Loading...
Report RECRIEP mdhlum AR 2520 ITY OFTGAR D BUILDING DIVISION VOLUME ONE PROJECT MANUAL DIVISIONS 00 THRU 32 BIDDING / PERMIT DOCUMENTS A /li- 4j � l �c/ \e - t") DURHAM CENTER CO of Tigard TIGARD, OR. Approved Plans ISSUE DATE: 24 APRIL 2013 By -_ Date L1411 PROJECT NO.: 2013905.00 80460 50 'Dopfokevt OFFICE COPY SEATTLE, WASHINGTON I PORTLAND, OREGON I MAHLUM.COM MAHLUM 00 01 10 Tigard Tualatin School District TABLE OF CONTENTS Durham Center PROCUREMENT AND CONTRACTING REQUIREMENTS 1.1 Division 00 --Procurement and Contracting Requirements A. 00 01 10 -Table of Contents B. 00 21 13 - Instructions to Bidders 1. TTSD- Small works Contract 4-2013.doc C. 00 41 00- Bid Form SPECIFICATIONS 2.1 Division 01 --General Requirements A. 01 10 00 - Summary B. 01 23 00 -Alternates C. 01 30 00-Administrative Requirements D. 01 42 16- Definitions E. 01 50 00 -Temporary Facilities and Controls F. 01 78 00 - Closeout Submittals 2.2 Division 02 --Existing Conditions A. 02 41 00 - Demolition 2.3 Division 03 --Concrete (NOT USED) 2.4 Division 04-- Masonry (NOT USED) 2.5 Division 05 -- Metals (NOT USED) 2.6 Division 06--Wood. Plastics, and Composites A. 06 10 00 - Rough Carpentry 2.7 Division 07 --Thermal and Moisture Protection A. 07 31 13 - Asphalt Shingles B. 07 54 00 -Thermoplastic Membrane Roofing C. 07 62 00- Sheet Metal Flashing and Trim 1. Detail: Chimney Flashing 2. Detail: Flashing at Bell tower 3. Detail: Vent Stack Flash 4. Detail: Roof Transtions Flashing D. 07 72 00- Roof Accessories E. 07 90 05 - Joint Sealers 2.8 Division 08 --Openings (NOT USED) 2.9 Division 09--Finishes A. 09 90 00 - Painting and Coating 2.10 Division 10 --Specialties (NOT USED) 2.11 Division 11 --Equipment (NOT USED) ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 1 OF 2 Revision Issue(if appropriate)I Revision date MAHLUM 00 01 10 Tigard Tualatin School District TABLE OF CONTENTS Durham Center 2.12 Division 12-- Furnishings (NOT USED) 2.13 Division 13--Special Construction 2.14 Division 14--Conveying Equipment (NOT USED) 2.15 Division 21 -- Fire Suppression (NOT USED) 2.16 Division 22 -- Plumbing 2.17 Division 23 -- Heating,Ventilating, and Air-Conditioning(HVAC) (NOT USED) 2.18 Division 26-- Electrical A. 26 00 00 - Electrical Basic Requirements B. 26 05 19 - Low-Voltage Electrical Power Conductors and Cables C. 26 05 26 - Grounding and Bonding for Electrical Systems D. 26 05 29- Hangers and Supports for Electrical Systems and Equipment E. 26 05 33 - Raceways F. 26 05 34 - Boxes G. 26 51 00 - Lighting 2.19 Division 27 --Communications (NOT USED) 2.20 Division 28 -- Electronic Safety and Security (NOT USED) 2.21 Division 31 --Earthwork (NOT USED) 2.22 Division 32 --Exterior Improvements (NOT USED) 2.23 Division 33 --Utilities (NOT USED) APPENDIX 1 HAZARDOUS MATERIAL SAMPLING INVENTORY END OF TABLE OF CONTENTS ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 2 Revision Issue Of appropriate)I Revision date MAHLUM 00 21 13 Tigard Tualatin School District INSTRUCTIONS TO BIDDERS Durham Center SUMMARY 1.1 See AIA Document A701 (1997 Edition), Instructions to Bidders available at Mahlum Architects. 1.2 DOCUMENT INCLUDES A. Invitation 1. Bid Submission 2. Intent 3. Work Identified in the Contract Documents 4. Contract Time B. Bid Documents and Contract Documents 1. Definitions 2. Contract Documents Identification 3. Availability 4. Examination 5. Inquiries/Addenda 6. Product/Assembly/System Substitutions C. Site Assessment 1. Site Examination 2. Prebid Conference D. Qualifications 1. Qualifications 2. Subcontractors/Suppliers/Others E. Bid Submission 1. Submission Procedure 2. Bid Ineligibility F. Bid Enclosures/Requirements 1. Performance Assurance 2. Bid Form Requirements 3. Bid Form Signature G. Offer Acceptance/Rejection 1. Duration of Offer 2. Acceptance of Offer 1.3 RELATED DOCUMENTS A. Document 00 41 00 - Bid Form. INVITATION 2.1 BID SUBMISSION A. Bids signed and under seal, executed, and dated will be received at the office of the Owner at Tigard-Tualatin School District, 6969 SW Sandburg Street, Tigard, OR 97223 Attn: Nancy Hubbard before 2 p.m. local standard time on the 23 day of May, 2013. B. Offers submitted after the above time shall be returned to the bidder unopened. C. Offers will be opened publicly immediately after the time for receipt of bids. 2.2 INTENT A. The intent of this Bid request is to obtain an offer to perform work to complete a exterior renovation of the Durham Center located at 8040 SW Durham Road, Tigard, OR 97224 for a Stipulated Sum contract, in accordance with the Contract Documents. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 5 Revision Issue Of appropriate)I Revision date MAHLUM 00 21 13 Tigard Tualatin School District INSTRUCTIONS TO BIDDERS Durham Center 2.3 WORK IDENTIFIED IN THE CONTRACT DOCUMENTS A. Work of this proposed Contract comprises exterior renovation, including general construction Work. 2.4 CONTRACT TIME A. Perform the Work within the time stated in Section 01 10 00 - Summary. B. The bidder, in submitting an offer, accepts the Contract Time period stated for performing the Work. The completion date in the Agreement shall be the Contract Time added to the commencement date. The bidder may suggest a revision to the Contract Time with a specific adjustment to the Bid Amount. BID DOCUMENTS AND CONTRACT DOCUMENTS 3.1 DEFINITIONS A. Bid Documents: Contract Documents supplemented with Invitation to Bid, Instructions to Bidder and Bid Form. B. Bid, Offer, or Bidding: Act of submitting an offer under seal. C. Bid Amount: Monetary sum identified by the Bidder in the Bid Form. 3.2 CONTRACT DOCUMENTS IDENTIFICATION A. The Contract Documents are identified as Project Number 2013905.00, as prepared by Architect who is located at 1231 NW Hoyt, Suite 201, Portland Or 97209, and with contents as identified in the Table of Contents. 3.3 AVAILABILITY A. Bid documents may be obtained at Precision Images, 900 SE Sandy Blvd. Portland, Or 97214 503.274.2030, Attn: Erica Ryon. B. One sets of Bid Documents can be obtained by general contract bidders upon receipt of a refundable deposit, by cash, in the amount of$50.00 for one set. Additional sets may be obtained at contractor cost. C. Bid documents will be available electronically. D. Bid Documents are made available only for the purpose of obtaining offers for this project. Their use does not grant a license for other purposes. 3.4 EXAMINATION A. Upon receipt of Bid Documents verify that documents are complete. Notify Architect should the documents be incomplete. B. Immediately notify Architect upon finding discrepancies or omissions in the Bid Documents. 3.5 INQUIRIES/ADDENDA A. Addenda may be issued during the bidding period. All Addenda become part of the Contract Documents. Include resultant costs in the Bid Amount. B. Verbal answers are not binding on any party. C. Clarifications requested by bidders must be in writing not less than 7 days before date set for receipt of bids. The reply will be in the form of an Addendum, a copy of which will be forwarded to known recipients . ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 2 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 00 21 13 Tigard Tualatin School District INSTRUCTIONS TO BIDDERS Durham Center 3.6 PRODUCT/ASSEMBLY/SYSTEM SUBSTITUTIONS A. Where the Bid Documents stipulate a particular product, substitutions will be considered up to 10 days before receipt of bids. B. When a request to substitute a product is made, Architect may approve the substitution and will issue an Addendum to known bidders. C. The submission shall provide sufficient information to determine acceptability of such products. D. Provide complete information on required revisions to other work to accommodate each proposed substitution. E. Provide products as specified unless substitutions are submitted in this manner and accepted. SITE ASSESSMENT 4.1 SITE EXAMINATION A. Examine the project site before submitting a bid. B. The bidder is required to contact Owner at the following address and phone number in order to arrange a date and time to visit the project site: Phil Wentz at 971 - 563-1605 or Nancy Hubbard at 503-819-7505. . Site visits without prior arrangement will not be allowed. Site visits during school hours will not be allowed. 4.2 PREBID CONFERENCE/SITE VISIT A. A bidders conference has been scheduled for 3:30 p.m. on the 02 day of May, 2013 at the location of Durham Center School, 8040 SW Durham Road, Tigard, OR 97224. Meet at front stairs located at the main entry. BID SUBMISSION 5.1 SUBMISSION PROCEDURE A. Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed. B. Submit one copy of the executed offer on the Bid Forms provided, signed and sealed with the required security in a closed opaque envelope, clearly identified with bidder's name, project name and Owner's name on the outside. 5.2 BID INELIGIBILITY A. Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may at the discretion of the Owner, be declared unacceptable. B. Bid Forms, Appendices, and enclosures that are improperly prepared may, at the discretion of Owner, be declared unacceptable. C. Failure to provide security deposit, bonding or insurance requirements may, at the discretion of Owner, be waived. BID ENCLOSURES/REQUIREMENTS 6.1 SECURITY DEPOSIT A. No bid security required. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 3 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 00 21 13 Tigard Tualatin School District INSTRUCTIONS TO BIDDERS Durham Center 6.2 PERFORMANCE ASSURANCE A. Include the cost of performance assurance bonds in the Bid Amount and identify the cost on the Bid Form. 6.3 INSURANCE A. Provide an executed "Undertaking of Insurance" on the form provided stating their intention to provide insurance to the bidder in accordance with the insurance requirements of the Contract Documents. 6.4 BID FORM REQUIREMENTS A. Complete all requested information in the Bid Form and Appendices. 6.5 FEES FOR CHANGES IN THE WORK A. Include in the Bid Form, the overhead and profit fees on own Work and Work by subcontractors, applicable for Changes in the Work, whether additions to or deductions from the Work on which the Bid Amount is based. 6.6 BID FORM SIGNATURE A. The Bid Form shall be signed by the bidder, as follows: 1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under the signature. Affix seal. 2. Partnership: Signature of all partners in the presence of a witness who will also sign. Insert the word "Partner" under each signature. Affix seal to each signature. 3. Corporation: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer's capacity in which the signing officer acts, under each signature. Affix the corporate seal. If the bid is signed by officials other than the president and secretary of the company, or the president/secretary/treasurer of the company, a copy of the by-law resolution of their board of directors authorizing them to do so, must also be submitted with the Bid Form in the bid envelope. 4. Joint Venture: Each party of the joint venture shall execute the Bid Form under their respective seals in a manner appropriate to such party as described above, similar to the requirements of a Partnership. 6.7 SELECTION AND AWARD OF ALTERNATIVES A. Indicate variation of bid price for alternatives listed on the Bid Form. Unless otherwise indicated, indicate alternatives as a difference in bid price by adding to or deducting from the base bid price. B. Bids will be evaluated on the base bid price. After determination of a successful bidder, consideration will be given to alternatives and bid price adjustments. C. Bids will be evaluated on the total of the base bid price and all of the alternatives. After determination of the successful bidder, consideration will be given to which alternatives will be included in the Work. OFFER ACCEPTANCE/REJECTION 7.1 DURATION OF OFFER A. Bids shall remain open to acceptance and shall be irrevocable for a period of thirty(30) days after the bid closing date. 7.2 ACCEPTANCE OF OFFER A. Owner reserves the right to accept or reject any or all offers. END OF INSTRUCTIONS TO BIDDERS ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 00 21 13 Tigard Tualatin School District INSTRUCTIONS TO BIDDERS Durham Center ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 5 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 00 21 13 Tigard Tualatin School District /- INSTRUCTIONS TO BIDDERS Durham Center ®2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 6 OF 5 Revision Issue(if appropriate)I Revision date • TIGARD-TUALATIN SCHOOL DISTRICT NO.23J SMALL CONSTRUCTION PROJECTS CONTRACT This Contract is between TIGARD-TUALATIN SCHOOL DISTRICT NO.23J("District")and .("Contractor"). Project: The parties agree as follows: Date of Commencement and Substantial Completion. The date of commencement of the Work shall be JUNE 17,2013 or the date on which each party has signed this Contract,whichever is later. The Contract Time shall be measured from the date of commencement. Contractor shall achieve Substantial Completion of the entire Work no later than JULY 25,2013 with final completion no later than AUGUST 8,2013. Contractor's Agreement to Perform Work. Contractor agrees to perform the Work in accordance with TTSD direction,some of which may be plans and specifications,others will be design build. Statement of Work. See Exhibit 1. Contractor shall perform the Work for each project pursuant to TTSD instructions Payment for Work. District agrees to pay Contractor in accordance with Exhibit 3 and this Contract. Contract Documents. The Contract Documents consist of the following documents,which are listed in descending order of precedence: this Contract;exhibits to this Contract,including Exhibit 1(Statement of Work,Compensation,Payment and Renewal Terms);Exhibit 2(Certification Statement for Corporation or Independent Contractor);Exhibit 3(Project Bid package and Contractor Bid response);Additional Exhibits: None A conflict in the Contract Documents shall be resolved in the priority listed above with this Contract taking precedence over all other documents. The Contract Documents are the entire Contract between the parties and shall supersede any prior representation,written or oral. STANDARD TERMS AND CONDITIONS 9. Early Termination.This Contract may be terminated as follows: 1. Time is of the Essence.Time is of the essence in the performance of a. Termination by Mutual Agreement:District and Contractor,by this Contract. mutual written agreement,may tcrminate this Contract at any 2..Subcontracts.District reserves the right to reject in writing any time. proposed subcontractor,without cause,in which case Contractor shall b. Termination for Convenience:District in its sole discretion may promptly propose a substitute subcontractor. Any difference in price terminate this Contract for any reason on 30 days'written notice to arising out of such substitution shall be reflected in a Change Order. Contractor. In addition to any other provisions District may require,Contractor c. Termination for Breach:Either District or Contractor may shall require of any permitted subcontractor under this Contract that terminate this Contract in the event of a breach of the Contract by subcontractor be bound by all the same terms and conditions of this the other. Prior to such termination,the party seeking termination Contract. Such subcontracts are solely between Contractor and shall give to the other party written notice of the breach and intent subcontractor and shall not have any binding effect on District. to terminate. If the party committing the breach has not entirely 3. Assignment.This Contract is not assignable by Contractor,either cured the breach within 15 days of the date of the notice,then the whole or in part,unless Contractor has obtained the prior written party giving the notice may terminate the Contract at any time consent of District. thereafter by giving a written notice of termination. 4. Other Contractors.District may undertake or award other contracts d. Termination for Failure to Maintain Oualifications: for additional or related work,and Contractor shall fully cooperate Notwithstanding Section 9(c),District may terminate this Contract with such other contractors and with any District employees immediately by written notice to Contractor upon denial, concerned with such additional or related work,and shall coordinate suspension,revocation,or non-renewal of any license,permit,or its performance under this Contract with such additional or related certificate that Contractor must hold to provide services under this work Contractor shall not commit or permit any act that will Contract. interfere with the performance of work by any other contractor or by e. Payment on Early Termination:Upon termination pursuant to District employees. Section 9,payment shall be made as follows: 5. Independent Contractor Status.Contractor shall certify status in i. If terminated under 9(a)or 9(b)for the convenience of accordance with Exhibit 2. District,District shall pay Contractor for Work performed 6. No Third-Party Beneficiaries.District and Contractor are the only prior to the termination date if such Work was performed in parties to this Contract and are the only parties entitled to enforce its accordance with the Contract. District shall not be liable for terms. Nothing in this Contract gives or provides any benefit or right, direct,indirect,or consequential damages. Termination shall whether directly,indirectly,or otherwise,to third persons unless such not result in a waiver of any other claim that District may have third persons are individually identified by name in this Contract and against Contractor. expressly described as intended beneficiaries of this Contract. ii. If terminated under 9(c)by Contractor due to a breach by 7. Successors in Interest.The provisions of this Contract shall be District,then District shall pay Contractor for Work performed binding upon and inure to the benefit of the parties and their prior to the termination date if such Work was performed in successors and approved assigns,if any. accordance with the Contract. 8. Nonperformance.In the event of nonperformance under this iii. If terminated under 9(c)or 9(d)by District due to a breach by Contract,District,after seven(7)days'written notice,shall have the Contractor,then District shall pay Contractor for Work right to obtain from other sources such services as may be required to performed prior to the termination date,provided such Work accomplish the Work not performed,and it is agreed that the was performed in accordance with the Contract,less any setoff difference in cost,if any,for said Work or goods shall be borne by to which District is entitled. Contractor. For purposes of this Section,nonperformance shall be 10.Payment of Invoices.Unless otherwise provided in Exhibit 3,the defined as failure to appear and perform Work as specified and payment period shall be one calendar month. Payments are due and scheduled. payable thirty(30)days from receipt of Contractor's complete invoice or fifteen(15)days after payment is approved by District,whichever is earlier. District may withhold 5%of each payment as retainage 1 - Small Construction Projects Contract PDXDOCS:1940131.1 pursuant to ORS 279C.570. Retainage will be paid within 30 days of incorporated or referenced in the Contract Documents. Unless final completion and acceptance by District. otherwise noted or directed,Contractor will perform all Work in 11.Changes in the Work.District reserves the right to adjust the scope accordance with product manufacturers'recommendations or of the Work by written Change Order. No Change Order will be directions for best results. No preparatory step or installation . effective unless approved in writing by District and signed by procedure may be omitted unless specifically authorized by the Contractor. Agreement on any Change Order shall constitute a final Contract Documents or at the direction of Architect or District's settlement of all matters relating to the change in the Work that is the Representative. Conflicts between manufacturers'directions shall be subject of the Change Order,including but not limited to all direct and resolved by Architect. indirect costs associated with such change and any and all adjustments 18.Remedies.In the event of breach of this Contract,the parties shall to the Contract Sum and the construction schedule. have the following remedies: 12.Inspection and Acceptance of Work.District shall inspect a. If terminated under 9(c)by District due to a breach by Contractor, Contractor's Work and advise Contractor of any deficiencies,or if District may complete the Work either itself,by agreement with there are none,that the Work has been accepted. Contractor shall another Contractor,or by a combination thereof. If the cost of perform all additional Work necessary to correct any deficiencies completing the Work exceeds the remaining unpaid balance of the without undue delay and without additional cost to District. total compensation provided under this Contract,then Contractor 13.Right to Withhold PaN ments.District shall have the right to shall pay to District the amount of the reasonable excess. withhold from payments due Contractor such sums as necessary,in b. In addition to the remedies in sections 9 and 13 for a breach by District's sole opinion,to protect District against any loss,damage,or Contractor,District also shall be entitled to any other equitable claim that may result from Contractor's performance or failure to and legal remedies that are available. perform under this Contract or the failure of Contractor to make c. If District breaches this Contract,Contractor's remedy shall be proper payment to any suppliers or subcontractors. If a liquidated limited to termination of the Contract and receipt of Contract damages provision is contained in the Scope of Work and if payments for which Contractor has completed the Work. Contractor has violated that provision,District shall have the right to 19.Claims. withhold from payments due Contractor such sums as are required to a. Time Limits on Claims:Claims by either party must be made satisfy District's claims under that provision. within 10 days after occurrence of the event giving rise to such 14.Knowledge of Site Conditions.Contractor shall,as a condition Claim or within 10 days after the claimant first reco•ni7es the precedent to commencement of the Work(a)become familiar with the condition giving rise to the Claim,whichever is later. Claims Project site and review all analyses,studies,and test data available to must be made in writing to Architect and the other party,and Contractor concerning the conditions of the Project site,(b)inspect must identify the known bases for each Claim and the nature and the location of the Work and satisfy itself as to the condition thereof, amount of the relief sought. Failure to timely file a written claim including all structural,surface,and observed subsurface conditions, constitutes a wavier of the claim. and(c)determine(i)that the Contract Sum is just and reasonable b. Continuing Contract Performance:Pending final resolution of a compensation for all the Work,including all foreseen and foreseeable Claim except as otherwise agreed in writing,Contractor shall construction risks,hazards,and difficulties in connection therewith, proceed diligently with performance of the Contract and District (ii)that the Contract Time is adequate for the performance of the shall continue to make payments in accordance with the Contract Work,and(iii)that the Work shall not result in any lateral or vertical Documents. movement of any adjacent structure. Contractor will notify District in c. Claims for Additional Costs:If Contractor wishes to make a writing in advance of commencement of the Work if it determines that Claim for an increase in the Contract Sum,written notice as it cannot satisfy these conditions. provided herein shall be given before proceeding to execute the 15.Special Care.Contractor shall exercise special care in executing Work. Prior notice is not required for Claims relating to an subsurface work in proximity of known subsurface utilities, emergency endangering life or property. In an emergency improvements,and easements. affecting the safety of persons or property,Contractor shall act to 16.District's Right to Stop the Work prevent threatened damage,injury,or loss and shall immediately a. If Contractor fails to correct Work that is not in accordance with notify District. the requirements of the Contract Documents or fails to carry out d. Claims for Additional Time:If Contractor wishes to make a Work in accordance with the Contract Documents,District may Claim for an increase in the Contract Time,written notice as issue a written order to Contractor to stop the Work,or any provided herein shall be given. Contractor's Claim shall include portion thereof,until the cause for such order has been eliminated. an estimate of cost and of probable effect of delay on progress of b. If suspension of the Work is warranted by reason of unforeseen the Work. In the case of a continuing delay,only one Claim is conditions that may adversely affect the quality of the Work if necessary. such Work were continued,District may suspend the Work by 20.Compliance With Applicable Law.Contractor shall comply with all giving written notice to Contractor. In such event,the Contract federal,state,and local laws applicable to the Work under this Time shall be adjusted accordingly,and the Contract Sum shall be Contract,and all regulations and administrative rules established adjusted to the extent,if any,that additional costs are incurred by pursuant to those laws,including without limitation the following: reason of such suspension. a. ORS 279A.110:Contractor certifies that Contractor has not c. Notwithstanding any other provision,District's authorized discriminated and will not discriminate against a subcontractor in representative may,in his or her complete discretion,stop all of the awarding of a subcontract because the subcontractor is a the Work,or any portion of the Work,if the Work creates a safety minority,women,or emerging small business enterprise certified hazard or if a life/safety threat exists to the facility or its under ORS 200.055. occupants. Any cost to correct deficiencies in Contractor's Work a. ORS 279C.380: - - • will be borne solely by Contractor. : ! :=:' '•.: - .