DAWSON COUNTY GOVERNMENT INVITATION FOR...

193
DAWSON COUNTY GOVERNMENT INVITATION FOR BIDS FOR AWNING AND COVERED WALKWAY AT THE DAWSON COUNTY GOVERNMENT CENTER SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN FRIDAY, OCTOBER 28, 2016 AT 10:30AM, EST DAWSON COUNTY BOARD OF COMMISSIONERS ATTENTION: PURCHASING DIRECTOR 25 JUSTICE WAY, SUITE 2223 DAWSONVILLE, GA 30534 IFB # 284-16 THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS IFB ON OR BEFORE THE STATED DATE AND TIME WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE OFFEROR. ISSUE DATE: SEPTEMBER 21, 2016

Transcript of DAWSON COUNTY GOVERNMENT INVITATION FOR...

DAWSON COUNTY GOVERNMENT

INVITATION FOR BIDS

FOR

AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN

FRIDAY, OCTOBER 28, 2016 AT 10:30AM, EST

DAWSON COUNTY BOARD OF COMMISSIONERS

ATTENTION: PURCHASING DIRECTOR

25 JUSTICE WAY, SUITE 2223

DAWSONVILLE, GA 30534

IFB # 284-16

THE RESPONSIBILITY FOR SUBMITTING A RESPONSE TO THIS IFB ON OR BEFORE THE

STATED DATE AND TIME WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE

OFFEROR.

ISSUE DATE: SEPTEMBER 21, 2016

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 2

DAWSON COUNTY, GEORGIA

INVITATION FOR BIDS

FOR

AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

SECTION I – GENERAL OVERVIEW

A. PURPOSE

Dawson County Purchasing Department is soliciting sealed bids from licensed general

contractors who specialize in and can provide a turnkey solution to a commercial structural

awning and covered walkway for the Dawson County Government Center. Vendors must

provide all equipment, materials and labor to complete the scope of work. Details are listed

under Section II. The County does not guarantee a minimum value for this contract.

B. INFORMATION TO VENDORS

1. IFB TIMETABLE

The anticipated schedule for the IFB is as follows:

IFB Released Wednesday, September 21, 2016

Pre-Bid Conference Meeting – Mandatory Friday, October 14, 2016 at

10:00AM, EST – Details below

Deadline for questions to Dawson County to

[email protected]

Tuesday, October 18, 2016 at

1:00PM, EST

Deadline for Addenda posted on

www.dawsoncounty.org under Bids & IFBs

Thursday, October 20, 2016 at

5:00PM, EST

Submittal deadline Friday, October 28, 2016 at

10:30AM, EST

Tentative Interview Schedule, if needed Tuesday, November 15, 2016

Tentative Award Date Thursday, December 15, 2016

at 6:00PM, EST Chart 1

There will be a mandatory pre-proposal meeting on Friday, October 14, 2016, at

10:00AM, EST at the Dawson County Government Center, 25 Justice Way,

Administrative Training Room, 2nd

Floor, Dawsonville, GA 30534. A site visit

will follow the meeting.

2. BID SUBMISSION

One (1) original, three (3) copies and one (1) soft copy of the complete signed

submittal must be received FRIDAY, OCTOBER 28, 2016, AT 10:30AM,

EASTERN STANDARD TIME. Proposals must be submitted in a sealed

envelope stating on the outside, the vendor's name, address, the Bid #284-16 IFB

Awning and Covered Walkway at the Dawson County Government Center to:

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 3

Dawson County Board of Commissioners

Attention: Purchasing Director

25 Justice Way, Suite 2223

Dawsonville, GA 30534

Soft copy* is defined as various types of media that include but are not limited to:

disc, flash drive or any other media to send a copy of the electronic proposal. Soft

copies are to be included in the sealed submission. Vendors should not email or

fax copies of bids If vendors email or fax soft copies, vendor may be immediately

disqualified. Soft copies will not be returned.

Hand Delivery

Hand delivered copies may be delivered to the above address ONLY between the

hours of 8: 00AM and 5:00PM EST, Monday through Friday, excluding holidays

observed by the Dawson County Government. For a complete listing of holidays

please visit www.dawsoncounty.org.

GPS Location

Some GPS systems cannot locate the above named address. Vendors may search

the following address if trying to visit the Dawson County Government Center: 25

Tucker Avenue, Dawsonville, GA 30534. Tucker Avenue is located on the East

side of the Government Center. Upon arrival, please continue one block West on

Shoal Creek Road to Justice Way. Parking for the Government Center is available

off of Justice Way. Vendors should verify address is in Dawson County and not a

surrounding community.

Coordinates: 34°25’23.08”N 34°25’23.08N 84°07’12.05

Vendors are responsible for informing any commercial delivery service, if used, of

all delivery requirements and for ensuring that the required address information

appears on the outer wrapper or envelope used by such service. NOTE: Many

express mail and delivery services do not guarantee overnight by noon to Dawson

County.

Submission by US Mail must be sent to the below address:

Dawson County Board of Commissioners

Attention: Purchasing Director

25 Justice Way, Suite 2223

Dawsonville, GA 30534

The Submittal must be signed by a company officer who is legally authorized to

enter into a contractual relationship in the name of the vendor.

3. CONTACT PERSON

Vendors are encouraged to contact Davida Simpson, Purchasing Director at

(706) 344-3501, by fax at (706) 531-2728 or email [email protected] to

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 4

clarify any part of the IFB requirements. All questions that arise prior to the

DEADLINE FOR QUESTIONS due date shall be directed to the contact person in

writing via facsimile or email. Any unauthorized contact shall not be used as a

basis for responding to this IFB and also may result in the disqualification of the

vendor's submittal.

Vendors may not contact any elected official or other county employee to discuss

the bid process or bid opportunities except: 1.) through the Purchasing Director

named herein, or 2.) as provided by existing work agreement(s). This policy shall

be strictly enforced and the County reserves the right to reject the submittal of any

vendor violating this provision.

4. ADDITIONAL INFORMATION/ADDENDA

Dawson County will issue responses to inquiries and any other corrections or

amendments it deems necessary in written addenda issued prior to the due date

posted on the county’s website under the bid information. Vendors should not rely

on any representations, statements or explanations other than those made in this

IFB or in any addendum to this IFB. Where there appears to be a conflict between

the IFB and any addenda issued, the last addendum issued will prevail. Vendors

are advised to check the website for addenda before submitting their bids.

Vendors must acknowledge any issued addenda by including Attachment B-

Addenda Acknowledgement with the submittal. Proposals which fail to

acknowledge the vendor’s receipt of any addendum will result in the rejection

of the offer if the addendum contains information which substantively

changes the Owner’s requirements

5. LATE SUBMITTAL AND LATE MODIFICATIONS

Submittals received after the due date and time will not be considered.

Modifications received after the due date will not be considered. Dawson County

Government assumes no responsibility for the premature opening of a proposal not

properly addressed and identified, and/or delivered to the proper designation.

6. REJECTION OF PROPOSALS/CANCELLATION

Dawson County Government reserves the right to reject any and all submittals and

reserves the right to waive any irregularities or informalities in any submittal or in

the submittal procedure, when to do so would be to the advantage of Dawson

County. Dawson County reserves the right to cancel this IFB at any time.

7. MIMINUM IFB ACCEPTANCE PERIOD

Submittals shall be valid and may not be withdrawn for a period of 90 days from

the date specified for receipt of submittals.

8. NON-COLLUSION AFFIDAVIT

By submitting a response to this IFB, the vendor represents and warrants that such

proposal is genuine and not a sham or collusive or made in the interest or in behalf

of any person not therein named and that the vendor has not directly or indirectly

induced or solicited any other vendor to put in a sham proposal, or any other

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 5

person, firm or corporation to refrain from submitting and that the vendor has not

in any manner sought by collusion to secure to that vendor any advantage over any

other vendor.

By submitting a proposal, the vendor represents and warrants that no official or

employee of Dawson County Government has, in any manner, an interest, directly

or indirectly in the proposal or in the contract which may be made under it, or in

any expected profits to arise there from.

9. COST INCURRED BY VENDORS

All expenses involved with the preparation and submission of the IFB to the

Dawson County Board of Commissioners, or any work performed in connection

therewith is the responsibility of the vendor(s).

10. IFB OPENING

Bids will be opened and read immediately following bid deadline at the physical

address stated in this document. A list of names of firms responding to the IFB

may be obtained from the county’s website www.dawsoncounty.org, after the IFB

due date and time stated herein. A copy of the bid tabulation to the IFB may be

obtained from the Purchasing Director after the IFB has been awarded.

11. OPEN RECORDS

All materials submitted in connection with this IFB will be public documents and

subject to the Open Records Act and all other laws of the State of Georgia, the

United States of America and the open records policies of Dawson County Board

of Commissioners. All such materials shall remain the property of Dawson County

and will not be returned to the respondent.

12. TAXES

Dawson County Government is tax exempt. No sales tax will be charged on

any products or services. Dawson County cannot exempt any other

person/vendor from applicable sales taxes that may be required of them in

relations to this project. Selected vendor will be provided with Dawson

County’s Sales and Use Tax Certificate of Exemption number upon request.

13. VENDOR INFORMATION

All submissions shall include a completed vendor information form, current

copy of business license and current W-9. Failure to provide this information

could result in the disqualification of the vendor from submitting a proposal.

14. INSURANCE

Selected vendor will be required to provide Dawson County with a Certificate

of Insurance for liability and workman’s compensation insurance before work

can begin on this County project and be effective for the duration of the work as

described in the contract documents, including authorized change orders, plus

any period of guarantee as required in the general warranty.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 6

General liability insurance should be at least one million dollars ($1,000,000)

combined single limit per occurrence. Automobile insurance should be at least

five hundred thousand dollars ($500,000) combined single limit per accident for

bodily injury or property damage; Workman’s Compensation insurance should

be as required by the State of Georgia; and Professional Liability insurance

should be at least one million dollars ($1,000,000).

15. BONDS

If required, under SECTION II – SCOPE OF WORK of this document any

combination of the following bonds may be requested by Dawson County. A

five percent (5%) bid bond, a one hundred percent (100%) payment bond, and a

one hundred percent (100%) performance bond. All bonds would be payable to

Dawson County Board of Commissioners. Failure to submit appropriate

bonding will result in automatic rejection of bid. Bonding company must be

authorized to do business in Georgia by the Georgia Insurance Commission,

listed in the Department of Treasury’s publication of companies holding

certificates of authority as acceptable surety on Federal bonds and as acceptable

reinsuring companies, and have an A.M. Best rating.

16. ANTI-DISCRIMINATION

Dawson County, in accordance with Title VI of the Civil Rights Act of 1964, 42

U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department

of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination

in Federally-assisted programs of the Department of Transportation issued

pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure

that in any contract entered into pursuant to this advertisement, disadvantaged

business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity

to submit bids in response to this Invitation for Bid and will not be discriminated

against on the grounds of race, color, national origin, sex, handicap/disability in

consideration of an award.

By submitting their bids, all bidders certify to Dawson County that they will

conform to the provisions of the Federal Civil Rights Act of 1964.

In every contract of over $10,000 the provisions in 1. and 2. below apply:

1. During the performance of this contract, the contractor agrees as follows:

a. The contractor will not discriminate against any employee or

applicant for employment because of race, religion, color, sex or

national origin, except where religion, sex or national origin is a

bona fide occupational qualification reasonably necessary to the

normal operation of the contractor. The contractor agrees to post in

conspicuous places, available to employees and applicants for

employment, notices setting forth the provisions of this

nondiscrimination clause.

b. The contractor, in all solicitations or advertisements for employees

placed by or on behalf of the contractor, will state that such

contractor is an equal opportunity employer.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 7

c. Notices, advertisements and solicitations placed in accordance with

federal law, rule or regulation shall be deemed sufficient for the

purpose of meeting the requirements of this section.

2. The contractor will include the provisions of 1. above in every subcontract

or purchase order of over $10,000 so that the provisions will be binding

upon each subcontractor or vendor.

Vendors may request this Invitation for Bid in another language by contacting

Purchasing Director Davida Simpson at p)706-344-3501, f)706-531-2728 or via

email at [email protected]. All bid submissions must be returned in

English.

Los proveedores pueden solicitar este Llamado a Licitación en otro idioma

contactando Director de Compras Davida Simpson en p) 706-344-3501, f) 706-

531-2728 o por correo electrónico a [email protected]. Todas las

propuestas de licitación deben ser devueltos en Inglés.

17. GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT

Vendors submitting a Qualification package in response to this IFB must

provide the following information in the package to indicate compliance with

the Georgia Security and Immigration Compliance Act. The form is provided

for completion.

A. A statement that indicates the contractor will conduct itself in

compliance with O.C.G.A. §13-10-91 and Rule 300-10-.02 in the

execution of the contract.

B. By completing the affidavit that is provided with this solicitation, the

vendor is attesting to the following:

a. The affiant has registered with and is authorized to use the

federal work authorization program;

b. The user identification number and date of authorization for

the affiant;

c. The affiant is using and will continue to use the federal work

authorization program throughout the contract period;

d. Any employee, contractor, or subcontractor of such

contractor or subcontractor shall also be required to satisfy

the requirements set forth in this paragraph; and

e. Upon contracting with a new subcontractor, a contractor or

subcontractor shall notify Dawson County and shall deliver a

completed Subcontractor Affidavit to Dawson County within

five (5) working days of entering into a contract or agreement

of hire with the subcontractor before the new subcontractor

begins any work.

C. Failure to provide the completed and notarized affidavit with the

contractor’s proposal will result in immediate disqualification as

required by the Georgia Security and Immigration Compliance Act.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 8

SECTION II – GENERAL CONDITIONS

A. PURPOSE

Dawson County Purchasing Department is soliciting sealed bids from licensed

general contractors who specialize in and can provide a turnkey solution to

commercial structural awnings and covered walkway for the Dawson County

Government Center. Vendors must provide all equipment, materials and labor to

complete the scope of work. Details are listed under this section.

B. CONTRACT PERIOD

The term of a contract awarded as a result of this IFB shall be from award until final

acceptance of project by the County.

The contract shall terminate absolutely and without further obligation at such time

as appropriated and otherwise unobligated funds are no longer available to satisfy

the obligations of the County under this contract. The County does not guarantee a

minimum value for this contract.

If, at any time, the County determines it is in its best interest to discontinue use of

these services the County reserves the right to cancel this Agreement by giving thirty

(30) days advance written notice.

C. BACKGROUND

The Dawson County Government Center was opened January 2, 2012 and houses the

majority of county personnel outside of public safety. The facility will remain open

and all daily operations will continue throughout construction. The intent of this

project is to create a safe covered walkway from the handicap parking along the front

side of the Government Center to the entrance.

SPLOST Funds will be used to fund this project.

Public construction laws apply to this project. Vendors are to be familiar with all

Federal, State and local rules, regulations, procedures and policies pertaining to this

solicitation.

D. VENDOR REQUIREMENTS

Contractors must be qualified to perform the scope of work listed within this

solicitation. Vendors must be licensed General Contractors who are experienced in

commercial contracting. A copy of the license must be included with the submission.

Additionally, evidence of company background and experience is required. Similar

work experience with structural coverings is preferred.

References:

A minimum of three (3) references must be included with a preference showing

similar work to what is being requested in this solicitation. If contact information is

incorrect the bid may be rejected. Vendor should confirm all contact information prior

to submission.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 9

Financial Stability:

Vendors shall provide financial information that would allow Dawson County to

ascertain the financial stability of the Proposer.

If a public company, include a recap of the most recent audited financial report.

If a private company, provide a recap of the most recent internal financial

statement and a letter, on the financial institution’s letterhead, stating financial

stability.

E. SCOPE OF WORK

Design specifications were written by PJ Docka at Rosser International, Inc., the

original architect of the facility and are attached to this document. Mr. Docka will

attend the pre-bid meeting to answer questions and is the subject matter expert. Any

contact with Rosser or Dawson County staff aside from the Purchasing Director is

grounds for disqualification. See Contact Person under Section I of this document.

All construction must be to International Building Code (IBC) and meet all Americans

with Disabilities Act (ADA) regulations as required. The general contractor may be

required to construct a temporary ramp for ADA compliance.

Staging Area Contractors may use an approved location in the parking lot at the Dawson County

Government Center as a staging area. Contractor is responsible for securing all

materials and equipment.

Materials & Equivalency When references are made in bid documents to trade names or the brand names of

manufactures, such references are made solely to designate and identify the quality to

materials or equipment to be furnished and are not intended to restrict competitive

bidding. If comparable materials or equipment with different trade names are offered,

the bidder has the burden of proving equivalency. Product literature or catalogs may

be submitted to support claim of equality. Failure to provide proof of equivalency is

sound reasoning for rejection.

Any and all equivalent materials will be considered and if approved will be

allowed.

Warranties Upon completion of the project and final acceptance by the County, the General

Contractor must provide a binder of all warranties to the Project Manager.

Warranties must be provided prior to retainage and bonds being released.

Subcontractors General Contractor is responsible for hiring licensed, professional subcontractors

needed to complete the scope of work. The General Contract must declare all

subcontractors via E-Verify affidavits included in this bid. Qualifications and

applicable licenses must be furnished upon request/notice.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 10

Notice to Proceed The Contractor shall begin work within 30 days of receipt of a Notice to Proceed

from the County and shall meet the agreed upon benchmarks throughout the project.

Timeline Contractors should be able to complete the work within three (3) months from the

time the notice to proceed is issued.

Weather days

All weather days are to be approved in writing by the Project Manager and County

Manager.

Retainage The Contractor shall be paid for work performed based upon satisfactory

inspections and completion of the agreed upon draw schedule. Contractor’s fee will

be paid on a Net 30 basis less 10% retainage.

Liquidated Damages

The County and the Contractor recognize that time is of the essence with this

project. The County and the Contractor also recognize the delays, expense, and

difficulties involved in proving in a legal or arbitration preceding the actual loss

suffered by the County if the work is not completed within the agreed upon time.

Accordingly, instead of requiring any such proof, the County and the Contractor

will agree that as liquidated damages for delay (but not as a penalty), the Contractor

shall pay to the County One Hundred and 00/100 ($100.00) Dollars for each and

every calendar day that expires after agreed upon date of completion.

When the County reasonably believes that completion will be inexcusably delayed,

the County shall be entitled, but not required, to withhold from any amounts

otherwise due the Contractor an amount then believed by the County to be adequate

to recover liquidated damages applicable to such delays. If and when the Contractor

overcomes the delay in achieving completion, or any part there, for which the

County has withheld payment, the County shall promptly release to the Contractor

those funds withheld, but no longer applicable, as liquidated damages.

Invoicing 1. Dawson County is Net 30. Any payment terms requiring payment in less than

30 days will be regarded as requiring payment 30 days after invoice or delivery,

whichever occurs last. This shall not affect offers of discounts for payment less

than 30 days, however.

2. Vendors shall invoice only after work has been performed (in arrears).

3. All invoices will be paid in the year in which services are provided.

4. Vendor to provide contact information for dedicated team member to provide

billing inquires.

5. Invoices should be sent via mail or email to:

Accounts Payable

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 11

25 Justice Way, 2220

Dawsonville, GA 30534

[email protected]

FOB Dawson County Government Center

25 Justice Way

Dawsonville, GA 30534

Pricing 1. Vendors must use the Vendor’s Price Proposal Form as provided within this

IFB.

Administration

The project will be administered by the Dawson County Board of Commissioners

with James Tolbert, Facilities Director being the main point of contact for all

questions related to contract issues during the term of the contract.

Permits and Licensing

1. Proof of Licensing: Contractor shall submit proof of professional license,

insurance and business license at time of submittal as it relates to the Scope of

Work defined herein. The business license will be the current license your

business operates, if you are out of county, this will not be a Dawson County

business license.

2. The successful vendor must hold a valid business license at time of proposal and

a copy must be submitted in the bid. If awarded to an out-of-county vendor, that

vendor must register their business license with the Dawson County Planning

and Development Department within 10 days of award. Fees may apply and are

not a part of this agreement. Note: Only the successful vendor needs to register

with Dawson County Planning and Development Department. As of January 1,

2016, this registration is a $25 fee.

G. PROCEDURES AND MISCELLANEOUS ITEMS

1. All questions shall be submitted in writing (e-mail is acceptable) and shall be

communicated in the form of an addenda if the scope specifications are to be

affected and posted on the County’s website under the bid information, all firms

responding to this IFB should check the website before responding to this IFB.

2. All respondents to this IFB shall indemnify and hold harmless the Dawson

County Board of Commissioners, and any of their officers and employees from

all suits and claims alleged to be a result of this IFB. The issuance of this IFB

constitutes only an invitation to present a proposal. The Dawson County Board

of Commissioners reserves the right to determine, at its sole discretion, whether

any aspect of a respondent's submittal meets the criteria in this IFB. The

Dawson County Board of Commissioners also reserves the right to seek

clarifications, to negotiate with any vendor submitting a response, to reject any

or all responses with or without cause, and to modify the procurement process

and schedule. In the event that this IFB is withdrawn or the project canceled for

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 12

any reason, the Dawson County Board of Commissioners shall have no liability

to any respondent for any costs or expenses incurred in connection with this IFB

or otherwise.

3. The IFB is subject to the provisions of the Dawson County Purchasing Policy

and any revisions thereto, which are hereby incorporated into this IFB in their

entirety except as amended or superseded herein.

4. Failure to submit all the mandatory forms from this IFB package shall be just

cause for the rejection of the qualification package. However, Dawson County

reserves the right to decide, on a case by case basis, in its sole discretion,

whether or not to reject such a bid as non-responsive.

5. In case of failure to deliver goods in accordance with the contract terms and

conditions, Dawson County, after due oral or written notice, may procure

substitute goods or services from other sources and hold the contractor

responsible for any resulting additional purchasing and administrative costs.

This remedy shall be in addition to any other remedies which Dawson County

may have.

6. By submitting a proposal, the vendor is certifying that they are not currently

debarred from bidding on contracts by any agency of the State of Georgia, nor

are they an agent of any person or entity that is currently debarred from

submitting bids on contacts by any agency of the State of Georgia.

7. Any contract resulting from this IFB shall be governed in all respects by the

laws of the State of Georgia and any litigation with respect thereto shall be

brought in the courts of the State of Georgia. Then contractor shall comply with

applicable federal, state, and local laws and regulations.

8. It is understood and agreed between the parties herein that Dawson County shall

be bound hereunder only to the extent of the funds available or which may

hereafter become available for the purpose of this agreement.

H. BONDS

Bid Bond – 5%

Payment Bond – 100%

Performance Bond – 100%

I. FINAL SELECTION

Following review of all qualified proposals, selection of a suitable vendor, and

preliminary contract negotiations, a recommendation will be made to the Dawson

County Board of Commissioners by the project representative. Following

Commission approval, the County will complete contract negotiations.

The Dawson County Board of Commissioners reserves the right to accept the

response that is determined to be in the best interest of the County. The County

reserves the right to reject any and or all proposals.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 13

Every vendor submitting a proposal must complete the forms showing compliance

with the GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT

OCGA §13-10-90. The forms are provided with this IFB package.

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 14

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

VENDOR’S CHECKLIST

Company Name:

Please indicate you have completed the following documentation; and submit them in the

following order.

ITEM DESCRIPTION

Vendor’s Checklist

Vendor’s Information Form

Vendor’s Price Form

Vendor’s Reference Form

Vendor’s Requirements outlined in Section D

Execution of Proposal Form

Addenda Acknowledgement Form and Any Addenda Issued

Proposer’s Certification and Non-Collusion Affidavit

Drug-Free Workplace Affidavit

Georgia’s Security and Immigration Compliance Act Affidavit

Contractor Affidavit

Subcontractor Affidavit (if applicable)

Proof of Insurance/Certificate of Insurance – Requirements listed on Page 5

Completed W9

Copy of Valid Business License

Copy of applicable licenses and certifications as it applies to the Scope of Work

Bid Bond as required in the IFB. All other bonds upon contract execution.

Requirements listed on pages 6 and 12.

Authorized Signature Title

Print Name Date

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 15

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

VENDOR’S INFORMATION FORM

1. Legal Business Name

2. Street Address

3. City, State & Zip

4. Type of Business: State of Registration: _____________________ (Association, Corporation, Partnership, Limited Liability Company, etc.)

5. Name & Title of Authorized Signer:

6. Primary Contact

7. Phone Fax

8. E-mail

9. Company Website

10. Has your company ever been debarred from doing business with any federal, state or local agency?

Yes _____ No _____ If Yes, please state the agency name, dates and reason for debarment.

ATTACH COPY OF BUSINESS LICENSE AND A COMPLETED W-9 FORM

THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 16

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

VENDOR’S PRICE PROPOSAL FORM

COMPANY NAME: _________________________________________________________

Vendor to provide all materials, labor and equipment needed to complete the Scope of Work.

Price

Lump Sum

Start Date

Schedule

Warranty

Authorized Signature Title

Print Name Date

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 17

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

VENDOR’S REFERENCE FORM

All references must be from customers for whom your company has completed work similar to

the specifications of this bid. Attach additional page if necessary.

References for: _______________________________________________________________ (Company Name)

1. Company

Street Address

City, State & Zip

Contact Person Name Title

Phone FAX Email

Describe Scope of Work and dates of project/service:

2. Company

Street Address

City, State & Zip

Contact Person Name Title

Phone FAX Email

Describe Scope of Work and dates of project/service:

3. Company

Street Address

City, State & Zip

Contact Person Name Title

Phone FAX Email

Describe Scope of Work and dates of project/service:

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 18

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

EXECUTION OF PROPOSAL

DATE:

The potential Contractor certifies the following by placing an "X" in all blank spaces:

___ That this proposal was signed by an authorized representative of the firm.

___ That the potential Contractor has determined the cost and availability of all materials

and supplies associated with performing the services outlined herein.

___ That all labor costs associated with this project have been determined, including all direct

and indirect costs.

___ That the potential Contractor agrees to the conditions as set forth in this Invitation for

Bid with no exceptions.

Therefore, in compliance with the foregoing Invitation for Bids, and subject to all terms and

conditions thereof, the undersigned offers and agrees, if this proposal is accepted within sixty

(60) days from the date of the opening, to furnish the services for the prices quoted within the

timeframe required.

________________________________________________________________________

Business Name

________________________________________________________________________

Authorized Signature Date

________________________________________________________________________

Typed Name & Title

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 19

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

DRUG FREE WORKPLACE

I hereby certify that I am a principle and duly authorized representative of:

Whose address is:

And it is also that:

1. The provisions of Section § 50.24.1 through § 50.24.6 of the Official Code of Georgia

Annotated, relating to the "Drug Free Workplace Act" have been complied with in full; and,

2. A drug free workplace will be provided for the CONTRACTOR’S employees during

the performance of the contract; and,

3. Each subcontractor hired by the CONTRACTOR shall be required to ensure that the

subcontractor's employees are provided a drug free workplace. The CONTRACTOR shall

secure from that subcontractor the following written certification: "As part of the

subcontracting agreement with

,

certifies to the CONTRACTOR that a drug free

workplace will be provided for the subcontractor's employees during the performance of this

contract pursuant to paragraph (7) of subsection (b) of the Official Code of Georgia Annotated

Section § 50.24.3"; and,

4. It is certified that the undersigned will not engage in unlawful manufacture, sale,

distribution, dispensation, possession, or use of a controlled substance or marijuana during the

performance of the contract.

Date Signature

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 20

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

ADDENDA ACKNOWLEDGEMENT

The vendor has examined and carefully studied the Invitation for Bids and the following

Addenda, receipt of all of which is hereby acknowledged:

Addendum No.

Addendum No

Addendum No.

Addendum No.

Authorized Representative (Signature) Date

Authorized Representative/Title

(Print or Type)

Vendors must acknowledge any issued addenda. Proposals which fail to acknowledge the

vendor’s receipt of any addendum will result in the rejection of the offer if the addendum

contained information which substantively changes the Owner’s requirements.

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 21

BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

PROPOSER’S CERTIFICATION AND STATEMENT OF NON-COLLUSION

I _____________________________certify that this proposal is made without prior

understanding, agreement or connection with any corporation, firm or person submitting a

proposal for the same services and is in all respects fair and without collusion or fraud. I

understand that collusive bidding is a violation of state and Federal law and can result in fines,

prison sentences and civil damages awards.

I certify that this proposal has been prepared independently and the price submitted will not be

disclosed to another person.

I certify that there has been no contact or communication by the proposer or the proposer’s

associates with any County staff, or elected officials since the date this Bid # 284-16 IFB

AWNING AT THE DAWSON COUNTY GOVERNMENT CENTER was issued

except:1) through the Purchasing Department, 2) at the Pre-Proposal Conference (if applicable)

or 3) as provided by existing work agreement(s). The County reserves the right to reject

the proposal submitted by any proposer violating this provision.

I agree to abide by all conditions of this proposal and certify that I am authorized to sign this

proposal.

COMPANY NAME:

Authorized Representative (Signature) Date

Authorized Representative/Title

(Print or Type)

THIS PAGE MUST BE COMPLETED AND SUBMITTED AS A PART OF YOUR PROPOSAL

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 22

Georgia Security & Immigration Compliance (GSIC) Act Affidavit

As per the Georgia Senate Bill 529 and Senate Bill 447, the Georgia Department of Labor has

promulgated new rules for the implementation of Section 2. O.C.G.A. §13-10-91 and Chapter

300-10-01-.02 state that no Georgia Public Employer shall enter into a contract for the physical

performance of services within the State of Georgia unless the Contractor registers and

participates in a federal work authorization program to verify the work eligibility information

of all of its new employees.

The Employment Eligibility Verification “E-Verify” site operated by the U.S. Citizenship and

Immigration Services Bureau of the U.S. Department of Homeland Security is the electronic

federal work authorization program to be utilized for these purposes.

The website is https://e-verify.uscis.gov/enroll/

By executing the attached Contractor Affidavit, Contractor verifies its compliance with

O.C.G.A. §13-10-91 stating affirmatively that the individual, firm or corporation which is

contracting with the Dawson County Board of Commissioners has registered and is

participating in this federal work authorization program in accordance with the applicability

provisions and deadlines established in this Statute.

Contractor further agrees that should it employ or contract with any Sub-Contractor(s) for the

physical performance of services pursuant to the contract with the Dawson County Board of

Commissioners, Contractor will secure from the Sub-Contractor(s) verification of compliance

with O.C.G.A. §13-10-91 on a Sub-Contractor Affidavit and shall provide a copy of each such

verification to the Dawson County Board of Commissioners at the time the Sub-Contractor(s)

is retained to perform such services.

PLEASE COMPLETE THE ATTACHED AFFIDAVIT AND RETURN IT TO:

Davida Simpson

Dawson County Purchasing Director

25 Justice Way, Suite 2223

Dawsonville, GA 30534

Fax: (706) 531-2728

Email: [email protected]

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 23

IMMIGRATION AND SECURITY FORM

(GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT)

Contractor’s Name:

County Solicitation/

Contract No.:

CONTRACTOR AFFIDAVIT

By executing this affidavit, the undersigned Contractor verifies its compliance with

O.C.G.A. §13-10-91, stating affirmatively that the Contractor identified above has registered

with and is participating in a federal work authorization program*, in accordance with the

applicability provisions and deadlines established in O.C.G.A. 13-10-91.

The undersigned further agrees that, should it employ or contract with any

subcontractor(s) in connection with the physical performance of services pursuant to this

contract with the County, Contractor will secure from such subcontractor(s) similar verification

of compliance with O.C.G.A. § 13-10-91 on the attached Subcontractor Affidavit. Contractor

further agrees to maintain records of such compliance and provide a copy of each such

verification to the County at the time the subcontractor(s) is retained to perform such service.

EEV / E-VerifyTM

Company Identification Number

BY: Authorized Officer or Agent Date (Contractor Name)

Title of Authorized Officer or Agent of Contractor

Printed Name of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME ON THIS

THE DAY OF 20___

[NOTARY SEAL]

Notary Public

My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland

Security or any equivalent federal work authorization program operated by the United States Department of Homeland

Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986

(IRCA), P.L. 99-603

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 24

IMMIGRATION AND SECURITY FORM

(GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT)

Contractor’s Name:

County Solicitation/

Contract No.:

ADDITIONAL INSTRUCTIONS TO CONTRACTOR: Identify all subcontractors used to perform

under the county contract. In addition, you must attach a signed and notarized affidavit (third page of

this form) from each of the subcontractors listed below. The contractor is responsible for providing a

signed and notarized affidavit to the County within five (5) days of the addition of any new

subcontractor used to perform under the identified County contract.

Contractor’s Name:

Subcontractors:

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 25

IMMIGRATION AND SECURITY FORM

(GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT)

Contractor’s Name:

Subcontractor’s

(Your) Name:

County Solicitation/

Contract No.:

SUBCONTRACTOR AFFIDAVIT

By executing this affidavit, the undersigned Subcontractor verifies its compliance with

O.C.G.A. §13-10-91, stating affirmatively that the Subcontractor which is engaged in the

physical performance of services under a contract with the Contractor identified above on

behalf of the County identified above has registered with and is participating in a federal work

authorization program*, in accordance with the applicability provisions and deadlines

established in O.C.G.A. 13-10-91.

