion Provisions: Provide for thermal expansion of exposed flashing and
trim. Space movement joints at a maximum of 10 feet with no joints allowed
within 24 inches of corner or intersection. Where lapped or bayonet-type
expansion provisions cannot be used or would not be sufficiently weather
resistant and waterproof, form expansion joints of intermeshing hooked
flanges, not less than 1 inch deep, filled with mastic sealant (concealed within
joints).
C. Gutters: Join sections with riveted-and-soldered or lapped-and-sealed joints. Attach
gutters to eave with gutter hangers spaced as required for gutter size, but not
more than 36 inches o.c. using manufacturer's standard fasteners. Provide end
closures and seal watertight with sealant. Provide for thermal expansion.
D. Downspouts: Join sections with 1-1/2-inch telescoping joints. Provide fasteners
designed to hold downspouts securely 1 inch away from walls; locate fasteners at
top and bottom and at approximately 60 inches o.c. in between.
1. Tie downspouts to underground drainage system indicated.
E. Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten
and seal to panel as recommended by manufacturer.
3.8 FIELD QUALITY CONTROL
A. Special Inspections: Owner will engage a qualified special inspector to perform field
quality control special inspections and to submit reports.
B. Product will be considered defective if it does not pass tests and inspections.
C. Prepare test and inspection reports.
3.9 CLEANING AND PROTECTION
A. Touchup Painting: Cleaning and touchup painting are specified in Section 09 91 13
"Exterior Painting" and Section 09 91 23 "Interior Painting."
B. Metal Panels: Remove temporary protective coverings and strippable films, if any,
as metal panels are installed. On completion of metal panel installation, clean
finished surfaces as recommended by metal panel manufacturer. Maintain in a
clean condition during construction.
1. Replace metal panels that have been damaged or have deteriorated beyond
successful repair by finish touchup or similar minor repair procedures.
END OF SECTION 13 34 19
RJ LONGSTREET ELEMENTARY
PAVILION LOW-VOLTAGE ELECTRICAL
VCS PROJECT NO. 194766 POWER CONDUCTORS AND CABLES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 19 - 1
11-13-19
SECTION 26 05 19 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. Section Includes:
1. Building wires and cables rated 600 V and less.
2. Connectors, splices, and terminations rated 600 V and less.
1.3 DEFINITIONS
A. VFC: Variable frequency controller.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For testing agency.
B. Field quality-control reports.
1.6 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site
testing.
RJ LONGSTREET ELEMENTARY
PAVILION LOW-VOLTAGE ELECTRICAL
VCS PROJECT NO. 194766 POWER CONDUCTORS AND CABLES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 19 - 2
11-13-19
PART 2 - PRODUCTS
2.1 CONDUCTORS AND CABLES
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. Alcan Products Corporation; Alcan Cable Division.
2. Alpha Wire.
3. Belden Inc.
4. Encore Wire Corporation.
5. General Cable Technologies Corporation.
6. Southwire Incorporated.
B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658.
C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN-2-
THWN-2, Type XHHW-2, and Type SO.
D. Multiconductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for armored
cable, Type AC, metal-clad cable, Type MC, and Type SO with ground wire.
E. VFC Cable:
1. Comply with UL 1277, UL 1685, and NFPA 70 for Type TC-ER cable.
2. Type TC-ER with oversized crosslinked polyethylene insulation, spiral-wrapped
foil plus 85 percent coverage braided shields and insulated full-size ground
wire, and sunlight- and oil-resistant outer PVC jacket.
2.2 CONNECTORS AND SPLICES
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. AFC Cable Systems, Inc.
2. Gardner Bender.
3. Hubbell Power Systems, Inc.
4. Ideal Industries, Inc.
5. Ilsco; a branch of Bardes Corporation.
6. NSi Industries LLC.
7. O-Z/Gedney; a brand of the EGS Electrical Group.
8. 3M; Electrical Markets Division.
9. Tyco Electronics.
B. Description: Factory-fabricated connectors and splices of size, ampacity rating,
material, type, and class for application and service indicated.
RJ LONGSTREET ELEMENTARY
PAVILION LOW-VOLTAGE ELECTRICAL
VCS PROJECT NO. 194766 POWER CONDUCTORS AND CABLES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 19 - 3
11-13-19
2.3 SYSTEM DESCRIPTION
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. Comply with NFPA 70.
PART 3 - EXECUTION
3.1 CONDUCTOR MATERIAL APPLICATIONS
A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and
larger.
B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8
AWG and larger, except VFC cable, which shall be extra flexible stranded.
3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND
WIRING METHODS
A. Service Entrance: Type THHN-2-THWN-2, single conductors in raceway or
Type XHHW-2, single conductors in raceway.
B. Exposed Feeders: Type THHN-2-THWN-2, single conductors in raceway.
C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-2-
THWN-2, single conductors in raceway.
D. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground:
Type THHN-2-THWN-2, single conductors in raceway.
E. Exposed Branch Circuits: Type THHN-2-THWN-2, single conductors in raceway.
F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-2-THWN-
2, single conductors in raceway.
G. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground:
Type THHN-2-THWN-2, single conductors in raceway.
H. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with
stainless-steel, wire-mesh, strain relief device at terminations to suit application.
I. VFC Output Circuits: Type TC-ER cable with braided shield.
RJ LONGSTREET ELEMENTARY
PAVILION LOW-VOLTAGE ELECTRICAL
VCS PROJECT NO. 194766 POWER CONDUCTORS AND CABLES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 19 - 4
11-13-19
3.3 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.
B. Complete raceway installation between conductor and cable termination points
according to Section 26 05 33 "Raceways and Boxes for Electrical Systems" prior to
pulling conductors and cables.
C. Use manufacturer-approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure
values.
D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable
grips, that will not damage cables or raceway.
3.4 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use
those specified in UL 486A-486B.
B. Make splices, terminations, and taps that are compatible with conductor
material and that possess equivalent or better mechanical strength and insulation
ratings than unspliced conductors.
C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.
3.5 IDENTIFICATION
A. Identify and color-code conductors and cables according to Section 26 05 53
"Identification for Electrical Systems."
B. Identify each spare conductor at each end with identity number and location of
other end of conductor, and identify as spare conductor.
3.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS
A. Install sleeves and sleeve seals at penetrations of exterior floor and wall
assemblies. Comply with requirements in Section 26 05 44 "Sleeves and Sleeve
Seals for Electrical Raceways and Cabling."
3.7 FIRESTOPPING
A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies
to restore original fire-resistance rating of assembly according to Section 07 84 13
"Penetration Firestopping."
RJ LONGSTREET ELEMENTARY
PAVILION LOW-VOLTAGE ELECTRICAL
VCS PROJECT NO. 194766 POWER CONDUCTORS AND CABLES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 19 - 5
11-13-19
3.8 FIELD QUALITY CONTROL
A. Perform the following tests and inspections:
1. Perform each visual and mechanical inspection and electrical test stated in
NETA Acceptance Testing Specification. Certify compliance with test
parameters.
2. Infrared Scanning: After Provisional Acceptance (per the Owner’s Contract),
but not more than 60 days after Final Acceptance, perform an infrared scan of
each splice in conductors No. 3 AWG and larger. Remove box and equipment
covers so splices are accessible to portable scanner. Correct deficiencies
determined during the scan.
a. Follow-up Infrared Scanning: Perform an additional follow-up infrared
scan of each splice 11 months after date of Provisional Acceptance (per
the Owner’s Contract).
b. Instrument: Use an infrared scanning device designed to measure
temperature or to detect significant deviations from normal values.
Provide calibration record for device.
c. Record of Infrared Scanning: Prepare a certified report that identifies
splices checked and that describes scanning results. Include notation of
deficiencies detected, remedial action taken, and observations after
remedial action.
B. Test and Inspection Reports: Prepare a written report to record the following:
1. Procedures used.
2. Results that comply with requirements.
3. Results that do not comply with requirements and corrective action taken to
achieve compliance with requirements.