•_ ' . , - ... . - : . . 17.Performance of the Work.Contractor shall supervise,coordinate, • _. ._ _ . ._ . . .. and perform the Work in accordance with the Contract Documents in ::: :. . . ° .. :, '- : :_..:. a professional,safe,and workmanlike manner and in accordance with ! . -, . . !'' . : --•. . - '-••• - all laws,codes,and professional standards applicable to the industries and trades involved,including without limitation compliance with all applicable federal,state,and local building codes,District's .. _ ! - ._ . .. • _.... !! _. . .._ construction and life safety policies and procedures,certification '=-• . . . . . -- .• . - - . •- - -- -- e ' . requirements applicable to the Work,and other policies or standards 2 - Small Construction Projects Contract PDXDOCS:1940131.1 b. ORS 279C.505:Contractor shall make payment promptly,as due, performance of this Contract. These agencies include,but are not to all persons supplying to such Contractor labor or material for limited to: the prosecution of the Work provided for in such Contract;pay all i. .Federal Agencies:Department of Agriculture,Forest Service, contributions or amounts due the Industrial Accident Fund from Soil and Water Conservation Service,Coast Guard, such Contractor or subcontractor incurred in the performance of Department of Defense,Army Corps of Engineers, the Contract;not permit any lien or claim to be filed or prosecuted Department of Emergency,Federal Energy Regulatory against the state,county,school,municipality,municipal Commission,Environmental Protection Agency,Department corporation or subdivision thereof,on account of any labor or of Health and Human Services,Department of Housing and material furnished;and pay to the Department of Revenue all Urban Development,Solar Energy and Energy Conservation sums withheld from employees pursuant to ORS 316.167. Bank,Department of Interior,Bureau of Land Management, Contractor shall further demonstrate that an employee drug-testing Bureau of Indian Affairs,Bureau of Mines,Bureau of program is in place. Reclamation,Geological Survey,Minerals Management c. ORS 279C.510:If this Contract includes demolition work, Service,U.S.Fish and Wildlife Service,Department of Labor, Contractor shall salvage or recycle construction and demolition Mine Safety and Health Administration,Occupation Safety debris,if feasible and cost-effective. If this Contract includes and Health Administration,Department of Transportation, lawn or landscape maintenance,Contractor shall compost or Federal Highway Administration,Water Resources Council. mulch yard waste material at an approved site,if feasible and cost- ii. State Agencies:Department of Administrative Services, effective. Department of Agriculture,Soil and Water Conservation d. ORS 279C.515:If Contractor fails,neglects,or refuses to make Commission,Columbia River Gorge Commission,Department prompt payment of any claim for labor or services furnished to of Energy,Department of Environmental Quality,Department Contractor or a subcontractor by any person in connection with of Fish and Wildlife,Department of Forestry,Department of this Contract as such claim becomes due,District may pay such Geology and Mineral Industries,Department of Human claim to the person furnishing the labor or services and charge the Resources,Department of Consumer and Business Services, amount of the payment against funds due or to become due Land Conservation and Development Commission, Contractor by reason of this Contract. The payment of a claim in Department of Parks and Recreation,Division of State Lands, the manner authorized in this Section shall not relieve Contractor Department of Water Resources. or Contractor's surety from any obligation with respect to any iii. Local Agencies:City councils,county courts,county boards of unpaid claims. commissioners,metropolitan service district councils,design Unless the payment is subject to a good-faith dispute as defined in commissions,historic preservation commissions,planning ORS 279C.580,if Contractor or any first-tier subcontractor fails to commissions,development review commissions,special pay any claim for materials or labor furnished under this Contract district boards of directors,and other special districts and within 30 days after being paid by District,interest shall be due on special governmental agencies such as Tn-Met,urban renewal such claim as specified in ORS 279C.515(2)at the end of the 10- agencies,and port districts. day period that payment is due under ORS 279C.580(4). A person iv. Tribal Governments. with any such unpaid claim may file a complaint with the g. ORS 279C.530:Contractor shall promptly,as due,make payments Construction Contractor's Board unless the complaint is subject to to any person,copartnership,association,or corporation a good-faith dispute as defined in ORS 279C.580. furnishing medical,surgical,and hospital care or other needed e. ORS 279C.520:Contractor shall not employ any person for more care and attention,incident to sickness or injury,to the employees than 10 hours in any one day,or 40 hours in any one week,except of such Contractor,of all sums that Contractor agrees to pay for in cases of necessity,emergency,or where the public policy such services and all moneys and sums that Contractor collected absolutely requires it,and in such cases,except in cases of or deducted from the wages of employees pursuant to any law, contracts for personal services as defined in ORS 279A.055,the contract,or agreement for the purpose of providing or paying for laborer shall be paid at least time and a half pay: such service. i. For all overtime in excess of eight hours a day or 40 hours in To the extent any of Contractor's employees are covered by the any one week when the work week is five consecutive days, Oregon employment laws,Contractor,its subcontractors,if any, Monday through Friday;and and all employers working under this Contract are subject ii. For all overtime in excess of 10 hours a day or 40 hours in any employers under the Oregon Workers'Compensation Law and one week when the work week is four consecutive days, shall comply with ORS 656.017,which requires them to provide Monday through Friday;and workers'compensation coverage for all their subject workers. See iii. For work performed on Saturday and on any legal holiday Contractor Exemption Certification—Exhibit 2 if you believe you specified in any applicable collective bargaining agreement or may be exempt from this requirement. ORS 279C.540. h. ORS 279C.545:Workers employed by Contractor shall be The requirement to pay at least time and a half for all overtime foreclosed from the right to collect for any overtime under this worked in excess of 40 hours in any one week shall not apply to Contract unless a claim for payment is filed with Contractor individuals who are excluded under ORS 653.010 to 653.261 or within 90 days from the completion of the Contract,providing under 29 U.S.C.Section 201 to 209 from receiving overtime. Contractor has: Contractor shall and shall require its subcontractors to give notice i. Caused a circular clearly printed in blackface pica type and to their employees who work under this Contract in writing,either containing a copy of this section to be posted in a prominent at the time of hire or before commencement of Work on the place alongside the door of the timekeeper's office or in a Contract,or by posting a notice in a location frequented by similar place that is readily available and freely visible to any employees,of the number of hours per day and days per week that or all workers employed on the work,and the employees may be required to work. ii. Maintained such circular continuously posted from the f. ORS 279C.525:State law requires that solicitation documents for inception to the completion of the Contract on which workers a public improvement contract make specific reference to federal, are or have been employed. state,and local agencies that have enacted ordinances,rules,or i. ORS 279C.580(3):Contractor shall include in each subcontract regulations dealing with the prevention of environmental pollution for property or services with a first-tier subcontractor a clause that or the preservation of natural resources that may affect the obligates Contractor to pay the first-tier subcontractor for satisfactory performance under its subcontract within 10 days out of such amounts as are paid to Contractor by District. Contractor 3 - Small Construction Projects Contract PDXDOCS:1940131.1 shall also include in each subcontract a clause that states that if i. Contractor or Contractor's surety and every subcontractor or Contractor fails to pay any claim for materials or labor furnished subcontractor's surety shall file with District a certified under this Contract within 30 days after being paid by District, statement on a form provided by BOL1 certifying the hourly interest shall be due on such claim as specified in ORS rate of wage paid each worker employed by Contractor or 279C.515(2)at the end of the 10-day period that payment is due subcontractor on the Work and that no such worker has been under ORS 279C.580(3). Contractor shall require each first-tier paid less than the prevailing rate of wage or wage specified subcontractor to include a payment clause and interest clause under the Contract. conforming to the requirements of ORS 279C.580 in each of its ii. Notwithstanding ORS 279C.555 or 279C570(7),District shall subcontracts,and to require each of its subcontractors to include a retain 25%of all amounts earned by Contractor until similar clause in each contract with a lower-tiered subcontractor or Contractor has filed the certified statements as required by supplier. ORS 279C.845. In addition,Contractor shall retain 25%of j. ORS 279C.800 to 279C.870: any amount earned by a first-tier subcontractor until such i. This Contract is /is not XX(SEE BELOW—DAVIS subcontractor has filed the certified statements with District. BACON WAGE REQUIREMENT)_subject to payment of District and/or Contractor shall pay any such retained prevailing wages under ORS 279C.800 to 279C.870. If this amounts within 14 days after such certified statements are Contract is subject to payment of prevailing wages,Contractor filed. and any subcontractors shall pay not less than prevailing m. ORS 671.560,701.055:If Contractor is performing work as a wages to each worker in each trade or occupation employed in landscape contractor as defined in ORS 671.520(2),Contractor the performance of the Contract,as determined by the Director must have a current,valid landscape contractor's license issued of the State of Oregon Bureau of Labor and Industries under ORS 671.560. If Contractor is performing work as a ("BOLI"). The latest prevailing wage rates for public works construction contractor as defined in ORS 701.005(2),Contractor contracts in Oregon are contained in the following must have a current,valid construction contractor's license issued publications: The January 1,2013 Prevailing Wage Rates for under ORS 701.701.055. Contractor shall maintain in effect all Public Works Projects in Oregon,the January 1,2013 PWR licenses,permits,and certifications required for the performance Apprenticeship Rates. Such publications can be reviewed of the Work. Contractor shall notify District immediately if any electronically at license,permit,or certification required for performance of this http://www.boli.state.or.us/BOLUWHD/PWR/pwr_state.shtml Contract shall cease to be in effect for any reason. and are hereby incorporated as part of the Contract n. ORS 468A.710: If this Contract requires asbestos abatement, Documents. Contractor or subcontractor must possess an asbestos abatement ii. This Contract is IXX/is not_subject to payment of license as required by ORS 468A.700 et seq. prevailing wages under the federal Davis-Bacon Act(40 21.When Work Is Performed on District Property(Including U.S.C.3141 et seq.). Notwithstanding subsection k(i)of this Schools)Contractor Shall Comply With the Following: Section,if this Contract is subject to payment of prevailing a. Identification Contractor performing work on District Property or wages under the Davis-Bacon Act,Contractor and any for District shall cony photo identification and will present such, subcontractors must pay the higher of the federal prevailing to anyone on request.Contractors that do not have specific wage rate or the state prevailing wage,as determined by the uniforms for employees,shall provide identification tags as Director of BOLI. The"applicable prevailing wage rates"are described above,and or any other mechanism,the District in its those rates as set forth in the January 1,2013 Bureau of Labor sole discretion determines is required to easily identify and Industries Publications"Prevailing Wage Rates for Public Contractors. Works Contracts subject to BOTH the State PWR and Federal b. Sign-in Required. As required by schools and other District Davis Bacon Act,"and any published"Amendments/ locations,each day of work Contractor's employees shall sign into Corrections to the Prevailing Wage Rates for Public Works the Main Office to receive an in-school identification/visitors tag Contracts Subject to BOTH the State PWR and Federal Davis to be displayed on the person at all times they are in the school or Bacon Act"as of the date of this Contract. Such publications other location. can be reviewed electronically at c. No Smoking. Smoking or other use of tobacco is prohibited on http://www.boli.state.or.us/BOLUWHD/PWR/pwr_db2.shtml the District property.. and are hereby incorporated as part of the Contract d. No Weapons or Firearms.Except as provided by Oregon Statutes Documents. and District policy,weapons and firearms are prohibited on iii. District shall pay a fee to the Commissioner of the Oregon District property. Bureau of Labor and Industries as provided in ORS 279C.825. 22.When Work Is Performed in or on School Sites,Contractor Shall The fee shall be paid to the Commissioner under the Comply With the Following: administrative rule of the Commissioner. a. No Unsupervised Contact with Students. Unsupervised contact iv. Contractor and any subcontractors shall post the prevailing with students means contact with students that provide the person wage rates in a conspicuous and accessible place in or about opportunity and probability for personal communication or touch the Project. when not under direct supervision.Contractor will ensure that k. ORS 279C.836:If this Contract is subject to payment of Contractor,any subcontractors,and their officers,agents and prevailing wages under ORS 279C.800 to 279C.870,Contractor employees will have no direct unsupervised contact with students shall: while on District property. Contractor will work with the District i. File a public works bond with the Construction Contractors to ensure compliance with this requirement.If Contractor is Board pursuant to ORS 279C.836 before starting Work on the unable to ensure through a security plan that none of its officers, Project,unless exempt under ORS 279C.836(2),(7),or(8). agents or employees will have direct,unsupervised,contract with ii. Include in every subcontract a provision requiring the students in a particular circumstance or circumstances,Contractor subcontractor to file a public works bond with the shall so notify the District prior to beginning any Work that could Construction Contractors Board pursuant to ORS 279C.836 result is such contact. Contractor authorizes District to obtain before starting work on the project,unless exempt under ORS information about Contractor and Contractor's history and to 279C.836(2),(7),or(8). conduct a criminal background check,including fmgerprinting,of 1. ORS 279C.845:If this Contract is subject to payment of any officer,agent or employee of Contractor that will have prevailing wages under ORS 279C.800 to 279C.870: unsupervised contact with students. Contractor also agrees to cause Contractor's employees and/or subcontractors,if any,to 4 - Small Construction Projects Contract PDXDOCS:1940131.1 authorize District to conduct such background checks. Contractor the quality required or permitted,and that the Work will conform shall pay all fees assessed by Oregon Department of Education to the requirements of the Contract Documents. Work not for processing the background check. District may deduct the conforming to these requirements,including substitutions not cost of such fees from a progress or final payment to the properly approved and authorized,may be considered defective. Contractor under this contract,unless the Contractor elects to pay Contractor's warranty excludes remedy for damage or defect such fees directly. caused by abuse,modifications not executed by Contractor, b. Confidentiality. The Parties recognize that the Federal Education improper or insufficient maintenance,improper operation,or Privacy Rights Act(FERPA)imposes strict penalties for improper normal wear and tear and normal usage. If required by Architect disclosure or re-disclosure of confidential student information or District,Contractor shall furnish satisfactory evidence as to the including but not limited to denial of access to personally kind and quality of materials and equipment. identifiable information from education records for at least five b. Contractor guarantees all work against defects in material or years(34 CFR 99.33(e)).Therefore,consistent with the workmanship for a period of one(1)year from the date of requirements of FERPA,personally identifiable information acceptance or final payment from District,whichever is later. obtained by the Contractor in the performance of this contract c. If,after 10 days'notice,Contractor fails to proceed to cure any may not be re-disclosed to third parties without written consent of breach of this warranty,District may have the defects corrected the students'parents/guardians;and must be used only for the and Contractor and its surety shall be liable for all expenses purposes identified in this contract. incurred. In case of an emergency where,in the opinion of 23.Quality of Goods and Services.Unless otherwise specified,all District or Architect,delay would cause serious loss or damage, materials shall be new and both workmanship and materials shall be corrective work may be undertaken without advance notice to of the highest quality. MI workers and subcontractors shall be skilled Contractor,but Contractor and its surety shall remain liable for all in their trade. expenses incurred. The remedies stated in this subsection are not 24.Errors.Contractor shall perform such additional work as may be exclusive,but are cumulative of any other remedies District may necessary to correct errors in the Work required under this Contract have. without undue delays and without additional cost. d. Contractor shall assign all manufacturers'warranties to District 25.Access to Records.Contractor agrees that District and its authorized and all guarantees and warranties of goods supplied under this representatives shall have access to the books,documents,papers,and Contract shall be deemed to run to the benefit of District. records of Contractor that are directly pertinent to the specific Contractor shall provide District with all manufacturers'warranty Contract for the purpose of making audit,examination,excerpts,and documentation and operations and maintenance manuals not later transcripts. than the date of final acceptance of the Work by District. 