EEV / E-VerifyTM

Company Identification Number

BY: Authorized Officer or Agent Date

(Subcontractor Name)

Title of Authorized Officer or Agent of Contractor

Printed Name of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME ON THIS

THE DAY OF 20___

[NOTARY SEAL]

Notary Public

My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of

Homeland Security or any equivalent federal work authorization program operated by the United States

Department of Homeland security to verify information of newly hired employees, pursuant to the Immigration

Reform and Control Act of 1986 (IRCA), P.L. 99-603

Bid #284-16 IFB Awning & Covered Walkway @ DCGC Page 26

Dawson County Board of Commissioners

“VOLUNTARY”

Title VI Statistical Data Form Used For Government Monitoring Purposes

Dawson County Board of Commissioners is committed to broad-based competition on all bids.

We are gathering the following information for recordkeeping in compliance with federal

regulations. All information will be considered strictly private and confidential and will be

used for Title VI of the Civil Rights Act of 1964 purposes only. Your responses are strictly

voluntary and will help in developing and monitoring nondiscrimination enforcement

programs. This form is not part of the bid document and has no emphasis on decision of award,

if you prefer not to reply that is acceptable. Failure to complete this form will not affect

your chances of award. Your cooperation is appreciated.

Instruction for submission: DO NOT INCLUDE WITH BID PROPOSAL. Form should

be submitted separately in a non-identifying envelope addressed to the Dawson County

Purchasing Department, 25 Justice Way, Suite 2223, Dawsonville, GA 30534. Please

write in bid name and number for project tracking purposes.

BID NAME & BID #284-16 IFB AWNING AND COVERED WALKWAY AT THE

DAWSON COUNTY GOVERNMENT CENTER

Please place an “X” on the line that apply

Dawson County Government is committed to serve the public efficiently, preserve our heritage, safeguard the

environment, protect citizens and improve the quality of life.

Owner Gender: ___ Male ___ Female

Owner Race/Ethnicity: ___White/Caucasian ___ Hispanic or Latino

___ Black or African American ___American Indian or Alaska Native

___Native Hawaiian or ___Asian

Other Pacific Islander ___ Two or More Races

Disability: Any person who (1) has a physical or mental impairment that substantially limits one or more

major life activities; (2) has a record of such impairment; or (3) is regarded as having such

impairment.

___ Yes ___No

Minority Owned Business: ___ Yes ___No

Disadvantaged Business Enterprise (DBE) Company? ___Yes ___No

Number of Employees: _________

Staff Race/Ethnicity make-up: ____White/Caucasian ____Hispanic or Latino ____Asian

(Provide % on line) ____Black or African American ____American Indian or Alaska Native

____Native Hawaiian or Other Pacific Islander ____Two or More Races

Owner Gender: ___ Male ___ Female

Owner Race/Ethnicity: ___White/Caucasian ___ Hispanic or Latino

___ Black or African American ___American Indian or Alaska Native

___Native Hawaiian or ___Asian

Other Pacific Islander ___ Two or More Races

Disability: Any person who (1) has a physical or mental impairment that substantially limits one or more

major life activities; (2) has a record of such impairment; or (3) is regarded as having such

impairment.

___ Yes ___No

Minority Owned Business: ___ Yes ___No

Disadvantaged Business Enterprise (DBE) Company? ___Yes ___No

Number of Employees: _________

Staff Race/Ethnicity make-up: ____White/Caucasian ____Hispanic or Latino ____Asian

(Provide % on line) ____Black or African American ____American Indian or Alaska Native

____Native Hawaiian or Other Pacific Islander ____Two or More Races

AGREEMENT BETWEEN

OWNER AND CONTRACTOR

Bid #260-15 RFP Historic Courthouse Restoration: Window Replacement This Agreement is made

by and between Dawson County, a political subdivision of the State of Georgia, (hereinafter referred to as

the "Owner") and ___________________, a Georgia ____________, (hereinafter referred to as the

"Contractor") under seal for all work called for in the Dawson County Invitation for Bid #284-16, for

furnishing materials, labor, and equipment necessary to construct an awning and covered walkway at the

Dawson County Government Center as listed in the specifications and proposed by the Contractor.

ARTICLE 1

THE CONTRACT AND THE CONTRACT DOCUMENTS

1.1 The Contract

1.1.1 The Contract between the Owner and the Contractor, consists of the Contract Documents and

shall be effective on the date this Agreement is executed by the last party to execute it. If any items in the

Contract conflict with the law of the State of Georgia law, law of the State of Georgia shall prevail.

1.2 The Contract Documents

1.2.1 The Contract Documents consist of this Document, the Invitation for Bid #284-16 and all

addenda, the Contractor's Bid Schedule, all Change Orders and Field Orders issued hereafter, and any

other amendments executed by the parties hereafter. Documents not enumerated in this paragraph are not

Contract Documents and do not form part of this Contract.

1.3 Entire Agreement

1.3.1 This Contract, together with the Contractor's payment bond for the Project, constitutes the

entire and exclusive agreement between the Owner and the Contractor with reference to the Project.

Specifically, but without limitation, this Contract supersede all prior written or oral communications,

representations and negotiations, if any, between the Owner and Contractor.

1.4 No Privity with Others

1.4.1 Nothing contained in this Contract shall create, or be interpreted to create, privity or any other

contractual agreement between the Owner and any person or entity other than the Contractor.

1.5 Intent and Interpretation

1.5.1 The intent of this Contract is to require complete, correct and timely execution of the Work.

Any work that may be required, implied or inferred by the Contract Documents, or any one or more of

them, as necessary to produce the intended result shall be provided by the Contractor for the Contract

Price.

1.5.2 This Contract is intended to be an integral whole and shall be interpreted as internally

consistent. What is required by any one Contract Document shall be considered as required by the

Contract.

1.6 Ownership of Contract Documents

1.6.1 The Contract Documents, and each of them, shall remain the property of the Owner. The

Contractor shall have the right to keep one record set of the Contract Documents upon completion of the

2

Project; provided, however, that in no event shall Contractor use, or permit to be used, any or all of such

Contract Documents on other projects without the Owner's prior written authorization.

ARTICLE II

THE WORK

2.1 The Contractor shall perform all of the Work required, implied or reasonably inferable from

this Contract, all in accordance with plans, specifications and drawings of the Project and in accordance

with the bid and specifications as outlined in Invitation for Bid #284-16.

2.2 The term "Work" shall mean whatever is done by or required of the Contractor to perform and

complete its duties under this Contract, including the following: construction of the whole or a designated

portion of the Project; furnishing of any required bonds and insurance; provision of required certifications

and documentation of associated testing results; provision or furnishing of labor, supervision, services,

materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, power,

permits and licenses required of the Contractor, fuel, heat, light, cooling and all other utilities as required

by this Contract. The work to be performed by the Contractor is generally described as follows:

General Contractor is to provide a turnkey solution to a commercial structural awning and covered

walkway for the Dawson County Government Center. Contractors must provide all equipment, materials

and labor to complete the scope of work.

ARTICLE III

CONTRACT TIME

3.1 Time and Liquidated Damages

3.1.1 The Contractor shall complete the work within a 3 calendar month period after notice to proceed.

3.1.2 The Contractor shall pay the Owner the sum of zero dollars ($00.00) per day for each and every

calendar day of delay not excused by Section 8.2.5.1 in achieving completion beyond the time set forth

herein for completion of the work. Any sums due and payable hereunder by the Contractor shall be

payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to

be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner

reasonably believes that completion will be inexcusably delayed, the Owner shall be entitled, but not

required, to withhold from any amounts otherwise due the Contractor an amount then believed by the

Owner to be adequate to recover liquidated damages applicable to such delays. If and when the

Contractor overcomes the delay in achieving completion, or any part there, for which the Owner has

withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer

applicable, as liquidated damages.

3.2 Substantial Completion

3.2.1. "Substantial Completion" shall mean that state in the progression of the Work when the Work

is sufficiently complete in accordance with this Contract that the Owner can enjoy beneficial use or

occupancy of the work and can utilize the work for its intended purpose.

3

3.3 Time is of the Essence

3.3.1 All limitations of time set forth in the Contract Documents are of the essence of this Contract.

ARTICLE IV

CONTRACT PRICE

4.1 The Contract Price

4.1.1 The Owner shall pay, and the Contractor shall accept, as full and complete payment for all of the

work required in the Bid Documents, the fixed sum of (____________________________),

______________________________________________________________________________ for

furnishing materials, labor, and equipment necessary for the completion of Project #284-16. The sum set

forth in this Paragraph 4.1.1 shall constitute the Contract Price which shall not be modified except by Change

Order as provided in this Contract. Actual quantities used for the subject work will be verified and paid using

unit pricing as detailed in Request for Proposal Document, unless stipulated as “lump sum”.

ARTICLE V

PAYMENT OF THE CONTRACT PRICE

5.1 Payment Procedure

5.1.1 Based upon the Contractor's applications and certificates for payment issued to the Owner,

Owner shall make progress payments to the Contractor to be applied toward the Contract Price.

5.1.2 On or before the tenth day of each month after commencement of the work, the Contractor

shall submit an Application for Payment for the period ending the last day of the prior month to the

Owner in such form and manner, and with such supporting data and content, as the Owner may

reasonably require. Therein, the Contractor may request payment for ninety percent (90%) of that portion

of the Contract Price properly allocable to Contract requirements properly provided, i.e., labor, materials

and equipment properly incorporated in the work plus ninety percent (90%) of that portion of the Contract

Price properly allocable to materials or equipment incorporated in the work, less the total amount of

previous payments received from the Owner for such labor, materials, and equipment. Such Application

for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the

work has been properly performed in full accordance with this Contract. When Owner determines

amounts requested to be properly owing to the Contractor, the Owner shall make partial payments on

account of the Contract Price to the Contractor on a day to be determined each month in which

application for payment is made.

5.1.3 The Contractor warrants that upon submittal of an Application for Payment, all work for

which payments have been received from the Owner shall be free and clear of liens, claims, security

interest or other encumbrances in favor of the Contractor or any other person or entity whatsoever. The

Contractor shall promptly pay each Subcontractor out of the amount paid to the Contractor on account of

such Subcontractor's work, the amount to which such Subcontractor is entitled. In the event the Owner

becomes informed that the Contractor has not paid a Subcontractor as herein provided, the Owner shall

have the right, but not the duty, to issue future checks in payment to the Contractor of amounts otherwise

due hereunder naming the Contractor and such Subcontractor as joint payees.

4

5.1.4 No progress payment, nor any use or occupancy of the Project by the Owner, shall be

interpreted to constitute an acceptance of any work not in compliance with this Contract.

5.2 Withheld Payment

5.2.1 The Owner may decline to make payment, may withhold funds, and, if necessary, may

demand the return of some or all of the amounts previously paid to the Contractor to protect the Owner

from loss because of:

a) Defective work not remedied by the Contractor;

b) Claims of third parties against the Owner;

c) Failure by the Contractor to pay Subcontractors or others in a prompt and proper fashion;

d) Evidence that the balance of the work cannot be completed in accordance with the

Contract for the unpaid balance of the Contract Price;

e) Evidence that the work will not be completed in the time required for substantial or final

completion;

f) Persistent failure to carry out the work in accordance with the Contract; or

g) Damage to the Owner or a third party to whom the Owner is, or may be, liable

5.3 Completion and Final Payment

5.3.1 When all of the work is finally complete and the Contractor is ready for a final inspection,

Contractor shall notify the Owner in writing. Thereupon, the Owner will make final inspection of the

work and, if the work is complete in compliance with this Contract and this Contract has been fully

performed, then the Contractor will promptly issue a final Application for Payment certifying to the

Owner that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract

Price, less any amount withheld pursuant to this Contract.

5.3.2 The Contractor shall not be entitled to final payment unless and until the Contractor submits

to the Purchasing Department an affidavit that all payrolls, invoices for materials and equipment, and

other liabilities connected with the work for which the Owner or the Owner's property might be

responsible, have been fully paid or otherwise satisfied; releases and waivers of lien from all

Subcontractors of the Contractor and of any and all other parties required by the Project Manager or the

Owner; and consent of the Surety to final payment. If any third party fails or refuses to provide a release

of claim or waiver of lien as required by the Owner, the Contractor shall furnish a bond satisfactory to the

Owner to discharge any such lien or indemnify the Owner from liability.

5.3.3 The Owner shall make final payment of all sums due the Contractor within thirty (30) days of

the Project Manager’s execution of a final Certificate for Payment.

5.3.4 Acceptance of final payment shall constitute a waiver of all claims against the Owner by the

Contractor except for those claims previously made in writing against the Owner by the Contractor,

pending at the time of final payment, and identified in writing by the contractor as unsettled at the time of

its request for final payment.

5

5.3.5 Payment shall be made at the unit rates as set out in the Pricing Schedule submitted by the

Contractor for the Work for the quantities actually installed into the Work except as follows:

(a) There are no exceptions.

ARTICLE VI

THE OWNER

6.1 Information, Services and Things Required From Owner

6.1.1 The Owner shall furnish to the Contractor, at the time of executing this Contract, any and all

written and tangible material in its possession that are necessary to facilitate the completion of this project

in a timely manner, if any.

6.1.2 Excluding permits and fees normally the responsibility of the Contractor, the Owner shall

obtain all approvals, easements, and the like required for construction.

6.1.3 The Owner shall furnish the Contractor, free of charge, three copies of the Contract

Documents for execution of the Work.

6.2 Right to Stop Work

6.2.1 If the Contractor fails or refuses to perform the work in accordance with this Contract, the

Owner may order the Contractor to stop the work, or any described portion thereof, until the cause for

stoppage has been corrected, no longer exists, or the Owner orders that work be resumed. In such event,

the Contractor shall immediately obey such order. The stop work order referenced herein must be in

writing and must specify in detail the alleged failure of the Contractor in accordance with the contract

documents.

6.3 Owner's Right to Perform Work

6.3.1.1 If the Contractor's work is stopped by the Owner under Paragraph 6.2 and the Contractor fails

within seven (7) days of such stoppage to provide adequate assurance to the Owner that the cause of such

stoppage will be eliminated or corrected, then the Owner may, without prejudice to any other rights or

remedies the Owner may have against the Contractor, proceed to carry out the subject work. In such a

situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of

correcting the subject deficiencies, plus compensation for the Project Manager's additional services and

expenses necessitated thereby, if any. If the unpaid portion of the Contract Price is insufficient to cover

the amount due the Owner, then the Contractor shall pay the difference to the Owner.

ARTICLE VII

THE CONTRACTOR

7.1 The Contractor shall perform the work strictly in accordance with this Contract.

7.2 The Contractor shall supervise and direct the work using the Contractor's best skill, effort and

attention. The Contractor shall be responsible to the Owner for any and all acts or omissions of the

Contractor, its employees, subcontractors, and others engaged in the work on behalf of the Contractor.

6

7.3 Warranty

7.3.1 The Contractor warrants to the Owner that all labor furnished to progress the work under this

Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only

first-class results, that materials and equipment furnished will be of good quality and new unless

otherwise permitted by this Contract, and that the work will be of good quality, free from faults and

defects and in strict conformance with this Contract. All work not conforming to these requirements may

be considered defective.

7.4 The Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary

for the work. The Contractor shall comply with all lawful requirements applicable to the work and shall

give and maintain any and all notices required by applicable law pertaining to the work.

7.5 Supervision

7.5.1 The Contractor shall employ and maintain at the Project site only competent supervisory

personnel. Absent written instruction from the Contractor to the contrary, the superintendent shall be

deemed the Contractor's authorized representative at the site and shall be authorized to receive and accept

any and all communications from the Owner.

7.6 Cleaning the Site and the Project

7.6.1 The Contractor shall keep the site reasonably clean during performance of the work. Upon

final completion of the work, the Contractor shall clean the site and the Project and remove all waste,

together with all of the Contractor's property.

7.7 Access to Work

7.7.1 The Owner and the Project Manager shall have access to the work at all times from

commencement of the work through final completion. The Contractor shall take whatever steps

necessary to provide access when requested.

7.8 Indemnity

7.8.1 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the

Owner from and against liability, claims, damages, losses and expenses, including attorneys' fees, arising

out of or resulting from performance of the work, provided that such liability, claims, damage, loss or

expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible

property (other than the work itself) including loss of use resulting therefrom, but only to the extent

caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone

directly or indirectly employed by them or anyone for whose acts they may be liable.

7.8.2.1 In claims against any person or entity indemnified under this Paragraph 7.8 by an employee of

the Contractor, a Subcontractor, any one directly or indirectly employed by them or anyone for whose

acts they may be liable, the indemnification obligation under this Paragraph 7.8 shall not be limited by a

limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a

Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts.

ARTICLE VIII

CONTRACT ADMINISTRATION

7

8.1 Administration

8.1.1 The Dawson County Project Manager shall be the Owner's representative from the effective date

of this Contract until final payment has been made for work site operations. Any and all change orders must

be submitted through the Dawson County Project Manager, named here as Bob Ivey.

8.1.2. The Owner and the Contractor shall communicate with each other in the first instance through

the Project Manager for all site work.

8.1.3 The Owner's Representative shall be the initial interpreter of the requirements of the drawings

and specifications and the judge of the performance by the Contractor.

8.1.4 The Owner's Representative shall have authority to reject work that is defective or does not

conform to the requirements of this Contract.

8.1.5 The Owner's Representative will review the Contractor's Applications for Payment and will

certify those amounts then due the Contractor as provided in this Contract.

8.1.6 The Owner's Representative, shall, upon request from the Contractor, conduct inspections to

determine the date of final completion, will receive records, written warranties and related documents

required by this contract and will issue a final Certificate for Payment upon compliance with the

requirements of this Contract.

8.2 Claims by the Contractor

8.2.1 All Contractor claims shall be initiated by written notice and claim to the Owner attention the

Purchasing Department. Such written notice and claim must be furnished within seven (7) days after

occurrence of the event or the first appearance of the condition giving rise to the claim.

8.2.2 Pending final resolution of any claim of the Contractor, the Contractor shall diligently

proceed with performance of this Contract and the Owner shall continue to make payments to the

Contractor in accordance with this Contract. The resolution of any claim under this paragraph 8.3 shall be

reflected by a Change Order executed by the Owner and the Contractor.

8.2.3 Claims for Concealed and Unknown Condition - If concealed and unknown conditions are

encountered in the performance of the Work (a) below the surface of the ground or (b) in an existing

structure be at variance with the conditions indicated by this Contract or if unknown conditions of an

unusual nature differing materially from those ordinarily encountered in the area and generally recognized

as inherent in the Work of the character provided for in this contract be encountered, then the Contract

Price shall be equitably adjusted by Change Order upon the written notice and claim by either party made

within seven days after the first observance of the condition. As a condition precedent to the Owner

having any liability to the Contractor for concealed or unknown conditions, the Contractor must give the

Owner written notice of, and an opportunity to observe, the condition prior to disturbing it. The failure by

the Contractor to make the written notice and claim as provided in this Subparagraph shall constitute a

waiver by the Contractor of any claim arising out of or relating to such concealed or unknown condition.

8.2.4 Claims for Additional Costs

8.2.4.1 If the Contractor wishes to make a claim for an increase in the Contract Price, then as a

condition precedent to any liability of the Owner, the Contractor shall give the Owner written notice of

such claim within seven days after the occurrence of the event or the first appearance of the condition

giving rise to such claim. Such notice shall be given by the Contractor before proceeding to execute any

8

additional or changed Work. The failure by the Contractor to give such notice and to give such notice

prior to executing the Work shall constitute a waiver of any claim for additional compensation.

8.2.4.2 In connection with any claim by the Contractor against the Owner for compensation in excess of

the Contract Price, any liability of the Owner for the Contractor's costs shall be strictly limited to direct costs

incurred by the Contractor and shall in no event include indirect costs or consequential damages of the

Contractor. The Owner shall not be liable to the Contractor for claims of third parties, including

Subcontractors, unless and until liability of the Owner has been established in a court of competent

jurisdiction.

8.2.5 Claims for Additional Time

8.2.5.1 If the Contractor is delayed in progressing any task, which at the time of delay is then critical

or which during the delay becomes critical, as the sole result of any act or neglect to act by the Owner or

someone acting on the Owner's behalf or by changes ordered in the work, unusual delay in transportation,

unusually adverse weather conditions not reasonably anticipated, fire or any causes beyond the

Contractor's control, then the date for achieving completion of the work shall be extended upon the

written notice and claim of the Contractor to the Owner’s Representative for such reasonable time as the

Owner's representative may determine. Any notice and claim for an extension of time by the Contractor

shall be made not more than fifteen (15) days after the occurrence of the event or the first appearance of

the condition giving rise to the claim and shall set forth in detail the Contractor's basis for requiring

additional time in which to complete the Project.

8.2.6 Claims for Weather Delays

8.2.6.1 Claims for weather delays shall not be considered unless work is not feasible for more than

one-half of a day due to weather conditions. Claims for weather delays shall not be considered for

Sundays unless the Contractor consistently works on Sundays prior to the claim. Weather Days are to be

turned in within four weeks of the occurrence.

ARTICLE IX

CHANGES IN THE WORK

9.1 Changes Permitted

9.1.1 Changes in the work within the general scope of this Contract consisting of additions,

deletions, revisions, or any combination thereof may be ordered without invalidating this Contract by

Change Order. Change Orders are to be processed through the Dawson County Project Manager with the

County Manager’s signature required as authorization.

9.1.2 Changes in the work shall be performed under applicable provisions of this Contract and the

Contractor shall proceed promptly with such changes.

9.2 Change Order Defined

9.2.1 Change Order shall mean a written order to the Contractor executed by the Owner, issued

after execution of this Contract, authorizing and directing a change in the work or an adjustment in the

Contract Price or the Contract Time. The Contract Price and the Contract Time may be changed only by

Change Order.

9

9.3 Changes in the Contract Price

9.3.1 Any change in the Contract Price resulting from a Change Order shall be determined as

follows: (a) by mutual agreement between the Owner and the Contractor as evidenced by (1) the change

in the Contract Price being set forth in the Change Order, (2) such change in the contract Price, together

with any conditions or requirements related thereto, being initialed by both parties and (3) the

Contractor's execution of the Change Order, or (b) if no mutual agreement occurs between the Owner and

the Contractor, then as provided in Subparagraph 9.3.2 below.

9.3.2 If no mutual agreement occurs between the Owner and the contractor as contemplated in

Subparagraph 9.3.1 above, the change in the Contract Price, if any, shall then be determined by the Owner

on the basis of the reasonable expenditures or savings of performing, deleting or revising the work

attributable to the change, including, in the case of an increase or decrease in the Contract Price, a

reasonable allowance for direct job site overhead and profit. In such case, the Contractor shall present, in

such form and with such content as the Owner requires, an itemized accounting of such expenditures or

savings, plus appropriate supporting data for inclusion in a Change Order.

9.3.3 If unit prices are provided in the Contract and if the quantities contemplated are so changed in

a proposed Change Order that application of such unit prices to the quantities of Work proposed will

cause substantial inequity to the Owner or to the Contractor, then the applicable unit prices shall be

equitably adjusted.

9.4 Notice to Surety; Consent

9.4.1 The Contractor shall notify and obtain the consent and approval of the Contractor's surety

with reference to all Change Orders if such notice, consent and approval are required by the Contractor's

surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's

warranty to the Owner that the surety has been notified of and consents to, such Change Order and the

surety shall be conclusively deemed to have been notified of such Change Order and to have expressly

consented thereto.

ARTICLE X

CONTRACT TERMINATION

10.1 Termination by the Contractor

10.1.1 If the work is stopped for a period of ninety (90) days by an order of any court or other public

authority or as a result of an act of the Government, through no fault of the Contractor or any person or

entity working directly or indirectly for the Contractor, the Contractor may, upon ten (10) days' written

notice to the Owner, terminate performance under this contract and recover from the Owner payment for

the actual reasonable expenditures of the Contractor for all work executed.

10.1.2 If the Owner shall persistently or repeatedly fail to perform any material obligation to the

Contractor for a period of thirty (30) days after receiving written notice from the Contractor of its intent to

terminate hereunder, then the Contractor may terminate performance under this Contract by written notice

to the Owner. In such event, the Contractor shall be entitled to recover from the Owner as though the

Owner had terminated the Contractor's performance under this Contract for convenience pursuant to

Subparagraph 10.2.1.

10

10.2 Termination by the Owner

10.2.1 For Convenience

10.2.1.1 The Owner may for any reason whatsoever terminate performance under this Contract by the

contractor for convenience. The Owner shall give written notice of such termination to the Contractor

specifying when termination becomes effective.

10.2.1.2 The Contractor shall incur no further obligations in connection with the work and the

Contractor shall stop work when such termination becomes effective. The Contractor shall also terminate

outstanding orders and subcontracts. The Contractor shall settle the liabilities and claims arising out of

the termination of subcontracts and orders. The Owner may direct the Contractor to assign the

Contractor's right, title and interest under terminated orders or subcontracts to the Owner or its designee.

10.2.1.3 The Contractor shall transfer title and deliver to the Owner such completed or partially

completed work and materials, equipment, parts, fixtures, information and Contract rights as the

Contractor has.

10.2.1.4

(a) The Contractor shall submit a termination claim to the Owner specifying the amounts

due because of the termination for convenience together with costs, pricing or other

data required by the Owner. If the Contractor fails to file a termination claim within

one (1) year from the effective date of termination, then the Owner shall pay the

Contractor an amount derived in accordance with subparagraph (c) below.

(b) The Owner and the Contractor may agree to the compensation, if any, due to the

Contractor hereunder.

(c) Absent agreement of the amount due to the contractor, the Owner shall pay the

Contractor the following amounts:

i. Contract prices for labor, materials, equipment and other services accepted under

this Contract;

ii. Reasonable costs incurred in preparing to perform and in performing the

terminated portion of the work, and in terminating the Contractor's performance,

plus a fair and reasonable allowance for overhead and profit thereon (such profit

shall not include anticipated profit or consequential damages); provided however,

that if it appears that the Contractor would have not profited or would have

sustained a loss if the entire Contract would have been completed, no profit shall

be allowed or included, and the amount of compensation shall be reduced to

reflect the anticipated rate of loss, if any;

iii. Reasonable costs of settling and paying claims arising out of the termination of

subcontracts or orders pursuant to Subparagraph 10.2.1.2 of this Paragraph.

These costs shall not include amounts paid in accordance with other provisions

hereof;

iv. The total sum to be paid the Contractor under this Subparagraph 10.2.1 shall not

exceed the total Contract Price, as properly adjusted, reduced by the amount of

payments otherwise made, and shall in no event include duplication of payment.

11

10.2.2 For Cause

10.2.2.1 If the Contractor persistently or repeatedly refuses or fails to prosecute the work in a timely

manner, supply enough properly skilled workers, supervisory personnel or proper equipment or materials,

or it fails to make prompt payment to Subcontractors or for materials or labor, or persistently disregards

laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is

guilty of a substantial violation of a material provision of this Contract, then the Owner may by written

notice to the Contractor, without prejudice to any other right or remedy, terminate the employment of the

contractor and take possession of the site and of all materials, equipment, tools, construction equipment

and machinery thereon owned by the Contractor and may finish the work by whatever methods it may

deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the

work is finished.

10.2.2.2 If the unpaid balance of the Contract Price exceeds the cost of finishing the work, such excess

shall be paid to the Contractor. If such costs exceed the unpaid balance, then the Contractor shall pay the

difference to the Owner. This obligation for payment shall survive the termination of the Contract.

10.2.2.3 In the event the employment of the Contractor is terminated by the Owner for cause pursuant

to subparagraph 10.2.2 and it is subsequently determined by a Court of competent jurisdiction that such

termination was without cause, such termination shall thereupon be deemed a Termination for

Convenience under Subparagraph 10.2.1 and the provisions of Subparagraph 10.2.1 shall apply.

ARTICLE XI

INSURANCE

11.1 Contractor's Insurance Requirements

11.1.1 The Contractor shall maintain in full force and effect at all times during the Contract period

Comprehensive General Liability Insurance in an amount equal to One Million ($1,000,000.00) Dollars.

11.1.2 The Contractor shall provide to the Owner Certificates of Insurance naming the Owner as

additional insured party under the policy or policies of Comprehensive General Liability Insurance

required by Paragraph 11.1.1.

11.1.3 The insurance policy or policies as aforesaid shall provide that thirty (30) days written notice

be given to the Owner prior to cancellation thereof.

11.1.4 The Contractor shall maintain in full force and effect at all times during the Contract period

Workers' Compensation Insurance as provided by Georgia law.

ARTICLE XII

MISCELLANEOUS

12.1 Governing Law

12.1.1 This Agreement is to be governed by the law of the State of Georgia and venue for any

dispute shall be Dawson County, Georgia

12.2 Successors and Assigns

12.2.1 The Owner and Contractor bind themselves, their successors, assigns and legal

representatives to the other party hereto and to successors, assigns and legal representatives of such other

12

party in respect to covenants, agreements and obligations contained in this Contract. The Contractor shall

not assign this Contract without written consent of the Owner.

12.3 Surety Bonds

12.3.1 The Contractor shall furnish separate performance and payment bonds to the Owner. Each

bond shall set forth a penal sum in an amount not less than the contract Price. Each bond furnished by the

Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth

verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by the

Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased

by like amount. The performance and payment bonds furnished by the Contractor shall be in form

suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner.

IN WITNESS WHEREOF, the Undersigned have set their hands and seals on the day and

date appearing below the signatures of their authorized representatives.

OWNER: CONTRACTOR:

DAWSON COUNTY, GEORGIA

By: ___________________________ By: __________________________

Name: _________________________ Name: _______________________

Title: __________________________ Title: ________________________

Date: __________________________ Date: ________________________

Attest: Attest:

By: _________________________ By: __________________________

Name: _______________________ Name:________________________

Title: County Clerk Title: _________________________

DAWSON COUNTY GOVERNMENT CENTER CANOPY 000100 - 1 ROSSER INTERNATIONAL, INC. TABLE OF CONTENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

TABLE OF CONTENTS

CONSTRUCTION PRODUCTS AND ACTIVITIES

Section Title General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS 011000 Summary of Work 012600 Contract Modification Procedures 012900 Payment Procedures 013100 Project Management and Coordination 013200 Construction Progress Documentation 013300 Submittal Procedures 013500 Request for Information Procedures 014000 Quality Requirements 014110 Tests and Special Inspections 014200 References 016000 Product Requirements 017300 Execution Requirements 017329 Cutting and Patching 017700 Closeout Procedures 017870 Warranties Facility Construction Subgroup DIVISION 03 – CONCRETE 033000 Cast- In-Place Concrete DIVISION 04 – MASONRY 040650 Masonry Mortar and Grout 040800 Masonry Anchorage and Reinforcement 042100 Clay Masonry Units 047200 Cast Stone Masonry 047300 Lightweight Cast Stone Masonry DIVISION 10 – SPECIALTIES 105322 Prefabricated Aluminum Canopy

DAWSON COUNTY GOVERNMENT CENTER CANOPY 000100 - 2 ROSSER INTERNATIONAL, INC. TABLE OF CONTENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

Facility Services Subgroup DIVISION 26 – ELECTRICAL 260500 Common Work Results for Electrical 260519 Low Voltage Electrical Power Conductors and Cables 260529 Hangers and Supports for Electrical Systems 260533 Raceway and Boxes for Electrical Systems 265600 Exterior Lighting Fixtures Site and Infrastructure Subgroup DIVISION 32 – EXTERIOR IMPROVEMENTS 321400 Unit Paving DIVISION 33 – UTILITIES 334600 Sub drainage End of Section

PROJECT MANUAL

Project:

DAWSON COUNTY GOVERNMENT CENTER CANOPY

25 Justice Way Dawsonville, Georgia 30534

Owner:

DAWSON COUNTY BOARD OF COMMISSIONERS 25 Justice Way

Dawsonville, Georgia 30534

Architect:

ROSSER INTERNATIONAL, INC. Two Peachtree Pointe,

1555 Peachtree Street N.E., Suite 800. Atlanta, Georgia 30309

(404) 876-3800

ISSUE DATE: August 22, 2016

DAWSON COUNTY GOVERNMENT CENTER CANOPY 011000 - 1 ROSSER INTERNATIONAL, INC. SUMMARY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 011000

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. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Products ordered in advance. 4. Use of premises. 5. Owner's occupancy requirements. 6. Work restrictions.

1.3 WORK COVERED BY CONTRACT DOCUMENTS

A. Project Identification: Dawson County Government Center, Project # 08123.00 1. Project Location: 25 Justice Avenue, Dawsonville, GA 30534.