C. Cables will be considered defective if they do not pass tests and inspections.
END OF SECTION 26 05 19
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 1
11-13-19
SECTION 26 05 26 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. Section includes grounding and bonding systems and equipment.
B. Section includes grounding and bonding systems and equipment, plus the following
special applications:
1. Underground distribution grounding.
2. Ground bonding common with lightning protection system.
3. Foundation steel electrodes.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
1.4 INFORMATIONAL SUBMITTALS
A. As-Built Data: Plans showing dimensioned as-built locations of grounding features
specified in "Field Quality Control" Article, including the following:
1. Test wells.
2. Ground rods.
3. Ground rings.
4. Grounding arrangements and connections for separately derived systems.
B. Qualification Data: For testing agency and testing agency's field supervisor.
C. Field quality-control reports.
1.5 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For grounding to include in emergency,
operation, and maintenance manuals.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 2
11-13-19
1. In addition to items specified in Section 01 78 23 "Operation and Maintenance
Data," include the following:
a. Instructions for periodic testing and inspection of grounding features at
test wells and at grounding connections for separately derived systems
based on NETA MTS and NFPA 70B.
1) Tests shall determine if ground-resistance or impedance values
remain within specified maximums, and instructions shall
recommend corrective action if values do not.
2) Include recommended testing intervals.
1.6 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site
testing.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
C. Comply with UL 467 for grounding and bonding materials and equipment.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not
limited to, the following:
1. Burndy; Part of Hubbell Electrical Systems.
2. Dossert; AFL Telecommunications LLC.
3. ERICO International Corporation.
4. Fushi Copperweld Inc.
5. Galvan Industries, Inc.; Electrical Products Division, LLC.
6. Harger Lightning and Grounding.
7. ILSCO.
8. O-Z/Gedney; A Brand of the EGS Electrical Group.
9. Robbins Lightning, Inc.
10. Siemens Power Transmission & Distribution, Inc.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 3
11-13-19
2.2 SYSTEM DESCRIPTION
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. Comply with UL 467 for grounding and bonding materials and equipment.
2.3 CONDUCTORS
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise
required by applicable Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2. Stranded Conductors: ASTM B 8.
3. Tinned Conductors: ASTM B 33.
4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in
diameter.
5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor.
6. Bonding Jumper: Copper tape, braided conductors terminated with copper
ferrules; 1-5/8 inches wide and 1/16 inch thick.
C. Grounding Bus: Predrilled rectangular bars of annealed copper, 1/4 by 4 inches in
cross section, with pre-drilled holes as indicated on the Drawings. Stand-off
insulators for mounting shall comply with UL 891 for use in switchboards, 600 V
and shall be Lexan or PVC, impulse tested at 5000 V.
2.4 CONNECTORS
A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for
applications in which used and for specific types, sizes, and combinations of
conductors and other items connected.
B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy.
C. Welded Connectors: Exothermic-welding kits of types recommended by kit
manufacturer for materials being joined and installation conditions.
D. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless compression-
type wire terminals, and long-barrel, two-bolt connection to ground bus bar.
2.5 GROUNDING ELECTRODES
A. Ground Rods: Copper-clad steel, sectional type; 3/4 inch by 10 feet sections,
quantity as required.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 4
11-13-19
PART 3 - EXECUTION
3.1 APPLICATIONS
A. Conductors: Install solid conductor for No. 10 AWG and smaller, and stranded
conductors for No. 8 AWG and larger unless otherwise indicated.
B. Underground Grounding Conductors: Install bare copper conductor, No. 4/0 AWG
minimum.
1. Counterpoise: Bury at least 24” below grade.
2. Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when
indicated as part of a duct bank installation. No. 1/0 AWG minimum.
C. Grounding Bus: Install in electrical equipment rooms, communications rooms, and
elsewhere as indicated.
1. Install bus horizontally, on insulated spacers 2 inches minimum from wall, 6
inches above finished floor unless otherwise indicated.
D. Conductor Terminations and Connections:
1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.
2. Underground Connections: Welded connectors except at test wells and as
otherwise indicated.
3. Connections to Ground Rods at Test Wells: Bolted connectors.
4. Connections to Structural Steel: Welded connectors.
3.2 GROUNDING AT THE SERVICE
A. Equipment grounding conductors and grounding electrode conductors shall be
connected to the ground bus.
3.3 GROUNDING SEPARATELY DERIVED SYSTEMS
A. Service entrance transformer shall have a solidly grounded neutral. Standby
generator shall not be installed as a separately derived system and the generator
neutral shall not be solidly grounded at the generator location, but shall be
connected to the grounding electrode system through the solidly grounded neutral
bus located within the 3 pole service entrance rated transfer switch.
B. Step down transformers: Install a grounding electrode conductor for each
transformer. The grounded conductor shall be connected to the frame of the
transformer, the equipment grounding conductor, and to the building grounding
electrode system.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 5
11-13-19
3.4 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS
A. Pad-Mounted Transformers: Install two ground rods and No. 4/0 ground ring
around the pad for ground connections by the electrical utility company. Bury
ground ring not less than 6 inches from the foundation.
3.5 EQUIPMENT GROUNDING
A. Install insulated equipment grounding conductors with all feeders and branch
circuits.
B. Install insulated equipment grounding conductors with the following items, in
addition to those required by NFPA 70:
1. Feeders and branch circuits.
2. Lighting circuits.
3. Receptacle circuits.
4. Single-phase motor and appliance branch circuits.
5. Three-phase motor and appliance branch circuits.
6. Flexible raceway runs.
7. Armored and metal-clad cable runs.
C. Air-Duct Equipment Circuits: Install insulated equipment grounding conductor to
duct-mounted electrical devices operating at 120 V and more, including heaters,
dampers, and other duct electrical equipment. Bond conductor to each unit and to
air duct and connected metallic piping.
D. Water Heater, Heat-Tracing: Install a separate insulated equipment grounding
conductor to each electric water heater and heat-tracing cable. Bond conductor to
heater units, piping, connected equipment, and components.
E. Metallic Fences: Comply with requirements of IEEE C2.
1. Grounding Conductor: Bare copper, not less than No. 6 AWG.
2. Gates: Shall be bonded to the grounding conductor with a flexible bonding
jumper.
3. Barbed Wire: Strands shall be bonded to the grounding conductor.
3.6 INSTALLATION
A. Grounding Conductors: Route along shortest and straightest paths possible unless
otherwise indicated or required by Code. Avoid obstructing access or placing
conductors where they may be subjected to strain, impact, or damage.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 6
11-13-19
B. Ground Bonding Common with Lightning Protection System: Comply with
NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond
electrical power system ground directly to lightning protection system grounding
conductor at closest point to electrical service grounding electrode. Use bonding
conductor sized same as system grounding electrode conductor, and install in
conduit.
C. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade
unless otherwise indicated.
1. Interconnect ground rods with grounding electrode conductor below grade
and as otherwise indicated. Make connections without exposing steel or
damaging coating if any.
D. Test Wells: Ground rod driven through drilled hole in bottom of handhole.
Handholes are specified in Section 26 05 43 "Underground Ducts and Raceways for
Electrical Systems," and shall be at least 12 inches deep, with cover.
1. Test Wells: Install at least one test well for each service unless otherwise
indicated. Install at the ground rod electrically closest to service entrance.
Set top of test well flush with finished grade or floor.
E. Bonding Straps and Jumpers: Install in locations accessible for inspection and
maintenance except where routed through short lengths of conduit.
1. Bonding to Structure: Bond straps directly to basic structure, taking care not
to penetrate any adjacent parts.
2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports:
Install bonding so vibration is not transmitted to rigidly mounted equipment.
3. Use exothermic-welded connectors for outdoor locations; if a disconnect-type
connection is required, use a bolted clamp.
F. Grounding and Bonding for Piping:
1. Metal Water Service Pipe: Install insulated copper grounding conductors, in
conduit, from building's main service equipment, or grounding bus, to main
metal water service entrances to building. Connect grounding conductors to
main metal water service pipes; use a bolted clamp connector or bolt a lug-
type connector to a pipe flange by using one of the lug bolts of the flange.