26.Maintenance of Records.Contractor shall maintain all fiscal records 29.Employees of Contractor.At the direction of District,Contractor directly relating to this Contract in accordance with generally will immediately remove any employee of Contractor from all District accepted accounting principles. In addition,Contractor shall maintain premises where District determines,in its sole discretion,that removal any other records pertinent to this Contract in such a manner as to of such employee would be in the best interests of District. clearly document Contractor's performance. Contractor 30.Security.Any disclosure or removal of any matter and/or property, acknowledges and agrees that District's duly authorized not in conjunction with the specifications,on the part of Contractor or representatives shall have access to such fiscal records and other Contractor's employees shall be cause for immediate cancellation of books,documents,papers,plans,and writings of Contractor that are the Contract. Any liability,including but not limited to attorney fees, pertinent to this Contract to perform examinations and audits and resulting from any action or suit brought against District as a result of make excerpts and transcripts. Contractor shall retain and keep Contractor's or Contractor's employees'willful or negligent release of accessible all such fiscal records,books,documents,papers,plans, information,documents,or property contained in or on District and writings for a minimum of three(3)years,or such longer period property shall be borne by Contractor. All information,documents, as may be required by applicable law,following final payment and and property contained within these facilities shall be considered termination of this Contract or until the conclusion of any audit, privileged and confidential. controversy,or litigation arising out of or related to this Contract, 31.Indemnification. whichever date is later. a. To the fullest extent permitted by law,Contractor shall indemnify 27.Ownership of Work.All work products created by Contractor as part and hold harmless District, its officers,agents and employees of Contractor's performance of this Contract,including background from all claims,liability,loss,damage,consequential or data,documentation,and staff work that are preliminary to final otherwise,and injury of every kind,nature and description, reports,shall be the exclusive property of District. If any such work directly or indirectly resulting from activities in the performance products contain intellectual property of Contractor that is or could be of the Contract,the ownership,maintenance or use of motor protected by federal copyright,patent,or trademark laws,Contractor vehicles in connection therewith,or the acts,omissions, hereby grants District a perpetual,royalty-free,fully paid-up,non- operations,or conduct of Contractor or any Subcontractor or exclusive,and irrevocable license to copy,reproduce,deliver,publish, Supplier under the Contract or in any way arising out of the perform,dispose of,use,re-use,in whole or in part,and to authorize Contract,irrespective of whether fault is the basis of the liability others to do so,all such work products. District shall have no rights or claim. in any pre-existing work product of Contractor provided to District by b. No indemnification or insurance provided by the Contractor under Contractor in the performance of this Contract except to copy,use, this Section 31 will be required to indemnify District or its and re-use any such work product for District use only. If this employees or agents to the extent of liability for death or bodily Contract is terminated by either party or by default,District,in injury to persons or damage to property caused in whole or in part addition to any other rights provided by this Contract,may require by their own negligence,but will require indemnity to the extent Contractor to transfer and deliver such partially completed work of the fault of the Contractor or those entities or persons for whom products,reports,or other documentation that Contractor has the Contractor is responsible. specifically developed or specifically acquired for the performance of 32.Insurance.Unless otherwise provided below,Contractor shall at all this Contract. times maintain in force at Contractor's expense,the following 28.Warranty. insurance coverage: a. Contractor warrants to District and Architect that materials and a. Workers'Compensation:As required by ORS 656.017,subject equipment furnished under the Contract will be of good quality employers shall provide workers'compensation coverage in and new unless otherwise required or permitted by the Contract accordance with ORS Chapter 656 for all subject workers. Documents,that the Work will be free from defects not inherent in Contractor and all subcontractors of Contractor with one or more 5 - Small Construction Projects Contract PDXDOCS:1940131.1 employees shall have this insurance unless exempt under ORS subject to arbitration. At any time,party(ies)may endeavor to 656.027. resolve disputes by mediation. b. Commercial General Liability:Contractor shall purchase and b. Claims shall be decided by arbitration that,unless the parties maintain CGL insurance with occurrence-based coverage on ISO mutually agree otherwise,shall be in accordance with the rules of Form CG 0001(12/04 or later)or an equivalent form approved in the Arbitration Service of Portland,Inc. The demand for advance by District. The CGL insurance shall include all major arbitration shall be filed in writing with the other party to the coverage categories including bodily injury,property damage,and Contract and with the Arbitration Service of Portland,Inc.,and a completed operations coverage maintained for at least six years copy shall be filed with Architect. Exclusive venue for arbitration following final payment. The CGL insurance will also include the shall be in Portland,Oregon. following: (1)separation of insured;(2)incidental medical c. A demand for arbitration shall be made within a reasonable time malpractice;and(3)personal injury with employment exclusion after the Claim has arisen,and in no event shall it be made after deleted. Contractor shall maintain CGL insurance coverage of at the date when institution of legal or equitable proceedings based least$1,000,000 for each claim,incident,or occurrence,and at on such Claim would be barred by the applicable statute of least$2,000,000 annual aggregate coverage. limitations. c. Motor Vehicle Liability:Contractor shall purchase and maintain 36.Governing Law.The provisions of this Contract shall be construed in motor vehicle liability insurance with coverage for owned,hired, accordance with the laws of the State of Oregon and the Public and non-owned vehicles on ISO form CA 00 01 or an equivalent Contracting Rules of District as they exist at the time of execution of form approved in advance by District The automobile liability this Contract or any subsequent amendment. Any legal action insurance shall include pollution liability coverage with vehicle involving this Contract not subject to arbitration must be brought in overturn and collision. Contractor shall maintain motor vehicle Washington County Circuit Court. If the Claim must be brought in a liability insurance of at least$1,000,000 for each claim,incident, federal forum,then it shall be brought and conducted in the United or occurrence,and at least$2,000,000 annual aggregate coverage. States District Court for the State of Oregon. d. Builders All-Risk:Not required—District provides coverage. 37.Severability.If any term or provision of this Contract is declared by a e. Additional Requirements:All insurance coverage shall be court of competent jurisdiction to be illegal or in conflict with any provided by an insurance company having an A.M.Best rating of law,the validity of the remaining terms and provisions shall not be at least A-and/or licensed to do business in Oregon. Contractor affected,and the rights and obligations of the parties shall be alone is responsible for paying all deductibles and retentions. A construed and enforced as if the Contract did not contain the particular cross-liability clause or separation of insureds condition shall be term or provision held invalid. included in all general liability policies required by this Contract. 38.Mereer Clause.This Contract and the attached exhibits constitute the Contractor's coverage shall be primary in the event of loss. entire agreement between the parties. All understandings and f. Certificate of Insurance:Contractor shall furnish to District a agreements between the parties and representations by either party current certificate of insurance for each of the above required concerning this Contract are contained in this Contract No waiver, coverages prior to conducting Work under this Contract. consent,modification,or change in the terms of this Contract shall Additional insured endorsements must be written on ISO Form bind either party unless in writing signed by both parties. Any written CG 2010(11/85)or CG 2037(07/04)together with CG 2033 waiver,consent,modification,or change shall be effective only in the (07/04),or their equivalent. Each certificate must provide that specific instance and for the specific purpose given. there shall be no cancellation,termination,material change,or 39.Anti-discrimination Clause.Contractor must comply with all reduction of limits of the insurance coverage without 30 days' applicable requirements of federal and state civil rights law and prior written notice from Contractor or its insurer to District rehabilitation statutes and shall not discriminate based on race, Each certificate shall also state the relevant deductible or retention religion,color,sex,sexual orientation,marital status,familial status, level. For general and automobile liability coverage,the national origin,age,mental or physical disability,or political certificate shall also provide that District,its agents,officers,and affiliation in programs,activities,services,benefits,or employment. employees are additional insureds with respect to Contractor's 40.Attorney Fees.If a suit or action is filed to enforce any of the terms services provided under this Contract. If requested by District, of this Contract,including a request for arbitration under Section 33 Contractor shall also provide complete copies of insurance of this Contract,the prevailing party shall be entitled to recover from policies to District. the other party,in addition to costs and disbursements provided by 33.Notice of Injury or Damage to Person or Property.If any person statute,any sum that a court,including any appellate court,or suffers physical injury or property damage arising from the Work arbitrator may adjudge reasonable as attorney fees. In the event the regardless of the cause,Contractor shall give notice of such injury or prevailing party is represented by"in-house"counsel,the prevailing damage,whether or not insured,immediately to District's authorized party shall nevertheless be entitled to recover reasonable attorney fees representative and Contractor's authorized representative. The notice based on the reasonable time incurred and the attorney fee rates and shall provide sufficient detail to enable District and any other party charges reasonably and generally accepted in the metropolitan affected to investigate the matter. Portland,Oregon,area for the type of legal services performed. 34.Waiver.Waiver of any default under this Contract by District shall 41.Rule of Construction.The rule of construction that a contract is not be deemed to be a waiver of any subsequent default or a construed against the drafter shall not apply to any dispute over the modification of the provisions of this Contract interpretation of application of the Contract. 35.Arbitration. 42.Removal of Debris.Contractor shall remove all trash and debris from a. Any Claim arising out of or related to the Contract,except those the site for disposal. Contractor shall clean the work area and remove waived as provided for in Section 19,shall,after decision by all trash,debris,and tools at least daily prior to leaving the job site Architect or 30 days after submission of the Claim to Architect,be and as needed to maintain a safe work area. CONTRACTOR DATA AND SIGNATURE Business Name: Business Address: Contractor Phone: Federal Tax ID#or Social Security#: 6 - Small Construction Projects Contract PDXDOCS:1940131.1 Is Contractor a nonresident alien? ❑ Yes ❑No Business Designation(check one): ❑ Sole Proprietorship ❑ Partnership ❑ Corporation-for profit ❑ Corporation-nonprofit ❑ Other[describe here: Federal tax ID numbers or Social Security numbers are required pursuant to ORS 305.385 and will be used for the administration of state,federal, and local laws. Payment information will be reported to the Internal Revenue Service under the name and federal tax ID number or,if none,the Social Security number provided above. I have read this Contract including the attached Exhibits. I certify that I have the authority to sign and enter into this Contract. I understand the Contract and agree to be bound by its terms. Signature Title Name (please print) Date NOTE: Contractor must also sign Exhibit 2 Tigard-Tualatin School District No.23J SIGNATURE (This Contract is not binding on District until signed by the appropriate signing authority) Signature Title Date Name(please print) • 7 - Small Construction Projects Contract PDXDOCS:1940131.1 • EXHIBIT 1 TIGARD-TUALATIN SCHOOL DISTRICT NO.23J SMALL CONSTRUCTION PROJECTS CONTRACT STATEMENT OF WORK.COMPENSATION, PAYMENT,and RENEWAL TERMS 1. Contractor shall perform the following Work: _See bid documents,especially Project Scope of Work 2. The total Contract Price shall be based on a Lump Sum Contract price,that takes into consideration Davis Bacon wage requirements,and all materials required for the Work other than anything specified as OFCI. Stipulated Sum Total Prices of$ 3. District shall pay Contractor as described in Section 10 of the Contract. Payments shall be made to the address below: Name: Title: Address: 4. Contractor will invoice District for the Work as follows: Invoices shall be submitted to the address below: Name: DAVID MOORE Title: CFO Tigard-Tualatin School District No.23J Address: 6960 SW Sandbur¢Street Tigard.OR 97223 Email payment applications to: hubbard.associates(affrontier.com 8 - Small Construction Projects Contract PDXDOCS:1940131.1 EXHIBIT 2 TIGARD-TUALATIN SCHOOL DISTRICT NO.23J SMALL CONSTRUCTION PROJECTS CONTRACT CERTIFICATION STATEMENT FOR CORPORATION OR INDEPENDENT CONTRACTOR NOTE: Contractor Must Complete A or B below A. CONTRACTOR IS A CORPORATION,LIMITED LIABILITY COMPANY,OR A PARTNERSHIP. I certify under nalty of perjury that Contractor is a[check one]: ®Corporation MI Limited Liability Company■Partnership authorized to do business in the State of Oregon. Signature Title Date OR B. CONTRACTOR IS A SOLE PROPRIETOR WORKING AS AN INDEPENDENT CONTRACTOR. Contractor certifies under penalty of perjury that the following statements are true: 1. If Contractor is providing labor or services under this Contract for which registration is required under ORS Chapter 701,Contractor has registered as required by law,and 2. If Contractor performed labor or services as an independent contractor last year,Contractor filed federal and state income tax returns last year in the name of the business(or filed a Schedule C in the name of the business as part of a personal income tax return),>!9g 3. Contractor represents to the public that the labor or services Contractor provides are provided by an independently established business,and 4. All of the statements checked below are true. NOTE: Check all that apply. You must check at least four(4)to establish that you are an Independent Contractor. ■A. The labor or services I perform is primarily carried out at a location that is separate from my residence or is primarily carried out in a specific portion of my residence that is set aside as the location of the business. IB. I purchase commercial advertising or I have business cards for my business,or I am a member of a trade association. C. My business telephone listing is separate from my personal residence telephone listing. D. I perform labor or services only under written contracts. E. Each year I perform labor or services for at least two different persons or entities. F. I assume financial responsibility for defective workmanship or for service not provided by purchasing performance bonds,errors and omission insurance,or liability insurance,or providing warranties relating to the labor or services I provide. Signature Date 9 - Small Construction Projects Contract PDXDOCS:1940131.1 EXHIBIT 3 TIGARD-TUALATIN SCHOOL DISTRICT NO.23J SMALL CONSTRUCTION PROJECTS CONTRACT Project Scope of Work See attached bid document and contractor bid response. Bid documents include a detailed description of the work in Project Scope of Work together with the related specification. 10 - Small Construction Projects Contract PDXDOCS:1940131,1 „,,. A Document A701 TM - 1997 Instructions to Bidders for the following PROJECT: (Name and location or address) I Durham Center ADDITIONS AND DELETIONS: The author of this document has THE OWNER: added information needed for its (Name, legal status and address) completion.The author may also Tigard-Tualatin School District have revised the text of the original 6960 SW Sandburg Street,Tigard,OR 97223 AIA standard form An Additions and Deletions Report that notes added information as well as revisions to the THE ARCHITECT ,° standard form text is available from (Name, legal status and address) the author and should be reviewed.A IMahlum vertical line in the left margin of this 123,1 NW Hoyt, Suite 102,Portland,OR 97209 document indicates where the author has added necessary information and where the author has added to or TABLE OF ARTICLES deleted from the original AIA text. 1 DEFINITIONS This document has important legal consequences. Consultation with an 2 BIDDER'S REPRESENTATIONS attorney is encouraged with respect to its completion or modification. 3 BIDDING DOCUMENTS 4 BIDDING PROCEDURES 5 CONSIDERATION OF BIDS 6 POST-BID INFORMATION 7 PERFORMANCE BOND AND PAYMENT BOND 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR AIA Document A701 TM-1997.Copyright©1970.1974.1978.1987 and 1997 by The Amencan Institute of Architects.All rights reserved.WARNING:This AIA' Document is protected by U.S.Copynght Law and International Treaties.Unauthorized reproduction or distribution of this AIA” Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10-14 19 on 0 412 3/201 3 under Order No 5952179898_1 which expires on 12/08/2013,and is not for resale. User Notes: (1380279129) ARTICLE 1 DEFINITIONS § 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents.The Bidding Requirements consist of the Advertisement or Invitation to Bid,Instructions to Bidders,Supplementary Instructions to Bidders,the bid form,and other sample bidding and contract forms.The proposed Contract Documents consist of the form of Agreement between the Owner and Contractor,Conditions of the Contract(General,Supplementary and other Conditions),Drawings,Specifications and all Addenda'issued prior to execution of the Contract. § 1.2 Definitions set forth in the General Conditions of the Contract for Construction,AM Document A201,or in other Contract Documents are applicable to the Bidding Documents. § 1.3 Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by,additions,deletions,clarifications or corrections. § 1.4 A Bid is a complete and properly executed proposal to do the Work for the sums stipulated therein,submitted in accordance with the Bidding Documents. § 1.5 The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work described in the Bidding Documents as the base,to which Work may be added or from which Work may be deleted for sums stated in Alternate Bids. § 1.6 An Alternate Bid(or Alternate)is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work,as described in the Bidding Documents,is accepted. § 1.7 A Unit Price is an amount stated in the Bid as a price per unit of measurement for materials,equipment or services or a portion of the Work as described in the Bidding Documents. § 1.8 A Bidder is a person or entity who submits a Bid and who meets the requirements set forth in the Bidding Documents. § 1.9 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials,equipment or labor for a portion of the Work. ARTICLE 2 BIDDER'S REPRESENTATIONS § 2.1 The Bidder by making a Bid represents that: § 2.1.1 The Bidder has read and understands the Bidding Documents or Contract Documents,to the extent that such documentation relates to the Work for which the Bid is submitted,and for other portions of the Project,if any,being bid concurrently or presently under construction. § 2.1.2 The Bid is made in compliance with the Bidding Documents. § 2.1.3 The Bidder has visited the site,become familiar with local conditions under which the Work is to be performed and has correlated the Bidder's personal observations with the requirements of the proposed Contract Documents. § 2.1.4 The Bid is based upon the materials,equipment and systems required by the Bidding Documents without exception. ARTICLE 3 BIDDING DOCUMENTS § 3.1 COPIES § 3.1.1 Bidders may obtain complete sets of the Bidding Documents from the issuing office designated in the Advertisement or Invitation to Bid in the number and for the deposit sum,if any,stated therein.The deposit will be refunded to Bidders who submit a bona fide Bid and return the Bidding Documents in good condition within ten days after receipt of Bids.The cost of replacement of missing or damaged documents will be deducted from the deposit.A Bidder receiving a Contract award may retain the Bidding Documents and the Bidder's deposit will be refunded. § 3.1.2 Bidding Documents will not be issued directly to Sub-bidders unless specifically offered in the Advertisement or Invitation to Bid,or in supplementary instructions to bidders. AIA Document A701 TM—1987.Copyright®1970,1974,1978,1987 and 1997 by The American Institute of Architects.All rights reserved.WARNING;This AIA" Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 2 portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by ALA software at 10:14.19 on 04/23/2013 under Order No.5952179898_1 which expires on 12/08/2013.and is not for resale. User Notes: (1380279129) § 3.1.3 Bidders shall use complete sets of Bidding Documents in preparing Bids;neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. § 3.1.4 The Owner and Architect may make copies of the Bidding Documents available on the above terms for the purpose of obtaining Bids on the Work_No license or grant of use is conferred by issuance of copies of the Bidding Documents. § 3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS § 3.2.1 The Bidder shall carefully study and compare the Bidding Documents with each other,and with other work being bid concurrently or presently under construction to the extent that it relates to the Work for which the Bid is submitted,shall examine the site and local conditions,and shall at once report to the Architect errors,inconsistencies or ambiguities discovered. § 3.2.2 Bidders and Sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the Architect at least seven days prior to the date for receipt of Bids. § 3.2.3 Interpretations,corrections and changes of the Bidding Documents will be made by Addendum. Interpretations,corrections and changes of the Bidding Documents made in any other manner will not be binding,and Bidders shall not rely upon them. § 3.3 SUBSTITUTIONS § 3.3.1 The materials,products and equipment described in the Bidding Documents establish a standard of required function,dimension,appearance and quality to be met by any proposed substitution. § 3.3.2 No substitution will be considered prior to receipt of Bids unless written request for approval has been received by the Architect at least ten days prior to the date for receipt of Bids. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings,performance and test data,and other information necessary for an evaluation.A statement setting forth changes in other materials,equipment or other portions of the Work,including changes in the work of other contracts that incorporation of the proposed substitution would require,shall be included.The burden of proof of the merit of the proposed substitution is upon the proposer.The Architect's decision of approval or disapproval of a proposed substitution shall be final. § 3.3.3 If the Architect approves a proposed substitution prior to receipt of Bids, such approval will be set forth in an Addendum.Bidders shall not rely upon approvals made in any other manner. § 3.3.4 No substitutions will be considered after the Contract award unless specifically provided for in the Contract Documents. § 3.4 ADDENDA § 3.4.1 Addenda will be transmitted to all who are known by the issuing office to have received a complete set of Bidding Documents. § 3.4.2 Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose. § 3.4.3 Addenda will be issued no later than four days prior to the date for receipt of Bids except an Addendum withdrawing the request for Bids or one which includes postponement of the date for receipt of Bids. § 3.4.4 Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued,and the Bidder shall acknowledge their receipt in the Bid. ARTICLE 4 BIDDING PROCEDURES § 4.1 PREPARATION OF BIDS § 4.1.1 Bids shall be submitted on the forms included with the Bidding Documents. AIA Document A701 -1997.Copyright 01970,1974,1978,1987 and 1997 by The American Institute of Architects.All rights reserved.WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any 3 portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:14:19 on 04/23/2013 under Order No.5952179898_1 which expires on 12/08/2013,and is not for resale. User Notes: (1380279129) § 4.1.2 All blanks on the bid form shall be legibly executed in a non-erasable medium. § 4.1.3 Sums shall be expressed in both words and figures.In case of discrepancy,the amount written in words shall govern. § 4.1.4 Interlineations,alterations and erasures must be initialed by the signer of the Bid. § 4.1.5 All requested Alternates shall be bid.If no change in the Base Bid is required,enter"No Change." § 4.1.6 Where two or more Bids for designated portions of the Work have been requested,the Bidder may,without forfeiture of the bid security,state the Bidder's refusal to accept award of less than the combination of Bids stipulated by the Bidder.The Bidder shall make no additional stipulations on the bid form nor qualify the Bid in any other manner. § 4.1.7 Each copy of the Bid shall state the legal name of the Bidder and the nature of legal form of the Bidder.The Bidder shall provide evidence of legal authority to perform within the jurisdiction of the Work.Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract.A Bid by a corporation shall further give the state of incorporation and have the corporate seal affixed.A Bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the Bidder. § 4.2 BID SECURITY I (Paragraphs deleted) § 4.3 SUBMISSION OF BIDS § 4.3.1 All copies of the Bid,the bid security,if any,and any other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name,the Bidder's name and address and,if applicable,the designated portion of the Work for which the Bid is submitted.If the Bid is sent by mail,the sealed envelope shall be enclosed in a separate mailing envelope with the notation"SEALED BID ENCLOSED"on the face thereof. § 4.3.2 Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened. § 4.3.3 The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. § 4.3.4 Oral,telephonic,telegraphic,facsimile or other electronically transmitted bids will not be considered. § 4.4 MODIFICATION OR WITHDRAWAL OF BID § 4.4.1 A Bid may not be modified,withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid. § 4.4.2 Prior to the time and date designated for receipt of Bids,a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of the Bidder shall be received,and date-and time-stamped by the receiving party on or before the date and time set for receipt of Bids.A change shall be so worded as not to reveal the amount of the original Bid. § 4.4.3 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. § 4.4.4 Bid security,if required,shall be in an amount sufficient for the Bid as resubmitted. AIA Document A701' —1997.Copyright©1970,1974,1978,1987 and 1997 by The American Institute of Architects.All rights reserved.WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this ALAS' Document,or any 4 portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by ALA software at 10:14:19 on 04/23/2013 under Order No.5952179898_1 which expires on 12/08/2013,and is not for resale. User Notes: (1380279129) ARTICLE 5 CONSIDERATION OF BIDS § 5.1 OPENING OF BIDS At the discretion of the Owner,if stipulated in the Advertisement or Invitation to Bid,the properly identified Bids received on time will be publicly opened and will be read aloud.An abstract of the Bids may be made available to Bidders. § 5.2 REJECTION OF BIDS The Owner shall have the right to reject any or all Bids.A Bid not accompanied by a required bid security or by other data required by the Bidding Documents,or a Bid which is in any way incomplete or irregular is subject to rejection. § 5.3 ACCEPTANCE OF BID (AWARD) § 5.3.1 It is the intent of the Owner to award a Contract to the lowest qualified Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The Owner shall have the right to waive informalities and irregularities in a Bid received and to accept the Bid which, in the Owner's judgment,is in the Owner's own best interests. § 5.3.2 The Owner shall have the right to accept Alternates in any order or combination,unless otherwise specifically provided in the Bidding Documents,and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted. ARTICLE 6 POST-BID INFORMATION § 6.1 CONTRACTOR'S QUAURCATION STATEMENT Bidders to whom award of a Contract is under consideration shall submit to the Architect,upon request,a properly executed AIA Document A305,Contractor's Qualification Statement,unless such a Statement has been previously required and submitted as a prerequisite to the issuance of Bidding Documents. § 6.2 OWNER'S FINANCIAL CAPABILITY The Owner shall,at the request of the Bidder to whom award of a Contract is under consideration and no later than seven days prior to the expiration of the time for withdrawal of Bids,furnish to the Bidder reasonable evidence that financial arrangements have been made to fulfill the Owner's obligations under the Contract. Unless such reasonable evidence is furnished,the Bidder will not be required to execute the Agreement between the Owner and Contractor. § 6.3 SUBMITTALS § 6.3.1 The Bidder shall,as soon as practicable or as stipulated in the Bidding Documents,after notification of selection for the award of a Contract,furnish to the Owner through the Architect in writing: .1 a designation of the Work to be performed with the Bidder's own forces; .2 names of the manufacturers,products,and the suppliers of principal items or systems of materials and equipment proposed for the Work;and .3 names of persons or entities(including those who are to furnish materials or equipment fabricated to a special design)proposed for the principal portions of the Work. § 6.3.2 The Bidder will be required to establish to the satisfaction of the Architect and Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents. § 6.3.3 Prior to the execution of the Contract,the Architect will notify the Bidder in writing if either the Owner or Architect,after due investigation,has reasonable objection to a person or entity proposed by the Bidder.lithe Owner or Architect has reasonable objection to a proposed person or entity,the Bidder may,at the Bidder's option,(1) withdraw the Bid or(2)submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost occasioned by such substitution.The Owner may accept the adjusted bid price or disqualify the Bidder.In the event of either withdrawal or disqualification,bid security will not be forfeited. § 6.3.4 Persons and entities proposed by the Bidder and to whom the Owner and Architect have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of the Owner and Architect. AIA Document A701' -1997.Copyright 01970,1974.1978,1987 and 1997 by The American Institute of Architects.All rights reserved.WARNING:This AIA" Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA"'Document,or any 5 portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:14:19 on 04/23/2013 under Order No.5952179898_1 which expires on 12108/2013,and is not for resale. User Notes: (1380279129) ARTICLE 7 PERFORMANCE BOND AND PAYMENT BOND § 7.1 BOND REQUIREMENTS § 7.1.1 If stipulated in the Bidding Documents,the Bidder shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder.Bonds may be secured through the Bidder's usual sources. § 7.12 If the furnishing of such bonds is stipulated in the Bidding Documents,the cost shall be included in the Bid. If the furnishing of such bonds is required after receipt of bids and before execution of the Contract,the cost of such bonds shall be added to the Bid in determining the Contract Sum. § 7.1.3 If the Owner requires that bonds be secured from other than the Bidder's usual sources,changes in cost will be adjusted as provided in the Contract Documents. § 7.2 TIME OF DELIVERY AND FORM OF BONDS § 7.2.1 The Bidder shall deliver the required bonds to the Owner not later than three days following the date of execution of the Contract.If the Work is to be commenced prior thereto in response to a letter of intent,the Bidder shall,prior to commencement of the Work,submit evidence satisfactory to the Owner that such bonds will be furnished and delivered in accordance with this Section 7.2.1. § 7.2.2 Unless otherwise provided,the bonds shall be written on AIA Document A312,Performance Bond and Payment Bond.Both bonds shall be written in the amount of the Contract Sum. § 7.2.3 The bonds shall be dated on or after the date of the Contract. § 7.2.4 The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. ARTICLE 8 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR The Tigard-Tualatin School District's Small Works Contract will be used. • AIA Document A701".—1997.Copyright C 1970,1974,1978,1987 and 1997 by The American Institute of Architects.All rights reserved.WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA Document,or any 6 portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:14:19 on 04/23/2013 under Order No 5952179898_1 which expires on 12/082013,and is not for resale. User Notes: (1380279129) Additions and Deletions Report for AIA Document A701 1997 This Additions and Deletions Report,as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document in order to complete it,as well as any text the author may have added to or deleted from the original AIA text.Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note' This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part dthe associated AIA document.This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 10:14:19 on 04/23/2013. PAGE 1 Durham Center • Tigard-Tualatin School District 6960 SW Sandburg Street,Tigard,OR 97223 Mahlum 123 I NW Hoyt,Suite 102,Portland,OR 97209 PAGE 4 • - - . _• • r. _ - - . . . . . ._ - ! _. _• _ •.. .. . r' - . ••..• - • . .• . • •• , . _ . .• .•- . _ _. • . S•._. _. ..• . . • .• . .. •- • .. . •.- .... , - - a: •• - PAGE 6 Sona,The Tigard-Tualatin School District's Small Works Contract will he used. Additions and Deletions Report for AIA Document A7D1 TM-1997.Copyright®1970,1974,1978,1987 and 1997 by The American Institute of Architects.All rights reserved.WARNING:This AIA`" Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 1 distribution of this AlA"'Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 1014 19 on 04/23/2013 under Order No.5952179898_1 which expires on 12/08/2013, and is not for resale User Notes: (1380279129) Certification of Document's Authenticity A!A©Document D401114 — 2003 I,Gregg Stewart,hereby certify,to the best of my knowledge,information and belief that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 10:14:19 on 04/23/2013 under Order No. 5952179898_1 from ALA Contract Documents software and that in preparing the attached final document I made no changes to the original teat of AIAn Document A701T"t—1997,Instructions to Bidders,as published by the ALA in its software,other than those additions and deletions shown in the associated Additions and Deletions Report. (Signed) (Title) (Dated) ALA Document D401 TM—2003.Copyright 0 1992 and 2003 by The American Institute of Architects.All rights reserved.WARNING:This AlA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this PIA.Document,or any portion of it,may j result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was produced by AIA software at 10:14:19 on 04/23/2013 under Order No.5952179898_1 which expires on 12/08/2013,and is not for resale. User Notes: (1380279129) MAHLUM 00 41 00 Tigard Tualatin School District BID FORM Durham Center THE PROJECT AND THE PARTIES 1.1 TO: A. Owner 1. Tigard -Tualatin School District 1.2 FOR: A. Renovations to the Durham Center 1.3 DATE: (Bidder to enter date) 1.4 SUBMITTED BY: (Bidder to enter name and address) A. Bidder's Full Name 1. Address 2. City, State, Zip 1.5 OFFER A. Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by Mahlum for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: B. dollars ($ ), in lawful money of the United States of America. C. All applicable federal taxes are included and State of Oregon taxes are included in the Bid Sum. 1.6 ACCEPTANCE A. This offer shall be open to acceptance and is irrevocable for thirty days from the bid closing date. B. If this bid is accepted by Owner within the time period stated above, we will: 1. Execute the Agreement within seven days of receipt of Notice of Award. 2. Furnish the required bonds within seven days of receipt of Notice of Award. C. If this bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required Bond(s), the security deposit shall be forfeited as damages to Owner by reason of our failure, limited in amount to the lesser of the face value of the security deposit or the difference between this bid and the bid upon which a Contract is signed. 1.7 CONTRACT TIME A. If this Bid is accepted, we will: B. Complete the Work by the 20 day of August, 2013. 1.8 ALTERNATES A. The following amounts shall be added to the Bid Amount. Refer to Section 012300 Alternatives. Schedule of Alternates 1. Alternate#A-1 Add $ 1.9 CHANGES TO THE WORK A. When Architect establishes that the method of valuation for Changes in the Work will be net cost plus a percentage fee in accordance with General Conditions, our percentage fee will be: ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 2 Revision Issue Of appropriate)I Revision date MAHLUM 00 41 00 Tigard Tualatin School District BID FORM Durham Center 1. percent overhead and profit on the net cost of our own Work; 2. percent on the cost of work done by any Subcontractor. 1.10 ADDENDA A. The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. 1. Addendum # Dated 2. Addendum # Dated 1.11 BID FORM SIGNATURE(S) A. B. (Bidder- print the full name of your firm) C. D. (Authorized signing officer, Title) 1.12 If the Bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above. END OF BID FORM ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 2 Revision Issue(if appropriate)I Revision date MAHLUM 01 10 00 Tigard Tualatin School District SUMMARY Durham Center PART 1 GENERAL 1.1 PROJECT A. Project Name: Durham Center and West Wing Exterior Renovation. B. Owner's Name: Tigard -Tualatin School District. C. Owner's Project Manager: Hubbard and Associates D. Architect's Name: Mahlum. E. The Project consists of exterior preparation and painting of the Durham Center Building (Building 1)and the West Wing Building (Building 2) and a tear off and new roof on building 1 only. 1.2 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Owner Contractor Agreement. 1.3 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is shown on drawings and specified in Section 02 41 00. B. Scope of alterations work is shown on drawings. 1.4 OWNER OCCUPANCY A. Owner may have limited occupancy of Building 1 and Building 2 during some or all of the construction period. The Owner will work to accommodate the Contractor's needs and schedule to allow for continuous work. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.5 CONTRACTOR USE OF SITE AND PREMISES A. Provide access to and from site as required by law and by Owner: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 2. Do not obstruct roadways, sidewalks, or other public ways without permit. 1.6 WORK SEQUENCE A. Construct Work in stages during the construction period: 1. Phase 1: Open Bids: May 23, 2013 on or before 2:00 pm. 2. Phase 2: Anticipated Contractor Notice to Proceed: June 17, 2013. 3. Phase 3: Substantial Completion: July 25, 2013. 4. Phase 4: Final Completion: August 8, 2013 PART 2 PRODUCTS-NOT USED PART 3 EXECUTION -NOT USED END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 1 Revision Issue(if appropriate)I Revision date • MAHLUM 01 10 00 Tigard Tualatin School District SUMMARY Durham Center • ®2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 23 00 Tigard Tualatin School District ALTERNATES Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Description of alternates. 1.2 RELATED REQUIREMENTS A. Document 00 21 13 - Instructions to Bidders: Instructions for preparation of pricing for alternatives. 1.3 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted alternates will be identified in the Owner-Contractor Agreement. 1.4 SCHEDULE OF ALTERNATES A. Alternate No. A-1 - Roof Sheathing: 1. Base Bid Item: No new plywood roof sheathing 2. Alternative Item: Section 06 10 00 - Rough Carpentry, provide roof sheating at Building 1 over existing sheathing. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 23 00 Tigard Tualatin School District ALTERNATES Durham Center ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 2 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 30 00 Tigard Tualatin School District ADMINISTRATIVE REQUIREMENTS Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Preconstruction meeting. B. Progress meetings. C. Construction progress schedule. D. Submittals for review, information, and project closeout. E. Number of copies of submittals. F. Submittal procedures. G. Requests for Information (RFI's) 1.2 RELATED REQUIREMENTS A. Section 01 10 00-Summary: Stages of the Work, Work covered by each contract, . B. Section 01 33 00 - Submittal Procedures: Submittal requirements, including format, quantities and procedures C. Section 01 70 00- Execution and Closeout Requirements: Additional coordination requirements. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3.1 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Owner Project Manager 3. Architect. 4. Contractor. 5. Major Subcontractors, including, but not limited to the following: a. Painting C. Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract, Owner and Architect. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.2 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-monthly intervals. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 01 30 00 Tigard Tualatin School District ADMINISTRATIVE REQUIREMENTS Durham Center B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Maintenance of quality and work standards. 10. Effect of proposed changes on progress schedule and coordination. 11. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.3 CONSTRUCTION PROGRESS SCHEDULE A. If preliminary schedule requires revision after review, submit revised schedule within 10 days. B. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. C. Within 10 days after joint review, submit complete schedule. D. Submit updated schedule with each Application for Payment. 3.4 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to Architect and to Owner's Project Manager for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. Required samples that are to be submitted for review only need to be submitted to the Architect. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00 - CLOSEOUT SUBMITTALS. 3.5 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 2 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 01 30 00 Tigard Tualatin School District ADMINISTRATIVE REQUIREMENTS Durham Center 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.6 NUMBER OF COPIES OF SUBMITTALS A. Documents: Submit one electronic copy in PDF format; an electronically-marked up file will be returned. Create PDFs at native size and right-side up; illegible files will be rejected. B. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.7 SUBMITTAL PROCEDURES A. Transmit each submittal with approved form. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. G. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Architect review stamps. I. When revised for resubmission, identify all changes made since previous submission. J. Distribute reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. K. Submittals not requested will not be recognized or processed. 3.8 REQUESTS FOR INTERPRETATION(RFIs) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. 1. RFIs shall originate with General Contractor. RFIs submitted by entities other than General Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Architect. 5. RFI number: Numbered sequentially beginning with 001. ®2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 3 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 01 30 00 Tigard Tualatin School District ADMINISTRATIVE REQUIREMENTS Durham Center 6. RFI Title: Crreate RFI title which will allow easy tracking of issue for remainder of project. RFIs submitted without an appropriate title will not be responded to. 7. Specification Section number and title and related paragraphs, as appropriate. 8. Drawing number and detail references, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. C. Copies of all RFI's must be sent to the Architect and Owner's Project Manager. If action required by the RFI changes the approved Permit Drawings, the changes to the Drawings must be approved by the Agency Having Jurisdiction (AHJ) prior to the commencement of any Work. Time required for this is outside the control of the Architect and therefore is not to be inlcuded in the Architect's response time. D. Hard-Copy RFIs: Form at end of this Section or approved form based on Contractor's standard 1. Identify each page of attachments with the RFI number and sequential page number. E. Software-Generated RFIs: Software-generated form with substantially the same content as indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. F. Architect's Action: Architect will review each RFI, determine action required, and return it. Allow seven working days for Architect's response for each RFI. RFIs received after 1:00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. RFI's without an appropriate title. b. Requests for approval of submittals. c. Requests for approval of substitutions. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or RFIs with numerous errors. 2. Architect's action may include a request for additional information, in which case Architect's time for response will start again. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal. a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within ten days of receipt of the RFI response. Work done without this notification shall be deemed to be included in the Scope of Work and no additional compensation shall be made. G. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. H. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 01 30 00 Tigard Tualatin School District ADMINISTRATIVE REQUIREMENTS Durham Center 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 10. If the Contractor includes information indicating delayed responses in RFI's, he shall also be required to include information indicating early repsonses for all RFI's on the project and to maintain an overall project average response time for all RFI's answered to date. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 5 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 01 30 00 Tigard Tualatin School District ADMINISTRATIVE REQUIREMENTS Durham Center ®2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 6 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 01 42 16 Tigard Tualatin School District DEFINITIONS Durham Center PART 1 GENERAL 1.1 SUMMARY A. Other definitions are included in individual specification sections. 1.2 DEFINITIONS A. Furnish: To supply, deliver, unload, and inspect for damage. B. Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, start up, and make ready for use. C. Product: Material, machinery, components, equipment, fixtures, and systems forming the work result. Not materials or equipment used for preparation, fabrication, conveying, or erection and not incorporated into the work result. Products may be new, never before used, or re-used materials or equipment. D. Provide: To furnish and install. E. Supply: Same as Furnish. PART 2 PRODUCTS -NOT USED PART 3 EXECUTION - NOT USED END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 1 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 42 16 Tigard Tualatin School District DEFINITIONS Durham Center ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 2 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 50 00 Tigard Tualatin School District TEMPORARY FACILITIES AND CONTROLS Durham Center PART 1 GENERAL 1.1 1.2 1.3 SECTION INCLUDES A. Temporary utilities. B. Vehicular access and parking. C. Waste removal facilities and services. TEMPORARY UTILITIES A. Owner will provide the following: 1. Electrical power , consisting of connection to existing facilities. 2. Water supply, consisting of connection to existing facilities. B. Existing toilet facilities may be used. C. Use trigger-operated nozzles for water hoses, to avoid waste of water. FENCING A. Construction: Contractor's option. 1.4 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Coordinate access and haul routes with governing authorities and Owner. C. Provide and maintain access to fire hydrants, free of obstructions. 1.5 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 50 00 Tigard Tualatin School District TEMPORARY FACILITIES AND CONTROLS Durham Center 0 2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 2 OF 1 Revision Issue(if appropriate)I Revision date MAHLUM 01 78 00 Tigard Tualatin School District CLOSEOUT SUBMITTALS Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.2 RELATED REQUIREMENTS A. Section 01 33 00 - Submittal Procedures: Submittal procedures, shop drawings, product data and samples. B. Section 01 70 00- Execution and Closeout Requirements: Contract closeout procedures. C. Individual Product Sections: Specific requirements for operation and maintenance data. D. Individual Product Sections: Warranties required for specific products or Work. 1.3 SUBMITTALS A. Project Record Documents: Submit documents to Architect within 30 calendar days of Substantial Completion. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS -NOT USED PART 3 EXECUTION 3.1 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents: record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 4 Revision Issue(if appropriate)I Revision date MAHLUM 01 78 00 Tigard Tualatin School District CLOSEOUT SUBMITTALS Durham Center B. Ensure entries are complete and accurate,enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. 3.2 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.3 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. 2. Information for re-ordering custom manufactured products. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Moisture protection and weather-exposed products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance, and repair. D. Additional information as specified in individual product specification sections. E. Provide a listing in Table of Contents for design data,with tabbed fly sheet and space for insertion of data. 3.4 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 4 • Revision Issue(if appropriate)I Revision date MAHLUM 01 78 00 Tigard Tualatin School District CLOSEOUT SUBMITTALS Durham Center 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. C. Include color coded wiring diagrams as installed. D. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer,winter, and any special operating instructions. E. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. F. Provide servicing and lubrication schedule, and list of lubricants required. G. Include manufacturer's printed operation and maintenance instructions. H. Include sequence of operation by controls manufacturer. I. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. J. Provide control diagrams by controls manufacturer as installed. K. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. L. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. M. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. N. Include test and balancing reports. O. Additional Requirements: As specified in individual product specification sections. 3.5 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. G. Drawings: Provide with reinforced punched binder tab. Bind in with text;fold larger drawings to size of text pages. H. Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 3 OF 4 Revision Issue(if appropriate)I Revision date MAHLUM 01 78 00 Tigard Tualatin School District CLOSEOUT SUBMITTALS Durham Center I. Contents: Prepare a Table of Contents for each volume,with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds. 3.6 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS,with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual,with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 4 Revision Issue(if appropriate)I Revision date MAHLUM 02 41 00 Tigard Tualatin School District DEMOLITION Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.2 RELATED REQUIREMENTS A. Section 01 10 00 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 10 00 - Summary: Sequencing and staging requirements. C. Section 01 10 00 - Summary: Description of items to be salvaged or removed for re-use by Contractor. D. Section 01 50 00 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. E. Section 01 60 00 - Product Requirements: Handling and storage of items removed for salvage and relocation. F. Section 01 70 00 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. G. Section 31 23 23 - Fill: Fill material for filling holes, pits, and excavations generated as a result of removal operations. 1.3 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2009. 1.4 QUALITY ASSURANCE A. Demolition Firm Qualifications: Company specializing in the type of work required. 1. Minimum of 5 years of documented experience. PART 2 PRODUCTS -- NOT USED PART 3 EXECUTION 3.1 SCOPE A. Remove portions of existing buildings in the following sequence: 1. Asphalt Shingles. 2. Gutters and Downspouts. B. Remove railings. C. Remove other items indicated, for salvage, relocation, recycling, and D. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill; compact fill as specified in Section 31 22 00. 3.2 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 2 Revision Issue(if appropriate)I Revision date MAHLUM 02 41 00 Tigard Tualatin School District DEMOLITION Durham Center 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 5. Do not close or obstruct roadways or sidewalks without permit. 6. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 7. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. 3.3 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. C. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 3.4 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 2 OF 2 Revision Issue(if appropriate)I Revision date MAHLUM 06 10 00 Tigard Tualatin School District ROUGH CARPENTRY Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Structural dimension lumber framing. B. Sheathing. C. Roofing nailers. D. Preservative treated wood materials. E. Corrugated Fiberglass Panels 1.2 RELATED REQUIREMENTS A. Section 01 23 00- Alternates: Alternate for roof sheathing. B. 07 31 13 -Asphalt Shingles: Asphalt Shingles and Air barrier over sheathing. C. 07 50 00 - Membrain Roofing: Membrain Roofing 1.3 REFERENCE STANDARDS A. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2009. B. AWPA U1 - Use Category System: User Specification for Treated Wood; American Wood Protection Association; 2010. C. PS 20 -American Softwood Lumber Standard; National Institute of Standards and Technology (Department of Commerce); 2005. D. WWPA G-5 - Western Lumber Grading Rules; Western Wood Products Association; 2011. 1.4 SUBMITTALS A. See Section 01 30 00 -Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on wood preservative materials and application instructions. 1.5 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. PART 2 PRODUCTS 2.1 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 06 10 00 Tigard Tualatin School District ROUGH CARPENTRY Durham Center 2.2 DIMENSION LUMBER A. Grading Agency: Western Wood Products Association (WWPA). B. Sizes: Nominal sizes as indicated on drawings, S4S. C. Moisture Content: S-dry or MC19. D. Joist, Rafter, and Small Beam Framing (2 by 6 through 4 by 16 ): 1. Machine stress-rated (MSR) as follows: a. Fb-single (minimum extreme fiber stress in bending): 1350 psi. b. E (minimum modulus of elasticity): 1,300,000 psi. 2. Species: Douglas Fir-Larch. 2.3 CONSTRUCTION PANELS A. Roof Sheathing: APA PRP-108, Structural I Rated Sheathing, Exterior Exposure Class, and as follows: 1. Span Rating: 24/0. 2. Thickness: 1/2 inch, nominal. 2.4 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot-dipped galvanized steel per ASTM A 153/A 153M for high humidity and preservative-treated wood locations, unfinished steel elsewhere. B. Corrugated Fiber glass Panel 1. Manufacturer: ePlastics a. ePlastics: ePlastics.com or approved equal b. Product: Super 600 Heavey-Duty Commercial Grade c. Thickness: Nominal Thickness of 0.050" +/- 10 percent. d. Color: White 2.5 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AW PA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Preservative-Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Preservative Treatment: 1. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative to 0.25 lb/cu ft retention. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. b. Treat lumber in contact with roofing, flashing, or waterproofing. c. Treat lumber in contact with masonry or concrete. d. Treat lumber less than 18 inches above grade. e. Treat lumber in other locations as indicated. 2. Preservative Pressure Treatment of Plywood Above Grade: AWPA U1, Use Category UC2 and UC3B, Commodity Specification F using waterborne preservative to 0.25 lb/cu ft retention. a. Kiln dry plywood after treatment to maximum moisture content of 19 percent. b. Treat plywood in contact with roofing, flashing, or waterproofing. c. Treat plywood in contact with masonry or concrete. d. Treat plywood less than 18 inches above grade. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 06 10 00 Tigard Tualatin School District ROUGH CARPENTRY Durham Center e. Treat plywood in other locations as indicated. PART 3 EXECUTION 3.1 INSTALLATION - GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.2 FRAMING INSTALLATION A. Set structural members level, plumb, and true to line. Discard pieces with defects that would lower required strength or result in unacceptable appearance of exposed members. B. Make provisions for temporary construction loads, and provide temporary bracing sufficient to maintain structure in true alignment and safe condition until completion of erection and installation of permanent bracing. C. Install structural members full length without splices unless otherwise specifically detailed. D. Comply with member sizes, spacing, and configurations indicated, and fastener size and spacing indicated, but not less than required by applicable codes and AFPA Wood Frame Construction Manual. E. Frame wall openings with two or more studs at each jamb; support headers on cripple studs. 3.3 ROOF-RELATED CARPENTRY A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. 3.4 INSTALLATION OF CONSTRUCTION PANELS A. Roof Sheathing: Secure panels with long dimension perpendicular to framing members, with ends staggered and over firm bearing. 1. At long edges provide solid edge blocking where joints occur between roof framing members. 2. Nail panels to framing; staples are not permitted. 3.5 CLEANING A. Waste Disposal: Comply with the requirements of Section 01 74 19. 1. Comply with applicable regulations. 2. Do not burn scrap on project site. 3. Do not burn scraps that have been pressure treated. 4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co-generation facilities or"waste-to-energy" facilities. B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION ©2013 Mahium Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 3 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 06 10 00 Tigard Tualatin School District ROUGH CARPENTRY Durham Center ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 31 13 Tigard Tualatin School District ASPHALT SHINGLES Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Asphalt shingle roofing. B. Flexible sheet membranes for eave protection, underlayment, and valley protection. C. Associated metal flashings and accessories. 1.2 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Roof sheathing. B. Section 07 62 00 - Sheet Metal Flashing and Trim: Edge and cap flashings. 1.3 REFERENCE STANDARDS A. ASTM D225 - Standard Specification for Asphalt Shingles (Organic Felt) Surfaced with Mineral Granules; 2007. B. ASTM D1970/D1970M - Standard Specification for Self-Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2011. C. ASTM D3161 - Standard Test Method for Wind-Resistance of Asphalt Shingles (Fan-Induced Method); 2012. D. ASTM D3462 - Standard Specification for Asphalt Shingles Made From Glass Felt and Surfaced With Mineral Granules; 2010a. E. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 2007 (Reapproved 2012)e1. F. ASTM D6380- Standard Specification for Asphalt Roll Roofing (Organic Felt); 2003 (Reapproved 2009). G. ICC-ES AC188- Acceptance Criteria for Roof Underlayments; 2007. H. NRCA MS104 - The NRCA Steep Roofing Manual; National Roofing Contractors Association; 2001, Fifth Edition, with interim updates. 1.4 SUBMITTALS A. See Section 01 30 00 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating material characteristics. C. Samples: Submit two samples of each shingle color indicating color range and finish texture/pattern; for color selection. D. Manufacturer's Instructions: Indicate installation criteria and procedures. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with the recommendations of NRCA Steep Roofing Manual. 1.6 FIELD CONDITIONS A. Do not install shingles or eave protection membrane when surface temperatures are below 45 degrees F. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 4 Revision Issue(if appropriate)I Revision date MAHLUM 07 31 13 Tigard Tualatin School District ASPHALT SHINGLES Durham Center PART 2 PRODUCTS 2.1 SHINGLES A. Manufacturers: 1. Atlas Roofing Corporation; GlassMaster: www.atlasroofing.com. 2. GAF Materials Corporation; Royal Sovereign: www.gaf.com. 3. Owens Corning Corp; Product Supreme Metric: www.owenscorning.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Asphalt Shingles: Asphalt-coated glass felt, mineral granule surfaced, complying with ASTM D3462; Class A fire resistance. 1. Wind Resistance: Class F, when tested in accordance with ASTM D3161. 2. Warranted Wind Speed: 60 mph. 2.2 SHEET MATERIALS A. Mineral Surfaced Roll Roofing: Asphalt-coated organic felt, mineral granule surfaced, complying with ASTM D6380, Class M, Type II, with 2 inch wide selvage; color as selected. B. Eave and Valley Protection Membrane: Self-adhering polymer-modified asphalt sheet complying with ASTM D1970; 40 mil total thickness; with strippable treated release paper and polyethylene sheet top surface. C. Underlayment: Synthetic non-asphaltic sheet, intended by manufacturer for mechanically fastened roofing underlayment without sealed seams. 1. Minimum Requirements: Comply with requirements of ICC-ES AC188 for non-self-adhesive sheet. 2. Self Sealability: Passing nail sealability test specified in ASTM D1970. 3. Ultraviolet Resistance and Weatherability: Approved in writing by manufacturer for exposure to weather for minimum of 12 months. 4. Low Temperature Flexibility: Passing test specified in ASTM D1970. 5. Fasteners: As specified by manufacturer and building code qualification report or approval, if any. D. Flexible Flashing: Self-adhering polymer-modified asphalt sheet complying with ASTM D1970; 40 mil total thickness; with strippable treated release paper and polyethylene sheet top surface. 2.3 ACCESSORIES A. Nails: Standard round wire shingle type, of hot-dipped zinc coated steel, 12 gage, 0.105 inch shank diameter, 3/8 inch head diameter, of sufficient length to penetrate through roof sheathing or 3/4 inch into roof sheathing or decking. B. Staples: Standard wire shingle type, of hot dipped zinc coated steel, 16 gage, 0.062 inch diameter, 15/16 inch crown width, of sufficient length to penetrate through roof sheathing or 3/4 inch into roof sheathing or decking. C. Plastic Cement: ASTM D4586, asphalt roof cement. 2.4 METAL FLASHINGS A. Metal Flashings: Provide sheet metal eave edge, gable edge, ridge, chimney flashing, bell tower, and other flashing indicated. B. Sheet Metal: Galvanized steel, as specified in Section 07 62 00. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 4 Revision Issue(if appropriate)I Revision date MAHLUM 07 31 13 Tigard Tualatin School District ASPHALT SHINGLES Durham Center PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing conditions prior to beginning work. B. Verify that deck is of sufficient thickness to accept fasteners. C. Verify deck surfaces are dry, free of ridges, warps, or voids. 3.2 PREPARATION A. At areas where eave and valley protection membrane is to be adhered to substrate, fill knot holes and surface cracks with latex filler. B. Broom clean deck surfaces before installing underlayment or eave protection. C. Install eave edge flashings tight with fascia boards. Weather lap joints 2 inches and seal with plastic cement. Secure flange with nails spaced 12 inches on center. 3.3 INSTALLATION - EAVE PROTECTION MEMBRANE A. Install eave protection membrane from eave edge to minimum 4 ft up-slope beyond interior face of exterior wall. B. Install eave protection membrane in accordance with manufacturer's instructions. 3.4 INSTALLATION - UNDERLAYMENT A. At Roof Slopes Up to 4:12 : Install two layers of underlayment over area not protected by eave protection, with ends and edges weather lapped minimum 4 inches. Stagger end laps of each consecutive layer. Nail in place. B. At Roof Slopes Greater Than 4:12 : Install underlayment perpendicular to slope of roof, with ends and edges weather lapped minimum 4 inches. Stagger end laps of each consecutive layer. Nail in place. Weather lap minimum 4 inches over eave protection. C. Items projecting through or mounted on roof: Weather lap and seal watertight with plastic cement. 3.5 INSTALLATION -VALLEY PROTECTION A. Install one ply of flexible flashing, minimum 18 inches wide, centered over valleys. B. Install flexible flashing in accordance with manufacturer's instructions. C. Weather lap joints minimum 2 inches. D. Nail in place minimum 18 inches on center, 1 inch from edges. 3.6 INSTALLATION - SHINGLES A. Install shingles in accordance with manufacturer's instructions. 1. Fasten individual shingles using 2 nails per shingle, or as required by code, whichever is greater. 2. Fasten strip shingles using 4 nails per strip, or as required by code, whichever is greater. B. Place shingles in straight coursing pattern with 5 inch weather exposure to produce double thickness over full roof area. Provide double course of shingles at eaves. C. Project first course of shingles 3/4 inch beyond fascia boards. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 3 OF 4 Revision Issue(if appropriate)I Revision date • MAHLUM 07 31 13 Tigard Tualatin School District ASPHALT SHINGLES Durham Center D. Extend shingles 1/2 inch beyond face of gable edge fascia boards. E. Extend shingles on one slope across valley and fasten. Trim shingles from other slope 2 inches from valley center line to achieve closed cut valley, concealing the valley protection. F. Cap hips with individual shingles, maintaining 5 inch weather exposure. Place to avoid exposed nails. G. Coordinate installation of roof mounted components or work projecting through roof with weather tight placement of counterflashings. H. Complete installation to provide weather tight service. 3.7 PROTECTION A. Do not permit traffic over finished roof surface. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 4 Revision Issue(if appropriate)I Revision date MAHLUM 07 54 00 Tigard Tualatin School District THERMOPLASTIC MEMBRANE ROOFING Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Thermoplastic membrane roofing system, including all components specified. B. Comply with the published recommendations and instructions of the roofing membrane manufacturer, at http://manual.fsbp.com. C. Commencement of work by Contractor shall constitute acknowledgement by Contractor that this specification can be satisfactorily executed, under the project conditions and with all necessary prerequisites for warranty acceptance by roofing membrane manufacturer. No modification of the Contract Sum will be made for failure to adequately examine the Contract Documents or the project conditions. 1.2 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood nailers associated with roofing and roof insulation. B. Section 07 31 13 -Asphalt Shingles: Asphalt Shingles C. Section 07 62 00 - Sheet Metal Flashing and Trim: Formed metal flashing and trim items associated with roofing. D. Section 07 72 00 - Roof Accessories: Roof hatches, vents, and manufactured curbs. 1.3 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 for definition of terms related to roofing work not otherwise defined in the section. 1.4 REFERENCE STANDARDS A. ASTM D6878 - Standard Specification for Thermoplastic Polyolefin Based Sheet Roofing; 2011. 1.5 ADMINISTRATIVE REQUIREMENTS A. Pre-Installation Conference: Before start of roofing work, Contractor shall hold a meeting to discuss the proper installation of materials and requirements to achieve the warranty. 1. Require attendance with all parties directly influencing the quality of roofing work or affected by the performance of roofing work. 1.6 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: 1. Provide membrane manufacturer's printed data sufficient to show that all components of roofing system, including insulation and fasteners, comply with the specified requirements and with the membrane manufacturer's requirements and recommendations for the system type specified; include data for each product used in conjunction with roofing membrane. C. Samples: Submit samples of each product to be used. D. Shop Drawings: Provide: 1. The roof membrane manufacturer's standard details customized for this project for all relevant conditions, including flashings, base tie-ins, roof edges, terminations, expansion joints, penetrations, and drains. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/ApriI/2013 PAGE 1 OF 6 Revision Issue(if appropriate)I Revision date MAHLUM 07 54 00 Tigard Tualatin School District THERMOPLASTIC MEMBRANE ROOFING Durham Center E. Installer Qualifications: Letter from manufacturer attesting that the roofing installer meets the specified qualifications. 1.7 QUALITY ASSURANCE A. Applicator Qualifications: Roofing installer shall have the following: 1. At least five years experience in installing specified system. 1.8 DELIVERY, STORAGE AND HANDLING A. Store materials clear of ground and moisture with weather protective covering. B. Keep combustible materials away from ignition sources. 1.9 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Comply with all warranty procedures required by manufacturer, including notifications, scheduling, and inspections. C. Warranty: Firestone Roofing Membrane Limited Warranty covering membrane only, for the term indicated. D. Insulation Warranty: Separate Firestone ISO 95+ Insulation Warranty with warranty term coinciding with Red Shield Warranty. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer - Roofing System: Firestone Building Products Co., Carmel, IN. www.firestonebpco.com. B. Substitutions: See Section 01 60 00 - Product Requirements. 1. Submit evidence that the proposed substitution complies with the specified requirements. 2.2 ROOFING SYSTEM DESCRIPTION A. Roofing System: Thermoplastic olefin (TPO) single-ply membrane. 