B. Owner: Dawson County Board of Commissioners 1. Owner's Representative: James Tolbert, Facilities Director

James Tolbert, Facilities Director Telephone (706) 216-4621 x60054

C. Architect Identification: The Contract Documents, were prepared for Project by: Rosser International Inc. 1. 1555 Peachtree Street, NW Atlanta, Georgia 30309

D. The Work consists of the following: 1. The Work includes

a. Selected renovation of existing site hardscape. b. Construction of a new Government Center Canopy.

2. Canopy construction consists of an approximate 250 linear feet, covering an existing five foot wide sidewalk.

3. General listing of building products a. Exterior masonry b. Precast and simulated precast cladding c. Prefabricated Aluminum Canopy d. Concrete foundations

4. Exterior Canopy drainage 5. Electrical Canopy lighting

1.4 TYPE OF CONTRACT

A. Project will be constructed under a single prime contract, AIA Document A101.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 011000 - 2 ROSSER INTERNATIONAL, INC. SUMMARY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

B. The Work shall be conducted in one (1) phase.

C. Before commencing work, submit for approval a detailed schedule that shall include the sequencing of trades, commencement and completion dates of the Work.

1.5 USE OF PREMISES

A. General: Contractor shall have limited use of premises for construction operations as coordinated with owner’ project manager.

B. Use of Site: Limit use of premises to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Existing Government Center Operations

a. Existing Government Center shall stay in operations during the construction of the new canopy.

b. Keep access for the Owner and the general public to the existing Government Center until the new canopy is complete, including handicap accessibility.

2. Limits: Confine constructions operations to minimum needed during construction. a. Coordinate any staging areas with Owner’s facility director, James Tolbert.

3. Driveways and Entrances: a. Keep driveways, parking, loading areas, and entrances serving premises clear and available

to Owner, Owner's employees, general public and emergency vehicles at all times. Do not use these areas for contractor employee parking or storage of construction materials.

b. Maintain access to existing jail, existing Sallyport, existing Courthouse, and existing support spaces at all times. Coordinate and schedule any and all access modifications to the Sallyport with the Owner.

c. Schedule construction deliveries to minimize space and time requirements for storage of materials and equipment on-site.

1.6 WORK RESTRICTIONS

A. On-Site Work Hours: Work shall be generally performed inside the existing building during normal business working hours of 7:00 AM to 5:30 PM, Monday through Friday, except otherwise indicated. 1. Weekend Hours: Saturdays and Sundays On-site work cannot begin before 7:00 AM and shall be

concluded no later than 9:00 PM. 2. Early Morning Hours: Work cannot begin On-site until after 7:00 AM.

B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Architect and Owner not less than five (5) days in advance of proposed utility

interruptions. 2. Do not proceed with utility interruptions or Core Drilling without Owner's written permission.

C. Nonsmoking Buildings: Smoking is not permitted within the existing buildings or within 25 feet (8 m) of entrances, operable windows, or outdoor air intakes.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 012600 - 1 ROSSER INTERNATIONAL, INC. CONTRACT MODIFICATION PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 012600

CONTRACT MODIFICATION PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section specifies administrative and procedural requirements for handling and processing Contract modifications.

1.3 BULLETINS

A. Proposed changes to the Scope of the Work will be issued to the Contractor in the form of numbered, individual Bulletins. Bulletins may consolidate several changes into a single Bulletin, and a single Bulletin may include only one change.

B. Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Bulletins issued by Architect are for information only. Do not consider them instructions either to

stop work in progress or to execute the proposed change. 2. Within time specified in the Bulletin after receipt of Bulletin, submit a quotation estimating cost

adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total

amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the

change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

3. Failure to provide quotation in time indicated shall be construed as if there is no resultant cost or schedule impact from the Bulletin.

1.4 CONTRACTOR-INITIATED PROPOSALS

A. If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work.

Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time.

2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 012600 - 2 ROSSER INTERNATIONAL, INC. CONTRACT MODIFICATION PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

6. Comply with requirements in Division 1 Section "Product Requirements" if the proposed change requires substitution of one product or system for product or system specified.

B. Proposal Request Form: Use AIA Document G709 for Proposal Requests.

1.5 MINOR CHANGES IN THE WORK

A. Architect will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions."

1.6 CHANGE ORDERS

A. On Owner's approval of a Bulletin or a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701.

1.7 CONSTRUCTION CHANGE DIRECTIVE

A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714 form. 1. Construction Change Directive instructs Contractor to proceed with a change in the Work, for

subsequent inclusion in a Change Order. 2. Construction Change Directive contains a complete description of change in the Work. It also

designates method to be followed to determine change in the Contract Sum or the Contract Time.

B. Documentation: 1. Maintain detailed records on a time and material basis of work required by the Construction

Change Directive. 2. After completion of change, submit an itemized account and supporting data necessary to

substantiate cost and time adjustments to the Contract.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 012900 - 1 ROSSER INTERNATIONAL, INC. PAYMENT PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 012900

PAYMENT PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section specifies administrative and procedural requirements necessary to prepare and process Applica-tions for Payment.

1.3 DEFINITIONS

A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to var-ious portions of the Work and used as the basis for reviewing Contractor's Applications for Payment.

1.4 SCHEDULE OF VALUES

A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Con-struction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative forms and sched-

ules, including the following: a. Application for Payment forms with Continuation Sheets. b. Submittals Schedule. c. Contractor's Construction Schedule.

2. Submit the Schedule of Values to Architect at earliest possible date but no later than 14 days be-fore the date scheduled for submittal of initial Applications for Payment.

3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Provide several line items for principal subcon-tract amounts, where appropriate.

B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section, including Division 1 Sections. 1. Identification: Include the following Project identification on the transmittal accompanying the

Schedule of Values: a. Project name and location. b. Name of Architect. c. Architect's project number. d. Contractor's name and address. e. Date of submittal.

2. Use AIA Document G703 Continuation Sheets. Complete the following: a. Column A: Number lines items sequentially. b. Column B: Indicate Section number and title.

1) If necessary to fully explain Scope of Work, break apart different work items within an individual section.

2) Identify line item with Section number with sub number and title. c. Column C: Indicate the total dollar value for this portion of the Work.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 012900 - 2 ROSSER INTERNATIONAL, INC. PAYMENT PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3. Round amounts to nearest whole dollar; total shall equal the Contract Sum. Leave remaining col-umns blank.

1.5 APPLICATIONS FOR PAYMENT

A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and

final Application for Payment involve additional requirements.

B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction Work covered by each Application for Payment is the period indicated in this Document.

C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment.

D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without ac-tion. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use

updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of

construction period covered by application. 3. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for

Payment when Change Orders or Construction Change Directives result in a change in the Con-tract Sum. Include each Change Order as a new line item.

E. Transmittal: Submit 5 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. 1. Include copies of waivers of lien and similar attachments if required. 2. Transmit each copy with a transmittal form listing attachments and recording appropriate infor-

mation about application.

F. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's lien from every entity who is lawfully entitled to file a mechanic's lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount requested in previous application, after deduction

for retainage, on each item. 2. When an application shows completion of an item, submit final or full waivers. 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by final waivers from every entity in-

volved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to Owner.

G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule. 4. Products list. 5. Submittals Schedule. 6. List of Contractor's staff assignments. 7. Copies of building permits.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 012900 - 3 ROSSER INTERNATIONAL, INC. PAYMENT PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work.

9. Initial progress report. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. 12. Performance and payment bonds. 13. Data needed to acquire Owner's insurance.

H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Comple-tion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement

showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for

Owner occupancy of designated portions of the Work.

I. Final Payment Application: Submit final Application for Payment with releases and supporting docu-mentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes,

fees, and similar obligations were paid. 3. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 4. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 5. AIA Document G707, "Consent of Surety to Final Payment." 6. Evidence that claims have been settled. 7. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of

Substantial Completion or when Owner took possession of and assumed responsibility for corre-sponding elements of the Work.

8. Final, liquidated damages settlement statement.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013100 - 1 ROSSER INTERNATIONAL, INC. PROJECT MANAGEMENT AND COORDINATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 013100

PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings.

B. Related Sections include the following: 1. Division 1 Section REQUEST FOR INFORMATION PROCEDURES for preparing and submit-

ting requests for interpretations. 2. Division 1 Section PRODUCT REQUIREMENTS for coordinating general requirements for de-

livery, storage, handling and installation of materials and equipment. 3. Division 1 Section EXECUTION REQUIREMENTS for procedures for coordinating general in-

stallation of products, examination of existing conditions and progress cleaning. 4. Division 1 Section CLOSEOUT PROCEDURES for coordinating closeout of the Contract.

1.3 COORDINATION

A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, in-cluded 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 instal-lation.

2. Coordinate installation of different components with other contractors to ensure maximum acces-sibility for required maintenance, service, and repair.

3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure

maximum performance and accessibility for required maintenance, service, and repair of all com-ponents, including mechanical and electrical.

B. Prepare memoranda for distribution to each party involved, outlining special procedures required for co-ordination. 1. Include such items as required notices, reports, and list of attendees at meetings. 2. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is

required.

C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013100 - 2 ROSSER INTERNATIONAL, INC. PROJECT MANAGEMENT AND COORDINATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre-installation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities.

1.4 SUBMITTALS

A. Coordination Drawings: Prepare coordination drawings where careful coordination is needed for installa-tion of products and materials fabricated by separate entities. Prepare coordination drawings where lim-ited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Indicate project-specific information, drawn accurately to scale. Do not base Coordination Draw-

ings on reproductions of the Contract Documents or standard printed data. 2. Include the following information, as applicable:

a. Show the relationship of components shown on separate Shop Drawings. b. Indicate required installation sequences. c. Indicate dimensions shown on the Contract Drawings and make specific note of dimen-

sions that appear to be in conflict with submitted equipment and minimum clearance re-quirements. Provide alternate sketches to Architect for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Con-tract.

3. Failure on the part of the Contractor to properly coordinate installation of the various trades will not be considered changes to the Contract.

4. Comply with requirements contained in Division 1 Section SUBMITTAL PROCEDURES.

B. Key Personnel Names: Within 15 days after execution of the Agreement, submit a list of key personnel assignments, including , project manager, superintendent and other personnel in attendance at Project site. 1. Identify individuals and their duties and responsibilities; list addresses and office telephone num-

bers. 2. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the ab-

sence of individuals assigned to Project.

1.5 PROJECT MEETINGS

A. Schedule and conduct meetings and conferences at Project site. 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: 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: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review re-sponsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and

its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to con-clude matters relating to the Work.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013100 - 3 ROSSER INTERNATIONAL, INC. PROJECT MANAGEMENT AND COORDINATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Use of the premises. l. Work restrictions. m. Owner's occupancy requirements. n. Construction waste management and recycling. o. Parking availability. p. Office, work, and storage areas. q. Equipment deliveries and priorities. r. Security. s. Progress cleaning. t. Working hours.

3. Minutes: Record and distribute meeting minutes.

C. Pre-installation Conferences: Conduct a pre-installation conference at Project site before each construc-tion activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected

by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates.

2. Agenda: Review progress of other construction activities and preparations for the particular activ-ity under consideration, including requirements for the following: a. The Contract Documents. b. Options. c. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Possible conflicts. i. Compatibility problems. j. Time schedules. k. Weather limitations. l. Manufacturer's written recommendations. m. Warranty requirements. n. Compatibility of materials. o. Acceptability of substrates. p. Temporary facilities and controls. q. Space and access limitations. r. Regulations of authorities having jurisdiction. s. Testing and inspecting requirements. t. Installation procedures. u. Coordination with other work. v. Required performance results.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013100 - 4 ROSSER INTERNATIONAL, INC. PROJECT MANAGEMENT AND COORDINATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

w. Protection of adjacent work. x. Protection of construction and personnel.

3. Record significant conference discussions, agreements, and disagreements, including required cor-rective measures and actions.

4. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date.

5. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present.

D. Progress Meetings: Conduct progress meetings at monthly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor,

supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work.

2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to sta-tus of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine

whether each activity is on time, ahead of schedule, or behind schedule, in relation to Con-tractor's Construction Schedule. 1) Determine how construction behind schedule will be expedited; secure commit-

ments from parties involved to do so. 2) Discuss whether schedule revisions are required to ensure that current and subse-

quent activities will be completed within the Contract Time. 3) Review schedule for next period.

b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests.

3. Minutes: Record the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have

been present. a. Include a brief summary, in narrative form, of progress since the previous meeting and re-

port.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013100 - 5 ROSSER INTERNATIONAL, INC. PROJECT MANAGEMENT AND COORDINATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

b. Schedule Updating: Revise Contractor's Construction Schedule after each progress meet-ing where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting.

E. Coordination Meetings: Conduct Project coordination meetings at monthly intervals. Project coordina-tion meetings are in addition to specific meetings held for other purposes, such as progress meetings and pre-installation conferences. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor,

supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work.

2. Agenda: Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Combined Contractor's Construction Schedule: Review progress since the last coordina-

tion meeting. 1) Determine whether each contract is on time, ahead of schedule, or behind schedule,

in relation to Combined Contractor's Construction Schedule. 2) Determine how construction behind schedule will be expedited; secure commit-

ments from parties involved to do so. 3) Discuss whether schedule revisions are required to ensure that current and subse-

quent activities will be completed within the Contract Time. b. Schedule Updating: Revise Combined Contractor's Construction Schedule after each coor-

dination meeting where revisions to the schedule have been made or recognized. Issue re-vised schedule concurrently with report of each meeting.

c. Review present and future needs of each contractor present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Change Orders.

3. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 1 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

0SECTION 013200

CONSTRUCTION PROGRESS DOCUMENTATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. 4. Daily construction reports. 5. Material location reports. 6. Field condition reports. 7. Special reports.

B. Related Sections include the following: 1. Division 1 Section PAYMENT PROCEDURES for submitting the Schedule of Values. 2. Division 1 Section PROJECT MANAGEMENT AND COORDINATION for submitting and

distributing meeting and conference minutes. 3. Division 1 Section SUBMITTAL PROCEDURES for submitting schedules and reports. 4. Division 1 Section QUALITY REQUIREMENTS for submitting a schedule of tests and

inspections.

1.3 DEFINITIONS

A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early

start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network.

B. Cost Loading: The allocation of the Schedule of Values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum, unless otherwise approved by Architect.

C. 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 belongs to Owner as advised by Architect. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early

start of the successor activity.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 2 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date.

F. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail.

G. Major Area: A story of construction, a separate building, or a similar significant construction element.

H. Milestone: A key or critical point in time for reference or measurement.

I. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships.

J. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled.

1.4 SUBMITTALS

A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval.

B. Preliminary Construction Schedule: Submit two opaque copies. Approval of cost-loaded preliminary construction schedule will not constitute approval of Schedule of Values for cost-loaded activities.

C. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period.

D. Daily Construction Reports: Submit two copies at monthly intervals.

E. Material Location Reports: Submit two copies at monthly intervals.

F. Field Condition Reports: Submit two copies at time of discovery of differing conditions.

G. Special Reports: Submit two copies at time of unusual event.

1.5 COORDINATION

A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors.

B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in

proper sequence.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 3 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 2 - PRODUCTS

2.1 SUBMITTALS SCHEDULE

A. Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's

Construction Schedule. 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 3. Updated monthly to reflect current status and changes in timing for submittals. 4. Submittals will not be reviewed by Architect until Submittals Schedule has been submitted and

approved.

B. Preparation: From date established in Construction Schedule for the event to occur, back up time frame indicated below. This establishes Submittal Date. 1. Make submittal on or before Submittal Date to prevent delaying the Work. 2. Submittal may be made prior to Submittal Date but Architect is not obligated to commence review

until 3 days after Submittal Date. 3. Use the following time frames for determining Submittal Dates:

a. Allow 3 days for shipping submittal from Contractor to Architect. b. Allow number of days indicated in Division 1 Section SUBMITTAL PROCEDURES for

architect to review submittal. c. Allow 3 days for shipping submittal from Architect to Contractor. d. Determine days for time required to revise submittal. e. Allow 3 days for shipping submittal from Contractor to Architect. f. Allow number of days indicated in Division 1 Section SUBMITTAL PROCEDURES for

Architect to review resubmittal. g. Allow 3 days for shipping resubmittal from Architect to Contractor. h. Determine days for time required to place order and for shipping materials or products

from the date of event indicated on the construction schedule.

2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL

A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early

completion date, unless specifically authorized by Change Order.

B. Activities: Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically

allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items

and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery.

3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section SUBMITTAL PROCEDURES in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule.

4. Startup and Testing Time: Include not less than days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial

Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion.

C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 4 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

follows in schedule, and show how the sequence of the Work is affected. 1. Products Ordered in Advance: Include a separate activity for each product. Include delivery date

indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date.

2. Work Restrictions: Show the effect of the following items on the schedule: a. Use of premises restrictions. b. Provisions for future construction. c. Seasonal variations. d. Environmental control.

3. 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. Fabrication. e. Sample testing. f. Deliveries. g. Installation. h. Tests and inspections. i. Adjusting. j. Curing. k. Startup and placement into final use and operation.

4. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Completion of electrical installation. c. Substantial Completion.

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: At the head of schedule, provide a cost correlation line, indicating planned and actual costs. On the line, show dollar volume of the Work performed as of dates used for preparation of payment requests. 1. Refer to Division 1 Section PAYMENT PROCEDURES for cost reporting and payment

procedures. 2. Contractor shall assign cost to construction activities on the CPM schedule. Costs shall not be

assigned to submittal activities unless specified otherwise but may, with Architect's approval, be assigned to fabrication and delivery activities. Costs shall be under required principal subcontracts for testing and commissioning activities, operation and maintenance manuals, punch list activities, Project Record Documents, and demonstration and training (if applicable), in the amount of 5 percent of the Contract Sum.

3. Each activity cost shall reflect an accurate value subject to approval by Architect. 4. Total cost assigned to activities shall equal the total Contract Sum.

F. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule.

2.3 PRELIMINARY CONSTRUCTION SCHEDULE

A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule within fourteen days of date established for the Notice to Proceed.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 5 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities.

2.4 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE)

A. General: Prepare network diagrams using AON (activity-on-node) format.

B. Preliminary Network Diagram: Submit diagram within 14 days of date established for the Notice to Proceed. Outline significant construction activities for the first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities.

C. CPM Schedule: Prepare Contractor's Construction Schedule using a computerized 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 30 days after date established for the Notice to Proceed. 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. Include list of nonworking days and holidays incorporated into the schedule.

5. 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

D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the preliminary network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each

activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. c. Purchase of materials. d. Delivery. e. Fabrication. f. Utility interruptions. g. Installation. h. Work by Owner that may affect or be affected by Contractor's activities. i. Testing and commissioning.

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: a. Mark the critical path. Locate the critical path near center of network; locate paths with

most float near the edges. b. Subnetworks on separate sheets are permissible for activities clearly off the critical path.

E. Initial Issue of Schedule: Prepare initial network diagram from a list of straight "early start-total float" sort. Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 6 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Description of activity. 3. Principal 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.

G. Value Summaries: Prepare two cumulative value lists, sorted by finish dates. 1. In first list, tabulate activity number, early finish date, dollar value, and cumulative dollar value. 2. In second list, tabulate activity number, late finish date, dollar value, and cumulative dollar value. 3. In subsequent issues of both lists, substitute actual finish dates for activities completed as of list

date. 4. Prepare list for ease of comparison with payment requests; coordinate timing with progress

meetings.

2.5 REPORTS

A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Construction 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, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013200 - 7 ROSSER INTERNATIONAL, INC. CONSTRUCTION PROGRESS DOCUMENTATION

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

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.

C. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a request for interpretation with a detailed description of the differing conditions, together with recommendations for changing the Contract Documents.

D. Special Reports: 1. 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. a. List chain of events, persons participating, response by Contractor's personnel, evaluation

of results or effects, and similar pertinent information. b. Advise Owner and Architect in advance when these events are known or predictable.

2. Submit special reports directly to Architect and Owner within three days of an occurrence. Distribute copies of report to parties affected by the occurrence

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: Architect and Owner may waive the requirement to retain a consultant if

Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications.

2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact.

B. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been

recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to,

changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity.

C. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same

locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 1 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 013300

SUBMITTAL PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals.

B. Related Sections include the following: 1. Division 1 Section PAYMENT PROCEDURES for submitting Applications for Payment and the

Schedule of Values. 2. Division 1 Section PROJECT MANAGEMENT AND COORDINATION for submitting and

distributing meeting and conference minutes and for submitting Coordination Drawings. 3. Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION for submitting

schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 4. Division 1 Section QUALITY REQUIREMENTS for submitting test and inspection reports and

for mockup requirements. 5. Division 1 Section CLOSEOUT PROCEDURES for procedures concerning closeout submittals. 6. Divisions 2 through 17 Sections for specific requirements for submittals in those Sections. 7. Division 1 Section WARRANTIES for submitting warranties.

1.2 DEFINITIONS

A. Action Submittals: Written and graphic information that requires Architect's responsive action.

B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements.

1.3 SUBMITTAL PROCEDURES

A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and

related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing

will not be delayed because of need to review submittals concurrently for coordination. 3. Architect reserves the right to withhold action on a submittal requiring coordination with other

submittals until related submittals are received.

B. Submittals Schedule: Comply with requirements in Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION for list of submittals and time requirements for scheduled performance of related construction activities.

C. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches (150 by 200 mm) on label or beside title block to

record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken:

a. Project name. b. Date.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 2 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

c. Name and address of Architect. d. Name and address of Contractor. e. Submittal number or other unique identifier, including revision identifier.

1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01).

2) Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.01.A).

f. Drawing number and detail references, as appropriate. g. Location(s) where product is to be installed, as appropriate. h. Other necessary identification.

D. Deviations: Encircle or otherwise specifically identify deviations from the Contract Documents on submittals.

E. Additional 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. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to

Architect. 2. Additional copies submitted for maintenance manuals will not be marked with action taken and

will be returned.

F. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. 1. Transmittal Form: Use AIA Document G810 or CSI Form 12.1A. 2. 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 label information as related submittal.

G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision.

H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms.

PART 2 - PRODUCTS

2.1 SUBMITTALS

A. General: Prepare and submit Action Submittals required by individual Specification Sections.

B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not

suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Submit Product Data before or concurrent with Samples. 4. Number of Copies:

a. Submit THREE (3) copies of Product Data, unless otherwise indicated.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 3 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

b. Architect will return one copy of submittal for Contractor to reproduce and distribute. Retain one copy of reviewed submittal with Architect’s final action stamp as a Project Record Document and marked as such.

C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data.. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following

information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control

wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. l. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Seal and signature of professional engineer if specified. o. Wiring Diagrams: Differentiate between manufacturer-installed and field-installed wiring.

2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 40 inches (750 by 1000 mm).

3. Number of Copies: Submit three opaque (bond) copies of each submittal. Architect will return one copy.

D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one

submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following:

a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of appropriate Specification Section.

3. 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. 4. Samples for Initial Selection:

a. Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available.

b. Number of Samples: Submit two full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 4 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

5. 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. a. 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.

b. Number of Samples: Submit three sets of Samples. Architect will retain one Sample set; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. 1) Submit a single Sample where assembly details, workmanship, fabrication tech-

niques, connections, operation, and other similar characteristics are to be demon-strated.

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 or List: 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. 2. Number and name of room or space. 3. Number of Copies: Submit three copies of product schedule or list, unless otherwise indicated.

Architect will return two copies. Mark up and retain one returned copy as a Project Record Document.

F. Submittals Schedule: Comply with requirements specified in Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION.

G. Application for Payment: Comply with requirements specified in Division 1 Section PAYMENT PROCEDURES.

H. Schedule of Values: Comply with requirements specified in Division 1 Section PAYMENT PROCEDURES."

I. Coordination Drawings: Comply with requirements specified in Division 1 Section "PROJECT MANAGEMENT AND COORDINATION.

J. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified.

K. Certificates:

1. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified.

2. Installer Certificates: Prepare 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.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 5 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required.

4. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents.

5. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents.

L. Schedule of Tests and Inspections: Comply with requirements specified in Division 1 Section "Quality Requirements."

M. Test Reports:

1. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents.

2. Product Test Reports: Prepare written reports indicating 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.

3. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents.

4. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion.

5. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents.

N. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use.

O. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 1 Section "Operation and Maintenance Data."

P. Design Data: Prepare 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.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 6 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

Q. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection.

R. Manufacturer's Field Reports: Prepare written information documenting factory-authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and,

if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies

with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections.

S. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage.

2.2 DELEGATED DESIGN

A. Performance and Design Criteria: 1. 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.

2. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect.

B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit three copies of a statement, 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.

1. Indicate that products and systems comply with performance and design criteria in the Contract Documents.

2. Include list of codes, loads, and other factors used in performing these services.

PART 3 - EXECUTION

3.1 CONTRACTOR'S REVIEW

A. 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.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013300 - 7 ROSSER INTERNATIONAL, INC. SUBMITTAL PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents.

3.2 ARCHITECT'S REVIEW

A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action.

B. Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows:

1. "NO EXCEPTIONS TAKEN" indicates that fabrication may begin on all items.

2. "MAKE CORRECTIONS NOTED" indicates that Contractor shall make the corrections indicated on the returned submittal. This notation will permit fabrication to begin on all items subject to the corrections indicated.

3. “MAKE CORRECTIONS NOTED & RESUBMIT” indicates that Contractor shall delay fabrication on items affected by the corrections, make appropriate changes and resubmit.

4. "REJECTED" indicates that the submission is unacceptable and requires resubmission. In the case of mock-up, reconstruction will be required. Contractor shall make corrections as noted and resubmit. Fabrication shall not begin on items covered by shop drawings bearing this notation.

5. "NOT REQUIRED FOR REVIEW" indicates that no submittal is required.

C. If re-submittals are necessary, they shall be made as specified above for submittals. Re-submittals shall highlight all revisions made and cover shall include the phrase "RESUBMITTAL NO. ".

D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review.

E. Submittals not required by the Contract Documents may not be reviewed and may be discarded.

F. The Architect's review shall not be construed as an indication that submittal is correct or suitable nor that work represented by submittal complies with the Contract Documents, except as to matters of finish, color and other aesthetic matters left to the Architect's decision by the Contract Documents

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013500 - 1 ROSSER INTERNATIONAL, INC. REQUEST FOR INFORMATION (RFI) PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 013500

REQUEST FOR INFORMATION (RFI) PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for submitting Requests for Information.

B. Related Sections include the following: 1. Division 1 Section SUMMARY for information on Architect’s personnel assigned as Project

Document Administrator (PDA). 2. Division 1 Section PROJECT COORDINATION for requirements regarding posting of

information on internet website.

1.3 DEFINITIONS

A. “Incomplete Request for Information” – IRFI: Any request by the Contractor that is deemed incomplete and/or vague, or is not submitted on the required form will be rejected and returned with a brief explanation to the Contractor.

B. “Non-Applicable Request”: - NAR A Request for Information by the Contractor for information that in the Architect’s professional opinion is readily apparent from reasonable observation of field conditions or review of the Contract Documents, or to be reasonably inferable therefrom. It will be rejected and returned with a brief explanation to the Contractor.

C. “Request for Information” - RFI: A written request by Contractor for interpretation of an item pertaining to the Contract Documents that Contractor or Owner deemed is either ambiguous or missing from the contract documents.

1.4 COORDINATION

A. Coordinate RFI responses with approved or un-submitted submittals.

B. Architect reserves the right to withhold action on a submittal requiring coordination with another RFI until all related RFI response verification is received by Project Document Administrator.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 REQUESTS FOR INTERPRETATION PROCEDURES (RFI’s)

A. Procedure: If the need for interpretation of the Contract Documents is required, prepare and submit an RFI on the form specified. 1. Exercise due diligence to adequately and appropriately review the Contract Documents to

determine answer to RFI prior to submitting.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 013500 - 2 ROSSER INTERNATIONAL, INC. REQUEST FOR INFORMATION (RFI) PROCEDURES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. If information is readily apparent from review of the Contract Documents, Architect will reject RFI. Architect will respond by indicating where information is located in the Contract Documents.

3. Complete all information requested on form as to the exact location or the question within the Contract Documents. Requests that are deemed incomplete, vague or contain numerous errors will be rejected. Architect will respond by asking for clarification.

4. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response.

5. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors.

B. Form: Prepare RFI on “Request for Interpretation” form; a copy is included at the end of this Section. Use of other forms may be allowed if prior approval is obtained from Architect.

C. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Field dimensions and conditions, as appropriate. 2. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the

Contract Sum, Contractor shall state impact in the RFI. 3. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop

Drawings, and other information necessary to fully describe items needing interpretation. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments.

D. Transmit RFI to PDA by method ensuring receipt within 24 hours. Number each RFI sequentially and date.

E. Allow seven (7) days for Architect’s review and response.

3.2 ARCHITECT’S ACTION

A. Upon receipt of RFI, PDA will forward to appropriate discipline and Project Manager.

B. PDA will issue Response to Contractor by courier, US Mail, UPS, facsimile, or email, as appropriate.

END OF SECTION

Attachment: “Request for Interpretation” Form

REQUEST FOR INTERPRETATION

PROJECT: DAWSON COUNTY GOVERNMENT CENTER

ARCHITECT’S PROJECT NO: 08123.00

RFI No.:

DATE:

TO: PDA, Rosser International, Inc.

AUTHORED BY:

cc:

RFI Subject:

The following interpretation of the Contract Documents is requested in accordance with the General Conditions:

Drawing No.: Detail No.: Other Reference:

Specification Section No.: Article No.: Paragraph No.:

Date Response Requested By: ______________________________________________

Description of Interpretation Needed:

Attachments: Drawings Specification Other

Signed: Printed Name Date:

Response:

Attachments: Drawings Specification Other

Signed: Printed Name Date:

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014000 - 1 ROSSER INTERNATIONAL, INC. QUALITY REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 014000

QUALITY REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for quality assurance and quality con-trol.

B. Testing and inspecting services are required to verify compliance with requirements specified or indicat-ed. These services do not relieve Contractor of responsibility for compliance with the Contract Docu-ment 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 Archi-tect, Owner, or authorities having jurisdiction are not limited by provisions of this Section.

C. Related Sections include the following: 1. Division 1 Section CUTTING AND PATCHING for repair and restoration of construction dis-

turbed by testing and inspecting activities. 2. Divisions 2 through 17 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 com-ply with requirements. Services do not include contract enforcement activities performed by Architect.

C. Preconstruction Testing: Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria.

D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards.

E. Source Quality-Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014000 - 2 ROSSER INTERNATIONAL, INC. QUALITY REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

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, Sub-contractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations.

I. Experienced: When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction.

1.4 SUBMITTALS

A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their ca-pabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority.

B. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service.

C. Reports: Prepare and submit certified written reports that 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 Con-

tract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting.

D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifica-tions, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judg-ments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014000 - 3 ROSSER INTERNATIONAL, INC. QUALITY REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1.5 QUALITY ASSURANCE

A. General: Qualifications paragraphs in this Article establish the minimum qualification levels required; individual Specification Sections specify additional requirements.

B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work sim-ilar in material, design, and extent to that indicated for this Project, whose work has resulted in construc-tion with a record of successful in-service performance.

C. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in ju-risdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent.

F. Specialists: Certain sections of the Specifications require that specific construction activities shall be per-formed by entities who are recognized experts in those operations. 1. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities

indicated. 2. Requirement for specialists shall not supersede building codes and regulations governing the

Work.

G. Testing Agency Qualifications: An NRTL, an NVLAP, or an A2LA independent agency with the experi-ence and capability to conduct testing and inspecting indicated, and with additional qualifications speci-fied in individual Specification Sections; and where required by authorities having jurisdiction, that is ac-ceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Ac-

creditation Program. 3. A2LA: A testing agency accredited by the American Association for Laboratory Accreditation.

H. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project.

I. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for com-pliance 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. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to

adequately demonstrate capability of products to comply with performance requirements. d. Build site-assembled test assemblies and mockups using installers who will perform same

tasks for Project. e. Build laboratory mockups at testing facility using personnel, products, and methods of con-

struction indicated for the completed Work.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014000 - 4 ROSSER INTERNATIONAL, INC. QUALITY REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

f. When testing is complete, remove test specimens, assemblies, mockups, and laboratory mockups; do not reuse products on Project.

2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect, with copy to Contractor. Interpret tests and inspec-tions and state in each report whether tested and inspected work complies with or deviates from the Contract Documents.

1.6 QUALITY CONTROL

A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies

engaged and a description of types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed

to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order.

B. Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether speci-fied or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to

perform these quality-control services. 2. 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 in-

specting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified writ-

ten 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 in-spect field-assembled components and equipment installation, including service connections. Report re-sults in writing as specified in Division 1 Section "Submittal Procedures."

D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibil-ity, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents.

E. 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. As-

sist 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.