Where a dielectric main water fitting is installed, connect grounding conductor
on street side of fitting. Bond metal grounding conductor conduit or sleeve to
conductor at each end.
2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass
water meters. Connect to pipe with a bolted connector.
3. Bond each aboveground portion of gas piping system downstream from
equipment shutoff valve, if applicable.
G. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding
conductors of associated fans, blowers, electric heaters, and air cleaners. Install
bonding jumper to bond across flexible duct connections to achieve continuity.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 7
11-13-19
H. Grounding for Steel Building Structure: Install a driven ground rod at base of each
corner column and at intermediate exterior columns at distances not more than 60
feet apart.
I. Ground Ring: Install a grounding conductor, electrically connected to each building
structure ground rod and to each indicated item, extending around the perimeter of
building.
1. Install tinned-copper conductor not less than No. 4/0 AWG for ground ring.
2. Bury ground ring not less than 24 inches from building's foundation.
J. Concrete-Encased Grounding Electrode (Ufer Ground): Fabricate according to
NFPA 70; using electrically conductive coated steel reinforcing bars or rods, at least
20 feet long. If reinforcing is in multiple pieces, connect together by the usual steel
tie wires or exothermic welding to create the required length.
3.7 FIELD QUALITY CONTROL
A. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory-authorized service
representative to inspect components, assemblies, and equipment
installations, including connections, and to assist in testing.
B. Tests and Inspections:
1. After installing grounding system but before permanent electrical circuits have
been energized, test for compliance with requirements.
2. Inspect physical and mechanical condition. Verify tightness of accessible,
bolted, electrical connections with a calibrated torque wrench according to
manufacturer's written instructions.
3. Test completed grounding system at each location where a maximum ground-
resistance level is specified, at service disconnect enclosure grounding
terminal, at ground test wells, and at individual ground rods. Make tests at
ground rods before any conductors are connected.
a. Measure ground resistance no fewer than two full days after last trace of
precipitation and without soil being moistened by any means other than
natural drainage or seepage and without chemical treatment or other
artificial means of reducing natural ground resistance.
b. Perform tests by fall-of-potential method according to IEEE 81.
4. Prepare dimensioned Drawings locating each test well, ground rod and
ground-rod assembly, and other grounding electrodes. Identify each by letter
in alphabetical order, and key to the record of tests and observations.
Include the number of rods driven and their depth at each location, and
include observations of weather and other phenomena that may affect test
results. Describe measures taken to improve test results.
RJ LONGSTREET ELEMENTARY
PAVILION GROUNDING AND BONDING
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 26 - 8
11-13-19
C. Grounding system will be considered defective if it does not pass tests and
inspections.
D. Prepare test and inspection reports.
E. Report measured ground resistances that exceed the following values:
1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less:
10 ohms.
2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA:
5 ohms.
3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA:
3 ohms.
4. Panelboards Serving Electronic Equipment: 3 ohms.
5. Pad-Mounted Equipment: 5 ohms.
F. Excessive Ground Resistance: If resistance to ground exceeds specified values,
notify Architect promptly and include recommendations to reduce ground
resistance.
END OF SECTION 26 05 26
RJ LONGSTREET ELEMENTARY
PAVILION HANGERS AND SUPPORTS
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 29 - 1
11-13-19
SECTION 26 05 29 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes the following:
1. Hangers and supports for electrical equipment and systems.
2. Construction requirements for concrete bases.
1.3 DEFINITIONS
A. EMT: Electrical metallic tubing.
B. IMC: Intermediate metal conduit.
C. RMC: Rigid metal conduit.
1.4 PERFORMANCE REQUIREMENTS
A. Design equipment supports capable of supporting combined operating weight of
supported equipment and connected systems and components.
B. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum
loads calculated or imposed for this Project, with a minimum structural safety factor
of five times the applied force.
1.5 ACTION SUBMITTALS
A. Product Data: For the following:
1. Steel slotted support systems.
B. Shop Drawings: Show fabrication and installation details and include calculations
for the following:
1. Steel slotted channel systems. Include Product Data for components.
RJ LONGSTREET ELEMENTARY
PAVILION HANGERS AND SUPPORTS
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 29 - 2
11-13-19
2. Equipment supports.
1.6 INFORMATIONAL SUBMITTALS
A. Welding certificates.
1.7 QUALITY ASSURANCE
A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M,
"Structural Welding Code - Steel."
B. Comply with NFPA 70.
1.8 COORDINATION
A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases.
Concrete, reinforcement, and formwork requirements are specified together with
concrete Specifications.
B. Coordinate installation of roof curbs, equipment supports, and roof penetrations.
These items are specified in Section 07 72 00 "Roof Accessories."
PART 2 - PRODUCTS
2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS
A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated
components for field assembly.
1. 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:
a. Allied Tube & Conduit.
b. Cooper B-Line, Inc.; a division of Cooper Industries.
c. ERICO International Corporation.
d. GS Metals Corp.
e. Thomas & Betts Corporation.
f. Unistrut; Tyco International, Ltd.
g. Wesanco, Inc.
2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according
to MFMA-4.
3. Painted Coatings: Manufacturer's standard painted coating applied according
to MFMA-4.
4. Channel Dimensions: Selected for applicable load criteria.
RJ LONGSTREET ELEMENTARY
PAVILION HANGERS AND SUPPORTS
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 29 - 3
11-13-19
B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.
C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps, and
associated fittings, designed for types and sizes of raceway or cable to be
supported.
D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting
of threaded body and insulating wedging plug or plugs for non-armored electrical
conductors or cables in riser conduits. Plugs shall have number, size, and shape of
conductor gripping pieces as required to suit individual conductors or cables
supported. Body shall be malleable iron.
E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel
plates, shapes, and bars; black and galvanized.
F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical
items or their supports to building surfaces include the following:
1. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated or stainless
steel, for use in hardened portland cement concrete with tension, shear, and
pullout capacities appropriate for supported loads and building materials in
which used.
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) Cooper B-Line, Inc.; a division of Cooper Industries.
2) Empire Tool and Manufacturing Co., Inc.
3) MKT Fastening, LLC.
2. Concrete Inserts: Steel or malleable-iron, slotted support system units
similar to MSS Type 18; complying with MFMA-4 or MSS SP-58.
3. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type
suitable for attached structural element.
4. Through Bolts: Structural type, hex head, and high strength. Comply with
ASTM A 325.
5. Toggle Bolts: All-steel springhead type.
6. Hanger Rods: Threaded steel.
2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES
A. Description: Welded or bolted, structural-steel shapes, shop or field fabricated to
fit dimensions of supported equipment.
RJ LONGSTREET ELEMENTARY
PAVILION HANGERS AND SUPPORTS
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 29 - 4
11-13-19
PART 3 - EXECUTION
3.1 APPLICATION
A. Comply with NECA 1 and NECA 101 for application of hangers and supports for
electrical equipment and systems except if requirements in this Section are stricter.
B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space
supports for EMT, IMC, and RMC as scheduled in NECA 1, where its Table 1 lists
maximum spacings less than stated in NFPA 70. Minimum rod size shall be 1/4
inch in diameter.
C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel
slotted or other support system, sized so capacity can be increased by at least 25
percent in future without exceeding specified design load limits.
1. Secure raceways and cables to these supports with single-bolt conduit clamps
or single-bolt conduit clamps using spring friction action for retention in
support channel.
D. Spring-steel clamps designed for supporting single conduits without bolts may be
used for 1-1/2-inch and smaller raceways serving branch circuits and
communication systems above suspended ceilings and for fastening raceways to
trapeze supports.
3.2 SUPPORT INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except as specified
in this Article.
B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC,
and RMC may be supported by openings through structure members, as permitted
in NFPA 70.
C. Strength of Support Assemblies: Where not indicated, select sizes of components
so strength will be adequate to carry present and future static loads within specified
loading limits. Minimum static design load used for strength determination shall be
weight of supported components plus 200 lb.