1. Membrane Attachment: Mechanically fastened. B. Roofing System Components: Listed in order from the top of the roof down: 1. Membrane: Thickness as specified. 2. Base Sheet Over Insulation: Cold adhesive attached. 3. Insulation Cover Board: Wood fiber board, 0.5 inch thick; loose-laid, no attachment. 4. Insulation: a. Maximum Board Thickness: 2.5 inches; use as many layers as necessary; stagger joints in adjacent layers. b. Maximum Thickness: 2.5 inches. c. Top Layer: Composite board, polyisocyanurate foam and wood fiber, foam side down; mechanically fastened. 5. Vapor Retarder: One layer SBS modified bitumen base sheet; heat fused. 2.3 THERMOPLASTIC MEMBRANE MATERIALS A. Membrane: Flexible, heat weldable sheet composed of thermoplastic polyolefin polymer and ethylene propylene rubber; complying with ASTM D6878, with polyester weft inserted reinforcement and the following additional characteristics: ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 6 Revision Issue(if appropriate)I Revision date MAHLUM 07 54 00 Tigard Tualatin School District THERMOPLASTIC MEMBRANE ROOFING Durham Center 1. Thickness: 0.060 inch plus/minus 10 percent, with coating thickness over reinforcement of 0.024 inch plus/minus 10 percent. 2. Puncture Resistance: 415 lbf, minimum, when tested in accordance FTM 101C Method 2031. 3. Solar Reflectance: 0.79, minimum, when tested in accordance with ASTM C1549. 4. Color: White. 5. Acceptable Product: UltraPly TPO by Firestone. B. Slip Sheet: Coated glass fiber mat; qualified as part of Class A assembly over combustible and non-combustible decks, complying with ASTM D828 tensile testing. C. Membrane Fasteners: Type and size as required by roof membrane manufacturer for roofing system and warranty to be provided; use only fasteners furnished by roof membrane manufacturer. D. Formable Flashing: Non-reinforced, flexible, heat weldable sheet, composed of thermoplastic polyolefin polymer and ethylene propylene rubber. 1. Thickness: 0.060 inch plus/minus 10 percent. 2. Tensile Strength: 1550 psi, minimum, when tested in accordance with ASTM D638 after heat aging. 3. Elongation at Break: 650 percent, minimum, when tested in accordance with ASTM D638 after heat aging. 4. Tearing Strength: 12 lbf, minimum, when tested in accordance with ASTM D1004 after heat aging. 5. Color: White. 6. Acceptable Product: UltraPly TPO Flashing by Firestone. E. Tape Flashing: 5-1/2 inch nominal wide TPO membrane laminated to cured rubber polymer seaming tape, overall thickness 0.065 inch nominal; TPO QuickSeam Flashing by Firestone. F. Bonding Adhesive: Neoprene and SBR rubber blend, formulated for compatibility with the membrane other substrate materials, including masonry, wood, and insulation facings; UltraPly Bonding Adhesive by Firestone. G. Termination Bars: Aluminum bars with integral caulk ledge; 1.3 inches wide by 0.10 inch thick; Firestone Termination Bar by Firestone. H. General Purpose Sealant: EPDM-based, one part, white general purpose sealant; UltraPly TPO General Purpose Sealant by Firestone. 2.4 VAPOR RETARDER MATERIALS A. Base Sheet: Firestone MB Base Sheet; high-performance, asphalt coated, fiberglass reinforced, roofing base sheet complying with ASTM D4601 Type II. 2.5 ROOF INSULATION AND COVER BOARDS A. Polyisocyanurate Board Insulation: Closed cell polyisocyanurate foam with black glass reinforced mat laminated to faces, complying with ASTM C1289 Type II Class 1, with the following additional characteristics: 1. Size: 48 inches by 96 inches, nominal. 2. R-Value (LTTR): a. 0.5 inch Thickness: 2.8, minimum. 3. Compressive Strength: 20 psi when tested in accordance with ASTM C1289. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 3 OF 6 Revision Issue(if appropriate)I Revision date MAHLUM 07 54 00 Tigard Tualatin School District THERMOPLASTIC MEMBRANE ROOFING Durham Center 2.6 METAL ACCESSORIES A. Metal Roof Edging and Fascia: Continuous metal edge member serving as termination of roof membrane and retainer for metal fascia; watertight with no exposed fasteners; mounted to roof edge nailer. 2.7 ACCESSORY MATERIALS PART 3 INSTALLATION 3.1 GENERAL A. Install roofing, insulation, flashings, and accessories in accordance with roofing manufacturer's published instructions and recommendations for the specified roofing system. Where manufacturer provides no instructions or recommendations, follow good roofing practices and industry standards. Comply with federal, state, and local regulations. B. Obtain all relevant instructions and maintain copies at project site for duration of installation period. C. Do not start work until Pre-Installation Notice has been submitted to manufacturer as notification that this project requires a manufacturer's warranty. D. Perform work using competent and properly equipped personnel. E. Temporary closures, which ensure that moisture does not damage any completed section of the new roofing system, are the responsibility of the applicator. Completion of flashings, terminations, and temporary closures shall be completed as required to provide a watertight condition. F. Install roofing membrane only when surfaces are clean, dry, smooth and free of snow or ice; do not apply roofing membrane during inclement weather or when ambient conditions will not allow proper application; consult manufacturer for recommended procedures during cold weather. Do not work with sealants and adhesives when material temperature is outside the range of 60 to 80 degrees F. G. Protect adjacent construction, property, vehicles, and persons from damage related to roofing work; repair or restore damage caused by roofing work. 1. Protect from spills and overspray from bitumen, adhesives, sealants and coatings. 2. Particularly protect metal, glass, plastic, and painted surfaces from bitumen, adhesives, and sealants within the range of wind-borne overspray. 3. Protect finished areas of the roofing system from roofing related work traffic and traffic by other trades. H. Until ready for use, keep materials in their original containers as labeled by the manufacturer. I. Consult membrane manufacturer's instructions, container labels, and Material Safety Data Sheets (MSDS) for specific safety instructions. Keep all adhesives, sealants, primers and cleaning materials away from all sources of ignition. 3.2 EXAMINATION A. Examine roof deck to determine that it is sufficiently rigid to support installers and their mechanical equipment and that deflection will not strain or rupture roof components or deform deck. B. Verify that surfaces and site conditions are ready to receive work. Correct defects in the substrate before commencing with roofing work. ©2013 Mahium Bidding/Permit Set 1 Issue Date: 25/April/2013 PAGE 4 OF 6 Revision Issue(if appropriate)I Revision date MAHLUM 07 54 00 Tigard Tualatin School District THERMOPLASTIC MEMBRANE ROOFING Durham Center C. Examine roof substrate to verify that it is properly sloped to drains. D. Verify that the specifications and drawing details are workable and not in conflict with the roofing manufacturer's recommendations and instructions; start of work constitutes acceptable of project conditions and requirements. 3.3 PREPARATION A. Remove all of the existing roof system down to the roof deck including all existing composition base flashings. Dispose of all materials properly. Perform asbestos removal in accordance with federal, state and local regulations and dispose of waste in legal manner. 1. At penetrations, remove all existing flashings, including lead, asphalt, mastic, etc. B. Take appropriate measures to ensure that fumes from adhesive solvents are not drawn into the building through air intakes. C. Prior to proceeding, prepare roof surface so that it is clean, dry, and smooth, and free of sharp edges, fins, roughened surfaces, loose or foreign materials, oil, grease and other materials that may damage the membrane. D. Fill all surface voids in the immediate substrate that are greater than 1/4 inch wide with fill material acceptable insulation to membrane manufacturer. E. Seal, grout, or tape deck joints, where needed, to prevent bitumen seepage into building. 3.4 VAPOR RETARDER A. Before installing insulation install vapor retarder directly over the deck. 3.5 INSULATION AND COVER BOARD INSTALLATION A. Install insulation in configuration and with attachment method(s) specified in PART 2, under Roofing System. B. Install insulation in a manner that will not compromise the vapor retarder integrity. C. Install only as much insulation as can be covered with the completed roofing system before the end of the day's work or before the onset of inclement weather. D. Lay roof insulation in courses parallel to roof edges. E. Mechanical Fastening: Using specified fasteners and insulation plates engage fasteners through insulation into deck to depth and in pattern required by membrane manufacturer. 3.6 SINGLE-PLY MEMBRANE INSTALLATION A. Beginning at low point of roof, place membrane without stretching over substrate and allow to relax at least 30 minutes before attachment or splicing; in colder weather allow for longer relax time. B. Lay out the membrane pieces so that field and flashing splices are installed to shed water. C. Install membrane without wrinkles and without gaps or fishmouths in seams; bond and test seams and laps in accordance with membrane manufacturer's instructions and details. D. Install membrane mechanically attached to the substrate using seam battens, fasteners, and edge securement as specified and as required by membrane manufacturers. E. Mechanical Attachment: Install fasteners in the seams, covered by membrane. 1. Lay out plates and fasteners as recommended by membrane manufacturer and as indicated, whichever is most stringent. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 5 OF 6 Revision Issue(if appropriate)I Revision date MAHLUM 07 54 00 Tigard Tualatin School District THERMOPLASTIC MEMBRANE ROOFING Durham Center F. Edge Securement: Secure membrane at all locations where membrane terminates or goes through an angle change greater than 2 in 12 inches using mechanically fastened reinforced perimeter fastening strips, plates, or metal edging as indicated or as recommended by roofing manufacturer. 1. Exceptions: Round pipe penetrations less than 18 inches in diameter and square penetrations less than 4 inches square. 2. Metal edging is not merely decorative; ensure anchorage of membrane as intended by roofing manufacturer. 3.7 FLASHING AND ACCESSORIES INSTALLATION A. Install flashings, including laps, splices, joints, bonding, adhesion, and attachment, as required by membrane manufacturer's recommendations and details. 3.8 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Perform all corrections necessary for issuance of warranty. 3.9 CLEANING A. Clean all contaminants generated by roofing work from building and surrounding areas, including bitumen, adhesives, sealants, and coatings. B. Repair or replace building components and finished surfaces damaged or defaced due to the work of this section; comply with recommendations of manufacturers of components and surfaces. C. Remove leftover materials, trash, debris, equipment from project site and surrounding areas. 3.10 PROTECTION i A. Where construction traffic must continue over finished roof membrane, provide durable protection and replace or repair damaged roofing to original condition. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 6 OF 6 Revision Issue(if appropriate)I Revision date �, `t .4 .014 4r4110 .- '., ATis , , , .., 441*. r , 4 , Atiow■ , -. _ . ..h.i. ,. .,----- . iks _04,- 4 iv7. 4 0••gt . . 0, 44 _,4,_ 161 B Apron Flashing FIG 4-17A oa Cleat Apron Flashing Lock Seam DETAIL 1 ``;`�00 4"(102mm) %t1 . \`// fr c■ �. 4" `�`/ (102mm)__ 2"(310mmz ANY -Q ''�' 18'(46 mm) O f ��" DETAIL 2 FIG 4-17B CHIMNEY FLASHING FIGURE 4-17 ?a;, - Architectural Sheet Metal Manual - 5th Ed. 4.34 I l I 11111111111111( *"*.k.„,,,, 411 ' , I Y'' -:::: '''.. - .1* -.,, kir ,'•. DETAIL 1 6" (152mm) PIP �iiiiikp, iff Glass t , /1,411ke. • „( %111.1"-it'll", e 4 I t Lock Seam FIG.421 A w< Glass 0 DETAIL 2 411110 k■ 4iii .,... -.4.,.A____. . ,,, ,•,_ . ... , ...... I att. - Am t. W X FIG.4-21C iv 4 { FIG.4-21B Y Hook - Cleat \ DETAIL 3 • W,X,Y&Z are 4'(102mm) minimums As Necessary FIG.4-21D DORMER-HEAD-SILL FLASHING FIGURE 4-21 FOR FRAME CONSTRUCTION Es• :_ Architectural Sheet Metal Manual - 5th Ed. 4.42 1 \ 41111p(--4L1 ----..„...„...... _ Al . Ill4lliOPrr‘o,,.,..,,.._/-..., \ _____ ,_ __:iiiik------- 41. tilikg..-, ''''.--, \\\' \ 4111C4/ /1 �, \ V----'\\-:% * ,,,, i 1\0\ coodoe,,, 1NNW -----C r\ r--■ Cleat ,-'' ,, ,' FIG 4-19A FIG 4-198 I II '' .. . , tir ��Cleat �,' p . /Af Alit,"-* ) Nego AteN.,/ \/ ;) � A Cleat ti/ FIG 4-19C SLOPING ROOF FIGURE 4-19 PENETRATION FLASHING M ? Architectural Sheet Metal Manual - 5th Ed. 4.38 MAHLUM 07 62 00 Tigard Tualatin School District SHEET METAL FLASHING AND TRIM Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, gutters, and downspouts. 1.2 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood nailers. B. Section 07 31 13 -Asphalt Shingles: Flashings associated with shingle roofing. C. Section 07 72 00 - Roof Accessories: Roof-mounted units. 1.3 REFERENCE STANDARDS A. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2011. B. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2011. C. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 2007 (Reapproved 2012)e1. D. SMACNA (ASMM) - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association; 2003. 1.4 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 1.5 SUBMITTALS A. See Section 01 30 00 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. 1.6 QUALITY ASSURANCE A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and standard details, except as otherwise indicated. 1.7 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.1 SHEET MATERIALS A. Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 0.02 inch thick base metal. B. Pre-Finished Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 0.02 inch thick base metal, shop pre-coated with PVDF coating. 1. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Organic Finish, AAMA 2605; multiple coat, thermally cured fluoropolymer finish system. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 62 00 Tigard Tualatin School District SHEET METAL FLASHING AND TRIM Durham Center 2.2 ACCESSORIES A. Fasteners: Galvanized steel, with soft neoprene washers. B. Primer: Zinc chromate type. C. Protective Backing Paint: Zinc molybdate alkyd. D. Sealant: Type specified in Section 07 90 05. E. Plastic Cement: ASTM D4586, Type I. 2.3 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners. D. Form material with flat lock seams, except where otherwise indicated. At moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. E. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. F. Fabricate flashings to allow toe to extend 2 inches over roofing gravel. Return and brake edges. 2.4 GUTTER AND DOWNSPOUT FABRICATION A. Downspouts: match existing profile. B. Gutters and Downspouts: match existing profiles as indicated. C. Seal metal joints. PART 3 EXECUTION 3.1 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. 3.2 INSTALLATION A. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. B. Apply plastic cement compound between metal flashings and felt flashings. C. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. D. Secure gutters and downspouts in place using concealed fasteners. 3.3 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for field inspection requirements. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 62 00 Tigard Tualatin School District SHEET METAL FLASHING AND TRIM Durham Center B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 3 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 62 00 Tigard Tualatin School District SHEET METAL FLASHING AND TRIM Durham Center ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 3 Revision Issue(if appropriate)I Revision date • U, VOW _ ,',111111111111111 ' _ r-- Inverted V \ ‘'il ,' 1�1 Inverted V `` Y ‘\ —�i FIG 4-22A 7, FIG 4-22B P,. %Am Ina_ \1 _111, \ l .. .,.,% lk,,..,, %kill lk,, , ____—fflo w.=_... t ... , ',, m -- ,=,..-„___.,....:_._-_, 11 FIG 4-22C FIG 4-22D SHINGLE ROOF FLASHING FIGURE 4-22 7 Architectural Sheet Metal Manual - 5th Ed. 4.44 MAHLUM 07 72 00 Tigard Tualatin School District ROOF ACCESSORIES Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Roof Vents(replace existing hatches/vents) 1.2 RELATED REQUIREMENTS A. Section 07 50 00- Membrain Roofing: Membrain Roofing 1.3 REFERENCE STANDARDS A. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2012. 1.4 SUBMITTALS A. See Section 01 30 00 -Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used. 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 4. Maintenance requirements. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store products under cover and elevated above grade. PART 2 PRODUCTS 2.1 ROOF HATCHES, MANUAL AND AUTOMATIC OPERATION A. Manufacturers- Roof Hatches: 1. Bilco CompanyMatch existing hatches/vents: www.bilco.com. 2. Substitutions: See Section 01 60 00 - Product Requirements. B. Roof Hatches: Factory-assembled steel frame and cover, complete with operating and release hardware. C. Frames/Curbs: One-piece curb and frame with integral cap flashing to receive roof flashings; extended bottom flange to suit mounting. 1. Material: Galvanized steel, 14 gage, 0.0747 inch thick. 2. Finish: Factory prime paint. 3. Insulation: 1 inch rigid glass fiber, located on outside face of curb. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 2 Revision Issue(if appropriate)I Revision date MAHLUM 07 72 00 Tigard Tualatin School District ROOF ACCESSORIES Durham Center B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install in accordance with manufacturer's instructions, in manner that maintains roofing weather integrity. 3.4 CLEANING A. Clean installed work to like-new condition. 3.5 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date. 25/April/2013 PAGE 2 OF 2 Revision Issue(if appropriate)I Revision date MAHLUM 07 90 05 Tigard Tualatin School District JOINT SEALERS Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Sealants and joint backing. B. Precompressed foam sealers. 1.2 REFERENCE STANDARDS A. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. B. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2011a. C. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current edition; www.aqmd.gov. 1.3 SUBMITTALS A. See Section 01 30 00 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. C. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, and perimeter conditions requiring special attention. D. Applicators Qualifications documenting a minimum of three years installing similar materials on commercial projects. 1.4 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. C. Applicator Qualifications: Company specializing in performing the work of this section with minimum three years documented experience. 1.5 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.6 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Silicone Sealants: 1. Exterior Applications: a. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 1) Non-structural applications; Product: SCS2000 SilPruf 2) Structural applications; (a) UltraGlaze SSG4000 (b) SCS2000 SilPruf b. Pecora Corporation: www.pecora.com. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 1 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 90 05 Tigard Tualatin School District JOINT SEALERS Durham Center 1) Non-structural applications; Product: 890 NST 2) Structural applications; Product: 895 NST c. Red Devil; 100% Silicone Industrial Grade RTV Sealant: www.reddevil.com. d. Sherwin-Williams Company; Silicone Rubber All Purpose Sealant: www.sherwin-williams.com. B. Polyurethane Sealants: 1. Exterior Applications: a. Vertical Use: 1) Pecora Corporation; Product DynaTrol I-XL: www.pecora.com. 2) BASF Construction Chemicals-Building Systems; Product www.buildingsystems.basf.com. 3) Tremco Global Sealants; Product Vulkem 921: www.tremcosealants.com 4) Sherwin-Williams Company; Stampede-1/-TX Polyurethane Sealant: www.sherwin-williams.com. b. Horizontal Use: 1) Tremco Global Sealants; Product Vulkem 45: www.tremcosealants.com C. Butyl Sealants: 1. Pecora Corporation; Product BA-98: www.pecora.com. 2. Tremco Global Sealants; Product TremPro JS-773: www.tremcosealants.com. 2.2 SEALANTS A. Sealants and Primers - General: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No.1168. B. Type 1 - General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25 or greater, Uses M, G, and A; single component. 1. Color: To be selected by Architect from manufacturer's full range including custom coloring if required. C. Type 3 - Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, nonskinning, noncuring. 2.3 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.2 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. 2013 Mahium Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 90 05 Tigard Tualatin School District JOINT SEALERS Durham Center B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. D. Protect elements surrounding the work of this section from damage or disfigurement. 3.3 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Install bond breaker where joint backing is not used. D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. E. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. F. Tool joints concave. 3.4 CLEANING A. Clean adjacent soiled surfaces. 3.5 PROTECTION A. Protect sealants until cured. 3.6 SCHEDULE A. Exterior Joints for Which No Other Sealant Type is Indicated: Type 1 . B. Lap Joints in Exterior Sheet Metal Work: Type 3. C. Joints Between Exterior Metal Frames and Adjacent Work (except masonry and aluminum): Type 1. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 3 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 07 90 05 Tigard Tualatin School District JOINT SEALERS Durham Center ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 4 OF 3 Revision Issue(if appropriate)I Revision date MAHLUM 09 90 00 Tigard Tualatin School District PAINTING AND COATING Durham Center PART 1 GENERAL 1.1 SECTION INCLUDES A. Surface preparation including the removal of lead paint. B. Field application of paints. C. Scope: Finish all exterior surfaces exposed to view, unless fully factory-finished and unless otherwise indicated. D. Do Not Paint or Finish the Following Items: 1. Items fully factory-finished unless specifically so indicated; materials and products having factory-applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Gas piping. 5. Glass. 1.2 RELATED REQUIREMENTS A. Appendix 1 Hazardous Materioal Sampling Inventory 1.3 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this section. 1.4 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2011a. C. ASTM D4442- Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood-Base Materials; 2007. D. EPA Lead, Renovation, Repair and Painting Rule 40 CFR Part 745 E. Oregon OSHA 1926.62 F. Oregon Health Department regulations regarding renovation of a child occupied facility. 1.5 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section 1. Meet with Owner, Environmental Consultant and Architect. Environmental Consultant will take samples prior to the start of work. 1.6 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Product Data: Provide complete list of all products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category(e.g. "alkyd enamel"). 2. MPI product number(e.g. MPI #47). 3. Cross-reference to specified paint system(s) product is to be used in; include description of each system. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 1 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 09 90 00 Tigard Tualatin School District PAINTING AND COATING Durham Center C. Samples: Submit three paper"drop" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. D. Certification: By manufacturer that all paints and coatings comply with VOC limits specified. E. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon of each color; store where directed. 3. Label each container with color in addition to the manufacturer's label. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the type of work specified with minimum 5 years experience. C. Contractor must be a certified Lead Based Paint Renovator. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.9 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. B. Paints: 1. Sherwin-Williams Company: www.sherwin-williams.com. C. Primer Sealers: Same manufacturer as top coats. D. Substitutions: See Section 01 60 00 - Product Requirements. 2.2 PAINTS AND COATINGS -GENERAL A. Paints and Coatings: Ready mixed, unless intended to be a field-catalyzed coating. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 2 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 09 90 00 Tigard Tualatin School District PAINTING AND COATING Durham Center 1. Where MPI paint numbers are specified, provide products listed in Master Painters Institute Approved Product List, current edition available at www.paintinfo.com, for specified MPI categories, except as otherwise indicated. 2. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 3. Supply each coating material in quantity required to complete entire project's work from a single production run. 4. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as"best" by the manufacturer. C. Volatile Organic Compound (VOC)Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission Standards for Architectural Coatings. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. D. Colors: To be selected from manufacturer's full range of available colors. 1. Selection to be made by Architect after award of contract. 2. Allow for minimum of three colors for each system, unless otherwise indicated, without additional cost to Owner. 2.3 PAINT SYSTEMS-EXTERIOR A. Paint EC-OP-All Exterior Concrete and Masonry Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including concrete and cement board. 1. Preparation as specified by manufacturer. 2. Two top coats and one coat primer recommended by manufacturer. 3. Top Coat(s): MPI Exterior High Build Latex (MPI #40). 4. Satin: MPI gloss level 4; use this sheen at all locations. B. Paint WE-OP-3L-Wood, Opaque, Latex, 3 Coat: 1. One coat of latex primer sealer. 2. Semi-gloss: Two coats of latex enamel; C. Paint ME-OP-3L- Ferrous Metals, Unprimed, Latex, 3 Coat: 1. One coat of latex primer. 2. Semi-gloss: Two coats of latex enamel; D. Paint MgE-OP-3L-Galvanized Metals, Latex, 3 Coat: 1. One coat galvanize primer. 2. Semi-gloss: Two coats of latex enamel; 2.4 ACCESSORY MATERIALS A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 3 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 09 90 00 Tigard Tualatin School District PAINTING AND COATING Durham Center PART 3 EXECUTION 3.1 EXAMINATION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop-applied primer for compatibility with subsequent cover materials. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 2. Exterior Wood: 15 percent, measured in accordance with ASTM D4442. 3.2 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or repair existing coatings that exhibit surface defects. Follow prepartion as outlined by APEX Environmental Consulting. D. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. E. Seal surfaces that might cause bleed through or staining of topcoat. F. Remove mildew from impervious surfaces by scrubbing with solution of tetra-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. G. Exterior Wood Surfaces to Receive Opaque Finish: Remove dust, grit, and foreign matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior calking compound after prime coat has been applied. Back prime concealed surfaces before installation. 3.3 APPLICATION A. Exterior Wood to Receive Opaque Finish: If final painting must be delayed more than 2 weeks after installation of woodwork, apply primer within 2 weeks and final coating within 4 weeks. B. Apply products in accordance with manufacturer's instructions. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. Sand wood and metal surfaces lightly between coats to achieve required finish. F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. G. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 4 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 09 90 00 Tigard Tualatin School District PAINTING AND COATING Durham Center 3.4 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for general requirements for field inspection. 3.5 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.6 PROTECTION A. Protect finished coatings until completion of project. B. Touch-up damaged coatings after Substantial Completion. 3.7 SCHEDULE - COLORS A. Exterior: Match existing colors. END OF SECTION ©2013 Mahlum Bidding/Permit Set I Issue Date: 25/Apri1/2013 PAGE 5 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM 09 90 00 Tigard Tualatin School District PAINTING AND COATING Durham Center O 2013 Mahlum Bidding/Permit Set I Issue Date: 25/April/2013 PAGE 6 OF 5 Revision Issue(if appropriate)I Revision date MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center PART 1 - GENERAL 1.01 SECTION INCLUDES A. Work included in 26 00 00, Electrical Basic Requirements applies to Division 26, Electrical work to provide materials, labor, tools, permits, incidentals, and other services to provide and make ready for Owner's use of electrical systems for proposed project. B. Contract Documents include, but are not limited to, Specifications including Division 00, Procurement and Contracting Requirements and Division 01, General Requirements, Drawings, Addenda, Owner/Architect Agreement, and Owner/Contractor Agreement. Confirm requirements before commencement of work. C. Definitions: 1. Provide: To furnish and install, complete and ready for intended use. 2. Furnish: Supply and deliver to project site, ready for unpacking, assembly and installation. 3. Install: Includes unloading, unpacking, assembling, erecting, installation, applying, finishing, protecting, cleaning and similar operations at project site as required to complete items of work furnished. 4. Approved or Approved Equivalent: To possess the same performance qualities and characteristics and fulfill the utilitarian function without any decrease in quality, durability or longevity. For equipment/products defined by the Contractor as "equivalent", substitution requests must be submitted to Engineer for consideration, in accordance with Division 01, General Requirements, and approved by the Engineer prior to submitting bids for substituted items. 5. Authority Having Jurisdiction (AHJ): Indicates reviewing authorities, including local fire marshal, Owner's insurance underwriter, Owner's representative, and other reviewing entity whose approval is required to obtain systems acceptance. 1.02 RELATED SECTIONS: A. Contents of Section applies to Division 26, Electrical Contract Documents. B. Related Work: 1. Additional conditions apply to this Division including, but not limited to: a. Specifications including Division 00, Procurement and Contracting Requirements and Division 01, General Requirements. b. Drawings c. Addenda d. Owner/Architect Agreement e. Owner/Contractor Agreement f. Codes, Standards, Public Ordinances and Permits 1.03 REFERENCES AND STANDARDS A. References and Standards per Division 00, Procurement and Contracting Requirements and Division 01, General Requirements, individual Division 26, Electrical Sections and those listed in this Section. B. Codes to include latest adopted editions, including current amendments, supplements and local jurisdiction requirements in effect as of the date of the Contract Documents, of/from: 1. State of Oregon: a. OAR Oregon Administrative Rules b. OESC Oregon Electrical Specialty Code c. OFC Oregon Fire Code d. OMSC Oregon Mechanical Specialty Code e. OPSC Oregon Plumbing Specialty Code 2013 Mahlum Bidding/Permit I Issue Date: 25/Apri1/2013 PAGE 1 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center f. OSSC Oregon Structural Specialty Code g. OEESC Oregon Energy Efficiency Specialty Code h. Oregon Elevator Specialty Code C. General: Reference standards and guidelines include but are not limited to the latest adopted editions from: 1. ADA Americans with Disabilities Act 2. ANSI American National Standards Institute 3. APWA American Public Works Association 4. ASCE American Society of Civil Engineers 5. ASHRAE Guideline 0, the Commissioning Process 6. ASTM ASTM International 7. CFR Code of Federal Regulations 8. CSA CSA International 9. EEMAC Electrical Equipment Manufacturers Association of Canada 10. EPA Environmental Protection Agency 11. ETL Electrical Testing Laboratories 12. FCC Federal Communications Commission 13. FDA Food & Drug Administration 14. FM FM Global 15. IBC International Building Code 16. IEC International Electrotechnical Commission 17. IEEE Institute of Electrical and Electronics Engineers 18. IES Illuminating Engineering Society 19. ISO International Organization for Standardization 20. LEED Leadership in Energy and Environmental Design 21. MSS Manufacturers Standardization Society 22. NEC National Electric Code 23. NECA National Electrical Contractors Association 24. NEMA National Electrical Manufacturers Association 25. NETA National Electrical Testing Association 26. NFPA National Fire Protection Association 27. OSHA Occupational Safety and Health Administration 28. UBC Uniform Building Code 29. UL Underwriters Laboratories Inc. 30. USDA United States Department of Agriculture D. See Division 26, Electrical individual Sections for additional references. E. Where code requirements are at variance with Contract Documents, meet code requirements as a minimum requirement and include costs necessary to meet these in Contract. Machinery and equipment are to comply with OSHA requirements, as currently revised and interpreted for equipment manufacturer requirements. Install equipment provided per manufacturer recommendations. F. Whenever this Specification calls for material, workmanship, arrangement or construction of higher quality and/or capacity than that required by governing codes, higher quality and/or capacity take precedence. 1.04 SUBMITTALS A. See Division 01, General Requirements for Submittal Procedures as well as individual Division 26, Electrical Sections. B. In addition: 1. "No Exceptions Taken" constitutes that review is for general conformance with the design concept expressed in the Contract Documents for the limited purpose of checking for conformance with information given. Any action is subject to the ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 2 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center requirements of the Contract Documents. Contractor is responsible for the dimensions and quantity and will confirm and correlate at the job site,fabrication processes and techniques of construction, coordination of the work with that of all other trades, and the satisfactory performance of the work. 2. Provide product submittals and shop drawings in electronic format only. Electronic format must be submitted via zip file via e-mail. For electronic format, provide one zip file per specification division containing a separate file for each specification Section. Individual submittals sent piecemeal in a per Specification Section method will be returned without review or comment. All transmissions/submissions to be submitted to Architect. 3. Product Data: Provide manufacturer's descriptive literature for products specified in Division 26, Electrical Sections. 4. Identify/mark each submittal in detail. Note what differences, if any, exist between the submitted item and the specified item. Failure to identify the differences will be considered cause for disapproval. If differences are not identified and/or not discovered during the submittal review process, Contractor remains responsible for providing equipment and materials that meet the specifications and drawings. a. Label submittal to match numbering/references as shown in Contract Documents. Highlight and label applicable information to individual equipment or cross out/remove extraneous data not applicable to submitted model. Clearly note options and accessories to be provided, including field installed items. Highlight connections by/to other trades. b. Include technical data, installation instructions and dimensioned drawings for products,fixtures, equipment and devices installed,furnished or provided. Reference individual Division 26, Electrical specification Sections for specific items required in product data submittal outside of these requirements. c. See Division 26, Electrical individual Sections for additional submittal requirements outside of these requirements. 5. Maximum of two reviews of complete submittal package.Arrange for additional reviews and/or early review of long-lead items; Bear costs of these additional reviews at Engineer's hourly rates. Incomplete submittal packages/submittals will be returned to contractor without review. 6. Trade Coordination: Include physical characteristics, electrical characteristics, device layout plans, wiring diagrams, and connections as required per Division 26, Electrical Coordination Documents. For equipment with electrical connections, furnish copy of approved submittal for inclusion in Division 26, Electrical submittals. 7. Make provisions for openings in building for admittance of equipment prior to start of construction or ordering of equipment. 8. Substitutions and Variation from Basis of Design: a. The Basis of Design designated product establishes the qualities and characteristics for the evaluation of any comparable products by other listed acceptable manufacturers if included in this Specification or included in an approved Substitution Request as judged by the Design Professional. b. If substitutions and/or equivalent equipment/products are being proposed, it is the responsibility of parties concerned, involved in, and furnishing the substitute and/or equivalent equipment to verify and compare the characteristics and requirements of that furnished to that specified and/or shown. If greater capacity and/or more materials and/or more labor is required for the rough-in, circuitry or connections than for the item specified and provided for, then provide compensation for additional charges required for the proper rough-in, circuitry and connections for the equipment being furnished. No additional charges above the Base Bid will be allowed for such revisions. Coordinate with the requirements of"Submittals". For any product marked "or approved equivalent", a substitution request must be submitted to Engineer for approval prior to purchase, delivery or installation. ©2013 Mahlum Bidding/Permit 1 Issue Date:25/April/2013 PAGE 3 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center 9. Shop Drawings: Provide coordinated shop drawings which include physical characteristics of all systems, device layout plans, and control wiring diagrams. Reference individual Division 26, Electrical specification Sections for additional requirements for shop drawings outside of these requirements. a. Provide Shop Drawings indicating access panel locations, size and elevation for approval prior to installation. 10. Samples: Provide samples when requested by individual Sections. 11. Resubmission Requirements: a. Make any corrections or change in submittals when required. Provide submittals as specified. The engineer will not be required to edit and/or interpret the Contractor's submittals. Indicate changes for the resubmittal in a cover letter with reference to page(s) changed and reference response to comment. Cloud changes in the submittals. b. Resubmit for review until review indicates no exceptions taken or"make corrections as noted". 12. Operation and Maintenance Manuals, Owners Instructions: a. Submit, at one time, electronic files (PDF format) on CD/DVD of manufacturer's operation and maintenance instruction manuals and parts lists for equipment or items requiring servicing. Submit data when work is substantially complete and in same order format as submittals. Include name and location of source parts and service for each piece of equipment. 1) Include copy of approved submittal data along with submittal review letters received from Engineer. Data to clearly indicate installed equipment model numbers. Delete or cross out data pertaining to other equipment not specific to this project. 2) Include copy of manufacturer's standard Operations and Maintenance for equipment. At front of each tab, provide routine maintenance documentation for scheduled equipment. Include manufacturer's recommended maintenance schedule and highlight maintenance required to maintain warranty. Furnish list of routine maintenance parts, including part numbers, sizes, quantities, relevant to each piece of equipment. 3) Include Warranty per Division 00, Procurement and Contracting Requirements and Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. 4) Include product certificates of warranties and guarantees. 5) Include copy of complete parts list for equipment. Include available exploded views of assemblies and sub assemblies. 6) Include commissioning reports. 7) Include copy of startup and test reports specific to each piece of equipment. 8) Engineer will return incomplete documentation without review. Engineer will provide one set of review comments in Submittal Review format. Contractor must arrange for additional reviews; Contractor to bear costs for additional reviews at Engineer's hourly rates. b. Thoroughly instruct Owner in proper operation of equipment and systems. Where noted in individual Sections, training will include classroom instruction with applicable training aids and systems demonstrations. Field instruction per Section 26 00 00, Electrical Basic Requirements, Demonstration. c. Copies of certificates of code authority inspections, acceptance, code required acceptance tests, and other special guarantees, certificates of warranties, specified elsewhere or indicated on Drawings. 13. Record Drawings: a. Maintain at site at least one set of drawings for recording "As-constructed" conditions. Indicate on drawings changes to original documents by referencing revision document, and include buried elements, location of conduit, and location of concealed electrical items. Include items changed by field orders, supplemental instructions, and constructed conditions. ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 4 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center b. Record Drawings are to include equipment and fixture/connection schedules that accurately reflect"as constructed or installed" for project. c. At completion of project, input changes to original project on CAD Drawings and make one set of black-line drawings created from CAD Files in version/release equal to contract drawings. Submit CAD disk and drawings upon substantial completion. d. See Division 26, Electrical individual Sections for additional items to include in record drawings. 1.05 QUALITY ASSURANCE A. Regulatory Requirements: Work and materials installed to conform with all local, State and Federal codes, and other applicable laws and regulations. B. Drawings are intended to be diagrammatic and reflect the Basis of Design manufacturer's equipment. They are not intended to show every item in its exact dimensions, or details of equipment or proposed systems layout. Verify actual dimensions of systems (i.e. distribution equipment, duct banks, light fixtures, etc.) and equipment proposed to assure that systems and equipment will fit in available space. Contractor is responsible for design and construction costs incurred for equipment other than Basis of Design, including, but not limited to, architectural, structural, electrical, HVAC, fire sprinkler, and plumbing systems. C. Manufacturer's Instructions: Follow manufacturer's written instructions. If in conflict with Contract Documents, obtain clarification. Notify Engineer/Architect, in writing, before starting work. D. Items shown on Drawings are not necessarily included in Specifications or vice versa. Confirm requirements in all Contract Documents. E. UL and CSA Compliance: Provide products which are UL listed 1.06 WARRANTY A. Provide written warranty covering the work for a period of one year from date of Substantial Completion in accordance with Division 00, Procurement and Contracting Requirements and Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. B. Sections under this Division can require additional and/or extended warranties that apply beyond basic warranty under Division 01, General Requirements and the General Conditions. Confirm requirements in all Contract Documents. 1.07 COORDINATION DOCUMENTS A. Prior to construction, coordinate installation and location of HVAC equipment, ductwork, grilles, diffusers, piping, plumbing equipment/fixtures, fire sprinklers, plumbing, lights, cable tray and electrical services with architectural and structural requirements, and other trades (including ceiling suspension and tile systems), and provide maintenance access requirements. Coordinate with submitted architectural systems (i.e. roofing, ceiling, finishes) and structural systems as submitted, including footings and foundation. Identify zone of influence from footings and ensure systems are not routed within the zone of influence. B. Advise Architect in event a conflict occurs in location or connection of equipment. Bear costs resulting from failure to properly coordinate installation or failure to advise Architect of conflict. C. Verify in field exact size, location, and clearances regarding existing material, equipment and apparatus, and advise Architect of discrepancies between that indicated on Drawings and that existing in field prior to installation related thereto. ©2013 Mahlum Bidding/Permit I Issue Date: 25/Apri1/2013 PAGE 5 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center D. Submit final Coordination Drawings with changes as Record Drawings at completion of project. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Provide like items from one manufacturer. 2.02 MATERIALS A. Base contract upon furnishing materials as specified. Materials, equipment, and fixtures used for construction are to be new, latest products as listed in manufacturer's printed catalog data and are to be UL approved or have adequate approval or be acceptable by state, county, and city authorities. Equipment/fixture supplier is responsible for obtaining State, County, and City acceptance on equipment/fixtures that are not UL approved or are not listed for installation. B. Articles, fixtures, and equipment of a kind to be standard product of one manufacturer. C. Names and manufacturer's names denote character and quality of equipment desired and are not to be construed as limiting competition. D. Hazardous Materials: 1. Comply with local, State of Oregon, and Federal regulations relating to hazardous materials. 2. Comply with Division 00, Procurement and Contracting Requirements and Division 01, General Requirements for this project relating to hazardous materials. 