F. Coordination:

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014000 - 5 ROSSER INTERNATIONAL, INC. QUALITY REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. 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 ac-commodate testing and inspecting.

2. Schedule times for tests, inspections, obtaining samples, and similar activities.

1.7 SPECIAL TESTS AND INSPECTIONS

A. Special Tests and Inspections: Owner will engage a qualified testing agency and special inspector to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality-control procedures and re-

viewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the

Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to

Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion which includes

a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work

complies with or deviates from the Contract Documents. 6. Retesting and re-inspecting corrected work.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 TEST AND INSPECTION LOG

A. Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection.

B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to test and in-spection log for Architect's reference during normal working hours.

3.2 REPAIR AND PROTECTION

A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged con-struction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sec-

tions. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible.

2. Comply with the Contract Document requirements for Division 1 Section "CUTTING AND PATCHING."

B. Protect construction exposed by or for quality-control service activities.

C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014000 - 6 ROSSER INTERNATIONAL, INC. QUALITY REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 1 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 014110

TESTS AND SPECIAL INSPECTIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for special inspections and testing required by the Code.

B. Related Sections include the following: 1. Division 1 Section PROJECT MANAGEMENT AND COORDINATION for administrative

provisions for coordinating construction operations on Project. 2. Division 1 Section CONSTRUCTION PROGRESS DOCUMENTATION for administrative and

procedural requirements for documenting the progress of construction during performance of the Work.

3. Division 1 Section QUALITY REQUIREMENTS for quality assurance and quality control.

1.3 DEFINITIONS

A. Code: International Building Code, 2012 edition, with Georgia Amendments.

1.4 SUBMITTALS

A. Completed forms “Contractor’s Statement of Responsibility and “Fabricator’s Certificate of Compliance.” Copy of these forms is included after the end of this Section.

1.5 QUALITY ASSURANCE

A. Special Inspector and Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports.

B. Inspection and testing agency shall report in writing to Architect and Contractor within 48 hours of testing.

1.6 ARCHITECT RESPONSIBILITY

A. Architect has prepared a “Statement of Special Inspections.” Copy of this statement is included after the end of this Section.

B. Architect has not prepared Quality Assurance Plans for seismic resistance and wind requirements. These plans are included after the end of this Section. These plans are not required based on wind loading and seismic design classification of the structure.

C. Architect will review and take action on the following submittals: 1. Section 033000 - Cast-In-Place Concrete

a. Certificates of compliance of reinforcement mill tests. b. Design mixtures. c. Evaluation of compressive-strength tests.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 2 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Section 040650 - Masonry Mortar and Grout: a. Certificates of compliance of mortar and grout materials. b. Design mixtures of mortar and grout.

3. Section 040800 - Masonry Anchorage and Reinforcement: a. Certificates of compliance of masonry anchorage and reinforcement.

4. Section 042100 - Clay Masonry Units a. Certificates of compliance of products.

5. Section 047200 – Cast Stone Masonry: a. Material test reports.

6. Section 047300 – Lightweight Cast Stone Masonry: a. Material test reports.

1.7 INSPECTION AND TESTING AGENCY RESPONSIBILITY

A. Section 033000 - Cast-In-Place Concrete: 1. Inspect reinforcing steel installation.

a. Frequency: Prior to any pour. 2. Inspect cast-in-place bolts. 3. Verify use of required design mixture. 4. Concrete Sampling: Sample and test freshly mixed concrete according to ASTM C 172.

a. Slump: ASTM C 143/C 143M. 1) One test at point of placement for each composite sample, but not less than one test

for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change.

b. Air Content: ASTM C 231, pressure method, for normal-weight concrete. 1) One test for each composite sample, but not less than one test for each day's pour of

each concrete mixture. c. Air Content: ASTM C 173, volumetric method, for structural lightweight concrete.

1) One test for each composite sample, but not less than one test for each day's pour of each concrete mixture.

d. Concrete Temperature: ASTM C 1064/C 1064M. 1) Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air

temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample.

e. Compression Test Specimens: ASTM C 31/C 31M. 1) 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. a) When frequency of testing will provide fewer than five compressive-strength

tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used.

2) Cast and laboratory cure four standard cylinder specimens for each composite sample.

5. Inspect concrete placement, including conveying and depositing. a. Frequency: Whenever concrete is placed.

6. Perform Compressive-Strength Tests: ASTM C 39/C 39M. a. Test one specimen at 7 days and two specimens at 28 days. Reserve fourth specimen for

56 day test if directed by Architect. b. 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.

7. Inspect concrete curing operations.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 3 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

a. Frequency: Whenever concrete is placed.

B. Section 040650 Masonry Mortar and Grout: 1. Verify proportions of mortar and grout.

a. Frequency: One inspection per day prior to installation whenever any installation occurs. 2. Observe preparation of grout Specimens.

a. Frequency: Whenever masonry is laid. 3. Grout Test: For each mix provided, per ASTM C 1019. Test grout for compressive strength.

a. Testing Frequency: One set of tests for each 5000 sq. ft. of wall area or portion thereof.

C. Section 040800 - Masonry Anchorage and Reinforcement: 1. Verify size, grade, and type of reinforcement.

a. Frequency: One inspection per day prior to installation whenever any installation occurs. 2. Inspect anchorage of masonry to structural members, frames, or other construction. Verify type,

size, and location of anchors. a. Frequency: One inspection per day during installation whenever any installation occurs on

the embedded plates.

1.8 CONTRACTOR RESPONSIBILITY

A. In addition to requirements specified in Division 1 Section QUALITY REQUIREMENTS, submit the following; 1. Completed and executed “Contractor’s Statement of Responsibility.” Copy of form included after

the end of this Section. 2. Through subcontract requirements, require the fabricator of the following systems to complete and

execute “Fabricator’s Certificate of Compliance.” Copy of form included after the end of this Section. a. Division 10 Section 105322 "Prefabricated Aluminum Canopy"

1.9 RETESTING

A. Remove and replace installations of materials and products where test results indicate that it does not comply with specified requirements.

B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

END OF SECTION

Attachments: Quality Assurance Plans

Contractor’s Statement of Responsibility Fabricator’s Certificate of Compliance

Statement of Special Inspections

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 4 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

Quality Assurance Plans Quality Assurance for Seismic Resistance: Seismic Design Category: B. Quality Assurance Plan Required (Y/N): N. Description of seismic force resisting system and designated seismic systems: Quality Assurance for Wind Requirements: Basic Wind Speed (3 second gust): 90 mph. Wind Exposure Category: B. Quality Assurance Plan Required (Y/N): N. Description of wind force resisting system and designated wind resisting components: Statement of Responsibility: Each contractor responsible for the construction or fabrication of a system or component designated above must submit a Statement of Responsibility.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 5 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

Contractor’s Statement of Responsibility Each contractor responsible for the construction or fabrication of a system or component designated in the Quality Assurance Plan must submit a Statement of Responsibility. Project: Dawson County Government Center Canopy Contractor’s Name: Address: License No.: Description of designated building systems and components included in the Statement of Responsibility: Contractor’s Acknowledgment of Special Requirements I hereby acknowledge that I have received, read, and understand the Quality Assurance Plan and Special Inspection program. I hereby acknowledge that control will be exercised to obtain conformance with the construction documents approved by the Building Official. ________________________________ _______________ Signature Date Contractor’s Provisions for Quality Control Procedures for exercising control within the contractor’s organization, the method and frequency of reporting and the distribution of reports are attached to this Statement. Identification and qualifications of the person(s) exercising such control and their position(s) in the organization are attached to this Statement.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 6 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

Fabricator’s Certificate of Compliance Each approved fabricator that is exempt from Special Inspection of shop fabrication and implementation procedures per section 1704.2 of the International Building Code must submit a Fabricator’s Certificate of Compliance at the completion of fabrication. Project: Dawson County Government Center Canopy Fabricator’s Name: Address: Certification or Approval Agency: Certification Number: Date of Last Audit or Approval: Description of structural members and assemblies that have been fabricated: I hereby certify that items described above were fabricated in strict accordance with the approved construction documents. Signature Date Title Attach copies of fabricator’s certification or building code evaluation service report and fabricator’s quality control manual.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014110 - 7 ROSSER INTERNATIONAL, INC. TESTS AND SPECIAL INSPECTIONS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

Statement of Special Inspections

Project: DAWSON COUNTY GOVERNMENT CENTER CANOPY Location: 25 JUSTICE WAY, DAWSONVILLE, GA 30534 Owner: DAWSON COUNTY COMMISSIONERS

Design Professional in Responsible Charge: Rosser International, Inc. This Statement of Special Inspections is submitted as a condition for permit issuance in accordance with the Special Inspection and Structural Testing requirements of the Building Code. It includes a schedule of Special Inspection services applicable to this project as well as the name of the Special Inspection Coordinator and the identity of other approved agencies to be retained for conducting these inspections and tests. This Statement of Special Inspections encompass the following disciplines:

Structural Mechanical/Electrical/Plumbing Architectural Other:

The Special Inspection Coordinator shall keep records of all inspections and shall furnish inspection reports to the Building Official and the Registered Design Professional in Responsible Charge. Discovered discrepancies shall be brought to the immediate attention of the Contractor for correction. If such discrepancies are not corrected, the discrepancies shall be brought to the attention of the Building Official and the Registered Design Professional in Responsible Charge. The Special Inspection program does not relieve the Contractor of his or her responsibilities. Interim reports shall be submitted to the Building Official and the Registered Design Professional in Responsible Charge. A Final Report of Special Inspections documenting completion of all required Special Inspections, testing and correction of any discrepancies noted in the inspections shall be submitted prior to issuance of a Certificate of Use and Occupancy. Job site safety and means and methods of construction are solely the responsibility of the Contractor. Interim Report Frequency: BI-WEEKLY or per attached schedule.

Prepared by:

Design Professional Seal

John Bumgardner (type or print name)

8/22/2016 Signature Date

Owner’s Authorization:

Building Official’s Acceptance:

Signature Date Signature Date

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014200 - 1 ROSSER INTERNATIONAL, INC. REFERENCES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 014200

REFERENCES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 DEFINITIONS

A. General: Basic Contract definitions are included in the Conditions of the Contract.

B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and re-quests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract.

C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed."

D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Spec-ifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated."

E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work.

F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations.

G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.

H. "Installer": An installer is the Contractor or another entity engaged by the Contractor, either as an em-ployee, subcontractor, or contractor of lower tier, to perform a particular construction activity, including installation, erection, application, or similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced," when used with the term "installer," means having successfully complet-

ed a minimum of five previous projects similar in size and scope to this Project; being familiar with the special requirements indicated; and having complied with requirements of authorities having jurisdiction.

2. Trades: Using a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name.

3. Assigning Specialists: Certain Sections of the Specifications require that specific construction ac-tivities shall be performed by specialists who are recognized experts in those operations. The spe-cialists must be engaged for those activities, and their assignments are requirements over which

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014200 - 2 ROSSER INTERNATIONAL, INC. REFERENCES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

the Contractor has no option. However, the ultimate responsibility for fulfilling contract require-ments remains with the Contractor. a. This requirement shall not be interpreted to conflict with enforcing building codes and sim-

ilar regulations governing the Work. b. It is also not intended to interfere with local trade-union jurisdictional settlements and simi-

lar conventions.

I. "Provide": Furnish and install, complete and ready for the intended use.

J. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built.

K. "Testing Agencies": A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests.

1.3 INDUSTRY STANDARDS

A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, appli-cable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Docu-ments by reference. 1. Each entity engaged in construction on Project should be familiar with industry standards applica-

ble to its construction activity. 2. Copies of applicable standards are not bound with the Contract Documents. Where copies of

standards are needed to perform a required construction activity, obtain copies directly from publi-cation source.

B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless other-wise indicated.

C. No provisions of any reference standard specification, manual or code (whether or not specifically incor-porated by reference in the Contract Documents) shall be effective to change the duties and responsibili-ties of Owner, Contractor or Architect, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to Architect, or any of Architect's con-sultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of the Contract Documents.

1.4 ABBREVIATIONS AND ACRONYMS

A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Thomson Gale's "Encyclo-pedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S."

1.5 CONFLICTING REQUIREMENTS

A. General: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent re-quirement. Refer uncertainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 014200 - 3 ROSSER INTERNATIONAL, INC. REFERENCES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the min-imum 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 re-quirements, indicated numeric values are minimum or maximum, as appropriate, for the context of re-quirements. Refer uncertainties to Architect for a decision before proceeding.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 016000 - 1 ROSSER INTERNATIONAL, INC. PRODUCT REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 016000

PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements for selection of products for use in Pro-ject; product delivery, storage, and handling; manufacturers' standard warranties on products; special war-ranties; product substitutions; and comparable products.

B. Related Sections include the following: 1. Division 1 Section ALTERNATES for products selected under an alternate. 2. Division 1 Section REFERENCES for applicable industry standards for products specified. 3. Division 1 Section CLOSEOUT PROCEDURES for submitting warranties for Contract closeout. 4. Divisions 2 through 17 Sections for specific requirements for warranties on products and installa-

tions specified to be warranted.

1.3 DEFINITIONS

A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model

number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents.

2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products.

3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product

4. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor.

B. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and accompa-nied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers.

C. Substitutions: Changes in products, materials, equipment, and methods of construction from those re-quired by the Contract Documents and proposed by Contractor.

D. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a partic-ular product and specifically endorsed by manufacturer to Owner.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 016000 - 2 ROSSER INTERNATIONAL, INC. PRODUCT REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

E. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner.

1.4 SUBMITTALS

A. Subcontractor’s and Manufacturers, Fabricators or Material Suppliers Listing: Submit lists, in tabular from, showing the names of persons or entities proposed for each portion of the Work and entities pro-posed as manufacturers, fabricators or material suppliers for products, equipment, and systems. 1. Coordinate lists with Contractor's Construction Schedule and the Submittals Schedule. 2. Form: Tabulate information for each listing in the following column headings:

a. Specification Section number and title. b. Subcontractor’s or Manufacturer's, Supplier's or Installer's name and address as applicable.

B. Subcontractor’s List: Within 30 days after date of Contract Execution, submit 3 copies of proposed Sub-contractor’s list. 1. Architect will respond in writing to Contractor within 15 days of receipt of proposed Subcontrac-

tor’s list. 2. Architect's response will include a list of unacceptable Subcontractors and a brief explanation of

reasons for this action.

C. Manufacturers, Fabricators or Material Suppliers List: Within 60 days after date of Contraction Execu-tion, submit 3 copies of complete list of Manufacturers, Fabricators or Material Suppliers proposed for the Project. 1. Include a written explanation for omissions of data and for variations from Contract requirements. 2. Architect will respond in writing to Contractor within 15 days of receipt of completed product list.

a. Architect's response will include a list of unacceptable product selections and a brief expla-nation of reasons for this action.

b. Architect's response, or lack of response, does not constitute a waiver of requirement to comply with the Contract Documents.

D. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrica-tion 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. 2. Documentation: Show compliance with requirements for substitutions and the following, as ap-

plicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts

of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution.

c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated.

d. Product Data, including drawings and descriptions of products and fabrication and installa-tion procedures.

e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and

names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results

for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project,

from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using proposed substitution

with products specified for the Work, including effect on the overall Contract Time. If

DAWSON COUNTY GOVERNMENT CENTER CANOPY 016000 - 3 ROSSER INTERNATIONAL, INC. PRODUCT REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery.

j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Con-

tract Documents 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 7 days of receipt of a request for substitution. Architect will notify Contrac-tor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution

within time allocated.

E. Comparable Product Requests: Submit three copies of each request for consideration. 1. Identify product or fabrication or installation method to be replaced. 2. Include Specification Section number and title and Drawing numbers and titles. 3. Architect's Action: If necessary, Architect will request additional information or documentation

for evaluation within one week of receipt of a comparable product request. a. Architect will notify Contractor of approval or rejection of proposed comparable product

request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later.

b. Form of Approval: As specified in Division 1 Section "Submittal Procedures." c. Use product specified if Architect cannot make a decision on use of a comparable product

request within time allocated.

F. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 1 Section SUBMITTAL PROCEDURES. Show compliance with requirements.

1.5 QUALITY ASSURANCE

A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. 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, Ar-

chitect 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. Comply with manufacturer's written instructions.

B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of

construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are

flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed con-

tainer or other packaging system, complete with labels and instructions for handling, storing, un-packing, protecting, and installing.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 016000 - 4 ROSSER INTERNATIONAL, INC. PRODUCT REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected.

C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure

above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation

and concealment. 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation,

and weather-protection requirements for storage. 7. Protect stored products from damage and liquids from freezing.

1.7 PRODUCT WARRANTIES

A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a

particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, ei-

ther to extend time limit provided by manufacturer's warranty or to provide more rights for Owner.

B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly ex-

ecuted. 2. Specified Form: When specified forms are included with the Specifications, prepare a written

document using appropriate form properly executed. 3. Refer to Divisions 2 through 16 Sections for specific content requirements and particular require-

ments for submitting special warranties.

C. Submittal Time: Comply with requirements in Division 1 Section "Closeout Procedures."

PART 2 - PRODUCTS

2.1 PRODUCT SELECTION PROCEDURES

A. General Product Requirements: Provide products that comply with the Contract Documents, that are un-damaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a

complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified,

provide standard products of types that have been produced and used successfully in similar situa-tions on other projects.

3. Owner reserves the right to limit selection to products with warranties not in conflict with re-quirements of the Contract Documents.

4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Archi-

tect's.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 016000 - 5 ROSSER INTERNATIONAL, INC. PRODUCT REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

6. Descriptive, performance, and reference standard requirements in the Specifications establish "sa-lient characteristics" of products.

7. Or Equal: Where products are specified by name and accompanied by the term "or equal" or "or approved equal" or "or approved," comply with provisions in Part 2 "Comparable Products" Arti-cle to obtain approval for use of an unnamed product.

B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named prod-

uct that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a

product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, pro-

vide one of the products listed that complies with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by

one of the manufacturers listed that complies with requirements. 5. Product Options: Where Specifications indicate that sizes, profiles, and dimensional requirements

on Drawings are based on a specific product or system, provide the specified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed product or system.

6. Basis-of-Design Product: Where Specifications name a product and include a list of manufactur-ers, provide the specified product or a comparable product by one of the other named manufactur-ers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers.

7. Visual Matching Specification: Where Specifications require matching an established Sample, se-lect a product that complies with requirements and matches Architect's sample. Architect's deci-sion will be final on whether a proposed product matches. a. If no product available within specified category matches and complies with other specified

requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product.

8. Visual Selection Specification: Where Specifications include the phrase "as selected from manu-facturer's colors, patterns, textures" or a similar phrase, select a product that complies with other specified requirements. a. Standard Range: Where Specifications include the phrase "standard range of colors, pat-

terns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that does not include premium items.

b. Full Range: Where Specifications include the phrase "full range of colors, patterns, tex-tures" or similar phrase, Architect will select color, pattern, density, or texture from manu-facturer's product line that includes both standard and premium items.

2.2 PRODUCT SUBSTITUTIONS

A. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or

other considerations, after deducting additional responsibilities Owner must assume. Owner's ad-ditional responsibilities may include compensation to Architect for redesign and evaluation ser-vices, increased cost of other construction by Owner, and similar considerations.

2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated re-

sults. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 016000 - 6 ROSSER INTERNATIONAL, INC. PRODUCT REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 10. If requested substitution involves more than one contractor, requested substitution has been coor-

dinated with other portions of the Work, is uniform and consistent, is compatible with other prod-ucts, and is acceptable to all contractors involved.

2.3 COMPARABLE PRODUCTS

A. Conditions: Architect will consider Contractor's request for comparable product when the following con-ditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Docu-

ments, 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 Specifi-cations. Significant qualities include attributes such as performance, weight, size, durability, visu-al effect, and specific features and requirements indicated.

3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names

and addresses of architects and owners, if requested. 5. Samples, if requested.

2.4 CONTRACTOR’S OPTIONS

A. Where specifications allow the Contractor to use another specified material, product, system or equip-ment as an option, the Contractor may choose to use the option on the condition that any additional costs, modifications, adjustments, redesign or alterations required to incorporate it into the construction of the Project are included in the Work in the Bid. 1. Contractor shall be responsible for coordinating and incorporating the option, if taken, into the

Project including all required submittals and specification provisions. 2. Contractor waives rights to additional payment or time should specified options be chosen and in-

corporated into the Project.

PART 3 - EXECUTION (NOT USED)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 017300 - 1 ROSSER INTERNATIONAL, INC. EXECUTION REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 017300

EXECUTION REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. General installation of products. 2. Coordination of Owner-installed products. 3. Progress cleaning. 4. Starting and adjusting. 5. Protection of installed construction. 6. Correction of the Work.

B. Related Sections include the following: 1. Division 1 Section CUTTING AND PATCHING for procedural requirements for cutting and

patching necessary for the installation or performance of other components of the Work. 2. Division 1 Section CLOSEOUT PROCEDURES for recording of Owner-accepted deviations

from indicated lines and levels, and final cleaning.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 EXAMINATION

A. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affect-ing performance. Record observations. 1. Verify compatibility with and suitability of substrates, including compatibility with existing fin-

ishes or primers. 2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connec-

tions before equipment and fixture installation. 3. Examine walls, floors, and roofs for suitable conditions where products and systems are to be in-

stalled. 4. If conditions and substrates examined are not acceptable, prepare a written report listing condi-

tions detrimental to performance of the Work, include the following: a. Description of the Work. b. List of detrimental conditions, including substrates. c. List of unacceptable installation tolerances. d. Recommended corrections.

5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 017300 - 2 ROSSER INTERNATIONAL, INC. EXECUTION REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3.2 PREPARATION

A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measure-ments before installing each product. 1. Where portions of the Work are indicated to fit to other construction, verify dimensions of other

construction by field measurements before fabrication. 2. Coordinate fabrication schedule with construction progress to avoid delaying the Work.

B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings.

C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarifica-tion of the Contract Documents, submit a request for information to Architect. Include a detailed descrip-tion of problem encountered, together with recommendations for changing the Contract Documents.

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. 4. Maintain minimum headroom clearance complying with governing code in spaces without a sus-

pended ceiling.

B. Comply with manufacturer's written instructions and recommendations for installing products in applica-tions indicated.

C. Install products at the time and under conditions that will ensure the best possible results. Maintain con-ditions required for product performance until Substantial Completion.

D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy.

E. Tools and Equipment: Do not use tools or equipment that produces harmful noise levels.

F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory pre-pared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements.

G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights di-

rected by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for in-

stalling anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral an-chors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation.

H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 017300 - 3 ROSSER INTERNATIONAL, INC. EXECUTION REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazard-ous.

3.4 PROGRESS CLEANING

A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is ex-

pected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark con-

tainers appropriately and dispose of legally, according to regulations.

B. Site: Maintain Project site free of waste materials and debris.

C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper exe-cution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work

area, as appropriate.

D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces.

E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.

F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion.

G. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste mate-rials down sewers or into waterways will not be permitted.

H. During handling and installation, clean and protect construction in progress and adjoining materials al-ready in place. Apply protective covering where required to ensure protection from damage or deteriora-tion at Substantial Completion.

I. Clean and provide maintenance on completed construction as frequently as necessary through the re-mainder of the construction period. Adjust and lubricate operable components to ensure operability with-out damaging effects.

J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, com-pleted or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure dur-ing the construction period.

3.5 STARTING AND ADJUSTING

A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest.

B. Adjust operating components for proper operation without binding. Adjust equipment for proper opera-tion.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 017300 - 4 ROSSER INTERNATIONAL, INC. EXECUTION REQUIREMENTS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

D. Manufacturer's Field Service: If a factory-authorized service representative is required to inspect field-assembled components and equipment installation, comply with qualification requirements in Division 1 Section "Quality Requirements."

3.6 PROTECTION OF INSTALLED CONSTRUCTION

A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterio-ration at time of Substantial Completion.

B. Comply with manufacturer's written instructions for temperature and relative humidity.

3.7 CORRECTION OF THE WORK

A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Comply with requirements in Division 1 Section CUTTING AND PATCHING. 2. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with

matching materials, and properly adjusting operating equipment.

B. Restore permanent facilities used during construction to their specified condition.

C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair.

D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired.

E. Remove and replace chipped, scratched, and broken glass or reflective surfaces.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER 017329 - 1 ROSSER INTERNATIONAL, INC. CUTTING AND PATCHING

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

SECTION 017329

CUTTING AND PATCHING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes procedural requirements for cutting and patching.

B. Related Sections include the following: 1. Divisions 2 through 17 Sections for specific requirements and limitations applicable to cutting and

patching individual parts of the Work.

1.3 DEFINITIONS

A. Cutting: Removal of in-place construction necessary to permit installation or performance of other Work.

B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work.

1.4 SUBMITTALS

A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following infor-mation: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they

cannot be avoided. 2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural el-

ements and operating components as well as changes in building's appearance and other signifi-cant visual elements.

3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patch-

ing procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted.

6. Structural Elements: Where cutting and patching involve adding reinforcement to structural ele-ments, submit details and engineering calculations showing integration of reinforcement with orig-inal structure.

7. Architect's Approval: Obtain approval of cutting and patching proposal before cutting and patch-ing. Approval does not waive right to later require removal and replacement of unsatisfactory work.

1.5 QUALITY ASSURANCE

A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load-carrying capacity or load-deflection ratio.

DAWSON COUNTY GOVERNMENT CENTER 017329 - 2 ROSSER INTERNATIONAL, INC. CUTTING AND PATCHING

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or de-creased operational life or safety. Operating elements include the following: 1. Primary operational systems and equipment. 2. Air or smoke barriers. 3. Fire-suppression systems. 4. Mechanical systems piping and ducts. 5. Control systems. 6. Communication systems. 7. Conveying systems. 8. Electrical wiring systems. 9. Operating systems of special construction in Division 13 Sections.

C. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a man-ner that could change their load-carrying capacity, that results in reducing their capacity to perform as in-tended, or that results in increased maintenance or decreased operational life or safety. Miscellaneous el-ements include the following: 1. Water, moisture, or vapor barriers. 2. Roof membranes and flashings. 3. Shingle roofing components. 4. Exterior wall construction. 5. Modular cell construction. 6. Manufactured window units. 7. Equipment supports. 8. Piping, ductwork, vessels, and equipment. 9. Noise- and vibration-control elements and systems.

D. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner.

1.6 WARRANTY

A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Comply with requirements specified in other Sections.

B. In-Place Materials: Use materials identical to in-place materials. 1. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest ex-

tent possible. 2. If identical materials are unavailable or cannot be used, use materials that, when installed, will

match the visual and functional performance of in-place materials.

DAWSON COUNTY GOVERNMENT CENTER 017329 - 3 ROSSER INTERNATIONAL, INC. CUTTING AND PATCHING

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be per-formed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including

compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Temporary Support: Provide temporary support of Work to be cut.

B. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protec-tion from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations.

C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoin-ing areas.

D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are re-quired to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent in-terruption to adjacent occupied buildings.

3.3 PERFORMANCE

A. General: Employ skilled workers to perform cutting and patching. 1. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 2. Cut in-place construction to provide for installation of other components or performance of other

construction, and subsequently patch as required to restore surfaces to their original condition.

B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar opera-tions, including excavation, using methods least likely to damage elements retained or adjoining construc-tion. If possible, review proposed procedures with original Installer; comply with original Installer's writ-ten recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and

chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum dis-turbance 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 or Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core

drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where

required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed.

Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting.

6. Proceed with patching after construction operations requiring cutting are complete.

C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations follow-ing performance of other Work. Patch with durable seams that are as invisible as possible. Provide mate-rials and comply with installation requirements specified in other Sections. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integri-

ty of installation.

DAWSON COUNTY GOVERNMENT CENTER 017329 - 4 ROSSER INTERNATIONAL, INC. CUTTING AND PATCHING

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into re-tained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materi-

als. 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 anoth-er, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. a. Remove in-place floor and wall coverings and replace with new materials, if necessary, to

achieve uniform color and appearance. b. Where patching occurs in a painted surface, apply primer and intermediate paint coats over

the patch and apply final paint coat over entire unbroken surface containing the patch. Pro-vide 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 weather-tight condition.

D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER 017700 - 1 ROSSER INTERNATIONAL, INC. CLOSEOUT PROCEDURES

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

SECTION 017700

CLOSEOUT PROCEDURES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. Inspection procedures. 2. Warranties submittal.

B. Related Sections 1. Division 1 Section WARRANTIES for requirements and procedures for organizing and submitting

warranties. 2. Divisions 2 through 17 Sections for closeout and specific construction activities requirements for

the Work in those sections.

1.2 SUBSTANTIAL COMPLETION

A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial

Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a. Include supporting documentation for completion as indicated in these Contract Documents

and a statement showing an accounting of changes to the Contract Sum. b. If 100 percent completion cannot be shown, include a list of incomplete items, the value of

incomplete construction, and reasons the Work is not complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and

similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services

and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement

surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's

personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance

personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements.

9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes.

DAWSON COUNTY GOVERNMENT CENTER 017700 - 2 ROSSER INTERNATIONAL, INC. CLOSEOUT PROCEDURES

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

B. Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. The Architect will repeat inspection when requested and assured that the Work is substantially

complete. 2. Results of the completed inspection will form the basis of requirements for final acceptance.

1.3 FINAL ACCEPTANCE

A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1. Submit the final payment request with releases and supporting documentation not previously

submitted and accepted. Include insurance certificates for products and completed operations where required.

2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Architect's final inspection list of items to be completed or

corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect.

4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work.

5. Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements.

B. Re-inspection Procedure: The Architect will re-inspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. 1. Upon completion of re-inspection, the Architect will prepare a certificate of final acceptance. If

the Work is incomplete, the Architect will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance.

2. If necessary, re-inspection will be repeated.

1.4 CLOSEOUT SUBMITTALS

A. Warranties: Compile and submit warranty documents as specified in WARRANTIES Section. Secure Architect's review and acceptance of documents prior to submittal.

B. Certifications, Permits, and Licenses: Submit copies of permits, licenses, and certificates as specified in QUALITY REQUIREMENTS Section. Include certifications from local governmental agencies that building has been inspected as required by laws or ordinances, and that building is acceptable to the governing authorities and approved for occupancy.

C. Materials and Services Lists: Submit list of subcontractors and suppliers who provided materials, equipment or services for the project. 1. Indicate company names, addresses, phone numbers and person to contact in case of problems or

for information concerning the installation of products, equipment or services performed. 2. List shall be typed in a legible and organized format.

DAWSON COUNTY GOVERNMENT CENTER 017700 - 3 ROSSER INTERNATIONAL, INC. CLOSEOUT PROCEDURES

© 2009 CONSTRUCTION DOCUMENTS OCTOBER 1, 2009 BID SET

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 017870 - 1 ROSSER INTERNATIONAL, INC. WARRANTIES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 017870

WARRANTIES

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturers standard warranties on products and special warranties. Refer to the General Conditions for terms of the Contractor's period for correction of the Work.

B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section CLOSEOUT PROCEDURES specifies contract closeout procedures. 2. Divisions 2 through 17 Sections for specific requirements for warranties on products and

installations specified to be warranted.

C. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents.

D. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor.

1.2 DEFINITIONS

A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner.

B. Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner.

1.3 WARRANTY REQUIREMENTS

A. Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction.

B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life.

D. Owner's Recourse: Expressed warranties made to the Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the Owner can enforce such other duties, obligations, rights, or remedies.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 017870 - 2 ROSSER INTERNATIONAL, INC. WARRANTIES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

E. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents.

F. Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the Owner reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so.

1.4 SUBMITTALS

A. Submit written warranties to the Architect for review prior to the date certified for Substantial Completion. 1. If the Architect's Certificate of Substantial Completion designates a commencement date for

warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Architect.

2. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Architect within 15 days of completion of that designated portion of the Work.

B. When the Contract Documents require the Contractor, or the Contractor and a subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner, through the Architect, for approval prior to final execution. 1. Prepare written document utilizing an appropriate form, ready for execution by the Contractor, or

by the Contractor, subcontractor, supplier, or manufacturer. Submit a draft to the Owner, through the Architect, for approval prior to final execution.

2. Refer to Divisions 2 through 17 Sections for specific content requirements and particular requirements for submitting special warranties.

C. Compile two (2) copies of each required warranty properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer for submittal with contract closeout documents. 1. Organize the warranty documents into an orderly sequence based on the table of contents of the

Project Manual. 2. Bind warranties and bonds in heavy-duty, commercial-quality, durable 3-ring, vinyl-covered loose-

leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch (115-by-280-mm) paper. a. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark

the 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 the Installer.

b. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project title or name, and name of the Contractor.

3. When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 1 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

SECTION 033000

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. This Section specifies cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Slabs-on-ground.

1.3 DEFINITIONS

A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume; subject to compliance with requirements.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site.