D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor
and fasten electrical items and their supports to building structural elements by the
following methods unless otherwise indicated by code:
1. To Wood: Fasten with lag screws or through bolts.
2. To New Concrete: Bolt to concrete inserts.
3. To Masonry: Approved toggle-type bolts on hollow masonry units and
expansion anchor fasteners on solid masonry units.
4. To Existing Concrete: Expansion anchor fasteners.
RJ LONGSTREET ELEMENTARY
PAVILION HANGERS AND SUPPORTS
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 29 - 5
11-13-19
5. Instead of expansion anchors, powder-actuated driven threaded studs
provided with lock washers and nuts may be used in existing standard-weight
concrete 4 inches thick or greater. Do not use for anchorage to lightweight-
aggregate concrete or for slabs less than 4 inches thick.
6. To Steel: Welded threaded studs complying with AWS D1.1/D1.1M, with lock
washers and nuts or beam clamps (MSS Type 19, 21, 23, 25, or 27)
complying with MSS SP-69.
7. To Light Steel: Sheet metal screws.
8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount
cabinets, panelboards, disconnect switches, control enclosures, pull and
junction boxes, transformers, and other devices on slotted-channel racks
attached to substrate by means that meet seismic-restraint strength and
anchorage requirements.
3.3 INSTALLATION OF FABRICATED METAL SUPPORTS
A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment,
and elevation to support and anchor electrical materials and equipment.
B. Field Welding: Comply with AWS D1.1/D1.1M.
3.4 CONCRETE BASES
A. Construct concrete bases of dimensions indicated but not less than 4 inches larger
in both directions than supported unit, and so anchors will be a minimum of 10 bolt
diameters from edge of the base.
B. Use 3000-psi, 28-day compressive-strength concrete. Concrete materials,
reinforcement, and placement requirements are specified in Section 03 30 00
"Cast-in-Place Concrete."
C. Anchor equipment to concrete base.
1. Place and secure anchorage devices. Use supported equipment
manufacturer's setting drawings, templates, diagrams, instructions, and
directions furnished with items to be embedded.
2. Install anchor bolts to elevations required for proper attachment to supported
equipment.
3. Install anchor bolts according to anchor-bolt manufacturer's written
instructions.
RJ LONGSTREET ELEMENTARY
PAVILION HANGERS AND SUPPORTS
VCS PROJECT NO. 194766 FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 29 - 6
11-13-19
3.5 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 minimum dry film thickness of 2.0
mils.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and
apply galvanizing-repair paint to comply with ASTM A 780.
END OF SECTION 26 05 29
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 1
11-13-19
SECTION 26 05 33 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. Section Includes:
1. Metal conduits, tubing, and fittings.
2. Nonmetal conduits and fittings.
3. Metal wireways and auxiliary gutters.
4. Surface raceways.
5. Boxes, enclosures, and cabinets.
1.3 DEFINITIONS
A. GRC: Galvanized rigid steel conduit.
B. EMT: Electrical metallic tubing.
C. FMC: Flexible metallic conduit.
D. LFMC: Liquid tight flexible metallic conduit.
E. RNC: Rigid non-metallic conduit.
1.4 ACTION SUBMITTALS
A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-
cover enclosures, and cabinets.
1.5 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the
following items are shown and coordinated with each other, using input from
installers of items involved:
1. Structural members in paths of conduit groups with common supports.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 2
11-13-19
2. HVAC and plumbing items and architectural features in paths of conduit
groups with common supports.
B. Seismic Qualification Certificates: For enclosures, cabinets, and conduit racks and
their mounting provisions including those for internal components, from
manufacturer.
1. Basis for Certification: Indicate whether withstand certification is based on
actual test of assembled components or on calculation.
2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity
and locate and describe mounting and anchorage provisions.
3. Detailed description of equipment anchorage devices on which the
certification is based and their installation requirements.
4. Detailed description of conduit support devices and interconnections on which
the certification is based and their installation requirements.
C. Source quality-control reports.
PART 2 - PRODUCTS
2.1 METAL CONDUITS, TUBING, AND FITTINGS
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. AFC Cable Systems, Inc.
2. Allied Tube & Conduit; a Tyco International Ltd. Co.
3. Anamet Electrical, Inc.
4. Electri-Flex Company.
5. O-Z/Gedney; a brand of EGS Electrical Group.
6. Picoma Industries, a subsidiary of Mueller Water Products, Inc.
7. Republic Conduit.
8. Robroy Industries.
9. Southwire Company.
10. Thomas & Betts Corporation.
11. Western Tube and Conduit Corporation.
12. Wheatland Tube Company; a division of John Maneely Company.
B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled
as defined in NFPA 70, by a qualified testing agency, and marked for intended
location and application.
C. GRC: Comply with ANSI C80.1 and UL 6.
D. IMC: Comply with ANSI C80.6 and UL 1242.
E. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 3
11-13-19
1. Comply with NEMA RN 1.
2. Coating Thickness: 0.040 inch, minimum.
F. FMC: Comply with UL 1; zinc-coated steel.
G. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
H. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.
2.2 NONMETALLIC CONDUITS, TUBING, AND FITTINGS
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. AFC Cable Systems, Inc.
2. Anamet Electrical, Inc.
3. Arnco Corporation.
4. CANTEX Inc.
5. CertainTeed Corp.
6. Condux International, Inc.
7. Electri-Flex Company.
8. Kraloy.
9. Lamson & Sessions; Carlon Electrical Products.
10. Niedax-Kleinhuis USA, Inc.
11. RACO; a Hubbell company.
12. Thomas & Betts Corporation.
B. Listing and Labeling: Nonmetallic conduits and fittings shall be listed and labeled
as defined in NFPA 70, by a qualified testing agency, and marked for intended
location and application.
C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise
indicated.
D. Fittings for RNC: Comply with NEMA TC 3; match to conduit type and material.
E. Solvent cements and adhesive primers shall have a VOC content of 510 and
550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D
(EPA Method 24).
F. Solvent cements and adhesive primers 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."
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 4
11-13-19
2.3 METAL WIREWAYS AND AUXILIARY GUTTERS
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. Cooper B-Line, Inc.
2. Hoffman; a Pentair company.
3. Mono-Systems, Inc.
4. Square D; a brand of Schneider Electric.
B. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 or
Type 3R as indicated, and sized according to NFPA 70.
1. Metal wireways installed outdoors shall be listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion
joints, adapters, hold-down straps, end caps, and other fittings to match and mate
with wireways as required for complete system.
D. Wireway Covers: Hinged type unless otherwise indicated.
E. Finish: Manufacturer's standard enamel finish.
2.4 SURFACE RACEWAYS
A. Listing and Labeling: Surface raceways shall be listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. Surface Metal Raceways: Galvanized steel with snap-on covers complying with
UL 5. Manufacturer's standard enamel finish in color selected by Architect.
1. Manufacturers: Subject to compliance with requirements, provide products
by the available manufacturers offering products that may be incorporated
into the Work include, but are not limited to, the following:
a. Wiremold / Legrand.
b. Mono-Systems, Inc.
c. Panduit Corp.
2.5 BOXES, ENCLOSURES, AND CABINETS
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:
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 5
11-13-19
1. Adalet.
2. Cooper Technologies Company; Cooper Crouse-Hinds.
3. EGS/Appleton Electric.
4. Erickson Electrical Equipment Company.
5. FSR Inc.
6. Hoffman; a Pentair company.
7. Hubbell Incorporated; Killark Division.
8. Kraloy.
9. Milbank Manufacturing Co.
10. Mono-Systems, Inc.
11. O-Z/Gedney; a brand of EGS Electrical Group.
12. RACO; a Hubbell Company.
13. Robroy Industries.
14. Spring City Electrical Manufacturing Company.
15. Stahlin Non-Metallic Enclosures; a division of Robroy Industries.
16. Thomas & Betts Corporation.
17. Wiremold / Legrand.
B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and
cabinets installed in wet locations shall be listed for use in wet locations.
C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.
D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy,
Type FD, with gasketed cover.