C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement.

D. Qualification Data: For finishing and installing.

E. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: 1. Submit aggregate gradation for combined aggregate to be graded uniformly with a minimum of 5

percent of the aggregate held on a ¾” sieve. Combined aggregate to have a Coarseness Factor between 50 and 70. Adjusted workability factor between 31 and 38.

F. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Steel reinforcement and accessories. 4. Curing compounds. 5. Floor and slab treatments. 6. Bonding agents.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 2 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

7. Adhesives.

G. Field quality-control test and inspection reports.

H. Minutes of preconstruction conference. Conference to be minimum one week prior to scheduled start date. The contractor will lead the conference and will include the attached agenda in addition to any other agenda items. See attached agenda.

1.5 QUALITY ASSURANCE

A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician.

B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete

Production Facilities."

C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077 and ASTM E 329 for testing indicated, as documented by Table 1704.1 of the International Building Code, with the Georgia Amendments. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician,

Grade 1, according to ACI CP-01 or an equivalent certification program. 2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength Testing Technician

and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician - Grade II.

D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer.

E. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents:

F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures.

G. Codes and Standards: Comply with the following unless modified by requirements in the Contract Documents:

1. Governing State or Local Building Code. 2. ACI 301, "Specification for Structural Concrete," Sections 1 through 5. 3. ACI 211.1, “Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass

Concrete”. 4. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 5. Building Code Requirements for Structural Concrete, ACI 318. 6. Measuring, Mixing, Transporting and Placing Concrete, ACI 304R. 7. Hot Weather Concreting, ACI 305R. 8. Cold Weather Concreting, ACI 306R. 9. Guide to Curing Concrete, ACI 308. 10. Concrete Reinforcing Steel Institute (CRSI) “Manual of Standard Practice.” 11. ASTM C 39 “Standard Test Method for Compressive Strength of Cylindrical Concrete

Specimens”.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 3 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

12. ASTM C 171 “Standard Specification for Sheet Materials for Curing Concrete”. 13. ASTM C 173, “Standard Test Method for Air Content of Freshly Mixed Concrete by the

Volumetric Method”. 14. ASTM C 685, “Standard Specification for Concrete Made by Volumetric Batching and

Continuous Systems”. 15. ASTM C 1059, “Standard Specification for Latex Agents for Bonding Fresh to Hardened

Concrete”.

H. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. A testing agency will be provided by the Owner to perform material evaluation tests.

I. Concrete Finishes: If the finish is designated on the architectural drawings, cast concrete panels to demonstrate typical joints, surfaces, texture, tolerances and standard of workmanship. Size and location as directed by the Architect.

J. Concrete finishes: If the finish is not designated on the drawings, the following finishes shall be used as applicable:

1. Exposed Surfaces:

a. "Sacked" finish. Exposed concrete shall be the plywood finish as specified in the Section,

"Concrete Formwork", patched as hereinbefore specified, and sacked to a uniform texture while concrete is still green. Sacking of concrete shall include smoothing off joint marks and fins and rubbing with abrasive stones, and grout or slurry treatment as required or necessary to produce surface acceptable to the Architect in every respect.

2. All concrete curbs shall receive a smooth steel trowel finish.

3. Broomed Finish: Broomed finish, where indicated on the drawings, shall be finished same as float-ed finish except that after floating, finish surfaces by scoring in parallel lines with a stable broom, perpendicular to the direction of traffic or as indicated on the drawings. Texture shall be as ap-proved by the Architect.

K. Preconstruction Conference: The person in direct charge working for the builder will conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." 1. Before submitting design mixtures, review concrete design mixture and examine procedures for

ensuring quality of concrete materials. 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.

2. Review special inspection and testing and inspecting agency procedures for field quality control, concrete finishes and finishing, cold- and hot-weather concreting procedures curing procedures, construction contraction and isolation joints, and joint-filler strips, semirigid joint fillers, forms and form removal limitations, shoring and reshoring procedures, vapor-retarder installation, anchor rod and anchorage device installation tolerances, steel reinforcement installation, floor and slab flatness and levelness measurement, concrete repair procedures, and concrete protection.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 4 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

1.6 DELIVERY, STORAGE, AND HANDLING

A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. Avoid damaging coatings on steel reinforcement.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the

manufacturers specified.

B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit.

2.2 STEEL REINFORCEMENT

A. Recycled Content of Steel Products: Provide products with an average recycled content of steel products so postconsumer recycled content plus one-half of preconsumer recycled content is not less than 60 percent.

B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed.

C. Plain-Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as-drawn steel wire into flat sheets.

D. Galvanized-Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from galvanized steel wire into flat sheets.

2.3 REINFORCEMENT ACCESSORIES

A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), plain-steel bars, cut bars true to length with ends square and free of burrs.

B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI

Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2. For zinc-coated reinforcement, use galvanized wire or dielectric-polymer-coated wire bar

supports.

2.4 CONCRETE MATERIALS

A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I/II or III grey in color unless noted.

a. Fly Ash: ASTM C 618, Class F b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 5 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

B. Silica Fume: ASTM C 1240, amorphous silica.

C. Normal-Weight Aggregates: ASTM C 33, Class 1M or 3M (retaining walls) coarse aggregate or better, graded. Provide aggregates from a single source. 1. Maximum Coarse-Aggregate Size: shall not exceed ¾ of the minimum clear spacing of the

reinforcing bars or 1/3 slab thickness. 2. Maximum Coarse Aggregate size 1-1/2” for pile caps and footings. 3. Fine aggregate: 50 percent minimum natural sand. Free of material with deleterious reactivity to

alkali in cement. 4. Combined aggregate to be graded uniformly with a minimum of 5 percent of the aggregate held on

a ¾” sieve. 5. Combined aggregate to have a Coarseness Factor between 50 and 70. 6. Adjusted workability factor between 31 and 38.

D. Water: ASTM C 94/C 94M

2.5 ADMIXTURES

A. Air-Entraining Admixture: ASTM C 260.

B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II.

C. Set-Accelerating Corrosion-Inhibiting Admixture: Commercially formulated, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete and complying with ASTM C 494/C 494M, Type C. 1. Products:

a. Boral Material Technologies, Inc.; Boral BCN. b. Euclid Chemical Company (The); Eucon CIA. c. Grace Construction Products, W. R. Grace & Co.; DCI. d. Master Builders, Inc.; Rheocrete CNI. e. Sika Corporation; Sika CNI.

D. Non-Set-Accelerating Corrosion-Inhibiting Admixture: Commercially formulated, non-set-accelerating, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete. 1. Products:

a. Axim Concrete Technologies; Catexol 1000CI. b. Boral Material Technologies, Inc.; Boral BCN2. c. Cortec Corporation; MCI 2005NS. d. Grace Construction Products, W. R. Grace & Co.; DCI-S. e. Master Builders, Inc.; Rheocrete 222+. f. Sika Corporation; FerroGard-901.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 6 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

2.6 CURING MATERIALS

A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Products:

a. Burke by Edoco; BurkeFilm. b. ChemMasters; Spray-Film. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Aquafilm. d. Euclid Chemical Company (The); Eucobar. e. L&M Construction Chemicals, Inc.; E-Con. f. Meadows, W. R., Inc.; Sealtight Evapre. g. Sika Corporation, Inc.; SikaFilm.

B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) when dry.

C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet.

D. Water: Potable.

E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1. Products:

a. Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB. b. Burke by Edoco; Aqua Resin Cure. c. ChemMasters; Safe-Cure Clear. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin

Cure. e. Dayton Superior Corporation; Day Chem Rez Cure (J-11-W). f. Euclid Chemical Company (The); Kurez DR VOX. g. Meadows, W. R., Inc.; 1100 Clear.

F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, nondissipating, certified by curing compound manufacturer to not interfere with bonding of floor covering. 1. Products:

a. Anti-Hydro International, Inc.; AH Clear Cure WB. b. Burke by Edoco; Spartan Cote WB II. c. ChemMasters; Safe-Cure & Seal 20. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Cure and

Seal WB. e. Dayton Superior Corporation; Safe Cure and Seal (J-18). f. Euclid Chemical Company (The); Aqua Cure VOX. g. Kaufman Products, Inc.; Cure & Seal 309 Emulsion. h. Lambert Corporation; Glazecote Sealer-20. i. L&M Construction Chemicals, Inc.; Dress & Seal WB. j. Meadows, W. R., Inc.; Vocomp-20.

G. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 25 percent solids, nondissipating, certified by curing compound manufacturer to not interfere with bonding of floor covering. 1. Products:

a. Burke by Edoco; Spartan Cote WB II 20 Percent. b. ChemMasters; Safe-Cure Clear. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; High Seal.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 7 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

d. Dayton Superior Corporation; Safe Cure and Seal (J-19). e. Euclid Chemical Company (The); Diamond Clear VOX. f. Kaufman Products, Inc.; SureCure Emulsion. g. Lambert Corporation; Glazecote Sealer-20. h. L&M Construction Chemicals, Inc.; Dress & Seal WB.

2.7 RELATED MATERIALS

A. - and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber or ASTM D 1752, cork or self-expanding cork.

B. Semirigid Joint Filler: Two-component, semirigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80 or aromatic polyurea with a Type A shore durometer hardness range of 90 to 95 per ASTM D 2240.

C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene.

D. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1. Types IV and V for bonding hardened or freshly mixed concrete to hardened concrete.

E. Reglets: Fabricate reglets of not less than 0.0217-inch- (0.55-mm-) thick, galvanized steel sheet. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris.

F. Dovetail Anchor Slots: Hot-dip galvanized steel sheet, not less than 0.0336 inch (0.85 mm) thick, with bent tab anchors. Temporarily fill or cover face opening of slots to prevent intrusion of concrete or debris.

2.8 CONCRETE MIXTURES, GENERAL

A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs

based on laboratory trial mixtures.

B. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Combined Fly Ash and Pozzolan: 25 percent. 3. Ground Granulated Blast-Furnace Slag: 25 percent. 4. Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 65 percent portland

cement minimum, with fly ash or pozzolan not exceeding 25 percent. 5. Silica Fume: 10 percent. 6. Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not

exceeding 25 percent and silica fume not exceeding 10 percent.

C. Limit water-soluble, chloride-ion content in hardened concrete to 0.05 percent by weight of cement.

D. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing, high-range water-reducing or plasticizing admixture in concrete, as required,

for placement and workability.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 8 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

E. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup.

2.9 CONCRETE MIXTURES FOR BUILDING ELEMENTS

A. Proportion concrete to provide minimum compressive strengths, slump limits, and air contents indicated on the Drawings.

2.10 FABRICATING REINFORCEMENT

A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."

2.11 CONCRETE MIXING

A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery

time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes.

B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For mixer capacity of 1 cu. yd. (0.76 cu. m) or smaller, continue mixing at least 1-1/2 minutes, but

not more than 5 minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1 cu. yd. (0.76 cu. m), increase mixing time by 15 seconds for each

additional 1 cu. yd. (0.76 cu. m). 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project

identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure.

PART 3 - EXECUTION

3.1 EMBEDDED ITEMS

A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in

Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 2. 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. Install dovetail anchor slots in concrete structures as indicated.

3.2 STEEL REINFORCEMENT

A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing

concrete.

B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 9 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars.

D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.

E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire.

F. Zinc-Coated Reinforcement: Repair cut and damaged zinc coatings with zinc repair material according to ASTM A 780. Use galvanized steel wire ties to fasten zinc-coated steel reinforcement.

3.3 JOINTS

A. General: Construct joints true to line with faces perpendicular to surface plane of concrete.

B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction

joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs.

2. Form keyed joints as indicated. Embed keys at least 1-1/2 inches (38 mm) into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in

girders a minimum distance of twice the beam width from a beam-girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and

at the top of footings or floor slabs.

C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness as follows: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or

diamond-rimmed blades. Cut 1/8-inch- (3.2-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks.

D. Doweled Joints: Install dowel bars and support assemblies at joints where indicated on the Drawings. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint.

3.4 WATERSTOPS

3.5 CONCRETE PLACEMENT

A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed.

B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect.

C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 10 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a

manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at

uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches (150 mm) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate.

E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around

reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface

plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations.

F. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F (4.4 deg C) for three

successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301.

2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials.

3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs.

G. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing

water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option.

2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas.

H. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated.

I. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture.

J. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 11 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces where indicated, 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.

2. Finish surfaces to the following tolerances, according to ASTM E 1155 (ASTM E 1155M), for a randomly trafficked floor surface: a. For slabs-on-ground: specified overall values of flatness, F(F) 35; and of levelness,

F(L) 25; with minimum local values of flatness, F(F) 24; and of levelness, F(L) 17. b. For suspended slabs: specified overall values of flatness, F(F) 30; with minimum local

values of flatness, F(F) 17. 3. Finish and measure surface so gap at any point between concrete surface and an unleveled,

freestanding, 10-foot- (3.05-m-) long straightedge resting on 2 high spots and placed anywhere on the surface does not exceed ¼ inch (6mm). All concrete must be moisture cured or sealed with an applied compound for a minimum of 7 days. Add No. 1 - 10/20/09

K. Trowel and Fine-Broom Finish: Apply a first trowel finish to surfaces where indicated, where ceramic or quarry tile is to be installed by either thickset or thin-set method. While concrete is still plastic, slightly scarify surface with a fine broom. 1. Comply with flatness and levelness tolerances for trowel finished floor surfaces.

L. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-

bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect Revise float finish in first subparagraph below to trowel finish if required.

2. After broadcasting and tamping, apply float finish. 3. After curing, lightly work surface with a steel wire brush or an abrasive stone and water to expose

slip-resistive aggregate or an aluminum granule. 4. After final floating, apply a trowel finish. Cure concrete with curing compound recommended by

dry-shake floor hardener manufacturer and apply immediately after final finishing.

3.6 MISCELLANEOUS CONCRETE ITEMS

A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work.

3.7 CONCRETE PROTECTING AND CURING

A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing.

B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing.

C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 1. Use a curing recommendation for curing vertical surfaces. Add No. 1 – 10/20/09

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 12 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces.

E. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Curing Compound: Apply uniformly in continuous operation by power spray or roller according

to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. After curing period has elapsed, remove curing compound without damaging concrete

surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project.

2. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period.

F. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions.

3.8 JOINT FILLING

A. Prepare, clean, and install joint filler according to manufacturer's written instructions.

B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry.

C. Install semirigid joint filler full depth in saw-cut joints and at least 2 inches (50 mm) deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening.

3.9 CONCRETE SURFACE REPAIRS

A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval.

B. Patching Mortar: Mix dry-pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 (1.18-mm) sieve, 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

(13 mm) in any dimension in solid concrete, but not less than 1 inch (25 mm) in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. 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 will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface.

3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 13 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs,

rock pockets, crazing and cracks in excess of 0.01 inch (0.25 mm) wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions.

2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by

cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete.

4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations.

5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch (6 mm) to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface.

6. Repair defective areas, except random cracks and single holes 1 inch (25 mm) or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4-inch (19-mm) clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete.

7. Repair random cracks and single holes 1 inch (25 mm) or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours.

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.

3.10 FIELD QUALITY CONTROL

A. Testing and Inspecting: Owner will engage a qualified testing agency to perform field tests and inspections and prepare test reports.

B. Inspections: 1. Steel reinforcement placement. 2. Steel reinforcement welding. 3. Headed bolts and studs. 4. Verification of use of required design mixture. 5. Concrete placement, including conveying and depositing. 6. Curing procedures and maintenance of curing temperature. 7. Verification of concrete strength before removal of shores and forms from beams and slabs.

C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements:

DAWSON COUNTY GOVERNMENT CENTER CANOPY 033000 - 14 ROSSER INTERNATIONAL, INC. CAST-IN-PLACE CONCRETE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 200916 BID SET

1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd. (4 cu. m), but less than 25 cu. yd. (19 cu. m), plus one set for each additional 50 cu. yd. (38 cu. m) or fraction thereof.

2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change.

3. Air Content: ASTM C 231, pressure method, for normal-weight concrete; ASTM C 173/C 173M, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture.

4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample.

5. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite

sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of two laboratory-cured specimens

at 7 days and one set of two specimens at 28 days. a. Test one set of two field-cured specimens at 7 days and one set of two specimens at 28

days. b. A compressive-strength test shall be the average compressive strength from a set of two

specimens obtained from same composite sample and tested at age indicated. 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 (3.4 MPa).

8. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests.

9. 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.

10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect.

11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

12. Correct deficiencies in the Work that test reports and inspections indicate dos not comply with the Contract Documents.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040650 - 1 ROSSER INTERNATIONAL, INC. MASONRY MORTAR AND GROUT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 040650

MASONRY MORTAR AND GROUT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes masonry mortar and grout furnished, but not installed, under this Section.

B. Installation of masonry mortar and grout are specified in the following sections: 1. Division 4 Section CLAY UNIT MASONRY. 2. Division 4 Section CAST STONECOAT.

1.3 SUBMITTALS

A. Samples: 1. For Initial Selection: Submit mortar manufacturer's color samples for selection by Architect. 2. Verification for Colored Mortar. Make samples of selected color using same sand and mortar

ingredients to be used on Project.

B. Material Certificates: Include statements of material properties indicating compliance with requirements including compliance with standards and type designations within standards for each cementitious product for mortar and grout. Include the following information: 1. Brand, type, and name of manufacturer. 2. Description of type and proportions of ingredients.

C. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports, per ASTM C 780, for mortar mixes required to comply with property

specification. 2. Include test reports, per ASTM C 1019, for grout mixes required to comply with compressive

strength requirement.

1.4 QUALITY ASSURANCE

A. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from a single manufacturer for each cementitious component and from one source or producer for each aggregate.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp.

B. Store aggregates where grading and other required characteristics can be maintained and contamination

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040650 - 2 ROSSER INTERNATIONAL, INC. MASONRY MORTAR AND GROUT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

avoided.

PART 2 - PRODUCTS

2.1 MORTAR AND GROUT MATERIALS

A. Portland Cement-Lime Mix: Packaged blend of portland cement complying with ASTM C150, Type I or Type III, and hydrated lime complying with ASTM C 207, Type S.

B. Pre-blended, Colored Masonry Cement: 1. Acceptable products; subject to compliance with specified requirements:

a. CEMEX, Inc.; Colored Masonry Cement. b. Essroc Italcementi Group; Flamingo Brixment Masonry Cement in Color. c. LaFarge North America Inc.; either of the following:

1) Lafarge Magnolia Masonry Cement. 2) Lafarge U.S. Cement Custom Color Masonry Cement.

d. National Cement Company, Inc., Coosa Masonry Cements. 2. Characteristics:

a. Type: Factory prepared, non-staining masonry cement meeting ASTM C91, composed of inert alkali-resistant and fade resistant mineral pigments, portland cement or blended cement, plasticizers, water-reducing admixtures and air entraining additives; having 22% maximum air content by volume and proportioned to comply with requirements of ASTM C270 for Type 'S' mortar with minimum 28 day compressive strength of 1800 psi.

b. Color: Basis of Design: 1) Clay Masonry Units: Lafarge Putty.

C. Aggregate for Mortar: ASTM C 144; for mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. Provide aggregate from a single source for colored mortar.

D. Aggregate for Grout: ASTM C 404; aggregate sizes as specified for indicated grout types. 1. Fine grout: Size no. 1 fine aggregate. 2. Coarse grout: Size no. 8 coarse aggregate, limited to use when minimum horizontal dimensions

of grouting space exceeds 4-inches.

E. Water: Clean, potable; free from deleterious amounts of alkalis, acids and organic materials.

2.2 MORTAR AND GROUT MIXES

A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Limit cementitious materials in mortar to portland cement and lime for load-bearing and

reinforced concrete masonry unit walls.

B. Pre-blended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a pre-blended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site.

C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification. Provide Type S mortar portioned as specified. 1. Portland cement-lime mortar: One part Portland cement and ¼ to ½ parts hydrated lime to

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040650 - 3 ROSSER INTERNATIONAL, INC. MASONRY MORTAR AND GROUT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

aggregate proportioned at no less than 2¼ nor more than three times the combined volume of cement and lime used.

2. Pre-blended colored masonry cement mortar: One part pre-mixed Type S masonry cement to aggregate proportioned not less than neither 2¼ nor more than three times the volume of masonry cement used, and as directed by masonry cement manufacturer's product data to produce Type S mortar.

D. Grout for Unit Masonry: Comply with ASTM C 476. 1. Use grout of type (fine or coarse) that will comply with Table 1.15.1 in

ACI 530.1/ASCE 6/TMS 602 for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to 11 inches (200 to 280 mm) as measured according to

ASTM C 143/C 143M.

PART 3 - EXECUTION

3.1 MIXING

A. Mix mortar and cement grout in power-driven, drum-type mixers. Operate mixer a minimum of five minutes after addition of all materials.

B. For job mixed mortars add water reducing and plasticizing admixture in accordance with admixture manufacturer's product data.

C. Addition of other admixtures, including anti-freeze ingredients, will not be permitted.

D. Measure materials for job mixed mortars in a one cubic foot container. DO NOT measure by shovels.

E. Discard grout not placed within 1-1/2 hours after water is added to mix, or sooner, as indicated by grout manufacturer.

3.2 PLACING MORTAR AND GROUT

A. Place mortar as specified in CLAY MASONRY UNITS and CAST STONECOAT Sections.

B. Re-temper mortar as necessary to keep plastic. Use no mortar after setting has begun or after 2-1/2 hours of initial mixing.

C. Place cement grout as specified in other sections.

D. Mortar Placement Requirements: 1. For masonry below grade, in contact with earth and where indicated: Type ‘S’, natural color

(portland cement-lime mix). 2. For vertically reinforced masonry, including interior and exterior load-bearing walls, security

walls and where indicated: Type ‘S’, natural color (portland cement-lime mix). 3. For interior non-load bearing concrete masonry unit walls: Type ‘S’, natural color (portland

cement-lime mix). 4. For all clay masonry unit (brick) walls: Type ‘S’, colored mortar as selected by Architect. 5. For all architectural concrete masonry unit (ACMU) walls including smooth face ACMU: Type

‘S’, colored mortar as selected by Architect

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040650 - 4 ROSSER INTERNATIONAL, INC. MASONRY MORTAR AND GROUT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3.3 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform specified field tests and inspections and prepare test reports. 1. Payment for these services will be made by Owner. 2. Retesting of materials failing to comply with specified requirements shall be performed at

Contractor's expense.

B. Field Tests: Testing Agency shall perform specified tests for indicated frequencies. 1. Grout Testing: Perform to verify compressive strength for each mix provided, per ASTM C 1019. 2. Testing Frequency: One set of tests for each 5000 sq. ft.(465 sq. m) of wall area or portion

thereof.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 1 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 040800

MASONRY ANCHORAGE AND REINFORCEMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes masonry anchorage and reinforcement as follows: 1. Reinforcement bars. 2. Masonry horizontal joint reinforcement. 3. Masonry veneer ties and anchors

B. Masonry anchorage and reinforcement in this section are to be incorporated and built into masonry work specified in the following: 1. Division 4 Section CLAY UNIT MASONRY.

1.3 PERFORMANCE REQUIREMENTS

A. Structural Performance and Deflection Requirements for Adjustable Masonry Ties: Provide veneer anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall. 1. Adjustable masonry tie assemblies shall limit total lateral mechanical play to 0.02 inch (0.5 mm)

minimum, and 0.05 inch (1.3 mm) maximum. 2. Maximum deflection of ties shall be less than 0.05 inch (1.3 mm) when subjected to an axial load

of 100 lbf (445-N) in tension and compression. 3. Adjustable tie assemblies shall meet deflection requirements when eccentrically loaded per actual

installation conditions with provisions for positive vertical and horizontal movement limitations in plane parallel to wall.

1.4 SUBMITTALS

A. Product Data: Submit manufacturer’s product literature and technical data for masonry joint reinforcement, veneer ties and accessories.

B. Shop Drawings, Reinforcing Steel: Detail bending and placement of unit masonry reinforcing bars. Comply with ACI 315, "Details and Detailing of Concrete Reinforcement." 1. Show elevations of reinforced walls. 2. Include locations of reinforcing for security walls common with structural walls indicating sizes

and spacings of bars which may be consolidated to meet both structural and security integrity of design. Consolidation of reinforcing shall be subject to Architect's review and acceptance.

C. Material Certificates: Include statements of material properties indicating compliance with requirements including compliance with standards and type designations within standards.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 2 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 2 - PRODUCTS

2.1 REINFORCEMENT BARS AND POSITIONERS

A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M, Grade 60(Grade 420).

B. Reinforcing Bar Positioners: 1. Acceptable products; subject to compliance with specified requirements:

a. Dayton Superior Corporation, Dur-O-Wal Division; D/A 810, D/A 812 or D/A 817. b. Heckmann Building Products Inc.; No. 376 Rebar Positioner. c. Hohmann & Barnard, Inc.; #RB or #RB-Twin Rebar Positioner. d. Wire-Bond; O-Ring or Double O-Ring Rebar Positioner.

2. Type: Wire units designed to fit into mortar bed joints spanning masonry unit cells with loops for holding reinforcing bars in center of cells. a. Units formed from 0.142-inch(3.6-mm) steel wire, hot-dip galvanized after fabrication.

2.2 MASONRY HORIZONTAL JOINT REINFORCEMENT

A. Acceptable manufacturers, subject to compliance with specified requirements: 1. Dur-O-Wal, Inc./Dayton Superior Co. 2. Hohmann and Barnard, Inc. 3. Wirebond / Masonry Reinforcing Corp. of America.

B. Characteristics: Masonry joint reinforcement meeting ASTM A951; types as specified. 1. Types:

a. For single wythe masonry construction: Ladder type. b. For double wythe masonry construction: Ladder type with adjustable ties.

1) Acceptable Products: a) Dur-O-Wall, D/A360 Ladur-Eye. b) Hohmann and Barnard, Lox-All Adjustable Eye-Wire Truss Type # 170. c) Wirebond, Series 900.

2) Description: Ladder type joint reinforcing with adjustable ties consisting of double eye sections spaced at 16 inches (406 mm) on center and welded to longitudinal rods of joint reinforcement; sized to accommodate cavity wall insulation and to accept pintle type rectangular wall ties.

c. For composite veneer masonry construction: 1) Acceptable Products:

a) Dur-O-Wall, D/A320 DR. b) Hohmann and Barnard, #240 Ladder-Twin-Mesh. c) Wirebond, Series 200 4-Wire System.

2) Description: Ladder type joint reinforcing with double side rods. 2. Material: Fabricated from cold-drawn steel wire meeting ASTM A82.

a. Longitudinal rods: 9 gauge (W1.7 or 0.148-inch) (3.8-mm) diameter galvanized deformed rods.

b. Cross rods: 9 gauge (W1.7 or 0.148-inch) (3.8-mm) diameter galvanized rods spaced at maximum 16 inches (406 mm) on center and welded to longitudinal rods.

3. Sizes: Width of reinforcement shall be 2-inches (50 mm) less than nominal wall thickness, allowing longitudinal rods to be positioned on shell wall of units.

4. Lengths: Provide reinforcement in minimum 10 feet (3m) lengths. 5. Corners and tees: Provide prefabricated corners and tees of same design and finish as joint

reinforcement for intersecting walls. 6. Finishes:

a. Reinforcement fully embedded in mortar at single wythe interior masonry: Galvanized,

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 3 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

meeting ASTM A641, Class 3. b. Reinforcement at single and double wythe exterior masonry: Hot-dipped galvanized,

meeting ASTM A153, Class B-2.

2.3 TIES AND ANCHORS, GENERAL

A. Materials: Provide specified ties and anchors fabricated from materials that comply with subparagraphs below: 1. Hot-Dip Galvanized, Carbon-Steel Wire: ASTM A 82; with ASTM A 153/A 153M, Class B-2

coating. 2. Steel Sheet, Galvanized after Fabrication: ASTM A 1008/A 1008M, Commercial Steel, hot-dip

galvanized after fabrication to comply with ASTM A 153/A 153M. 3. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.

B. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8-inch(16-mm) cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches(50 mm) parallel to face of veneer.

2.4 ADJUSTABLE MASONRY VENEER TIES FOR MASONRY JOINT REINFORCEMENT

A. Type: Pintle type rectangular sections with turned-down legs designed to fit into eye sections of joint reinforcement; complying with specified design and performance requirements. Ties shall be joint reinforcement manufacturer's compatible products. 1. Material: Fabricated from minimum 3/16-inch (5 mm) diameter specified hot-dip galvanized

carbon steel wire. 2. Adjustment Capabilities: Ties shall allow for approximately 1-1/4 inch (32 mm) vertical

adjustment. 3. Tie size: Pintle ties shall be sized to extended minimum 2-1/4 inch (57 mm), maximum 2-3/4

inch (70 mm), into exterior masonry veneer bed joint of double wythe masonry construction.

B. Location: Provide for installation with joint reinforcement of masonry-back-up in double wythe construction.

2.5 BENT WIRE TIES

A. Type: Z-shaped ties with ends bent 90 degrees to provide hooks not less than 2 inches (50 mm) long.

B. Wire: Fabricate from 3/16-inch- (4.8-mm-) diameter, hot-dip galvanized steel wire.

2.6 VENEER ANCHOR ASSEMBLIES FOR METAL STUD CONSTRUCTION

A. Veneer Anchor Assemblies: 1. Acceptable Product; subject to compliance with specified requirements:

a. Hohmann & Barnard, Inc.; X-Seal Anchor System w/ #VWT Ties. b. Wirebond / Masonry Reinforcing Corp. of America; Type III-X Anchor w/ No. 1100 or

1501 Ties 2. Characteristics: Screw-attached, masonry-veneer anchor assemblies consisting of a wire tie and a

metal anchor section. a. Anchor Section: Gasketed sheet metal plate, 1-1/4 inches(32 mm) wide by 6 inches(150

mm) long, with screw holes top and bottom; top and bottom ends bent to form pronged legs of length to match thickness of insulation or sheathing; and raised rib-stiffened strap, 5/8 inch(16 mm) wide by 6 inches(150 mm) long, stamped into center to provide a slot between strap and plate for inserting wire tie. 1) Fabricate sheet metal anchor sections and other sheet metal parts from 14 gauge

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 4 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

(0.067-inch) (1.7-mm) thick, steel sheet, galvanized after fabrication. 2) Provide anchor manufacturer's standard, self-adhering, modified bituminous gaskets

manufactured to fit behind anchor plate and extend beyond pronged legs. b. Wire Ties: Triangular-, rectangular-, or T-shaped wire ties fabricated from 3/16-inch

(0.188-inch) (4.8-mm-) diameter, hot-dip galvanized steel wire.

B. Fasteners for Attachment to Steel Studs: 1. Acceptable Products; subject to compliance with specified requirements:

a. ITW Buildex; Teks Maxiseal with Climaseal finish. b. Textron Inc., Textron Fastening Systems; Elco Dril-Flex with Stalgard finish.

2. Type: Polymer-coated, steel drill screws meeting ASTM C 954 except manufactured with hex washer head and neoprene washer, No. 10(4.8-mm) diameter by length required to penetrate steel stud flange with not less than 3 exposed threads, and with organic polymer coating with salt-spray resistance to red rust of more than 800 hours per ASTM B 117.

2.7 VENEER ANCHORS FOR CONCRETE CONSTRUCTION

A. Unit Type Inserts in Concrete: Cast-iron or malleable-iron wedge-type inserts. 1. Dovetail Slots in Concrete: Furnish dovetail slots with filler strips, of slot size indicated,

fabricated from 0.034-inch(0.9-mm), galvanized steel sheet. 2. Connector Section for Concrete: Dovetail tabs for inserting into dovetail slots in concrete and

attached to tie section; formed from 16 gauge (0.053-inch) (1.3-mm-) thick, steel sheet, galvanized after fabrication.

2.8 WELD-ON TIES FOR ATTACHING TO STRUCTURAL STEEL

A. Weld-On Column Anchors: 1. Acceptable Products; subject to compliance with specified requirements:

a. Heckman Building Products, Inc.; No. 315 Weld-On Anchor Rods modified with Backer Plate and with No. 318 Web Ties.

b. Hohmann & Barnard, Inc., #359FP Weld-On Ties with #301W Column Web Ties. c. Wirebond / Masonry Reinforcing Corp. of America, No. 1010 Fireproofing Anchors with

No. 1200 Ties 2. Characteristics: Column tie assembly consisting of weld-on steel anchor rod and wire tie

fabricated from specified hot-dipped galvanized carbon-steel wire. a. Weld-on anchor rod: 1/4-inch (6.4 mm) diameter by 9-inch length plain steel rod formed

with offset to accept wire ties. Offset in anchor rod shall be sized to extend through spray- fireproofing material equipped with additional welded restraining rod or with minimum 14 gauge (0.067-inch) (1.7-mm) thick galvanized steel back plate designed to prevent ties from damaging fireproofing material.

b. Tie: Minimum 3/16" diameter cold drawn steel, trapezoid shaped web ties; sizes as required to fit concrete masonry unit widths by minimum 1'-0" length.

B. Weld-On Beam Anchors: 1. Acceptable Products; subject to compliance with specified requirements:

a. Heckman Building Products, Inc.; No. 315 Weld-On Anchor Rods modified with Backer Plate and with No. 316 Triangle Ties.

b. Hohmann & Barnard, Inc., #359FP Weld-On Ties with #VWT Vee Wall Ties. c. Wirebond / Masonry Reinforcing Corp. of America, No. 1010 Fireproofing Anchors with

No. 1100 Series Triangular Ties 2. Characteristics: Beam tie assembly consisting of weld-on steel anchor rod and wire tie fabricated

from specified hot-dipped galvanized carbon-steel wire. a. Weld-on anchor rod: 1/4-inch (6.4 mm) diameter by 9-inch length plain steel rod formed

with offset to accept wire ties. Offset in anchor rod shall be sized to extend through spray-

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 5 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

fireproofing material equipped with additional welded restraining rod or with minimum 14 gauge (0.067-inch) (1.7-mm) thick galvanized steel back plate designed to prevent ties from damaging fireproofing material.

b. Tie: Minimum 3/16" diameter cold drawn steel, triangular shaped ties; sizes as required to fit concrete masonry unit widths by minimum 1'-0" length. Ties shall be sized to extend minimum 2", maximum 2-3/4", into bed joint of exterior masonry veneer wythe.

2.9 RIGID STRAP ANCHORS

A. Type: Strap anchors fabricated from specified steel bar material.

B. Size and Configuration: 1-1/2 inches (38 mm) wide by 1/4 inch (6.4 mm) thick by 24 inches (600 mm) long, with ends turned up 2 inches (50 mm) or with cross pins.

C. Finish: Hot-dip galvanized to comply with ASTM A 153.

2.10 COLD GALVANIZING COMPOUND

A. Type: Pre-mixed, organic zinc liquid containing 95% zinc in dried film.

PART 3 - EXECUTION

3.1 GENERAL INSTALLATION REQUIREMENTS

A. Install reinforcement and accessories in accordance with manufacturer's product data. Incorporate installation with laying of masonry specified in CLAY MASONRY UNIT and CONCRETE MASONRY UNIT sections.

B. Provide methods of attachment as required by installation conditions and per manufacturer's recommendations.

C. Provide additional reinforcement and accessories at perimeter of windows, doors and other openings in addition to spacings specified.

D. Remove galvanizing from galvanized components to be field welded prior to welding.

3.2 MASONRY JOINT REINFORCEMENT

A. Install joint reinforcement continuously for entire length of wall. 1. Space reinforcement not more than 16 inches(406 mm) on center. 2. Lap reinforcement a minimum of 6 inches(150 mm). 3. At splices, cross rods may be removed to facilitate placement. 4. Install joint reinforcement with cross rods located so as not to obstruct cells at areas to receive

vertical reinforcement bars. 5. Install joint reinforcement for cavity wall construction with eye sections positioned in cavity to

receive installation of adjustable veneer ties. a. Space reinforcement with eye sections in vertical alignment to provide location for not less

than one tie for each 1.77 sq. ft.(0.16 sq. m) of wall area. b. Where cavity wall insulation is required, install reinforcement so that eye sections

protrudes through insulation into cavity to allow for insertion of ties. c. Install reinforcement with eye sections located to provide placement of ties at the following

locations:

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 6 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1) Within 12 inches(305 mm) of masonry openings 2) Within 8 inches (203 mm)at each side of masonry expansion control joints.

6. Install joint reinforcement for composite veneer construction positioned in alternate courses from location of veneer ties; spaced at maximum 16 inches(406 mm) on center.

B. Provide additional joint reinforcement as follows: 1. Space reinforcement not more than 8 inches(203 mm) o.c. in foundation walls. 2. Provide reinforcement not more than 8 inches(203 mm) above and below wall openings and

extending 24 inches (610 mm) beyond jamb of openings, each side.

C. Interrupt joint reinforcement at control and expansion joints. Stop reinforcement 1-inch (25 mm) back from expansion and control joints and openings in masonry walls.

D. Provide continuity at wall intersections and corners by using prefabricated T or L-shaped units. Cut and bend reinforcing units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions.

3.3 ANCHORING MASONRY VENEERS

A. Metal Stud Back-Up Construction: Anchor masonry veneers to wall framing backup with masonry-veneer anchors to comply with the following requirements: 1. Screw-attach anchors through sheathing to wall framing with specified metal fasteners of type

indicated. Use two fasteners unless anchor design only uses one fastener. 2. Embed tie sections in masonry joints. Provide not less than 2 inches(50 mm) of air space between

back of masonry veneer and face of sheathing. 3. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 4. Space anchors as indicated, but not more than 16 inches (406 mm) o.c. vertically and 24 inches

(610 mm) o.c. horizontally, with not less than 1 anchor for each 2 sq. ft. (0.2 sq. m) of wall area. a. Install additional anchors within 12 inches (305 mm) of openings and at intervals, not

exceeding 8 inches (203 mm), around perimeter. b. Install additional ties at each side of masonry expansion control joints, within 8 inches

(203 mm) of joint, in addition to spacings specified.

B. Masonry Back-Up Construction: Install pintle wall ties to eye sections of joint reinforcement laid in masonry construction and embed in bed joint of masonry veneer wythe as work progresses. Maximum misalignment of bed joints between masonry wythe for tie placement shall not exceed manufacturer's recommended spacing.

3.4 ANCHORING COMPOSITE MASONRY VENEERS

A. Anchor composite veneers to metal stud back-up or masonry back-up construction to same requirement specified for anchoring masonry veneers.

B. Install joint reinforcement and veneer ties in sequence as composite masonry veneer construction is laid.

C. Locate ties in alternate courses from horizontal joint reinforcement installed in composite veneer construction.

3.5 ANCHORING MASONRY TO STRUCTURAL MEMBERS

A. Anchor masonry to structural members where masonry abuts or faces structural members to comply with the following: 1. Provide an open space not less than 1/2 inch(13 mm) in width between masonry and structural

member, unless otherwise indicated. Keep open space free of mortar and other rigid materials.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 040800 - 7 ROSSER INTERNATIONAL, INC. MASONRY ANCHORAGE AND REINFORCEMENT

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Anchor masonry to structural members with ties embedded in masonry bed joints and attached to structure.

3. Space anchors as indicated, but not more than 24 inches (610 mm) vertical centers and 36 inches (915 mm) o.c. horizontal centers.

B. Weld-On Beam Anchors: Weld beam anchor rod tie receptors to steel beams adjacent to masonry veneer wythe at 2'-8" (32-inches) (813 mm) maximum horizontal centers. Install wire ties to anchor rod receptors and set in mortar bed as masonry is laid.

C. Weld-On Column Anchors: Install column anchors at locations indicated. Weld anchor rod tie receptors to steel columns spaced at 1-4" (16-inches) (406 mm) vertical centers and aligned with masonry joints. Insert ties to anchor rod receptors and set in mortar bed as masonry is laid.

3.6 ANCHORING MASONRY TO CONCRETE CONSTRUCTION

A. Dovetail slots and anchors: Install in cast-in-place construction to receive masonry. 1. Coordinate installation with concrete work. 2. Attach slots to concrete formwork in accordance with manufacturer's instructions prior to pouring

concrete. Install vertically at locations and spacings indicated but not to exceed 2'-0" horizontal centers for tying masonry veneer construction.

3. Install dovetail wall ties to anchor slots and set in mortar bed at 1'-4" vertical centers, maximum, as masonry is laid.

3.7 RIGID STEEL BAR ANCHORS

A. Install steel bar anchors at intersecting walls of concrete masonry unit construction at locations indicated, spaced at maximum 4'-0" (48-inches) (1220 mm) vertical centers.

B. Embed bent ends of steel bars in concrete masonry unit cores filled with mortar.

3.8 REINFORCEMENT BARS AND POSITIONERS:

A. Reinforcement Bar Positioners: Install bar positioners in cells of concrete masonry units at locations indicated to receive reinforcement in accordance with manufacturer's product data and ACI 530.1.

B. Reinforcement Bars: 1. Fabricate reinforcement in accord with ACI 315 and ACI 318. Shop fabricate to configurations

and dimensions indicated on approved shop drawings. Bent bars shall be bent cold. 2. Reinforcement shall be in clean condition at time of placing, free from rust scale ,oil and other

coatings reducing bond . Use no bars with kinks or bends not shown on shop drawings. 3. Install reinforcement as specified in Concrete Unit Masonry section.

3.9 REPAIR OF GALVANIZED SURFACES

A. After installation, clean surfaces from which galvanizing was removed during installation in accordance with SSPC SP3-1983, "Power Tool Cleaning".

B. Coat surfaces with cold galvanizing compound to achieve 3.0 mils minimum dry film thickness.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 042100 - 1 ROSSER INTERNATIONAL, INC. CLAY MASONRY UNITS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 042100

CLAY MASONRY UNITS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS`

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes clay face brick masonry units.

B. Work installed but specified in other sections include the following: 1. Division 4 Section MASONRY MORTAR AND GROUT. 2. Division 4 Section MASONRY ANCHORAGE AND REINFORCEMENT.

1.3 SUBMITTALS

A. Product Data: 1. Submit manufacturer's product data for brick masonry material. 2. Submit manufacturer's product data, mixing and application procedures for masonry cleaning

compound. 3. Submit written endorsement by brick manufacturer that proposed cleaning compound is

acceptable for proper cleaning of actual brick masonry supplied for the project.

B. Shop Drawings: For masonry units showing sizes, profiles, coursing, and locations of special shapes, including layout and dimensions of arches.

C. Samples for Verification: Face brick, in the form of straps of five or more bricks.

D. Material Certificates: Include statements of material properties indicating compliance with requirements including compliance with standards and type designations within standards. Provide for each type and size of the following: 1. Include material test reports substantiating compliance with requirements. 2. For bricks, include size-variation data verifying that actual range of sizes falls within specified

tolerances. 3. For exposed brick, include material test report for efflorescence according to ASTM C 67.

1.4 QUALITY ASSURANCE

A. Source Limitations for Masonry Units: Obtain exposed brick masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, through one source from a single manufacturer for each product required.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store brick masonry units on elevated platforms in a dry location and under cover. 1. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof

sheeting, securely tied. 2. If units become wet, do not install until they are dry.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 042100 - 2 ROSSER INTERNATIONAL, INC. CLAY MASONRY UNITS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1.6 PROJECT CONDITIONS

A. Environmental Requirements: 1. Lay masonry when temperature of surrounding air is between 40 deg F. (4 deg C.) and 100 deg F.

(37 deg. C.), unless otherwise authorized by Architect. 2. Lay no masonry when temperature of surrounding air has dropped below 45 deg. F. (7 deg C.),

unless it is rising; and at no time when temperature has dropped below 40 deg F (4 deg C), except by written permission from Architect.

3. When masonry work is authorized during temperature below 40 deg F (4 deg C), but above freezing, mortar shall be provided at temperature between 70 deg F. (21 deg C.) and 100 deg F. (37 deg. C.).

4. Maintain air temperature above 40 deg F (4 deg C), on both sides of masonry for at least 72 hours after laying.

B. Cold and Hot Weather Construction Requirements When Authorized: 1. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or

frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. a. Comply with cold-weather construction requirements contained in

ACI 530.1/ASCE 6/TMS 602. b. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is

40 deg F (4 deg C) and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning.

2. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602.

C. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1. Extend cover a minimum of 2-ft. (24 inches) (600 mm) down both sides and hold cover securely

in place. 2. Where back-up wythe of cavity wall construction is completed in advance of veneer wythe, secure

cover a minimum of 2-ft. (24 inches) (600 mm) down face and back of partially constructed veneer wythe and hold cover in place.

D. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on

ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral

finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing

mortar and dirt onto completed masonry.

PART 2 - PRODUCTS

2.1 FACE BRICK

A. Basis of Design Product; subject to compliance with specified requirements: 1. Cherokee Brick & Tile Company 800-277-2745. 2. Blend:

a. M/S Velour Maroon: 50%. b. M/S Velour Burgundy: 40%.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 042100 - 3 ROSSER INTERNATIONAL, INC. CLAY MASONRY UNITS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

c. M/S Velour Black: 10%.

B. Face Brick Characteristics: 1. Grade and Type:

a. Hollow brick units: Meeting ASTM C652, Grade SW, Type HBS. b. Solid brick units: Meeting ASTM C216, Grade SW, Type FBS.

2. Texture: As selected by Architect. 3. Size: 3-5/8 inches (92 mm) width by 2-1/4 inches (57 mm) height by 7-5/8 inches (194 mm)

length (Actual Dimensions)

C. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to exceed tolerances and to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not uses units where such defects, including dimensions that vary from specified dimensions by more than stated tolerances, will be exposed in the completed Work or will impair the quality of completed masonry.

2.2 MASONRY CLEANING COMPOUND

A. Acceptable Products: 1. ProSoCo, Inc., Sure Klean Vana Trol. 2. Fabrikem Manufacturing Ltd.; Fabrikem New Masonry Cleaner Type V. 3. Diedrich Technologies, Inc., 202V Vana-Stop.

B. Type: Manufacturer's proprietary blend of organic and inorganic acids, wetting agents and inhibitors formulated for cleaning masonry subject to vanadium, manganese and other metallic stains.

C. Masonry cleaning compound shall be acceptable to brick manufacturer and as recommended for specified brick.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine conditions with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work.

B. Verify that foundations are within tolerances specified.

3.2 LAYING MASONRY

A. Install no cracked, broken or chipped units exceeding ASTM allowances.

B. Lay brick plumb, true to line and with level courses, spaced within allowable tolerances specified. 1. Lay units maintaining uniform bonding pattern and joint thickness specified. 2. Adjust units to final position while mortar is soft and plastic. 3. If units are displaced after mortar has stiffened, remove units, clean joints and units of mortar and

relay with fresh mortar. 4. Cutting and patching of finish masonry to accommodate work of other trades shall be done so as

not to mar appearance of finished surface. 5. Adjust shelf angles to keep work level and at proper elevation. Construct pressure relieving

control joints under shelf angle as specified. 6. When joining fresh masonry to set or partially set masonry, remove loose brick and mortar and

clean and dampen exposed surface of set masonry prior to laying fresh masonry. 7. Provide solid brick units free of cores or frogs where sides of brick would be exposed in the

DAWSON COUNTY GOVERNMENT CENTER CANOPY 042100 - 4 ROSSER INTERNATIONAL, INC. CLAY MASONRY UNITS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

finished work.

C. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven abrasive power saws; provide clean, sharp, unchipped edges. 1. Avoid slivers less than 2-inches (50 mm) wide. 2. Allow units to dry before laying unless wetting of units is specified. 3. Install cut units with cut surfaces and, where possible, cut edges concealed.

D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry.

E. Mix units from various pallets of same type per manufacturer's recommendations to insure uniform color and texture throughout work. Localization of color and texture differentiations will not be permitted.

F. Wet brick with initial rate of absorption exceeding 30 grams/30 sq. in./min. when tested in accordance with ASTM C67.

G. Keep cavity in cavity walls clean and clear of mortar droppings and debris. Maintain indicated cavity clearance throughout masonry wall construction.

H. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening.

I. Set cast-stone trim units in full bed of mortar with full vertical joints as specified in CAST STONE MASONRY section. Fill dowel, anchor, and similar holes. 1. Clean soiled surfaces with fiber brush and soap powder and rinse thoroughly with clear water. 2. Wet joint surfaces thoroughly before applying mortar.

J. Sealant Recesses: Construct 1/4-inch (6 mm) wide open joint recesses around outside perimeter of exterior doors, window frames and other wall openings for sealant installation; unless otherwise indicated.

K. Masonry Anchorage: Install veneer ties to masonry wythe as specified in Division 4 Section MASONRY ANCHORAGE AND REINFORCEMENT. 1. Anchor veneers using specified metal ties installed in horizontal joints of veneer wythe. 2. Embed ties into horizontal mortar joints when laying brick masonry at locations and spacings

specified. 3. Install additional ties at perimeter of windows, doors and other openings, including each side of

masonry expansion control joints, in addition to spacings specified. 4. Install individual ties at locations required and as detailed to maintain specified wall anchorage

area limitations for brick veneers.

3.3 MORTAR BEDDING AND JOINTING

A. Bonding Patterns: 1. Lay brick in common running bond pattern with head joints of alternate courses aligned with

center of units of adjacent courses, unless otherwise indicated. Head joints shall be vertically aligned.

B. Mortar Joint Thickness: 3/8-inches (9.5mm), nominal.

C. Lay brick with full mortar coverage on horizontal and vertical joints in all courses.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 042100 - 5 ROSSER INTERNATIONAL, INC. CLAY MASONRY UNITS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. Provide sufficient mortar on ends of brick to fill head joints. 2. Rock closures into place with head joints shoved against two adjacent bricks in place. 3. Do not pound corners or jambs to fit stretcher units after setting in place. 4. Do not furrow bed joints or slush head joints.

D. Where adjustment to corners or jambs must be made after mortar has started to set, remove mortar and replace with fresh mortar.

E. Keep cavity in cavity walls clean by slightly beveling mortar bed to incline toward cavity. 1. Trowel protruding mortar fins in cavity flat with inner face of wythe as work progresses. 2. Wooden or metal lifting strips sized slightly smaller than cavity and attached with wire or rope for

lifting may be used to keep cavities clean.

F. Joint Treatment: Tool joints exposed in finished work when "thumbprint" hard. Joints shall be tooled using a jointer at least 2'-0" (610 mm) in length. 1. Joint profiles: Concave except as otherwise specified or indicated on drawings.

a. Trowel point or concave tool joints below grade. b. Flush-cut joints not to be exposed in finished work.

2. Use proper shaped jointing tools for tooling mortar joints. Use plastic or glass jointing tools if light colored mortar is used.

3.4 CONSTRUCTION TOLERANCES

A. Comply with construction tolerances in ACI 530.1/ASCE 6/TMS 602 and with the following: 1. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and

control joints, do not vary from plumb by more than 1/8 inch in 10 feet(3 mm in 3 m), 1/4 inch in 20 feet(6 mm in 6 m), or 1/2 inch(12 mm) maximum.

2. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet(6 mm in 3 m), or 1/2 inch(12 mm) maximum.

3. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum.

4. For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). Do not vary from bed-joint thickness of adjacent courses by more than 1/8 inch (3 mm).

5. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). Do not vary from adjacent bed-joint and head-joint thicknesses by more than 1/8 inch (3 mm).

6. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch (1.5 mm) except due to warpage of masonry units within tolerances specified for warpage of units.

7. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch (1.5 mm) from one masonry unit to the next.

3.5 REPAIRING, POINTING, AND CLEANING

A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement.

B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. 1. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform

appearance.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 042100 - 6 ROSSER INTERNATIONAL, INC. CLAY MASONRY UNITS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Cut out defective mortar joints and holes in exposed work. Re-point with new mortar matching adjacent in color and profile.

C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. Do not allow mortar droppings to harden on exposed surfaces.

D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or

chisels. 2. Test cleaning methods on sample wall panel at least 21 day in advance of performing cleaning

operation; leave one-half of panel uncleaned for comparison purposes. a. Should discoloration of brick or mortar joints, staining or efflorescence appear on sample

panel notify Architect and await further instructions. b. Obtain Architect's approval of sample cleaning before proceeding with cleaning of

masonry. 3. Protect adjacent non-masonry surfaces from contact with cleaner by covering them with liquid

strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing

surfaces thoroughly with clear water. 5. Clean brick by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20;

current edition 6. Clean masonry with specified masonry cleaning compound applied according to manufacturer's

written instructions. Apply cleaning compound to brick masonry as tested on job mock-up and flush with clean water. a. Do not perform wet cleaning within seven days of placing masonry. b. At least two hours prior to application of cleaning solution to brick work, saturate mortar

joints with clean water and flush off loose debris. c. Thoroughly wet walls before applying cleaning solution and thoroughly rinse walls

afterward. d. Begin cleaning process at highest point of wall, working downward. Work in areas of 20

square feet (1.8 m²) maximum. Flush Wall as cleaning progresses to prevent accumulation of scum.

e. Discard solutions containing debris and residue so not to contaminate adjacent areas. f. Do not use high pressure to apply cleaning solution. Do not scrub mortar joints with

cleaning solution. g. Rinse brick and surrounding surfaces immediately after cleaning with clear water.

7. Remove stains in accord with recommendations of the Brick Institute of America, “Technical Notes No. 20, dated June 2006. Apply cleaning agents only after testing on sample panel.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047200 - 1 ROSSER INTERNATIONAL, INC. CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 047200

CAST STONE MASONRY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following: 1. Cast Stone Masonry trim including the following:

a. Column base b. Column base cap.

B. Related Sections include the following: 1. Division 4 Section "Unit Masonry Assemblies" for installing cast stone units in unit masonry.

1.3 DEFINITIONS

A. Cast Stone: Architectural precast concrete building units intended to simulate natural cut stone.

1.4 PERFORMANCE REQUIREMENTS

A. Cast Stone masonry shall resist wind load pressures for cladding in applicable building code, latest edition. 1. Design wind speed: 90 mph.

B. Cast stone masonry manufacturer shall design reinforcement and connections for lightweight cast stone masonry units, including additional reinforcement and lifting devices required to withstand loads due to lifting, transporting, handling, erection and related anchorage components.

1.5 SUBMITTALS

A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for cast stone units.

B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors.

C. Samples for Verification: 1. For each color and texture of cast stone required, 10 inches (250 mm) square in size.

D. Mockup Samples: Furnish sample units as indicated on Drawings for installation in mockups.

E. Full-Size Samples: For each type of cast stone unit required. 1. Make available for Architect's review at Project site.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047200 - 2 ROSSER INTERNATIONAL, INC. CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

F. Qualification Data: For manufacturer and testing agency. 1. Include copies of material test reports for completed projects, indicating compliance of cast stone

with ASTM C 1364.

G. Quality-Control Plan: Manufacturer's written quality-control plan that includes all elements of the Cast Stone Institute's "Quality Control Procedures Required for Plant Inspection."

H. Material Test Reports: For each mix required to produce cast stone, based on testing according to ASTM C 1364, including test for resistance to freezing and thawing.

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications: A qualified manufacturer of cast stone units similar to those indicated for this Project, with sufficient production capacity to manufacture required units. 1. Manufacturer is a producing member of the Cast Stone Institute. 2. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice

in Georgia and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of cast stone masonry that are similar to those indicated for this Project in material, design, and extent.

B. Source Limitations for Cast Stone: Obtain cast stone units through one source from a single manufacturer.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Coordinate delivery of cast stone with unit masonry work to minimize the need for on-site storage and to avoid delaying the Work.

B. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide-belt slings; do not use wire rope or ropes that might cause staining. Move cast

stone units, if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers. Arrange to

distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation.

C. Store installation materials on elevated platforms, under cover, and in a dry location.

D. Store mortar aggregates where grading and other required characteristics can be maintained and contamination can be avoided.

1.8 PROJECT CONDITIONS

A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F (4

deg C) and above and will remain so until cast stone has dried, but not less than 7 days after completing cleaning.

B. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047200 - 3 ROSSER INTERNATIONAL, INC. CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the

manufacturers specified.

2.2 CAST STONE MATERIALS

A. General: Comply with ASTM C 1364 and the following:

B. Portland Cement: ASTM C 150, Type I, containing not more than 0.60 percent total alkali when tested according to ASTM C 114.

C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as needed to produce required textures and colors as needed to produce required cast stone colors.

D. Fine Aggregates: Natural sand or crushed stone complying with ASTM C 33, gradation as needed to produce required textures and colors as needed to produce required cast stone colors.

E. Color Pigment: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis.

F. Admixtures: Do not use admixtures unless specified or approved in writing by Architect. 1. Do not use admixtures that contain more than 0.1 percent water-soluble chloride ions by mass of

cementitious materials. Do not use admixtures containing calcium chloride. 2. Use only admixtures that are certified by manufacturer to be compatible with cement and other

admixtures used. 3. Air-Entraining Admixture: ASTM C 260. Add to mixes for units exposed to the exterior at

manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero-slump concrete mixes.

4. Water-Reducing Admixture: ASTM C 494/C 494M, Type A.

G. Reinforcement: Deformed steel bars complying with ASTM A 615/A 615M. Use galvanized or epoxy-coated reinforcement when covered with less than 1-1/2 inches (38 mm) of cast stone material. 1. Epoxy Coating: ASTM A 775/A 775M. 2. Galvanized Coating: ASTM A 767/A 767M.

H. Embedded Anchors and Other Inserts: Fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304.

2.3 CAST STONE UNITS

A. Manufacturers: 1. Architectural Concrete Company, Inc. 2. Architectural Ornamental Castings, Inc. 3. Arriscraft International. 4. Artisan Stone Company, Inc. 5. ConArt, Inc. 6. Continental Cast Stone Manufacturing, Inc.

B. Provide cast stone units complying with ASTM C 1364 using the vibrant dry tamp or wet-cast method.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047200 - 4 ROSSER INTERNATIONAL, INC. CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. Provide units that are resistant to freezing and thawing as determined by laboratory testing according to ASTM C 666, Procedure A, as modified by ASTM C 1364, or are made from cast stone that has a history of successful resistance to freezing and thawing.

C. Fabricate units with sharp lines and details accurately reproduced with indicated texture on all exposed surfaces, unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12, unless otherwise indicated. 2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs. 3. Provide drips on projecting elements, unless otherwise indicated.

D. Fabrication Tolerances: 1. Variation in Cross Section: Do not vary from indicated dimensions by more than 1/8 inch (3 mm). 2. Variation in Length: Do not vary from indicated dimensions by more than 1/360 of the length of

unit or 1/8 inch (3 mm), whichever is greater, but in no case by more than 1/4 inch (6 mm). 3. Warp, Bow, and Twist: Not to exceed 1/360 of the length of unit or 1/8 inch (3 mm), whichever is

greater. 4. Location of Grooves, False Joints, Holes, Anchorages, and Similar Features: Do not vary from

indicated position by more than 1/8 inch (3 mm) on formed surfaces of units and 3/8 inch (10 mm) on unformed surfaces.

E. Color and Texture: Provide units with fine-grained texture and buff color resembling Model 1874 by ConArt, Inc.

2.4 ACCESSORIES

A. Anchors: Type and size indicated, fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304.

B. Dowels: Round stainless-steel bars complying with ASTM A 276, Type 304, and 1/2-inch (12-mm) diameter.

C. Proprietary Acidic Cleaner: Manufacturer's standard-strength, general-purpose cleaner designed for removing mortar/grout stains, efflorescence, and other construction stains from new masonry surfaces without discoloring or damaging masonry surfaces; expressly approved for intended use by cast stone manufacturer and expressly approved by cleaner manufacturer for use on cast stone and adjacent masonry materials. 1. Manufacturers:

a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. c. ProSoCo, Inc.

2.5 MORTAR MIXES

A. Comply with requirements in Division 4 Section "Unit Masonry Assemblies" for mortar mixes. 1. Include one test for resistance to freezing and thawing.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of cast stone. 1. Proceed with installation only after unsatisfactory conditions have been corrected.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047200 - 5 ROSSER INTERNATIONAL, INC. CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3.2 SETTING CAST STONE IN MORTAR

A. Install cast stone units to comply with requirements in Division 4 Section "Unit Masonry Assemblies."

B. Set cast stone as indicated on Drawings. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in

place.

C. Wet joint surfaces thoroughly before applying mortar or setting in mortar.

D. Set units in full bed of mortar with full head joints, unless otherwise indicated. 1. If not indicated, set units with joints 1/4 to 3/8 inch (6 to 10 mm) wide. 2. Build anchors and ties into mortar joints as units are set. 3. Fill dowel holes and anchor slots with mortar. 4. Fill collar joints solid as units are set. 5. Build concealed flashing into mortar joints as units are set. 6. Keep head joints in coping and other units with exposed horizontal surfaces open to receive

sealant. 7. Keep joints at shelf angles open to receive sealant.

E. Rake out joints for pointing with mortar to depths of not less than 3/4 inch (19 mm). Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked.

F. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch (10 mm). Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer.

G. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness, unless otherwise indicated.

H. Provide expansion, control, and pressure-relieving joints of widths and at locations indicated. Keep joints free of mortar and other rigid materials. 1. Form open joint of width indicated, but not less than [3/8 inch (10 mm)] [1/2 inch (13 mm)].

I. Prepare joints indicated to receive sealant and apply sealant of type and at locations indicated to comply with applicable requirements in Division 7 Section "Joint Sealants." 1. Prime cast stone surfaces to receive sealant and install compressible backer rod in joints before

applying sealant, unless otherwise indicated.

3.3 ADJUSTING AND CLEANING

A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Architect.

B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement.

C. In-Progress Cleaning: Clean cast stone as work progresses. 1. Remove mortar fins and smears before tooling joints.

D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or

chisels.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047200 - 6 ROSSER INTERNATIONAL, INC. CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of cast stone.

3. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape.

4. Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water.

5. Clean cast stone by bucket-and-brush hand-cleaning method described in BIA Technical Notes No. 20.

6. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047300 - 1 ROSSER INTERNATIONAL, INC. LIGHTWEIGHT CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 047300

LIGHTWEIGHT CAST STONE MASONRY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following: 1. Lightweight Cast Stone Masonry (Cast Stonecoat) trim and field units including the following:

a. Canopy fascia. b. Column capital.

1.3 DEFINITIONS

A. Lightweight Cast Stone: A lightweight architectural concrete shell formed over an expanded polystyrene profile forming a building unit intended to simulate natural cut stone.

B. Wet casting method: Manufactured from measurable slump concrete poured and/or vibrated into a mold until it becomes densely consolidated.

1.4 PERFORMANCE REQUIREMENTS

A. Lightweight Cast Stone Lightweight cast stone masonry shall resist wind load pressures for cladding in applicable building code, latest edition. 1. Design wind speed: 90 mph.

B. Lightweight cast stone masonry manufacturer shall design reinforcement and connections for lightweight cast stone masonry units, including additional reinforcement and lifting devices required to withstand loads due to lifting, transporting, handling, erection and related anchorage components.

1.5 SUBMITTALS

A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for Lightweight Cast Stone units.

B. Shop Drawings: Show fabrication and installation details for Lightweight Cast Stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors.

C. Samples for Verification: 1. For each color and texture of Lightweight Cast Stone required, 10 inches (250 mm) square in size.

D. Full-Size Samples: For each type of Lightweight Cast Stone unit required. 1. Make available for Architect's review at Project site.

E. Qualification Data: For manufacturer and testing agency.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047300 - 2 ROSSER INTERNATIONAL, INC. LIGHTWEIGHT CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. Include copies of material test reports for completed projects, indicating compliance of Lightweight Cast Stone with ASTM C 1364.

F. Quality-Control Plan: Manufacturer's written quality-control plan that includes all elements of the Lightweight Cast Stone Institute's "Quality Control Procedures Required for Plant Inspection."

G. Material Test Reports: For each mix required to produce Lightweight Cast Stone, based on testing according to ASTM C 1364, including test for resistance to freezing and thawing.

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications: A qualified manufacturer of Lightweight Cast Stone units similar to those indicated for this Project, with sufficient production capacity to manufacture required units. 1. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice

in Georgia and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of lightweight cast stone masonry that are similar to those indicated for this Project in material, design, and extent.

B. Source Limitations for Lightweight Cast Stone: Obtain Lightweight Cast Stone units through one source from a single manufacturer.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Coordinate delivery of Lightweight Cast Stone with unit masonry work to minimize the need for on-site storage and to avoid delaying the Work.

B. Pack, handle, and ship Lightweight Cast Stone units in suitable packs or pallets. 1. Lift with wide-belt slings; do not use wire rope or ropes that might cause staining. Move

Lightweight Cast Stone units, if required, using dollies with wood supports. 2. Store Lightweight Cast Stone units on wood skids or pallets with nonstaining, waterproof covers.

Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation.

C. Store installation materials on elevated platforms, under cover, and in a dry location.

1.8 PROJECT CONDITIONS

A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F (4

deg C) and above and will remain so until Lightweight Cast Stone has dried, but not less than 7 days after completing cleaning.

B. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602.

C. Environmental Conditions: Air and surface temperature for application of adhesive mixture shall be 40 degrees F or higher and shall remain so for a minimum of 24 hours after application.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047300 - 3 ROSSER INTERNATIONAL, INC. LIGHTWEIGHT CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the

manufacturers specified.

2.2 LIGHTWEIGHT CAST STONE MATERIALS

A. General: Comply with ASTM C 1364 and the following:

B. Portland Cement: ASTM C 150, Type I, containing not more than 0.60 percent total alkali when tested according to ASTM C 114.