E. Metal Floor Boxes:
1. Material: Cast metal.
2. Type: Fully adjustable.
3. Shape: Rectangular for cast in floor type, round for poke-thru type.
4. Listing and Labeling: Metal floor boxes shall be listed and labeled as defined
in NFPA 70, by a qualified testing agency, and marked for intended location
and application.
F. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire
weighing 50 lb. Outlet boxes designed for attachment of luminaires weighing more
than 50 lb shall be listed and marked for the maximum allowable weight.
G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
H. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773,
galvanized, cast iron with gasketed cover.
I. Box extensions used to accommodate new building finishes shall be of same
material as recessed box.
J. Device Box Dimensions: 4 inches square by 2-1/8 inches deep.
K. Gangable boxes are prohibited.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 6
11-13-19
L. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 or Type 3R as
indicated.
1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard
enamel.
2. Nonmetallic Enclosures: Fiberglass.
3. Interior Panels: Steel; all sides finished with manufacturer's standard
enamel.
M. Cabinets:
1. NEMA 250, Type 1 or Type 3R galvanized-steel box with removable interior
panel and removable front, finished inside and out with manufacturer's
standard enamel.
2. Hinged door in front cover with flush latch and concealed hinge.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
5. Accessory feet where required for freestanding equipment.
PART 3 - EXECUTION
3.1 RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed Conduit: GRC or IMC.
2. Concealed Conduit, Aboveground: GRC, IMC, or EMT.
3. Underground Conduit: RNC, Type EPC-80-PVC, direct buried.
4. Connection to Vibrating Equipment (Including Transformers and Hydraulic,
Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC.
5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.
B. Indoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed, Not Subject to Physical Damage: EMT.
2. Exposed, Not Subject to Severe Physical Damage: EMT.
3. Exposed and Subject to Severe Physical Damage: GRC.
4. Concealed in Ceilings and Interior Walls and Partitions: EMT. MC Cable is
also allowed in concealed locations for final connections to outlets and fixtures
but shall not be allowed for circuit home runs.
5. Connection to Vibrating Equipment (Including Transformers and Hydraulic,
Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use
LFMC in damp or wet locations.
6. Damp or Wet Locations: GRC.
7. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4
stainless steel in commercial kitchens and damp or wet locations.
C. Minimum Raceway Size: 3/4-inch trade size, 1” where installed below grade.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 7
11-13-19
D. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit
fittings unless otherwise indicated. Comply with NEMA FB 2.10.
2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use
with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC
coating after installing conduits and fittings. Use sealant recommended by
fitting manufacturer and apply in thickness and number of coats
recommended by manufacturer.
3. EMT: Use compression type steel or cast-metal fittings. Comply with
NEMA FB 2.10.
4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply
with NEMA FB 2.20.
E. Install surface raceways only where indicated on Drawings.
F. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F.
3.2 INSTALLATION
A. Comply with NECA 1 and NECA 101 for installation requirements except where
requirements on Drawings or in this article are stricter. Comply with NFPA 70
limitations for types of raceways allowed in specific occupancies and number of
floors.
B. Keep raceways at least 6 inches away from parallel runs of hot-water pipes. Install
horizontal raceway runs above water and steam piping.
C. Complete raceway installation before starting conductor installation.
D. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical
Systems" for hangers and supports.
E. Arrange stub-ups so curved portions of bends are not visible above finished slab.
F. Install no more than the equivalent of three 90-degree bends in any conduit run
except for control wiring conduits and communications conduits installed below
grade, for which fewer bends are allowed. Support within 12 inches of changes in
direction.
G. Conceal conduit, EMT, and MC Cable within finished walls and ceilings unless
otherwise indicated. Install conduits parallel or perpendicular to building lines.
H. Support conduit within 12 inches of enclosures to which attached.
I. Stub-ups to Above Recessed Ceilings:
1. Use EMT, IMC, or RMC for raceways.
2. Use a conduit bushing or insulated fitting to terminate stub-ups not
terminated in hubs.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 8
11-13-19
J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions:
Apply listed compound to threads of raceway and fittings before making up joints.
Follow compound manufacturer's written instructions.
K. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing
conductive compound prior to assembly.
L. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating
bushings to protect conductors including conductors smaller than No. 4 AWG.
M. Terminate threaded conduits into threaded hubs or with locknuts on inside and
outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade
size and insulated throat metal bushings on 1-1/2-inch trade size and larger
conduits terminated with locknuts. Install insulated throat metal grounding
bushings on service conduits.
N. Install raceways square to the enclosure and terminate at enclosures with locknuts.
Install locknuts hand tight plus 1/4 turn more.
O. Do not rely on locknuts to penetrate nonconductive coatings on enclosures.
Remove coatings in the locknut area prior to assembling conduit to enclosure to
assure a continuous ground path.
P. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger,
use roll cutter or a guide to make cut straight and perpendicular to the length.
Q. Install pull wires in empty raceways. Use polypropylene or monofilament plastic
line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at
each end of pull wire. Cap underground raceways designated as spare above grade
alongside raceways in use.
R. Surface Raceways:
1. Install surface raceway with a minimum 2-inch radius control at bend points.
2. Secure surface raceway with screws or other anchor-type devices at intervals
not exceeding 48 inches and with no less than two supports per straight
raceway section. Support surface raceway according to manufacturer's
written instructions. Tape and glue are not acceptable support methods.
S. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill
them with listed sealing compound. For concealed raceways, install each fitting in a
flush steel box with a blank cover plate having a finish similar to that of adjacent
plates or surfaces. Install raceway sealing fittings according to NFPA 70.
T. Install devices to seal raceway interiors at accessible locations. Locate seals so no
fittings or boxes are between the seal and the following changes of environments.
Seal the interior of all raceways at the following points:
1. Where conduits pass from warm to cold locations, such as boundaries of
refrigerated spaces.
2. Where an underground service raceway enters a building or structure.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 9
11-13-19
3. Where otherwise required by NFPA 70.
U. Comply with manufacturer's written instructions for solvent welding RNC and
fittings.
V. Expansion-Joint Fittings:
1. Install in each run of aboveground RNC that is located where environmental
temperature change may exceed 30 deg F and that has straight-run length
that exceeds 25 feet. Install in each run of aboveground GRC conduit that is
located where environmental temperature change may exceed 100 deg F and
that has straight-run length that exceeds 100 feet.
2. Install type and quantity of fittings that accommodate temperature change
listed for each of the following locations:
a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F
temperature change.
b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature
change.
c. Indoor Spaces Connected with Outdoors without Physical Separation:
125 deg F temperature change.
3. Install fitting(s) that provide expansion and contraction for at least 0.00041
inch per foot of length of straight run per deg F of temperature change for
PVC conduits. Install fitting(s) that provide expansion and contraction for at
least 0.000078 inch per foot of length of straight run per deg F of
temperature change for metal conduits.
4. Install expansion fittings at all locations where conduits cross building or
structure expansion joints.
5. Install each expansion-joint fitting with position, mounting, and piston setting
selected according to manufacturer's written instructions for conditions at
specific location at time of installation. Install conduit supports to allow for
expansion movement.
W. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72
inches of flexible conduit for recessed and semirecessed luminaires, equipment
subject to vibration, noise transmission, or movement; and for transformers and
motors.
1. Use LFMC in damp or wet locations.
X. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are
not individually indicated, give priority to ADA requirements. Install boxes with
height measured to center of box unless otherwise indicated.
Y. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of
masonry block, and install box flush with surface of wall. Prepare block surfaces to
provide a flat surface for a raintight connection between box and cover plate or
supported equipment and box.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 05 33 - 10
11-13-19
Z. Horizontally separate boxes mounted on opposite sides of walls so they are not in
the same vertical channel.
AA. Locate boxes so that cover or plate will not span different building finishes.
BB. Support boxes with three devices or more from more than one side by spanning
two framing members or mounting on brackets specifically designed for the
purpose.
CC. Fasten junction and pull boxes to or support from building structure. Do not
support boxes by conduits.
DD. Set metal floor boxes level and flush with finished floor surface.