C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation as needed to produce required textures and colors as needed to produce required Lightweight Cast Stone colors.

D. Fine Aggregates: Natural sand or crushed stone complying with ASTM C 33, gradation as needed to produce required textures and colors as needed to produce required Lightweight Cast Stone colors.

E. Color Pigment: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis.

F. Admixtures: Do not use admixtures unless specified or approved in writing by Architect. 1. Do not use admixtures that contain more than 0.1 percent water-soluble chloride ions by mass of

cementitious materials. Do not use admixtures containing calcium chloride. 2. Use only admixtures that are certified by manufacturer to be compatible with cement and other

admixtures used. 3. Air-Entraining Admixture: ASTM C 260. Add to mixes for units exposed to the exterior at

manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero-slump concrete mixes.

4. Water-Reducing, Accelerating Admixture: ASTM C 494/C 494M, Type E.

G. Embedded Anchors and Other Inserts: Fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304.

H. EPS Blocks: Type I, minimum 1 pcf density manufactured in accordance with ASTM C578.

2.3 LIGHTWEIGHT CAST STONE UNITS

A. Manufacturers: 1. Lightweight Stone Concepts, Dacula, GA; 770-722-8079 2. Georgia Pre-cast Services, Morrow, GA; 770-960-6797 3. Piazza Stoneworks™, Piazza Stone, LLC Augusta, GA; 706-651-1210

B. Provide Lightweight Cast Stone units complying with ASTM C 1364 using the vibrant dry tamp or wet-cast method that has been cast around an expanded polystyrene (EPS) foam core shape that can be applied over an approved substrate. 1. Provide units that are resistant to freezing and thawing as determined by laboratory testing

according to ASTM C 666, Procedure A, as modified by ASTM C 1364, or are made from Lightweight Cast Stone that has a history of successful resistance to freezing and thaw

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047300 - 4 ROSSER INTERNATIONAL, INC. LIGHTWEIGHT CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Units shall be classified lightweight conforming to ASTM C331. 3. Minimum compressive strength: 5500 PSI @ 28 days complying with ASTM C1194. 4. Minimum shell thickness: 3/8 inch.

C. Fabricate units with sharp lines and details accurately reproduced with indicated texture on all exposed surfaces, unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12, unless otherwise indicated. 2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs. 3. Provide drips on projecting elements. 4. Manufacture 90 degree inside and outside corners as a single unit. Inside leg dimension of corner

unit shall be a minimum of 6 inches. 5. Field cut miters shall not be acceptable.

D. Fabrication Tolerances: 1. Variation in Cross Section: Do not vary from indicated dimensions by more than 1/8 inch (3 mm). 2. Variation in Length: Do not vary from indicated dimensions by more than 1/360 of the length of

unit or 1/8 inch (3 mm), whichever is greater, but in no case by more than 1/4 inch (6 mm). 3. Warp, Bow, and Twist: Not to exceed 1/360 of the length of unit or 1/8 inch (3 mm), whichever is

greater. 4. Location of Grooves, False Joints, Holes, Anchorages, and Similar Features: Do not vary from

indicated position by more than 1/8 inch (3 mm) on formed surfaces of units and 3/8 inch (10 mm) on unformed surfaces.

E. Colors and Textures: Provide units with fine-grained texture and buff color resembling Model 1874 by ConArt, Inc.

2.4 ACCESSORIES

A. Anchors: Type and size indicated, fabricated from stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304.

B. Dowels: Round stainless-steel bars complying with ASTM A 276, Type 304, and 1/2-inch (12-mm) diameter.

C. Joint Sealants: Porous-Bond Type Silicone Rubber Sealant - Non-Sag : 1. Provide the following products:

a. Dow Corning Corp.; 790 Building Sealant; b. Pecora Corp.; 890 Architectural Silicone Sealant. c. Tremco, Inc.; Spectrem 1.

D. Adhesive: Approved by Lightweight Cast Stone manufacturer. 1. Type: 100% acrylic adhesive and base coat field-mixed with Type I or Type II Portland cement. 2. Characteristics:

a. Type: One-part, non-sag polyurethane-based sealant; meeting ASTM C 920-05, Type S, Grade NS, Class 25.

3. Absorption: a. Cold water: Maximum 6% when tested at 28 days after manufacturing in accord with

ASTM C 1195. b. Boiling water: Maximum 10% when tested at 28 days after manufacturing in accord with

ASTM C 1195.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047300 - 5 ROSSER INTERNATIONAL, INC. LIGHTWEIGHT CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of Lightweight Cast Stone. 1. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 SETTING ANCHORED LIGHTWEIGHT CAST STONE WITH SEALANT-FILLED JOINTS

A. Set Lightweight Cast Stone as indicated on Drawings. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in

place. 2. Shim and adjust anchors, supports, and accessories to set Lightweight Cast Stone in locations

indicated with uniform joints.

B. Fill anchor holes with sealant. 1. Where dowel holes occur at pressure-relieving joints, provide compressible material at ends of

dowels.

C. Unit adhesive mixing: Follow adhesive manufacturer’s product data.

D. Application: Using a trowel, install a continuous ¼”thick coat of adhesive mixture on entire back surface of lightweight cast stone unit to obtain 100% coverage. Do not allow adhesive to form a skin before scoring with ¼” notch trowel – vertically for drainage.

E. Set Lightweight Cast Stone supported on clip or continuous angles on resilient setting shims. Use material of thickness required to maintain uniform joint widths. Hold shims back from face of Lightweight Cast Stone a distance at least equal to width of joint.

F. Keep joints free of mortar and other rigid materials. Remove temporary shims and spacers from joints after anchors and supports are secured in place and Lightweight Cast Stone units are anchored. Do not begin sealant installation until temporary shims and spacers are removed. 1. Form open joint of width indicated, but not less than 3/8 inch (10 mm).

G. Prepare joints and apply sealant of type and at locations indicated to comply with applicable requirements in Division 7 Section "Joint Sealants." 1. Prime Lightweight Cast Stone surfaces to receive sealant and install compressible backer rod in

joints before applying sealant, unless otherwise indicated.

3.3 INSTALLATION TOLERANCES

A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum.

B. Variation from Level: Do not exceed 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2 inch (12 mm) maximum.

C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches (3 mm in 900 mm) or one-fourth of nominal joint width, whichever is less.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 047300 - 6 ROSSER INTERNATIONAL, INC. LIGHTWEIGHT CAST STONE MASONRY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

D. Variation in Plane between Adjacent Surfaces (Lipping): Do not vary from flush alignment with adjacent units or adjacent surfaces indicated to be flush with units by more than 1/16 inch (1.5 mm), except due to warpage of units within tolerances specified.

3.4 ADJUSTING AND CLEANING

A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Lightweight Cast Stone may be repaired if methods and results are approved by Architect.

B. Replace units in a manner that results in Lightweight Cast Stone matching approved Samples, complying with other requirements, and showing no evidence of replacement.

C. In-Progress Cleaning: Clean Lightweight Cast Stone as work progresses. 1. Remove mortar fins and smears before tooling joints. 2. Remove excess sealant immediately, including spills, smears, and spatter.

D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed Lightweight Cast Stone as follows: 1. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain

Architect's approval of sample cleaning before proceeding with cleaning of Lightweight Cast Stone.

2. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape.

3. Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water.

4. Clean Lightweight Cast Stone by bucket-and-brush hand-cleaning method described in BIA Technical Notes No. 20.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 105322 - 1 ROSSER INTERNATIONAL INC. PREFABRICATED ALUMINUM CANOPY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 10532

PREFABRICATED ALUMINUM CANOPY

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this section.

1.2 SUMMARY

A. This Section includes design, fabrication and installation of prefabricated aluminum canopies, including the following: 1. Support framing. 2. Trim and related accessories. 3. Flashings, sealants and other components for watertight installation.

1.3 SYSTEM PERFORMANCE REQUIREMENTS

A. Structural Performance: Provide prefabricated aluminum canopies capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Concentrated Load: 200 lbs. (91 kg) occupying an area 2’-6” (0.76 m) square and so placed

as to produce maximum stresses in affected members. 2. Uniform Load: 10 psf superimposed dead load plus code live and wind loads.

B. Thermal Movements: Provide components that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C),

material surfaces.

C. Approximate Dimensions: Subject to field verification. 1. Length: 257 feet, approx. 2. Clear Height: 8’-0”, minimum.

1.4 SUBMITTALS

A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type walkway cover components.

B. Shop Drawings: For the following prefabricated aluminum canopy components. Include plans, elevations, sections, details, and attachments to other Work.

1. For installed components indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation.

2. Anchor-Bolt Details: Include location, diameter, and projection of anchor bolts required to attach metal building to existing wall construction.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 105322 - 2 ROSSER INTERNATIONAL INC. PREFABRICATED ALUMINUM CANOPY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3. Structural-Framing Drawings: Show complete fabrication of primary and secondary framing. Indicate welds and bolted connections, distinguishing between shop and field applications. Include transverse cross-sections.

4. Canopy Layout Drawings: Show layouts of panels on support framing, details of edge conditions, joints, panel profiles, corners, custom profiles, supports, anchorages, trim, flashings, closures, and special details. Distinguish between factory- and field-assembled work.

C. Maintenance instructions covering cleaning and maintaining walkway cover and other data for inclusion in operation and maintenance manuals specified in Division 1.

1.5 QUALITY ASSURANCE

A. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in Georgia and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of metal building systems that are similar to those indicated for this Project in material, design, and extent.

B. Comply with applicable provisions of the following specifications and documents: 1. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding

Code--Aluminum."

1.6 PROJECT CONDITIONS

A. Field Measurements: Field verify prefabricated aluminum canopy mounting conditions by field measurements before component fabrication and indicate measurements on Shop Drawings.

1.7 COORDINATION

A. Coordinate size and location of mounting connections with existing construction. 1. Inserts and Anchorages: Furnish anchoring devices and attachments. Provide setting

drawings, templates, instructions and directions for installation of anchorage devices.

1.8 WARRANTY

A. Installation Warranty: Canopies shall be warranted against leakage for Two (2) Years.

B. Finish Warranty: Fluoropolymer coating finish shall be warranted to remain free of checking, crazing, peeling, chalking or fading for a period of minimum Ten (10) years.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Subject to compliance with requirements, provide products from one of the following: 1. Mitchell Metals. 2. E.L. Burns Co. 3. American Walkway Covers, LLC. 4. Dittmer Architectural Aluminum, Inc.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 105322 - 3 ROSSER INTERNATIONAL INC. PREFABRICATED ALUMINUM CANOPY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2.2 MATERIALS

A. Provide materials which have been selected for their surface flatness, smoothness and freedom from surface blemishes wherever exposed to view in the finished unit. Exposed-to-view surfaces which exhibit pitting, seam marks, roller marks, oil canning, stains, discolorations or other imperfections on the finished units will not be acceptable.

B. Aluminum 1. Comply with the following standards for the forms and types of aluminum for required items

of work. a. Alloy and temper will be as selected by fabricator for finish and structural criteria

required by design. b. Extruded shapes and tubes will conform to ASTM B 221/B221M or B308. c. Plate and sheet will conform to ASTM B 209, alloy 3003. Use alloy 5005 where

anodic coatings will be applied. d. Bars, rods and wire will conform to ASTM B 211.

2. Manufacture all supporting members of extruded aluminum having a minimum thickness of 0.109 (2.77 mm) and exterior and interior caps of extruded aluminum hanging a minimum thickness of 0.094 (2.38 mm).

C. Use bolts, anchors and other fastening devices of approved types as required for the strength of the connection and shall be suitable for the conditions encountered. 1. Fabricate fastening devices making connection between aluminum and aluminum from one of

the following materials and alloys: a. Stainless steel of the 300 series. b. Aluminum alloy 2024 for screws and bolts. c. Aluminum alloy 1100, 6053 or 6061 for rivets.

2. Fastening Devices: Between aluminum and dissimilar materials, use 300 series stainless steel.

D. Bituminous Painted: SSPC-Paint 12 (Cold Applied Asphalt Mastic).

2.3 FABRICATION

A. Design components and field connections required for erection to permit easy assembly and disassembly. 1. Fabricate components in a manner that once assembled in the shop, they may be

disassembled, repackaged, and reassembled in the field. 2. Mark each piece and part of the assembly to correspond with previously prepared erection

drawings, diagrams, and instruction manuals. 3. Fabricate framing to produce clean, smooth cuts and bends. Punch holes of proper size,

shape, and location. Cold-formed members shall be free of cracks, tears, and ruptures. 4. Form metal work to the required shapes and sizes, with true curves, lines and angles. Provide

rebates, lugs and brackets for assembly of units. Use concealed fasteners wherever possible. 5. Mill joints to a tight, hairline fit. Cope and miter corner joints. Form joints exposed to

weather so as to exclude water penetration.

2.4 FINISHING

A. General: comply with NAAM Metal Finishes Manual for recommendations and designations of finishes, except as otherwise indicated. 1. Protect mechanical finishes on exposed surfaces from damage by application of strippable

temporary protective covering prior to shipment.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 105322 - 4 ROSSER INTERNATIONAL INC. PREFABRICATED ALUMINUM CANOPY

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

2. Protect chemical and electrolytic finishes by applying at least two coats of clear lacquer to not less than 0.05 mil (.13 mm) dry film thickness.

B. Corrosion Protection: Coat concealed surfaces which will be in contact with concrete or dissimilar metals with a heavy coat of bituminous paint. Do not extend coating onto exposed surfaces.

C. Aluminum Canopy Components: Manufacturer’s two-coat, baked-on fluoropolymer coating system based on polyvinylidene fluoride, (PVDF) resin produced by Atochem North America, Inc., Kynar 500 or Ausimont USA Inc., Hylar 5000. Coating system shall be formulated by an Atochem or Ausimont licensed manufacturer and applied by manufacturer's approved applicator to meet AAMA 2604. 1. Solids Content: Minimum 70 percent polyvinylidene fluoride resin by weight. 2. Coating System Thickness: Minimum 1.2 mil (30 µm) total dry film thickness; consisting of

0.3 (±0.1) mil (7.6 µm) primer and minimum 1.0 mil (25 µm) color coat. 3. Color: Custom color as selected by Architect from coating manufacturer’s complete full

range color formulations.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine the substrate and conditions under which the walkway cover items are to be installed for conditions detrimental to the timely and proper completion of the work. Do not proceed with installation work until unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Coordinate setting drawings, diagrams, templates, instructions and directions for the installation of items having integral anchors which are to be embedded in concrete construction and delivery of such items to the project site.

B. Cutting, Fitting and Placement: 1. perform cutting, drilling and fitting required for the installation of the walkway cover. Set the

work accurately in location, alignment and elevation, plumb, level and true, measured from established lines and levels.

2. Form tight joints with exposed connections accurately fitted with uniform reveals and spaces for sealants and joint fillers. Restore finishes to eliminate any evidence of corrective work where cutting, welding and grinding are required for proper fitting and jointing of the work.

3. Do not cut or abrade finishes of items which cannot be completely restored in the field or returned to a shop for required alterations followed by complete refinishing. At Contractor's option, provide new units.

4. Install concealed gaskets, joint fillers and flashings as the work progresses so as to make the work weathertight.

5. Restore protective coverings which have been damaged during shipment or installation of the work. Remove protective coverings only when there is no possibility of damage from other work yet to be performed at the same location. a. Retain protective coverings for simultaneous removal from similarly finished items to

preclude non-uniform oxidation and discoloration.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0500 - 1 ROSSER INTERNATIONAL, INC. COMMON WORK RESULTS FOR ELECTRICAL

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 26 0500 - COMMON WORK RESULTS FOR ELECTRICAL

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General Conditions, Supplementary General Conditions, Special Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This division of the Specifications, Division 26, covers the complete interior and exterior electrical systems as indicated on the drawings or as specified herein. Provide all materials, labor, equipment and supervision to install electrical systems.

1.3 QUALITY ASSURANCE

A. All electrical work shall be in accordance with the following codes and agencies: 1. The National Electrical Code (NFPA 70) 2. The National Electrical Safety Code (ANSI C-2) 3. The Life Safety Code (NFPA 101) 4. The International Building Code 5. Occupation Safety and Health Administration (OSHA) 6. Manufacturer’s written requirements. 7. State ordinances governing electrical work.

B. Material Standards: All material shall be new and shall conform to the standards where such have been established for the particular material in question. Publications and Standards of the organization listed below are applicable to materials specified herein. 1. American Society for Testing and Materials (ASTM) 2. Underwriters' Laboratories, Inc. (UL) 3. National Electrical Manufacturer Association (NEMA) 4. Insulated Cable Engineers Association (ICEA) 5. Institute of Electrical and Electronic Engineers (IEEE) 6. National Fire Protection Association (NFPA) 7. American National Standards Institute (ANSI) 8. Manufacturer’s Written Requirements

1.4 PERMITS

A. Obtain all permits and inspections for the installation of this work and pay all charges incident thereto. Deliver to the Owner all certificates of said inspection issued by authorities having jurisdiction.

1.5 WARRANTY

A. For warranty of work under Division 26, refer to the GENERAL CONDITIONS.

1.6 DRAWINGS

A. The drawings indicate the arrangements of electrical equipment. Review architectural drawings for door swings, cabinets, counters and built-in equipment; conditions indicated on architectural plans shall govern. Coordinate installation of electrical equipment with structural system and mechanical equipment and access thereto. Coordinate installation of recessed electrical equipment with concealed ductwork and piping, and wall thickness.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0500 - 2 ROSSER INTERNATIONAL, INC. COMMON WORK RESULTS FOR ELECTRICAL

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

B. Do not scale drawings. Obtain dimensions for layout of equipment from Architectural plans unless indicated on Electrical plans.

C. Bring all discrepancies shown on different drawings, between drawings and specifications or between documents and field conditions to the immediate attention of the Architect.

D. Equipment layout is based on one manufacturer's product. Where equipment selected by the Contractor for use on the job differs from layout, the Contractor shall be responsible for coordinating space requirements and connection arrangements.

1.7 SUBMITTALS:

A. Shop Drawings and Product Data: 1. The Contractor shall submit for review by the Architect data of materials and equipment to be

incorporated in the work. Submittals shall be supported by descriptive material, catalogs, cuts, diagrams, performance curves, and charts published by the manufacturer to show conformance to specification and drawing requirements; model numbers alone will not be acceptable. Provide complete electrical characteristics for all equipment. Submittals for lighting fixtures shall include Photometric data.

2. Refer to the individual sections for identified equipment and materials for which submittals are required.

3. Refer to the SHOP DRAWINGS, PRODUCT DATA AND SAMPLES section for required procedures.

B. Record Documents 1. Refer to Division 1 for record documents and related submittals.

1.8 OPERATION AND MAINTENANCE DATA AND INSTRUCTIONS

A. Refer to Division 1 for detail requirements.

B. Printed Material: Provide required printed material for binding in operation and maintenance manuals.

C. Instructions of Owner Personnel: 1. Before final inspection, as designated by the Architect provide a competent representative to

instruct Owner's designated personnel in systems under this division of the specifications. For equipment requiring seasonal operation, perform instructions for other season within six months unless requested otherwise.

2. Use operation and maintenance manuals as basis of instruction. Review contents of manual with personnel in detail to explain all aspects of operation and maintenance.

3. Prepare and insert additional data in Operation and Maintenance Manual when need for such data becomes apparent during instruction.

1.9 EQUIPMENT REQUIRING ELECTRICAL SERVICE

A. Review all specification sections and drawings for equipment requiring electrical service. Provide service to and make connections to all such equipment requiring electrical service. Refer to ELECTRICAL CONNECTIONS FOR EQUIPMENT section for connection requirements.

B. Drawings indicate design loads and voltages and corresponding control equipment, feeders, and over current devices. If equipment actually furnished has loads other than those indicated on the drawings or specified herein, control equipment, feeders, and over current devices shall be adjusted in size accordingly at no additional cost to the Owner. Such adjustment shall be subject to the review of the Architect.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0500 - 3 ROSSER INTERNATIONAL, INC. COMMON WORK RESULTS FOR ELECTRICAL

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

C. Incidental items not indicated on Drawings or mentioned in Specifications but that can legitimately and reasonably be inferred to belong to the Work or be necessary in good practice to provide a complete system, shall be furnished and installed as though itemized here in detail. This includes connection requirements for air conditioning and refrigeration equipment as outlined by NEC Article 440.

1.10 MECHANICAL SYSTEMS INTERFACE

A. All control wiring for plumbing and heating, ventilating and air conditioning systems shall be installed under Division 23. Review Division 23 specifications and shop drawings for control systems to assure compatibility between equipment furnished under Division 26 and wiring furnished under Division 23.

B. Power wiring to all motors and motor controllers and between motors and controllers shall be provided in Division 26.

C. All electric heating equipment shall be provided and installed under Division 23 - HEATING, VENTILATING AND AIR CONDITIONING. Power wiring to all electric heating equipment shall be provided under Division 26 of these specifications.

1.11 SCHEDULING OF OUTAGES

A. Electrical work requiring interruption of electrical power, which would adversely affect the normal operation of the other portions of the Owner's property, shall be coordinated with the Owner.

B. Schedule all work requiring interruption of electrical power two weeks prior to actual shutdown. Submit schedule in writing indicating extent of system to be de-energized, date and time when power is intended to be interrupted, and date and time power will be restored. Schedule shall be subject to the approval of the Architect and the Representative of the Owner.

1.12 SITE INVESTIGATION

A. Prior to submitting bids of the project, visit the site of the work to become aware of existing conditions which may affect the cost of the project. Where work under this project requires extension, relocation, reconnections or modifications to existing equipment or systems, the existing equipment or systems, shall be restored to their original condition, with the exception of the work under this contract, before the completion of this project.

B. Verify the system primary voltage from the utility serving the project and transmit written verification to the Architect prior to submitting shop drawings or ordering any material which is voltage rated for use on the primary system.

PART 2 - PRODUCTS

2.1 MATERIALS

A. All materials shall be new.

B. Furnish all materials specified herein or indicated on the drawings.

C. Materials of the same type shall be the product of one manufacturer.

D. All materials shall be UL listed and shall bear UL label. ETL listed material shall bear ETL label. ETL label shall be accepted in lieu of UL when the UL testing standards have been followed.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0500 - 4 ROSSER INTERNATIONAL, INC. COMMON WORK RESULTS FOR ELECTRICAL

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 3 - EXECUTION

3.1 PRODUCT DELIVERY, STORAGE, HANDLING, AND PROTECTION

A. Inspect materials upon arrival at Project and verify conformance to Contract Documents. Prevent unloading of unsatisfactory material. Handle materials in accordance with manufacturer's applicable standards and suppliers recommendations, and in a manner to prevent damage to materials. Store packaged materials in original undamaged condition with manufacturer's labels and seals intact. Containers which are broken, opened, damaged, or watermarked are unacceptable and shall be removed from the premises.

B. All material, except items specifically designed to be installed outdoors, such as pad mounted transformers or stand-by generators, shall be stored in an enclosed, dry building or trailer. Areas for general storage shall be provided by the Contractor. Provide temperature and/or humidity control where applicable. No material for installation, including conductors, shall be stored other than in an enclosed weather tight structure. Equipment stored other than as specified above shall be removed from the premises.

C. Equipment and materials shall not be installed until such time as the environmental conditions of the job site are suitable to protect the equipment or materials. Conditions shall be those for which the equipment or materials are designed to be installed. Equipment and materials shall be protected from water, direct sunlight, cold or heat and high humidity at all times. Equipment or materials damaged or which are subjected to these elements are unacceptable and shall be removed from the premises and replaced.

3.2 CLEANING AND PAINTING

A. Remove oil, dirt, grease and foreign materials from all raceways, fittings, boxes, panelboard trims and cabinets to provide a clean surface for painting. Touchup scratched or marred surfaces of lighting fixtures, panel board and cabinet trims, motor control center, and switchboard or equipment enclosures with paint furnished by the equipment manufacturers specifically for that purpose.

B. Do not paint trim covers for flush mounted panelboards, telephone cabinets, pull boxes, junction boxes and control cabinets unless required by the Architect, National Electrical Code or other Sections of the specifications. Remove trim covers before painting. Under no conditions shall locks, latches or exposed trim clamps be painted.

C. Unless indicated on the drawings or specified herein to the contrary, all painting shall be done under the PAINTING Section of these Specifications.

D. Where plywood backboards are used to mount equipment provided under Division 26, paint backboards with two coats of light grey semi-gloss paint under Division 26.

3.3 EXCAVATION, TRENCHING AND BACKFILLING

A. Perform all excavation to install conduits indicated on the drawings or specified herein. During excavation, pile material for backfilling back from the banks of the trench to avoid overloading and to prevent slides and cave-ins. Provide shoring as required by OSHA Standards. Remove and dispose of all excavated materials not to be used for backfill. Grade to prevent surface water from flowing into trenches and excavation. Remove any water accumulating therein by pumping. Do all excavation by open cut. No tunneling shall be done unless indicated on the drawings or unless written permission is received from the Architect.

B. Grade the bottom of trenches to provide uniform bearing and support for conduits on undisturbed soil at every point along its entire length. Tamp overdepths with loose, granular, moist earth. Remove unstable soil that is not capable of supporting equipment or installation and replace with specified material for a minimum of 12" below invert of equipment or installation.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0500 - 5 ROSSER INTERNATIONAL, INC. COMMON WORK RESULTS FOR ELECTRICAL

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

C. Backfill the trenches with excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand and gravel or soft shale, free from large clods of earth and stones, deposited in 6" layers and rammed until the installation has a cover of not less than the adjacent ground but not greater than 2" above existing ground. Backfilling shall be carried on simultaneously on both sides of the trench so that injurious pressures do not occur. Compaction of the filled trench shall be at least equal to that of the surrounding undisturbed material. Do not settle backfill with water. Reopen any trenches not meeting compaction requirements or where settlement occurs, refill, compact, and restore surface to grade and compaction indicated on the drawings, mounded over and smoothed off.

3.4 ELECTRICAL SYSTEMS OPERATIONAL TESTS, MANUFACTURERS SYSTEMS CERTIFICATION AND DESIGN AUTHORITY ASSISTANCE.

A. Testing 1. Refer to the individual specification sections and the ELECTRICAL EQUIPMENT

ACCEPTANCE TESTING section of the specifications for test requirements. 2. Prior to the final inspection, the systems or equipment shall be tested and reported as therein

specified. Five (5) typewritten copies of the tests shall be submitted to the Architect for approval. 3. All electrical systems shall be tested for compliance with the specifications.

B. Manufacturers Certifications 1. The electrical systems specified herein shall be reviewed for compliance with these specifications,

installation in accordance with the manufacturer’s recommendations and system operation by a representative of the manufacturer. The manufacturer shall submit certification that the system has been reviewed by the manufacturer is installed in accordance with the manufacturer's recommendations and is operating in accordance with the specifications.

2. Provide manufacturers certification for the following systems: a. Engine Driven EPSS b. Lighting Control System c. Fire Alarm System d. Lightning Protection System

C. Design Authority Assistance 1. The Contractor shall provide personnel to assist the Architect or his representative during all

construction review visits. The Contractor shall provide all necessary tools and equipment to demonstrate the system operation and provide access to equipment, including screwdrivers, wrenches, ladders, flashlights, circuit testing devices, meters, keys, radios, etc.

2. Remove equipment covers (i.e. panelboard trims, motor controls, device plates, and junction box covers) as directed for inspection of internal wiring. Accessible ceilings shall be removed as directed for inspection of equipment installed above ceilings.

3. Energize and de-energize circuits and equipment as directed. Demonstrate operation of equipment and systems as directed by the Representative.

4. All pad mounted transformers shall be open for inspection. 5. The Contractor shall provide authorized representatives of the manufacturers to demonstrate to the

Architect compliance with the specifications of their respective system during or prior to the final inspection at a time designated by the Architect. Refer to the specific specification section for additional testing requirements. Representatives of the following systems are required for demonstrations: a. Engine Driven EPSS b. Lighting Control System

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0500 - 6 ROSSER INTERNATIONAL, INC. COMMON WORK RESULTS FOR ELECTRICAL

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

THIS PAGE INTENTIONALLY LEFT BLANK

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0519 - 1 ROSSER INTERNATIONAL, INC. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 26 0519 - 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. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 3. Sleeves and sleeve seals for cables.

B. Related Sections include the following: 1. Division 26 Section "Medium-Voltage Cables" for single-conductor and multiconductor cables,

cable splices, and terminations for electrical distribution systems with 2001 to 35,000 V. 2. Division 26 Section "Undercarpet Electrical Power Cables" for flat cables for undercarpet

installations.

1.3 DEFINITIONS

A. EPDM: Ethylene-propylene-diene terpolymer rubber.

B. NBR: Acrylonitrile-butadiene rubber.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Qualification Data: For testing agency.

C. Field quality-control test reports.

1.5 QUALITY ASSURANCE

A. Contactor shall perform all testing specified herein.

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.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0519 - 2 ROSSER INTERNATIONAL, INC. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1.6 COORDINATION

A. Set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed.

PART 2 - PRODUCTS

2.1 CONDUCTORS AND CABLES

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire & Cable Company. 5. Southwire Company.

C. Aluminum and Copper Conductors: Comply with NEMA WC 70. See Special Note S7 on Drawing Sheet E0.01.

D. Conductor Insulation: Comply with NEMA WC 70 for Types THW, THHN-THWN, XHHW, UF USE, and SO.

2.2 CONNECTORS AND SPLICES

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-Z/Gedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp.

C. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated.

2.3 SLEEVES FOR CABLES

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch thickness as indicated and of length to suit application.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0519 - 3 ROSSER INTERNATIONAL, INC. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

2.4 SLEEVE SEALS

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

C. Basis-of-Design Product: Subject to compliance with requirements, provide a comparable product by one of the following: 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc.

D. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM or NBR interlocking links shaped to fit surface of cable or conduit.

Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Stainless steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing

elements. Include one for each sealing element.

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.

C. Feeders: Aluminum for feeders 100 AMPS and larger.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Service Entrance: Type THHN-THWN, single conductors in raceway or Type XHHW, single conductors in raceway. Exposed Feeders: Type THHN-THWN, single conductors in raceway.

B. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway, metal-clad cable, Type MC. See Special Note S7 on Drawing Sheet E0.01.

C. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-THWN, single conductors in raceway.

D. Feeders Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0519 - 4 ROSSER INTERNATIONAL, INC. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

E. Feeders in Cable Tray: Type THHN-THWN, single conductors in raceway, Armored cable, Type AC, Metal-clad cable, Type MC.

F. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway, metal-clad cable, Type MC.

G. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway, metal-clad cable, Type MC.

H. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-THWN, single conductors in raceway.

I. Branch Circuits Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway, metal-clad cable, Type MC.

J. Branch Circuits in Cable Tray: Type THHN-THWN, single conductors in raceway, Armored cable, Type AC, and Metal-clad cable, Type MC.

K. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application.

L. Class 1 Control Circuits: Type THHN-THWN, in raceway.

M. Class 2 Control Circuits: Type THHN-THWN, in raceway or Power-limited cable, concealed in building finishes, and Power-limited tray cable, in cable tray.

3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated.

B. 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.

C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

E. Support cables according to Division 26 Section "Hangers and Supports for Electrical Systems."

F. Identify and color-code conductors and cables according to Division 26 Section "Identification for Electrical Systems."

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 and UL 486B.

B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0519 - 5 ROSSER INTERNATIONAL, INC. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors.

C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.

3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Rectangular Sleeve Minimum Metal Thickness: 1. For sleeve rectangle perimeter less than 50 inches and no side greater than 16 inches, thickness

shall be 0.052 inch. 2. For sleeve rectangle perimeter equal to, or greater than, 50 inches and 1 or more sides equal to, or

greater than, 16 inches, thickness shall be 0.138 inch.

E. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

F. Cut sleeves to length for mounting flush with both wall surfaces.

G. Extend sleeves installed in floors 2 inches above finished floor level.

H. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and cable unless sleeve seal is to be installed or unless seismic criteria require different clearance.

I. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies.

J. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and cable, using joint sealant appropriate for size, depth, and location of joint according to Division 07 Section "Joint Sealants."

K. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at cable penetrations. Install sleeves and seal with firestop materials according to Division 07 Section "Penetration Firestopping."

L. Roof-Penetration Sleeves: Seal penetration of individual cables with flexible boot-type flashing units applied in coordination with roofing work.

M. Aboveground Exterior-Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals.

N. Underground Exterior-Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between cable and sleeve for installing mechanical sleeve seals.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0519 - 6 ROSSER INTERNATIONAL, INC. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3.6 SLEEVE-SEAL INSTALLATION

A. Install to seal underground exterior-wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for cable material and size. Position cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

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 Division 07 Section "Penetration Firestopping."