3.3 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS
A. Install sleeves and sleeve seals at penetrations of exterior floor and wall
assemblies. Comply with requirements in Section 26 05 44 "Sleeves and Sleeve
Seals for Electrical Raceways and Cabling."
3.4 FIRESTOPPING
A. Install firestopping at penetrations of fire-rated floor and wall assemblies. Comply
with requirements in Section 07 84 13 "Penetration Firestopping."
3.5 PROTECTION
A. Protect coatings, finishes, and cabinets from damage and deterioration.
1. Repair damage to galvanized finishes with zinc-rich paint recommended by
manufacturer.
2. Repair damage to PVC coatings or paint finishes with matching touchup
coating recommended by manufacturer.
END OF SECTION 26 05 33
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 1
11-13-19
SECTION 26 27 26 – WIRING DEVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes the following:
1. Receptacles, receptacles with integral GFCI, and associated device plates.
2. Twist-locking receptacles.
3. Cord and plug sets.
4. Snap switches.
5. Occupancy sensors (non-networked).
1.3 DEFINITIONS
A. EMI: Electromagnetic interference.
B. GFCI: Ground-fault circuit interrupter.
C. Pigtail: Short lead used to connect a device to a branch-circuit conductor.
D. RFI: Radio-frequency interference.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples: One for each type of device and wall plate specified, in each color
specified.
C. Field quality-control test reports.
D. Operation and Maintenance Data: For wiring devices to include in all
manufacturers' packing label warnings and instruction manuals that include labeling
conditions.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 2
11-13-19
1.5 QUALITY ASSURANCE
A. Source Limitations: Obtain each type of wiring device and associated wall plate
through one source from a single manufacturer. Insofar as they are available,
obtain all wiring devices and associated wall plates from a single manufacturer and
one source.
B. 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.
C. Comply with NFPA 70.
1.6 COORDINATION
A. Receptacles for Owner-Furnished Equipment: Match plug configurations.
1. Cord and Plug Sets: Match equipment requirements.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following
manufacturers' names are used in other Part 2 articles:
1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper).
2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell).
3. Leviton Mfg. Company Inc. (Leviton).
4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour).
2.2 STRAIGHT BLADE RECEPTACLES
A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6
configuration 5-20R, and UL 498.
1. Products: Subject to compliance with requirements, provide one of the
following:
a. Cooper; 5361 (single), 5362 (duplex).
b. Hubbell; 5361 (single), 5362 (duplex).
c. Leviton; 5801 (single), 5800 (duplex).
d. Pass & Seymour; 5351 (single), CR20 (duplex).
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 3
11-13-19
2.3 GFCI RECEPTACLES
A. General Description: Straight blade, non-feed-through type. Comply with
NEMA WD 1, NEMA WD 6, UL 498, and UL 943, Class A, and include indicator light
that is lighted when device is tripped.
B. Duplex GFCI Convenience Receptacles, 125 V, 20 A:
1. Products: Subject to compliance with requirements, provide one of the
following:
a. Cooper; VGF20.
b. Pass & Seymour; 2095.
2.4 CORD AND PLUG SETS
A. Description: Match voltage and current ratings and number of conductors to
requirements of equipment being connected.
1. Cord: Rubber-insulated, stranded-copper conductors, with Type SOW-A
jacket; with green-insulated grounding conductor and equipment-rating
ampacity plus a minimum of 30 percent.
2. Plug: Nylon body and integral cable-clamping jaws. Match cord and
receptacle type for connection.
2.5 SNAP SWITCHES
A. Comply with NEMA WD 1 and UL 20.
B. Switches, 120/277 V, 20 A:
1. Products: Subject to compliance with requirements, provide one of the
following:
a. Cooper; 2221 (single pole), 2223 (three way), 2224 (four way).
b. Hubbell; CS120 (single pole), CS320 (three way), CSB420 (four way).
c. Leviton; 54522 (single pole), 54523 (three way), 54524 (four way).
d. Pass & Seymour; PS20AC1 (single pole), PS20AC3 (three way),
PS20AC4 (four way).
2.6 WALL PLATES
A. Single and combination types to match corresponding wiring devices.
1. Plate-Securing Screws: Metal with head color to match plate finish.
2. Material for Finished Spaces: Nylon, white.
3. Material for Unfinished Spaces: Galvanized steel.
4. Material for Damp Locations: Cast aluminum with spring-loaded lift cover,
and listed and labeled for use in "wet locations."
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 4
11-13-19
2.7 FINISHES
A. Color: Wiring device catalog numbers in Section Text do not designate device
color.
1. Wiring Devices Connected to Normal Power System: White, unless otherwise
indicated.
2.8 OCCUPANCY SENSORS (non-networked)
A. Basis-of-Design Product: Subject to compliance with requirements, Wattstopper or
comparable product by one of the following:
1. Bryant Electric.
2. Cooper Industries, Inc.
3. Hubbell Building Automation, Inc.
4. Leviton Manufacturing Co., Inc.
5. Lightolier Controls.
6. Lithonia Lighting; Acuity Brands Lighting, Inc.
7. Lutron Electronics Co., Inc.
8. Sensor Switch, Inc.
B. General Requirements for Sensors: Wall-or ceiling-mounted, solid-state indoor
vacancy type sensors with a separate power pack.
1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and
marked for intended location and application.
2. Operation: Unless otherwise indicated, lights are manual on and maintained
on when coverage area is occupied, and turn them off when unoccupied; with
a time delay for turning lights off, adjustable over a minimum range of 1 to
15 minutes.
3. Sensor Output: Contacts rated to operate the connected relay, complying with
UL 773A. Sensor is powered from the power pack.
4. Power Pack: Dry contacts rated for 20-A ballast load at 120- and 277-V ac,
for 13-A tungsten at 120-V ac, and for 1 hp at 120-V ac. Sensor has 24-V dc,
150-mA, Class 2 power source, as defined by NFPA 70.
5. Mounting:
a. Sensor: Suitable for mounting in any position on a standard outlet box.
b. Relay: Externally mounted through a 1/2-inch knockout in a standard
electrical enclosure.
c. Time-Delay and Sensitivity Adjustments: Recessed and concealed
behind hinged door.
6. Indicator: Digital display, to show when motion is detected during testing and
normal operation of sensor.
7. Bypass Switch: Override the "on" function in case of sensor failure.
8. Automatic Light-Level Sensor: Adjustable from 2 to 200 fc; turn lights off
when selected lighting level is present.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 5
11-13-19
C. Dual-Technology Type: Ceiling mounted; detect occupants in coverage area using
PIR and ultrasonic detection methods. The particular technology or combination of
technologies that control on-off functions is selectable in the field by operating
controls on unit.
1. Sensitivity Adjustment: Separate for each sensing technology.
2. Detector Sensitivity: Detect occurrences of 6-inch-minimum movement of any
portion of a human body that presents a target of not less than 36 sq. in and
detect a person of average size and weight moving not less than 12 inches in
either a horizontal or a vertical manner at an approximate speed of 12
inches/s.
3. Detection Coverage (Standard Room): Detect occupancy anywhere within a
circular area of 1000 sq. ft. when mounted on a 96-inch- high ceiling.
2.9 SWITCHBOX-MOUNTED OCCUPANCY SENSORS
A. Basis-of-Design Product: Subject to compliance with requirements, Wattstopper or
comparable product by one of the following:
1. Bryant Electric.
2. Cooper Industries, Inc.
3. Hubbell Building Automation, Inc.
4. Leviton Manufacturing Co., Inc.
5. Lightolier Controls.
6. Lithonia Lighting; Acuity Brands Lighting, Inc.
7. Lutron Electronics Co., Inc.
8. Sensor Switch, Inc.
B. General Requirements for Sensors: Automatic-wall-switch occupancy sensor,
suitable for mounting in a single gang switchbox.
1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and
marked for intended location and application.
2. Operating Ambient Conditions: Dry interior conditions, 32 to 120 deg F.
3. Switch Rating: Not less than 800-VA fluorescent at 120 V, 1200-VA
fluorescent at 277 V, and 800-W incandescent.
4. Concealed, field-adjustable, "off" time-delay selector at up to 30 minutes.
5. Adaptive Technology: Self-adjusting circuitry detects and memorizes usage
patterns of the space and helps eliminate false "off" switching.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Comply with NECA 1, including the mounting heights listed in that standard, unless
otherwise noted.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 6
11-13-19
B. Coordination with Other Trades:
1. Take steps to insure that devices and their boxes are protected. Do not place
wall finish materials over device boxes and do not cut holes for boxes with
routers that are guided by riding against outside of the boxes.
2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement,
concrete, dust, paint, and other material that may contaminate the raceway
system, conductors, and cables.
3. Install device boxes in brick or block walls so that the cover plate does not
cross a joint unless the joint is troweled flush with the face of the wall.
4. Install wiring devices after all wall preparation, including painting, is
complete.
C. Conductors:
1. Do not strip insulation from conductors until just before they are spliced or
terminated on devices.
2. Strip insulation evenly around the conductor using tools designed for the
purpose. Avoid scoring or nicking of solid wire or cutting strands from
stranded wire.
3. The length of free conductors at outlets for devices shall meet provisions of
NFPA 70, Article 300, without pigtails.
D. Device Installation:
1. Replace all devices that have been in temporary use during construction or
that show signs that they were installed before building finishing operations
were complete.
2. Keep each wiring device in its package or otherwise protected until it is time
to connect conductors.
3. Do not remove surface protection, such as plastic film and smudge covers,
until the last possible moment.
4. Connect devices to branch circuits using pigtails that are not less than 6
inches in length.
5. When there is a choice, use side wiring with binding-head screw terminals.
Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal
screw.
6. Use a torque screwdriver when a torque is recommended or required by the
manufacturer.
7. When conductors larger than No. 10 AWG are installed on 20-A circuits splice
No. 12 AWG pigtails for device connections.
8. Tighten unused terminal screws on the device.
9. When mounting into metal boxes, remove the fiber or plastic washers used to
hold device mounting screws in yokes, allowing metal-to-metal contact.
E. Receptacle Orientation:
1. Install ground pin of vertically mounted receptacles up, and on horizontally
mounted receptacles to the right.
RJ LONGSTREET ELEMENTARY
PAVILION
VCS PROJECT NO. 194766 WIRING DEVICES
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 27 26 - 7
11-13-19
F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and
remount outlet boxes when standard device plates do not fit flush or do not cover
rough wall opening.
G. Arrangement of Devices: Unless otherwise indicated, mount flush, with long
dimension vertical and with grounding terminal of receptacles on top. Group
adjacent switches under single, multigang wall plates.
3.2 FIELD QUALITY CONTROL
A. Perform tests and inspections and prepare test reports.
1. Test Instruments: Use instruments that comply with UL 1436.
B. Tests for Convenience Receptacles:
1. Line Voltage: Acceptable range is 105 to 132 V.
2. Ground Impedance: Values of up to 5 ohms are acceptable.
3. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943.
4. Using the test plug, verify that the device and its outlet box are securely
mounted.
5. Polarity: Test for proper polarity of ungrounded and neutral conductors.
END OF SECTION 26 27 26
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 1
11-13-19
SECTION 26 56 19 - EXTERIOR LIGHTING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. Section Includes:
1. Exterior solid-state luminaires that are designed for and exclusively use LED
lamp technology.
2. Luminaire supports.
B. Related Requirements:
1. Section 26 09 23 "Lighting Control Devices" for automatic control of lighting,
including time switches, photoelectric relays, occupancy sensors, and
multipole lighting relays and contactors.
2. Section 26 56 13 "Lighting Poles and Standards" for poles and standards used
to support exterior lighting equipment.
1.3 DEFINITIONS
A. CCT: Correlated color temperature.
B. CRI: Color rendering index.
C. Fixture: See "Luminaire."
D. IP: International Protection or Ingress Protection Rating.
E. Lumen: Measured output of lamp and luminaire, or both.
F. Luminaire: Complete lighting unit, including lamp, reflector, and housing.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of luminaire.
1. Arrange in order of luminaire designation.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 2
11-13-19
2. Include data on features, accessories, and finishes.
3. Include physical description and dimensions of luminaire.
4. Lamps, include life, output (lumens, CCT, and CRI), and energy-efficiency
data.
5. Photometric data and adjustment factors based on laboratory tests,
complying with IES Lighting Measurements Testing and Calculation Guides, of
each luminaire type. The adjustment factors shall be for lamps and
accessories identical to those indicated for the luminaire as applied in this
Project.
a. Manufacturer's Certified Data: Photometric data certified by
manufacturer's laboratory with a current accreditation under the NVLAP
for Energy Efficient Lighting Products.
6. Means of attaching luminaires to supports and indication that the attachment
is suitable for components involved.
B. Product Schedule: For luminaires and lamps. Use same designations indicated on
Drawings.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For testing laboratory providing photometric data for luminaires.
B. Product Certificates: For each type of the following:
1. Luminaire.
C. Source quality-control reports.
D. Sample warranty.
1.6 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For luminaires to include in operation and
maintenance manuals.
1. Provide a list of all fixture types used on Project. Use ANSI and
manufacturers' codes.
2. Provide product data for each fixture.
3. Provide copy of warranty.
1.7 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 3
11-13-19
1. Glass, Acrylic, and Plastic Lenses, Covers, and Other Optical Parts: Furnish at
least one of each type.
1.8 QUALITY ASSURANCE
A. Luminaire Photometric Data Testing Laboratory Qualifications: Luminaire
manufacturers' laboratory that is accredited under the NVLAP for Energy Efficient
Lighting Products.
B. Provide luminaires from a single manufacturer for each luminaire type.
C. Each luminaire type shall be binned within a three-step MacAdam Ellipse to ensure
color consistency among luminaires.
1.9 DELIVERY, STORAGE, AND HANDLING
A. Protect finishes of exposed surfaces by applying a strippable, temporary protective
covering prior to shipping.
1.10 FIELD CONDITIONS
A. Verify existing and proposed utility structures prior to the start of work associated
with luminaire installation.
B. Mark locations of exterior luminaires for approval by Architect and Engineer prior to
the start of luminaire installation.
1.11 WARRANTY
A. Warranty: Manufacturer and Installer agree to repair or replace components of
luminaires that fail in materials or workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Structural failures, including luminaire support components.
b. Faulty operation of luminaires and accessories.
c. Deterioration of metals, metal finishes, and other materials beyond
normal weathering.
2. Warranty Period: 5 years from date of Provisional Acceptance (per the
Owner’s Contract).
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 4
11-13-19
PART 2 - PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. Seismic Performance: Luminaires shall withstand the effects of earthquake motions
determined according to ASCE/SEI 7.
2.2 LUMINAIRE REQUIREMENTS
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. NRTL Compliance: Luminaires shall be listed and labeled for indicated class and
division of hazard by an NRTL.
C. FM Global Compliance: Luminaires for hazardous locations shall be listed and
labeled for indicated class and division of hazard by FM Global.
D. UL Compliance: Comply with UL 1598 and listed for wet location.
E. Lamp base complying with ANSI C81.61 or IEC 60061-1.
F. Bulb shape complying with ANSI C79.1.
G. CRI of minimum 80. CCT of 4000 K.
H. L70 lamp life of 35,000 50,000 hours.
I. Internal driver.
J. Nominal Operating Voltage: 277 VAC unless otherwise indicated.
K. In-line Fusing: Separate in-line fuse for each luminaire.
L. Lamp Rating: Lamp marked for outdoor use.
M. Source Limitations: For luminaires, obtain each color, grade, finish, type, and
variety of luminaire from single source with resources to provide products of
consistent quality in appearance and physical properties.
2.3 LUMINAIRE TYPES
A. Area and Site:
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:
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 5
11-13-19
a. Lithonia Lighting; Acuity Brands Lighting, Inc.
b. McGraw - Edison
c. Cooper Lighting, an Eaton business.
d. GE Lighting Solutions.
e. H.E. Williams.
f. KIM Lighting.
g. Lightolier; a Philips group brand.