3.8 FIELD QUALITY CONTROL

A. Contractor to perform tests and inspections and prepare test reports.

B. Perform tests and inspections and prepare test reports.

C. Tests and Inspections: 1. After installing conductors and cables and before electrical circuitry has been energized,

test service entrance and feeder conductors for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance

Testing Specification. Certify compliance with test parameters. 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final

Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice

11 months after date of Substantial Completion. 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.

D. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve

compliance with requirements.

E. Remove and replace malfunctioning units and retest as specified above.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0529 - 1 ROSSER INTERNATIONAL, INC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 26 0529 - 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. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents.

C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

D. 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 SUBMITTALS

A. Product Data: For the following: 1. Steel slotted support systems. 2. Nonmetallic slotted support systems.

B. Shop Drawings: Signed and sealed by a qualified professional engineer. Show fabrication and installation details and include calculations for the following: 1. Trapeze hangers. Include Product Data for components. 2. Steel slotted channel systems. Include Product Data for components.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0529 - 2 ROSSER INTERNATIONAL, INC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3. Nonmetallic slotted channel systems. Include Product Data for components. 4. Equipment supports.

C. Welding certificates.

1.6 QUALITY ASSURANCE

A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Comply with NFPA 70.

1.7 COORDINATION

A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03.

B. Coordinate installation of roof curbs, equipment supports, and roof penetrations. These items are specified in Division 07 Section "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: 2. Manufacturers: Subject to compliance with requirements, provide products by one of 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.

3. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4. 4. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied

according to MFMA-4. 5. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 6. Channel Dimensions: Selected for applicable load criteria.

B. Nonmetallic Slotted Support Systems: Structural-grade, factory-formed, glass-fiber-resin channels and angles with 9/16-inch- diameter holes at a maximum of 8 inches o.c., in at least 1 surface. 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: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the

following: a. Allied Tube & Conduit.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0529 - 3 ROSSER INTERNATIONAL, INC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

b. Cooper B-Line, Inc.; a division of Cooper Industries. c. Fabco Plastics Wholesale Limited. d. Seasafe, Inc.

3. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items.

4. Fitting and Accessory Materials: Same as channels and angles, except metal items may be stainless steel.

5. Rated Strength: Selected to suit applicable load criteria.

C. Raceway and Cable Supports: As described in NECA 1 and NECA 101.

D. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.

E. 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.

F. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

G. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete,

steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where 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:

b. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hilti Inc. 2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit.

2. Mechanical-Expansion Anchors: Insert-wedge-type, 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:

b. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti Inc. 4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5) MKT Fastening, LLC.

3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58.

4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element.

5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0529 - 4 ROSSER INTERNATIONAL, INC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

6. Toggle Bolts: All-steel springhead type. 7. 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.

B. Materials: Comply with requirements in Division 05 Section "Metal Fabrications" for steel shapes and plates.

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 required by 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 two-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 1EMT, 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.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0529 - 5 ROSSER INTERNATIONAL, INC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

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. 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.

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.

3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

A. Comply with installation requirements in Division 05 Section "Metal Fabrications" for site-fabricated metal supports.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.

C. 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 Division 03 Section "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.

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. Touchup: Comply with requirements in Division 09Painting Sections for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0529 - 6 ROSSER INTERNATIONAL, INC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

THIS PAGE INTENTIONALLY LEFT BLANK

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 1 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 26 0533 - 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. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

B. Related Sections include the following: 1. Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior

ductbanks, manholes, and underground utility construction.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing.

B. ENT: Electrical nonmetallic tubing.

C. EPDM: Ethylene-propylene-diene terpolymer rubber.

D. FMC: Flexible metal conduit.

E. IMC: Intermediate metal conduit.

F. LFMC: Liquidtight flexible metal conduit.

G. LFNC: Liquidtight flexible nonmetallic conduit.

H. NBR: Acrylonitrile-butadiene rubber.

I. RNC: Rigid nonmetallic conduit.

1.4 SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work. 1. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring, including the following:

a. Duct entry provisions, including locations and duct sizes. b. Frame and cover design.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 2 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

c. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons. e. Joint details.

C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit groups with common

supports.

D. Manufacturer Seismic Qualification Certification: Submit certification that enclosures and cabinets and their mounting provisions, including those for internal components, will withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." Include the following: 1. Basis for Certification: Indicate whether withstand certification is based on actual test of

assembled components or on calculation. a. The term "withstand" means "the cabinet or enclosure will remain in place without

separation of any parts when subjected to the seismic forces specified and the unit will retain its enclosure characteristics, including its interior accessibility, after the seismic event.

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.

E. Qualification Data: For professional engineer and testing agency.

F. Source quality-control test reports.

1.5 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70.

PART 2 - PRODUCTS

2.1 METAL CONDUIT AND TUBING

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Alflex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri-Flex Co. 6. Manhattan/CDT/Cole-Flex. 7. Maverick Tube Corporation.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 3 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

8. O-Z Gedney; a unit of General Signal. 9. Wheatland Tube Company.

C. Rigid Steel Conduit: ANSI C80.1.

D. Aluminum Rigid Conduit: ANSI C80.5.

E. IMC: ANSI C80.6.

F. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit or IMC. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch minimum.

G. EMT: ANSI C80.3.

H. FMC: Zinc-coated steel or aluminum.

I. LFMC: Flexible steel conduit with PVC jacket.

J. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. 2. Fittings for EMT: Steel, compression type. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness, 0.040 inch with overlapping

sleeves protecting threaded joints.

K. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity.

2.2 NONMETALLIC CONDUIT AND TUBING

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc.; Anaconda Metal Hose. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp.; Pipe & Plastics Group. 6. Condux International, Inc. 7. ElecSYS, Inc. 8. Electri-Flex Co. 9. Lamson & Sessions; Carlon Electrical Products. 10. Manhattan/CDT/Cole-Flex. 11. RACO; a Hubbell Company. 12. Thomas & Betts Corporation.

C. ENT: NEMA TC 13.

D. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 4 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

E. LFNC: UL 1660.

F. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material.

G. Fittings for LFNC: UL 514B.

2.3 OPTICAL FIBER/COMMUNICATIONS CABLE RACEWAY AND FITTINGS

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Arnco Corporation. 2. Endot Industries Inc. 3. IPEX Inc. 4. Lamson & Sessions; Carlon Electrical Products.

C. Description: Comply with UL 2024; flexible type, approved for plenum installation.

2.4 METAL WIREWAYS

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper B-Line, Inc. 2. Hoffman. 3. Square D; Schneider Electric.

C. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 3R, unless otherwise indicated.

D. Fittings and Accessories: Include 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.

E. Wireway Covers: Screw-cover type.

F. Finish: Manufacturer's standard enamel finish.

2.5 NONMETALLIC WIREWAYS

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Hoffman. 2. Lamson & Sessions; Carlon Electrical Products.

C. Description: Fiberglass polyester, extruded and fabricated to size and shape indicated, with no holes or knockouts. Cover is gasketed with oil-resistant gasket material and fastened with captive screws treated for corrosion resistance. Connections are flanged, with stainless-steel screws and oil-resistant gaskets.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 5 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

D. Description: PVC plastic, extruded and fabricated to size and shape indicated, with snap-on cover and mechanically coupled connections with plastic fasteners.

E. Fittings and Accessories: Include 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.

2.6 SURFACE RACEWAYS

A. Surface Metal Raceways: Galvanized steel with snap-on covers. See Editing Instruction No. 1 in the Evaluations for cautions about naming manufacturers and products. Retain one of two subparagraphs and list of manufacturers below. See Division 01 Section "Product Requirements." 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: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the

following: a. Thomas & Betts Corporation. b. Walker Systems, Inc.; Wiremold Company (The). c. Wiremold Company (The); Electrical Sales Division.

B. Surface Nonmetallic Raceways: Two-piece construction, manufactured of rigid PVC. 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: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the

following: a. Butler Manufacturing Company; Walker Division. b. Enduro Systems, Inc.; Composite Products Division. c. Hubbell Incorporated; Wiring Device-Kellems Division. d. Lamson & Sessions; Carlon Electrical Products. e. Panduit Corp. f. Walker Systems, Inc.; Wiremold Company (The). g. Wiremold Company (The); Electrical Sales Division. h.

2.7 BOXES, ENCLOSURES, AND CABINETS

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc. 2. EGS/Appleton Electric. 3. Erickson Electrical Equipment Company. 4. Hoffman. 5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 6. O-Z/Gedney; a unit of General Signal. 7. RACO; a Hubbell Company. 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet Division. 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The). 13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 6 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

C. Sheet Metal Outlet and Device Boxes: NEMA OS 1.

D. Cast-Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with gasketed cover.

E. Nonmetallic Outlet and Device Boxes: NEMA OS 2.

F. Metal Floor Boxes: Cast metal, fully adjustable, rectangular.

G. Nonmetallic Floor Boxes: Nonadjustable, round.

H. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

I. Cast-Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover.

J. Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous-hinge cover with flush latch, unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Plastic, finished inside with radio-frequency-resistant paint].

K. Cabinets: 1. NEMA 250, Type 1, 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.

2.8 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING

A. Description: Comply with SCTE 77. 1. Color of Frame and Cover: Gray 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise

indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load

rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." "TELEPHONE." as indicated for each service. 6. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering ducts for

secure, fixed installation in enclosure wall. 7. Handholes 12 inches wide by 24 inches long and larger shall have inserts for cable racks and

pulling-in irons installed before concrete is poured.

B. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel or fiberglass or a combination of the two. 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: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the

following: 3. Basis-of-Design Product: Subject to compliance with requirements, provide a comparable product

by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 7 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

d. NewBasis.

2.9 SLEEVES FOR RACEWAYS

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch thickness as indicated and of length to suit application.

D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

2.10 SLEEVE SEALS

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:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

C. Basis-of-Design Product: Subject to compliance with requirements, provide a comparable product by one of the following: 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc.

D. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM or NBR interlocking links shaped to fit surface of cable or conduit.

Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Stainless steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing

elements. Include one for each sealing element.

2.11 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES

A. Handhole and Pull-Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or

manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with

ISO 9000 and ISO 10012, and traceable to NIST standards.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 8 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit, IMC or Type EPC-40-PVC. 2. Concealed Conduit, Aboveground: Rigid steel conduit, IMC or RNC, Type EPC-40-PVC. 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 or LFNC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R or 4. 6. Application of Handholes and Boxes for Underground Wiring:

a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77, Tier 15 structural load rating.

b. Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer-concrete units, SCTE 77, Tier 8 structural load rating.

c. Handholes and Pull Boxes Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf (13 345-N) vertical loading.

B. Comply with the following indoor applications, unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: EMT or RNC. 2. Exposed, Not Subject to Severe Physical Damage: EMT or RNC identified for such use. 3. Exposed and Subject to Severe Physical Damage: Rigid steel conduit or IMC. Includes raceways

in the following locations: a. Loading dock. b. Corridors used for traffic of mechanized carts, forklifts, and pallet-handling units. c. Mechanical rooms. d.

4. Concealed in Ceilings and Interior Walls and Partitions: EMT. 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: Rigid steel conduit. 7. Raceways for Optical Fiber or Communicatons Cable in Spaces Used for Environmental Air:

Plenum-type. 8. Raceways for Optical Fiber or Communications Cable Risers in Vertical Shafts: EMT. 9. Raceways for Concealed General Purpose Distribution of Optical Fiber or Communications Cable:

EMT. 10. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel in

damp or wet locations.

C. Minimum Raceway Size: 1/2-inch trade size.

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. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material.

Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 9 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve.

F. Do not install aluminum conduits in contact with concrete.

3.2 INSTALLATION

A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter.

B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation.

D. Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems."

E. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

F. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed.

G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated.

H. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where

at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Change from ENT to RNC, Type EPC-40-PVC, rigid steel conduit, or IMC before rising above

the floor.

I. 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.

J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG.

K. 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.

L. Raceways for Optical Fiber and Communications Cable: Install raceways, metallic and nonmetallic, rigid and flexible, as follows: 1. 3/4-Inch Trade Size and Smaller: Install raceways in maximum lengths of 50 feet . 2. 1-Inch Trade Size and Larger: Install raceways in maximum lengths of 75 feet . 3. Install with a maximum of two 90-degree bends or equivalent for each length of raceway unless

Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements.

M. Install raceway sealing fittings at suitable, approved, and accessible locations 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 at the following points:

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 10 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where otherwise required by NFPA 70.

N. Expansion-Joint Fittings for RNC: Install in each run of aboveground conduit that is located where environmental temperature change may exceed 30 deg F , and that has straight-run length that exceeds 25 feet. 1. Install expansion-joint fittings for each of the following locations, and provide type and quantity

of fittings that accommodate temperature change listed for location: 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 the Outdoors without Physical Separation: 125 deg F

temperature change. d. Attics: 135 deg F temperature change.

2. 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.

3. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at the time of installation.

O. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for recessed and semirecessed lighting fixtures, ]equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage.

P. 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.

Q. Set metal floor boxes level and flush with finished floor surface.

R. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface.

3.3 INSTALLATION OF UNDERGROUND CONDUIT

A. Direct-Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom

as specified in Division 31 Section "Earth Moving" for pipe less than 6 inches in nominal diameter.

2. Install backfill as specified in Division 31 Section "Earth Moving." 3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of

conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving."

4. Install manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub-up ducts throughout the length of the elbow.

5. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling

with 3 inches of concrete.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 11 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

b. For stub-ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment.

6. Warning Planks: Bury warning planks approximately 12 inches above direct-buried conduits, placing them 24 inches o.c. Align planks along the width and along the centerline of conduit.

3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade.

D. Install handholes and boxes with bottom below the frost line.

E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure.

F. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Rectangular Sleeve Minimum Metal Thickness: 1. For sleeve cross-section rectangle perimeter less than 50 inches and no side greater than 16 inches

thickness shall be 0.052 inch . 2. For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches and 1 or more

sides equal to, or greater than, 16 inches , thickness shall be 0.138 inch .

E. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

F. Cut sleeves to length for mounting flush with both surfaces of walls.

G. Extend sleeves installed in floors 2 inches above finished floor level.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 0533 - 12 ROSSER INTERNATIONAL, INC. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

H. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway unless sleeve seal is to be installed or unless seismic criteria require different clearance.

I. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies.

J. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation.

K. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway penetrations. Install sleeves and seal with firestop materials. Comply with Division 07 Section "Penetration Firestopping."

L. Roof-Penetration Sleeves: Seal penetration of individual raceways with flexible, boot-type flashing units applied in coordination with roofing work.

M. Aboveground, Exterior-Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals.

N. Underground, Exterior-Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between raceway and sleeve for installing mechanical sleeve seals.

3.6 SLEEVE-SEAL INSTALLATION

A. Install to seal underground, exterior wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for raceway material and size. Position raceway in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.7 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section "Penetration Firestopping."

3.8 PROTECTION

A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by

manufacturer.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 5600 - 1 ROSSER INTERNATIONAL, INC. EXTERIOR LIGHTING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 26 5600 - EXTERIOR LIGHTING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General Conditions, Supplementary General Conditions, Special Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. The work required under this section of the specifications consists of the installation of all exterior lighting fixtures. Lighting fixtures attached to the exterior of the building are included in this section of the specifications. All materials shall be provided under this section of the specifications.

1.3 QUALITY ASSURANCE

1.4 All lighting fixtures shall be UL listed and labeled or manufactured from UL components.

A. Referenced Industry Standard: The following specifications and standards are incorporated into and become a part of this specification by reference. 1. IES LIGHTING HANDBOOK - REFERENCE / APPLICATION - LATEST EDITION.

1.5 SUBMITTALS

A. Product Data: For each luminaire and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Physical description of luminaire, including materials, dimensions, effective projected area, and

verification of indicated parameters. 2. Details of attaching luminaires and accessories. 3. Details of installation and construction. 4. Luminaire materials. 5. Photometric data based on laboratory tests of each luminaire type, complete with indicated lamps,

ballasts, and accessories. a. For indicated luminaires, photometric data shall be certified by a qualified independent

testing agency. Photometric data for remaining luminaires shall be certified by manufacturer.

b. Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products.

6. Photoelectric relays. 7. Ballasts, including energy-efficiency data. 8. Means of attaching luminaires to supports, and indication that attachment is suitable for

components involved.

B. Wiring Diagrams: Power and control wiring.

C. Operation and Maintenance Data: For lighting equipment and fixtures to include in emergency, operation, and maintenance manuals.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 5600 - 2 ROSSER INTERNATIONAL, INC. EXTERIOR LIGHTING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

PART 2 - PRODUCTS

2.1 GENERAL MATERIAL REQUIREMENTS

A. All materials shall be new, free from defects and shall be listed by, or bear the Underwriters Label where subject to such approval.

B. All fixtures installed in damp areas as classified by article 100 of the National Electric Code shall be UL listed and labeled as suitable for damp locations. All fixtures installed in wet areas as classified by the National Electric Code shall be UL listed and labeled as suitable for wet locations.

2.2 FIXTURES - FLUORESCENT

A. Fluorescent fixtures used for landscape or exterior use shall be UL wet labeled.

B. Fluorescent fixtures for exterior use shall have 0°F ballasts.

C. Surface mounted fluorescent fixtures shall be mounted on junction boxes rated for below grade mounting. Above grade junction boxes will not be allowed.

D. Fluorescent fixtures mounted in trees shall be approved by the local electrical inspector for both wiring and mounting method.

2.3 FIXTURES - HID

A. HID fixtures flush mounted within the ground shall have a watertight seal between the junction box and/or ballast housing and the fixture lamp housing to prevent the entrance of water from the conduit system (Anti-Wicking).

B. HID fixtures for exterior use shall have -20° ballasts.

C. Surface mounted HID fixtures shall be mounted on junction boxes rated for below grade mounting. Above grade junction boxes shall not be allowed.

D. HID fixtures mounted in trees shall be approved by the local electrical inspector for both wiring and mounting method.

2.4 FIXTURES - LED

A. LED Area/Roadway type luminaires or flood light luminaires shall have extruded aluminum driver enclosure thermally isolated from LED arrays or die-cast aluminum housing-cast aluminum end caps and die-cast aluminum heat sinks, interlocking housing and heat sink to provide structural rigidity. 3G vibration rated. Polyester powder coat paint electrostatically applied, five-stage iron phosphate chemically pretreatment regimen with poly prime sealer. Luminaire shall be IP65 minimum, UL Listed, suitable for wet location. Extruded aluminum arm with internal bolt guides for pole mounting. Tenon and mast arm adapters for 2-3/8 inches O.D. pipe mount; corrosive resistant hardware; 0-10V dimming capable to 10% min., field replacable 20KV or 10KV surge protection, multi-volt driver, 480V rated if required. Each luminaire is supplied with a one-piece optical cartridge system consisting of an LED engine, LED lamps offered in a variety of Kelvin temps, CRI greater than 67% at 5000K, optics, gasket, and corrosive resistant bezel.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 5600 - 3 ROSSER INTERNATIONAL, INC. EXTERIOR LIGHTING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

B. Ambient operating temperature -40 degrees C to 40 degrees C, drivers to have greater than 90% power factor and less than 10% THD. L70 to be greater than 50,000 hrs per TM-21-11.

C. Warranty shall be 5 years on luminaire, LED, driver and sensors, if required.

PART 3 - EXECUTION

3.1 GENERAL INSTALLATION

A. Lighting fixtures shall be installed per the manufacturers recommended mounting methods and the provisions of the drawings as noted.

B. Fixtures shall be installed so that no labels will be visible under normal operating conditions of the fixture.

C. All installed fixtures shall be cleaned and free of fingerprints prior to final acceptance.

D. Lighting fixtures mounted on lighting poles or standards shall not exceed the maximum rated weight or EPA wind loading for that pole or standard.

3.2 CLEANING

A. After completing installation of exposed, factory-finished lighting fixtures, inspect exposed finishes and repair damaged finishes. Clean lighting fixtures.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 26 5600 - 4 ROSSER INTERNATIONAL, INC. EXTERIOR LIGHTING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

THIS PAGE INTENTIONALLY LEFT BLANK

DAWSON COUNTY GOVERNMENT CENTER CANOPY 321400 - 1 ROSSER INTERNATIONAL, INC. UNIT PAVING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 321400

UNIT PAVING

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. Brick pavers set in aggregate setting beds for the reinstallation of disturbed areas.

1.3 DELIVERY, STORAGE, AND HANDLING

A. Store pavers on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied.

B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp.

C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided.

1.4 PROJECT CONDITIONS

A. Cold-Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing.

B. Weather Limitations for Bituminous Setting Bed: 1. Install bituminous setting bed only when ambient temperature is above 40 deg F (4 deg C) and

when base is dry. 2. Apply asphalt adhesive only when ambient temperature is above 50 deg F (10 deg C) and when

temperature has not been below 35 deg F (2 deg C) for 12 hours immediately before application. Do not apply when setting bed is wet or contains excess moisture.

C. Weather Limitations for Mortar and Grout: 1. Cold-Weather Requirements: Protect unit paver work against freezing when ambient temperature

is 40 deg F (4 deg C) and falling. Heat materials to provide mortar and grout temperatures between 40 and 120 deg F (4 and 49 deg C). Provide the following protection for completed portions of work for 24 hours after installation when the mean daily air temperature is as indicated: below 40 deg F (4 deg C), cover with weather-resistant membrane; below 25 deg F (minus 4 deg C), cover with insulating blankets; below 20 deg F (minus 7 deg C), provide enclosure and temporary heat to maintain temperature above 32 deg F (0 deg C).

2. Hot-Weather Requirements: Protect unit paver work when temperature and humidity conditions produce excessive evaporation of setting beds and grout. Provide artificial shade and windbreaks and use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 deg F (38 deg C) and higher.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 321400 - 2 ROSSER INTERNATIONAL, INC. UNIT PAVING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

a. When ambient temperature exceeds 100 deg F (38 deg C), or when wind velocity exceeds 8 mph (13 km/h) and ambient temperature exceeds 90 deg F (32 deg C), set pavers within 1 minute of spreading setting-bed mortar.

PART 2 - PRODUCTS

2.1 BRICK PAVERS

A. Brick Pavers: Reuse existing brick pavers.

2.2 AGGREGATE SETTING-BED MATERIALS

A. Graded Aggregate for Subbase: Sound, crushed stone or gravel complying with ASTM D 448 for Size No. 57.

B. Sand for Leveling Course: Sound, sharp, washed, natural sand or crushed stone complying with gradation requirements in ASTM C 33 for fine aggregate.

C. Sand for Joints: Fine, sharp, washed, natural sand or crushed stone with 100 percent passing No. 16 (1.18-mm) sieve and no more than 10 percent passing No. 200 (0.075-mm) sieve.

D. Separation Geotextile: Woven geotextile fabric, manufactured for separation applications; made from polyolefins or polyesters, with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Apparent Opening Size: No. 60 (0.250-mm) sieve, maximum; ASTM D 4751. 3. Permittivity: 0.02 per second, minimum; ASTM D 4491. 4. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355.

2.3 ACCESSORIES

A. Plastic Edge Restraints: Triangular PVC extrusions 1-3/4 inches (45 mm) high by 3-1/2 inches (89 mm) wide designed to serve as edge restraints for unit pavers; rigid type for straight edges and flexible type for curved edges, with pipe connectors and 3/8-inch (9.5-mm) diameter by 12-inch- (300-mm-) long steel spikes. 1. Manufacturer: Subject to compliance with requirements, provide products by one of the

following: a. BRICKSTOP Corporation. b. Dimex Corporation. c. PAVE TECH Inc. d. Ryerson, J. T. & Son, Inc.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas indicated to receive paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 321400 - 3 ROSSER INTERNATIONAL, INC. UNIT PAVING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

3.2 INSTALLATION, GENERAL

A. Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible in finished work.

B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures.

C. Cut unit pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable.

D. Tolerances: Do not exceed 1/16-inch (1.6-mm) unit-to-unit offset from flush (lippage) nor 1/8 inch in 24 inches (3 mm in 600 mm) and 1/4 inch in 10 feet (6 mm in 3 m) from level, or indicated slope, for finished surface of paving.

E. Provide steps made of pavers as indicated. Install paver steps before installing adjacent pavers.

F. Provide edge restraints as indicated. Install edge restraints before placing unit pavers. 1. Install edge restraints to comply with manufacturer's written instructions. Install stakes at

intervals required to hold edge restraints in place during and after unit paver installation.

3.3 AGGREGATE SETTING-BED APPLICATIONS

A. Compact soil subgrade uniformly to at least 95 percent of ASTM D 698 laboratory density.

B. Proof-roll prepared subgrade to identify soft pockets and areas of excess yielding. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed.

C. Place separation geotextile over prepared subgrade, overlapping ends and edges at least 12 inches (300 mm).

D. Place aggregate subbase and base, compact by tamping with plate vibrator, and screed to depth indicated.

E. Place aggregate subbase and base, compact to 100 percent of ASTM D 1557 maximum laboratory density, and screed to depth indicated.

F. Place drainage geotextile over compacted base course, overlapping ends and edges at least 12 inches (300 mm).

G. Place leveling course and screed to a thickness of 1 to 1-1/2 inches (25 to 38 mm), taking care that moisture content remains constant and density is loose and constant until pavers are set and compacted.

H. Treat leveling course with herbicide to inhibit growth of grass and weeds.

I. Set pavers with a minimum joint width of 1/16 inch (1.5 mm) and a maximum of 1/8 inch (3 mm), being careful not to disturb leveling base. If pavers have spacer bars, place pavers hand tight against spacer bars. Use string lines to keep straight lines. Fill gaps between units that exceed 3/8 inch (10 mm) with pieces cut to fit from full-size unit pavers. 1. When installation is performed with mechanical equipment, use only unit pavers with spacer bars

on sides of each unit.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 321400 - 4 ROSSER INTERNATIONAL, INC. UNIT PAVING

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

J. Spread dry sand and fill joints immediately after vibrating pavers into leveling course. Vibrate pavers and add sand until joints are completely filled, then remove excess sand. Leave a slight surplus of sand on the surface for joint filling.

K. Do not allow traffic on installed pavers until sand has been vibrated into joints.

L. Repeat joint-filling process 30 days later.

3.4 REPAIRING, POINTING, AND CLEANING

A. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of replacement.

B. Pointing: During tooling of joints, enlarge voids or holes and completely fill with grout. Point up joints at sealant joints to provide a neat, uniform appearance, properly prepared for sealant application.

C. Cleaning: Remove excess grout from exposed paver surfaces; wash and scrub clean. 1. Remove temporary protective coating from brick pavers as recommended by protective coating

manufacturer and as acceptable to unit paver and grout manufacturer. Trap and remove coating to prevent it from clogging drains.

END OF SECTION

DAWSON COUNTY GOVERNMENT CENTER CANOPY 334600-1 ROSSER INTERNATIONAL, INC. SUBDRAINAGE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

SECTION 334600

SUBDRAINAGE

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes underground drain lines for columns:

1. Solid-wall pipe and fittings.

1.2 SUBMITTALS

A. Product Data:

1. Solid-wall pipe and fittings.

1.3 SEQUENCE AND SCHEDULING

A. Coordinate, sequence and schedule installation of drainage pipes with foundations, electrical and other related and adjacent work.

PART 2 - PRODUCTS

2.1 DISCHARGE PIPES

A. Solid-Wall Polyethylene Plastic (PE) Drainage Tubing and Fittings: AASHTO M 252, Type S, corrugated, with smooth waterway, for coupled joints. 1. Size: 6-inch NPS (DN 150), minimum, except as otherwise shown. 2. Couplings: AASHTO M 252, corrugated, band type, matching tubing and fittings.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine surfaces and areas for suitable conditions where subdrainage systems are to be installed.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PIPING INSTALLATION

A. Install piping beginning at low points of system, true to grades and alignment indicated, with unbroken continuity of invert. Bed piping with full bearing in filtering material. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions and other requirements indicated.

DAWSON COUNTY GOVERNMENT CENTER CANOPY 334600-2 ROSSER INTERNATIONAL, INC. SUBDRAINAGE

© 2016 CONSTRUCTION DOCUMENTS AUGUST 22, 2016 BID SET

1. Canopy Subdrainage: Install piping pitched down in direction of flow, at a minimum slope of 0.5 percent and with a minimum cover of 36 inches (915 mm) unless otherwise indicated.

B. Use increasers, reducers, and couplings made for different sizes or materials of pipes and fittings being connected. Reduction of pipe size in direction of flow is prohibited.

3.3 PIPE JOINT CONSTRUCTION

A. Join PE pipe and fittings with couplings according to ASTM D 3212 with loose banded, coupled, or push-on joints.

B. Special Pipe Couplings: Join piping made of different materials and dimensions with special couplings made for this application. Use couplings that are compatible with and fit materials and dimensions of both pipes.

3.4 CONNECTIONS

A. Connect low elevations of subdrainage system to building's solid-wall-piping storm drainage system.

3.5 FIELD QUALITY CONTROL

A. Tests and Inspections:

1. After installing drainage course to top of piping, test drain piping with water to ensure free flow before backfilling.

2. Remove obstructions, replace damaged components, and repeat test until results are satisfactory.

B. Drain piping will be considered defective if it does not pass tests and inspections.

C. Prepare test and inspection reports.

3.6 CLEANING

A. Clear interior of installed piping and structures of dirt and other superfluous material as work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. Place plugs in ends of uncompleted pipe at end of each day or when work stops.

END OF SECTION 334600

CADD PLOT

$$$USER$$$

$TIME

$$$DATE$$$$

1 INCH

KEY PLAN

RELE

ASE

D

FO

R

CO

NSTR

UC

TIO

N

SHEET TITLE

$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$FILE$$$$$$$$$$$$$$$$$$$$$$$$$$$$$$

c

ROSSER PROJECT NUMBER

DRAWN BY

CHECKED BY

DATE RELEASED FOR CONSTRUCTION

CADD SHEET FILE NAME

STAMP

CONSULTANTS

MARK DATE DESCRIPTION

PRINTING AND REVISIONS

COPYRIGHT Rosser International, Inc.2016

/ /

524 West Peachtree St NW

Atlanta GA 30308

t 404 876 3800

Rosser International, Inc.

www.rosser.com

N

8/22/16

CO

NS

TR

UC

TI

ON

DO

CU

ME

NT

S

25 J

ustice

Wa

y

Da

wso

nville, G

eorgia

30

53

4

CONSTRUCTION DOCUMENTS BID SET

Da

wson

County

Govern

ment Center Canopy

16027.00.15

54.98’

52.50’

TOW 57.00’55.24’

55.24’

55.24’

55.24’55.20’ 55.20’ 55.20’

52.93’

54.77’

54.93’

BUILDING

CL

TYP

CONC WALK

EXISTING

PLANTING

EXISTING

PLANTING

EXISTING

BOLLARD TYP

EXISTING

54.34’

53.94’

53.61’

53.20’

52.73’

51.80’

51.40’

50.78’

49.83’

48.01’

50.78’47.69’

47.57’

47.81’

47.96’

48.21’

48.43’

48.59’

49.16’

49.56’

54.79’55.17’

SSSSSSSS SSS S S S S S S SS

S

S

CANOPY PLAN SCALE: �"=1’-0"A1.02

1

2’-

0"

12’-

0"

2’-

0"

6’-6"

EQ.EQ.

OF DOOR FRAME

STONE BASE WITH INSIDE

ALIGN FACE OF CAST

FRAME AND SIDEWALK

BASE WITH FACE OF DOOR

ALIGN CORNER OF CAST STONE

OF SIDEWALKS

STONE BASE WITH INTERSECTION

ALIGN CORNER OF CAST

5 EQUAL SPACES, APPROX. 11’-8"

O.C.

3 EQUAL PEIR SPACES, APPROX. 10

’-7" O.C.

LINE OF BUILDING PIERS. TYP.

ALIGN COLUMN WITH CENTER

CANOPY EAST ELEVATION SCALE: �"=1’-0"A1.02

2

CANOPY

PRE ENGINEERED ALUMINUM

FACIA

LIGHT WEIGHT CAST STONE

COLUMN CAPITOL

LIGHT WEIGHT CAST STONE

TO MATCH EXISTING BUILDING

BRICK COLUMN WRAP. COLOR

CAST STONE BASE CAP.

CAST STONE BASE

PIPE

8" UNDERGROUND DRAINAGE

2"

1’-

4"

5’-

6"

2’-

6"

A

A3.02

6"7’-8"6"

A1.02

4

CANOPY SECTION SCALE: 1/2"=1’-0"A1.02

3

CANOPY SECTION DETAIL SCALE: 1-1/2"=1’-0"A1.02

4

WELDED END CAP

J-TRACK G90 20 GAUGE

STONE FASCIA

LIGHTWEIGHT CAST

CAP AND FLAT PAN

EXTRUDED ALUMINUM

8" BEAM

1’-

8�

"11’-

4"

11’-

4"

11’-

4"

11’-

4"

11’-

4"

11’-

4"

11’-

4"

11’-

4"

11’-

4"

ARCHITECTURAL

PLANS AND DETAIL

A1.02