2. Luminaire Shape: Rectangular.
3. Mounting: Pole with rectangular arm.
4. Luminaire-Mounting Height: 30 feet above finished grade unless otherwise
indicated.
5. Distribution: As indicated.
6. Housings:
a. Die-cast-aluminum housing and heat sink.
b. Corrosion resistant polyester powder-coat finish.
B. Canopy:
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. Lithonia Lighting; Acuity Brands Lighting, Inc.
b. McGraw - Edison
c. Cooper Lighting, an Eaton business.
d. H.E. Williams.
e. Juno Lighting Group by Schneider Electric.
f. KIM Lighting.
g. Lightolier; a Philips group brand.
2. Distribution: As indicated.
2.4 MATERIALS
A. Metal Parts: Free of burrs and sharp corners and edges.
B. Sheet Metal Components: Corrosion-resistant aluminum or stainless steel. Form
and support to prevent warping and sagging.
C. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage
under operating conditions, and designed to permit relamping without use of tools.
Designed to prevent doors, frames, lenses, diffusers, and other components from
falling accidentally during relamping and when secured in operating position. Doors
shall be removable for cleaning or replacing lenses.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 6
11-13-19
D. Diffusers and Globes:
1. Acrylic Diffusers: 100 percent virgin acrylic plastic, with high resistance to
yellowing and other changes due to aging, exposure to heat, and UV
radiation.
2. Glass: Annealed crystal glass unless otherwise indicated.
3. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated.
E. Lens and Refractor Gaskets: Use heat- and aging-resistant resilient gaskets to seal
and cushion lenses and refractors in luminaire doors.
F. Reflecting surfaces shall have minimum reflectance as follows unless otherwise
indicated:
1. White Surfaces: 85 percent.
2. Specular Surfaces: 83 percent.
3. Diffusing Specular Surfaces: 75 percent.
G. Housings:
1. Rigidly formed, weather- and light-tight enclosure that will not warp, sag, or
deform in use.
2. Provide filter/breather for enclosed luminaires.
H. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps where
applicable. Labels shall be located where they will be readily visible to service
personnel, but not seen from normal viewing angles when lamps are in place.
1. Label shall include the following lamp characteristics:
a. "USE ONLY" and include specific lamp type, where applicable.
b. Lamp diameter, shape, size, wattage and coating, where applicable.
c. CCT and CRI for all luminaires.
2.5 FINISHES
A. Variations in Finishes: Noticeable variations in same piece are unacceptable.
Variations in appearance of adjoining components are acceptable if they are
assembled or installed to minimize contrast.
B. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -
tested luminaire before shipping. Where indicated, match finish process and color of
pole or support materials.
C. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal
Finishes Manual for Architectural and Metal Products" for recommendations for
applying and designating finishes.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 7
11-13-19
1. Class I, Color-Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: Medium
satin; Chemical Finish: Etched, medium matte; Anodic Coating: Architectural
Class I, integrally colored or electrolytically deposited color coating 0.018 mm
or thicker), complying with AAMA 611.
a. Color: Dark bronze.
D. Factory-Applied Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes
Manual for Architectural and Metal Products" for recommendations for applying and
designating finishes.
1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, to remove
dirt, oil, grease, and other contaminants that could impair paint bond. Grind
welds and polish surfaces to a smooth, even finish. Remove mill scale and
rust, if present, from uncoated steel, complying with SSPC-SP 5/NACE No. 1
or SSPC-SP 8.
2.6 LUMINAIRE SUPPORT COMPONENTS
A. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical
Systems" for channel and angle iron supports and nonmetallic channel and angle
supports.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions for compliance with requirements for
installation tolerances and other conditions affecting performance of the Work.
B. Examine roughing-in for luminaire electrical conduit to verify actual locations of
conduit connections before luminaire installation.
C. Examine walls and canopy ceilings for suitable conditions where luminaires will be
installed.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 TEMPORARY LIGHTING
A. If approved by the Architect, use selected permanent luminaires for temporary
lighting. When construction is substantially complete, clean luminaires used for
temporary lighting.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 8
11-13-19
3.3 GENERAL INSTALLATION REQUIREMENTS
A. Comply with NECA 1.
B. Use fastening methods and materials selected to resist seismic forces defined for
the application and approved by manufacturer.
C. Fasten luminaire to structural support.
D. Supports:
1. Sized and rated for luminaire weight.
2. Able to maintain luminaire position after cleaning and relamping.
3. Support luminaires without causing deflection of finished surface.
4. Luminaire-mounting devices shall be capable of supporting a horizontal force
of 100 percent of luminaire weight and a vertical force of 400 percent of
luminaire weight.
E. Wiring Method: Install cables in raceways. Conceal raceways and cables, unless
otherwise indicated.
F. Install luminaires level, plumb, and square with finished grade unless otherwise
indicated.
G. Coordinate layout and installation of luminaires with other construction.
H. Comply with requirements in Section 26 05 19 "Low-Voltage Electrical Power
Conductors and Cables" and 26 05 33 "Raceways and Boxes for Electrical Systems"
for wiring connections and wiring methods.
3.4 INSTALLATION OF INDIVIDUAL GROUND-MOUNTED LUMINAIRES
A. Aim as indicated on Drawings.
B. Install on concrete base per drawings. Cast conduit into base, and finish by
troweling and rubbing smooth. Concrete materials, installation, and finishing are
specified in Section 03 30 00 "Cast-in-Place Concrete."
3.5 CORROSION PREVENTION
A. Aluminum: Do not use in contact with earth or concrete. When in direct contact
with a dissimilar metal, protect aluminum by insulating fittings or treatment.
B. Steel Conduits: Comply with Section 26 05 33 "Raceways and Boxes for Electrical
Systems." In concrete foundations or where installed in direct contact with
concrete, wrap conduit with 0.010-inch-thick, pipe-wrapping plastic tape applied
with a 50 percent overlap.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 9
11-13-19
3.6 IDENTIFICATION
A. Identify system components, wiring, cabling, and terminals. Comply with
requirements for identification specified in Section 26 05 53 "Identification for
Electrical Systems."
3.7 FIELD QUALITY CONTROL
A. Inspect each installed luminaire for damage. Replace damaged luminaires and
components.
B. Perform the following tests and inspections:
1. Operational Test: After installing luminaires, switches, and accessories, and
after electrical circuitry has been energized, test units to confirm proper
operation.
2. Verify operation of photoelectric controls.
C. Illumination Tests:
1. Measure light intensities at night. Use photometers with calibration referenced
to NIST standards. Comply with the following IES testing guides:
a. IES LM-5.
b. IES LM-50.
c. IES LM-52.
d. IES LM-64.
e. IES LM-72.
2. Operational Test: After installing luminaires, switches, and accessories, and
after electrical circuitry has been energized, test units to confirm proper
operation.
D. Luminaire will be considered defective if it does not pass tests and inspections.
E. Prepare a written report of tests, inspections, observations, and verifications
indicating and interpreting results. If adjustments are made to lighting system,
retest to demonstrate compliance with standards.
3.8 DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain luminaires.
RJ LONGSTREET ELEMENTARY
EXHIBIT PAVILION
VCS PROJECT NO. 194766 EXTERIOR LIGHTING
BRPH ARCHITECTS-ENGINEERS, INC.
BRPH PROJECT NO. C07837.001.00 26 56 19 - 10
11-13-19
3.9 ADJUSTING
A. Occupancy Adjustments: When requested within 12 months of date of Provisional
Acceptance (per the Owner’s Contract), provide on-site assistance in adjusting the
direction of aim of luminaires to suit occupied conditions. Make up to two visits to
Project during other-than-normal hours for this purpose. Some of this work may be
required during hours of darkness.
1. During adjustment visits, inspect all luminaires. Replace lamps or luminaires
that are defective.
2. Parts and supplies shall be manufacturer's authorized replacement parts and
supplies.
3. Adjust the aim of luminaires in the presence of the Owner.
END OF SECTION 26 56 19