3. Do not use any materials containing a hazardous substance. If hazardous materials are encountered, do not disturb; immediately notify Owner and Architect. Hazardous materials will be removed by Owner under separate contract. PART 3 - EXECUTION 3.01 ACCESSIBILITY AND INSTALLATION A. Confirm Accessibility and Installation requirements in Division 00, Procurement and Contracting Requirements, Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. B. Install equipment requiring access (i.e.,junction boxes, light fixtures, power supplies, motors, etc.) so that they may be serviced, reset, replaced or recalibrated by service people with normal service tools and equipment. Do not install equipment in passageways, doorways, scuttles or crawlspaces which would impede or block the intended usage. C. Install equipment and products complete as directed by manufacturer's installation instructions. Obtain installation instructions from manufacturer prior to rough-in of equipment and examine instructions thoroughly. When requirements of installation instructions conflict with Contract Documents, request clarification from Architect prior to proceeding with installation. This includes proper installation methods, sequencing, and coordination with other trades and disciplines. D. Plenums: 1. In plenums, provide plenum rated materials that meet the requirements to be installed in plenums. Immediately notify Architect/Engineer of discrepancy. E. Start up equipment, in accordance with manufacturer's start-up instructions, and in presence of manufacturer's representative. Test controls and demonstrate compliance with requirements. Replace damaged or malfunctioning controls and equipment. F. Provide miscellaneous supports/metals required for installation of equipment and conduit. ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 6 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center 3.02 SEISMIC CONTROL A. Confirm Seismic Control requirements in Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26 Electrical Sections. B. Equipment Importance Factor: 1.0. C. General: 1. Confirm Building Occupancy Category and Seismic Design Category with Architect. 2. Earthquake resistant designs for Electrical (Division 26, Electrical)equipment and distribution, i.e. power distribution equipment, generators, UPS, etc. to conform to regulations of jurisdiction having authority. 3. Restraints which are used to prevent disruption of function of piece of equipment because of application of horizontal force to be such that forces are carried to frame of structure in such a way that frame will not be deflected when apparatus is attached to a mounting base and equipment pad, or to structure in normal way, utilizing attachments provided. Secure equipment and distribution systems to withstand a force in direction equal to value defined by jurisdiction having authority. 4. Provide stamped shop drawings from licensed Structural Engineer of seismic bracing and seismic movement assemblies for conduit and equipment. Submit shop drawings along with equipment submittals. 5. Provide stamped shop drawings from licensed Structural Engineer of seismic flexible joints for conduit crossing building expansion or seismic joints. Submit shop drawings along with seismic bracing details. Coordinate exact design requirements with project Structural Engineer. D. Equipment: 1. Provide means to prohibit excessive motion of electrical equipment during earthquake. 3.03 REVIEW AND OBSERVATION A. Confirm Review and Observation requirements in Division 00, Procurement and Contracting Requirements, Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. B. Notify Architect, in writing, at following stages of construction so that they may, at their option, visit site for review and construction observation: 1. Underground conduit installation prior to backfilling. 2. Prior to covering walls. 3. Prior to ceiling cover/installation. 4. When main systems, or portions of, are being tested and ready for inspection by AHJ. C. Final Punch: 1. Costs incurred by additional trips required due to incomplete systems will be the responsibility of the Contractor. 3.04 CONTINUITY OF SERVICE A. Confirm requirements in Division 00, Procurement and Contracting Requirements and Division 01, General Requirements. In the absence of specific requirements in Division 01, General Requirements, comply with individual Division 26, Electrical Sections and the following: 1. During remodeling or addition to existing structure, while existing structure is occupied, present services to remain intact until new construction, facilities or equipment is installed. 2. Prior to changing over to new service, verify that every item is thoroughly prepared. Install new wiring, and wiring to point of connection. ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 7 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center 3. Coordinate transfer time to new service with Owner. If required, perform transfer during off-peak hours. Once changeover is started, pursue to its completion to keep interference to a minimum. a. If overtime is necessary, there will be no allowance made by Owner for extra expense for such overtime or shift work. 4. No interruption of services to any part of existing facilities will be permitted without express permission in each instance from Owner. Requests for outages must state specific dates, hours and maximum durations, with outages kept to these specific dates, hours and maximum durations. Obtain written permission from Owner for any interruption of power, lighting or signal circuits and systems. a. Organize work to minimize duration of power interruption. b. Coordinate utility service outages with utility company. 3.05 CUTTING AND PATCHING A. Confirm requirements in Division 00, Procurement and Contracting Requirements and Division 01, General Requirements. In the absence of specific requirements in Division 01, General Requirements, comply with individual Division 26, Electrical Sections and the following: 1. Proposed floor cutting/core drilling/sleeve locations to be approved by project Structural Engineer. Submit proposed locations to Architect/Project Structural Engineer. Where slabs are of post tension construction, perform x-ray scan of proposed penetration locations and submit scan results including proposed penetration locations to Project Structural Engineer/Architect for approval. Where slabs are of waffle type construction, show column cap extent and cell locations relative to proposed penetration(s). 2. Cutting, patching and repairing for work specified in this Division including plastering, masonry work, concrete work, carpentry work, and painting included under this Section and will be performed by skilled craftsmen of each respective trade in conformance with appropriate Division of Work. 3. Additional openings required in building construction to be made by drilling or cutting. Use of jack hammer is specifically prohibited. Patch openings in and through concrete and masonry with grout. 4. Restore new or existing work that is cut and/or damaged to original condition. atch and repair specifically where existing items have been removed. This includes repairing and painting walls, ceilings, etc. where existing conduit and devices are removed as part of this project. Where alterations disturb lawns, paving, and/or walks, surfaces to be repaired, refinished and left in condition matching existing prior to commencement of work. 5. Additional work required by lack of proper coordination will be provided at no additional cost to the Owner. 3.06 EQUIPMENT SELECTION AND SERVICEABILITY A. Replace or reposition equipment which is too large or located incorrectly to permit servicing, at no additional cost to Owner. 3.07 DELIVERY, STORAGE AND HANDLING A. Confirm requirements in Division 00, Procurement and Contracting Requirements and Division 01, General Requirements. In the absence of specific requirements, comply with individual Division 26, Electrical Sections and the following: 1. Handle materials delivered to project site with care to avoid damage. Store materials on site inside building or protected from weather, dirt and construction dust. Products and/or materials that become damaged due to water, dirt, and/or dust as a result of improper storage and handling to be replaced before installation. 2. Protect equipment to avoid damage. Close conduit openings with caps or plugs. Keep motors and bearings in watertight and dustproof covers during entire course of installation. 3. Protect bus duct and similar items until in service. CO 2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 8 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center 3.08 DEMONSTRATION A. Confirm Demonstration requirements in Division 00, Procurement and Contracting Requirements, Division 01, General Requirements, Section 26 08 00, Commissioning of Electrical and individual Division 26, Electrical Sections. B. Upon completion of work and adjustment of equipment, test systems and demonstrate to Owner's Representative, Architect, and Engineer that equipment furnished and installed or connected under provisions of these Specifications functions in manner required. Provide field instruction to Owner's Maintenance Staff as specified in Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. C. Manufacturer's Field Services: Furnish services of a qualified person at time approved by Owner, to instruct maintenance personnel, correct defects or deficiencies, and demonstrate to satisfaction of Owner that entire system is operating in satisfactory manner and complies with requirements of other trades that may be required to complete work. Complete instruction and demonstration prior to final job site observations. 3.09 CLEANING A. Confirm Cleaning requirements in Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. B. Upon completion of installation, thoroughly clean electrical equipment, removing dirt, debris, dust, temporary labels and traces of foreign substances. Throughout work, remove construction debris and surplus materials accumulated during work. 3.10 INSTALLATION A. Confirm Installation requirements in Division 00, Procurement and Contracting Requirements and Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. B. Install equipment and fixtures in accordance with manufacturer's installation instructions, plumb and level and firmly anchored to vibration isolators. Maintain manufacturer's recommended clearances. C. Start up equipment, in accordance with manufacturer's start-up instructions, and in presence of manufacturer's representative. Test controls and demonstrate compliance with requirements. Replace damaged or malfunctioning controls and equipment. D. Provide miscellaneous supports/metals required for installation of equipment. 3.11 PAINTING A. Confirm requirements in Division 01, General Requirements and Division 09, Finishes. In the absence of specific requirements, comply with individual Division 26, Electrical Sections and the following: 1. Ferrous Metal: After completion of work, thoroughly clean and paint exposed supports constructed of ferrous metal surfaces (i.e., hangers, hanger rods, equipment stands, etc.)with one coat of black asphalt varnish for exterior or black enamel for interior, suitable for hot surfaces. 2. In Electrical Room, on roof or other exposed areas, equipment not painted with enamel to receive two coats of primer and one coat of rustproof enamel, colors as selected by Architect. 3. See individual equipment Specifications for other painting. 4. Structural Steel: Repair damage to structural steel finishes or finishes of other materials damaged by cutting, welding or patching to match original. 5. Conduit: Clean, primer coat and paint interior/exterior conduit exposed in public areas with two coats paint suitable for metallic surfaces. Color selected by Architect. ©2013 Mahlum Bidding/Permit I Issue Date: 25/April/2013 PAGE 9 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center 6. Covers: Covers such as manholes, vaults and the like will be furnished with finishes which resist corrosion and rust. 3.12 DEMOLITION A. Confirm requirements in Division 01, General Requirements and Division 02, Existing Conditions. In the absence of specific requirements, comply with individual Division 26, Electrical Sections and the following: 1. It is the intent of these documents to provide necessary information and adjustments to electrical system required to meet code, and accommodate installation of new work. 2. Coordinate with Owner so that work can be scheduled not to interrupt operations, normal activities, building access or access to different areas. Owner will cooperate to best of their ability to assist in coordinated schedule, but will remain final authority as to time of work permitted. 3. Examination: a. Determine exact location of existing utilities and equipment before commencing work, compensate Owner for damages caused by failure to locate and preserve utilities. Replace damaged items with new material to match existing. b. Verify that abandoned wiring and equipment serve only abandoned facilities. c. Demolition drawings are based on casual field observation and existing record documents. 1) Verify accuracy of information shown prior to bidding and provide such labor and material as is necessary to accomplish work. 2) Verify location and number of electrical outlets, luminaires, panels, etc. in field. d. Report discrepancies to Architect before disturbing existing installation. 1) Promptly notify Owner if utilities are found which are not shown on Drawings. 4. Execution: a. Remove existing luminaires, switches, receptacles, and other electrical equipment and devices and associated wiring from walls, ceilings, floors, and other surfaces scheduled for remodeling, relocation, or demolition unless shown as retained or relocated on Drawings. b. Provide temporary wiring and connections to maintain electrical continuity of existing systems during construction. Remove or relocate electrical boxes, conduit, wiring, equipment, and luminaires, as encountered in removed or remodeled areas in existing construction affected by this work. c. Remove and restore wiring which serves usable existing outlets clear of construction or demolition. d. If existing junction boxes will be made inaccessible, or if abandoned outlets serve as feed through boxes for other existing electrical equipment which is being retained, provide new conduit and wire to bypass inaccessible junction boxes and abandoned outlets. e. If existing conduits pass through partitions or ceiling which are being removed or remodeled, provide new conduit and wire to reroute clear of construction or demolition and maintain service to existing load. f. Extend circuiting and devices in existing walls to be furred out. g. Remove abandoned wiring to source of supply. h. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. i. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. j. Disconnect and remove abandoned panelboards and distribution equipment. k. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. I. Existing lighting which is to remain, leave luminaires in proper working order. ©2013 Mahlum Bidding/Permit 1 Issue Date:25/April/2013 PAGE 10 OF 11 MAHLUM SECTION 26 00 00 Tigard Tualatin School District ELECTRICAL BASIC REQUIREMENTS Durham Center m. Repair adjacent construction and finishes damaged during demolition work. n. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate. 3.13 ACCEPTANCE A. Confirm requirements in Division 00, Procurement and Contracting Requirements and Division 01, General Requirements. In the absence of specific requirements, comply with individual Division 26, Electrical Sections and the following: 1. System cannot be considered for acceptance until work is completed and demonstrated to Architect that installation is in strict compliance with Specifications, Drawings and manufacturer's installation instructions, particularly in reference to following: a. Cleaning b. Operation and Maintenance Manuals c. Training of Operating Personnel d. Record Drawings e. Warranty and Guaranty Certificates f. Start-up/Test Document and Commissioning Reports 3.14 FIELD QUALITY CONTROL A. Confirm Field Quality Control requirements in Division 01, General Requirements, Section 26 00 00, Electrical Basic Requirements and individual Division 26, Electrical Sections. B. Tests: 1. Conduct tests of equipment and systems to demonstrate compliance with requirements specified. Reference individual Specification Sections for required tests. Document tests and include in operation and maintenance manuals. 2. During site evaluations by Architect or Engineer, provide appropriate personnel with tools to remove and replace trims, covers, and devices so that proper evaluation of installation can be performed. 3.15 SALVAGED EQUIPMENT AND RECYCLED MATERIAL A. Salvage the following equipment not being reused and return to Owner: 1. Luminaires 2. Panelboards 3. Breakers 4. Transformers B. Electrical equipment that cannot be salvaged for reuse sell/give to recycling company. Recycle following excess, removed, or demolished electrical material: 1. Copper or aluminum conductors, buses, and motor/transformer windings. 2. Steel and aluminum from raceways, boxes, enclosures, and housings. 3. Acrylic and glass from luminaire lenses/refractors. C. Provide separate on-site storage space for recycled, recycled and salvaged, or salvaged material. Clearly label space. D. Confirm additional salvaged equipment and recycled materials in the Contract Documents. END OF SECTION ©2013 Mahlum Bidding/Permit I Issue Date: 25/April/2013 PAGE 11 OF 11 MAHLUM SECTION 26 05 19 Tigard Tualatin School District LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Durham Center PART 1 - GENERAL 1.01 SUMMARY A. Work Included: Provision of materials, installation and testing of: 1. Wires and Cables 2. Connectors 3. Lugs and Pads 1.02 RELATED SECTIONS A. Contents of Division 26, Electrical and Division 01, General Requirements apply to this Section. 1.03 REFERENCES AND STANDARDS A. References and Standards as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.04 SUBMITTALS A. Submittals as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, provide: 1. Cable insulation test reports in project closeout documentation. 1.05 QUALITY ASSURANCE A. Quality assurance as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.06 WARRANTY A. Warranty of materials and workmanship as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Wires and Cables: 1. Carol 2. General Cable 3. Okonite 4. Southwire 5. Or approved equivalent. B. Connectors: 1. Stranded conductors by Anderson. 2. Burndy 3. Ilsco 4. 3M 5. Thomas & Betts 6. Or approved equivalent. C. Splices: 1. Branch Circuit Splices: a. Ideal b. Scotch-Lock c. 3M ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 1 OF 3 MAHLUM SECTION 26 05 19 Tigard Tualatin School District LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Durham Center d. Or approved equivalent. 2. Feeder Splices: a. Compression barrel splice with two layers Scotch 23 and four layers of Scotch 33+ as vapor barrier. D. Lugs: 1. Anderson 2. Ilsco 3. Panduit 4. Thomas& Betts 5. 3M 6. Or approved equivalent. 2.02 WIRES AND CABLES A. Copper, 600 volt rated throughout. Conductors 12 AWG and 10 AWG, solid or stranded. Conductors 8 AWG and larger, stranded. 12 AWG minimum conductor size. Minimum insulation rating of 90 degrees C. Insulation Type: THWN-2, XHHW-2 or THHN-2. B. Phase color to be consistent at feeder terminations; A-B-C, top to bottom, left to right, front to back. C. Color Code Conductors as Follows: PHASE 208 VOLT WYE 240 VOLT DELTA A Black Black B Red Orange (High Leg) C Blue Blue Neutral White White Ground Green Green 2.03 CONNECTORS A. Copper Pads: Drilled and tapped for multiple conductor terminals. B. Lugs: Compression type for use with stranded branch circuit or control conductors; mechanical lugs for use with solid branch and feeder circuit conductors. C. Split bolt connectors not allowed. D. Conductor Branch Circuits: Wire nuts with integral spring connectors for conductors 12 AWG through 8 AWG. Push-in type connectors where conductors are not required to be twisted together are not acceptable. E. Fluorescent Luminaire Disconnect: polycarbonate housing, tin-plated brass contacts, insulated 18 AWG, factory-installed solid copper leads, 105C temperature rating, UL94-V2 flammability, 4A, 600V. NEC Article 410 compliant. Finger-safe line side. Push-and-click connector. 2.04 LUGS AND PADS A. Ampacity: Cross-Sectional area of pad for multiple conductor terminations to match ampere rating of panelboard bus or equipment line terminals. ©2013 Mahlum Bidding/Permit 1 Issue Date:25/April/2013 PAGE 2 OF 3 MAHLUM SECTION 26 05 19 Tigard Tualatin School District LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Durham Center PART 3 - EXECUTION 3.01 INSTALLATION A. Wires and Cables: 1. Conductor Installation: a. Install conductors in raceways having adequate, code size cross-Sectional area for wires indicated. b. Install conductors with care to avoid damage to insulation. c. Do not apply greater tension on conductors than recommended by manufacturer during installation. d. Use of pulling compounds is permitted. Clean residue from exposed conductors and raceway entrances after conductor installation. Do not use pulling compounds for installation of conductors connected to GFCI circuit breakers or GFCI receptacles. 2. Conductor Size and Quantity: a. Install no conductors smaller than 12 AWG unless otherwise shown. b. Provide required conductors for a fully operable system. 3. Provide dedicated neutrals (one neutral conductor for each phase conductor) in the following single phase circuits: a. Multi-conductor branch circuits fed from single-pole overcurrent protective devices. b. Dimmer controlled circuits. c. Ground fault protected circuits where a GFCI breaker is used in a panelboard. d. Other electronic equipment which produces a high level of harmonic distortion including, but not limited to, computers, printers, plotters, copy machines, and fax machines. 4. Conductors in Cabinets: a. Cable and tree wires in panels and cabinets for power and control. Use plastic ties in panels and cabinets. b. Tie and bundle feeder conductors in wireways of panelboards. c. Hold conductors away from sharp metal edges. 5. Homeruns: a. Do not change intent of branch circuit homeruns without approval. Homeruns for 20A branch circuits may be combined to a maximum of six current carrying conductors including neutral conductors in homeruns. Apply derating factors as required per NEC. Increase conductor size as needed. 6. Identify wire and cable under the provisions of Section 26 05 53, Identification for Electrical Systems. Identify each conductor with its panel and circuit number as indicated. 7. Existing exposed cable along building exterior is acceptable. When abandoned exposed cable within a set of cables is removed under this Contract, secure remaining cables in place prior to painting, with supports no further than three feet apart. 8. Exposed cable must be run parallel or perpendicular to building lines and hidden from view when possible. END OF SECTION ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 3 OF 3 MAHLUM SECTION 26 05 26 Tigard Tualatin School District GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Durham Center PART 1 - GENERAL 1.01 SUMMARY A. Work Included: Provision of materials, installation and testing of: 1. Connectors and Accessories 2. Grounding Conductor 1.02 RELATED SECTIONS A. Contents of Division 26, Electrical and Division 01, General Requirements apply to this Section. 1.03 REFERENCES AND STANDARDS A. References and Standards as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.04 SUBMITTALS A. Submittals as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, provide: 1. Test reports of ground resistance for service and separately derived system grounds. 1.05 QUALITY ASSURANCE A. Quality assurance as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, meet the following: 1. Comply with the requirements of ANSI/NFPA 70. 1.06 WARRANTY A. Warranty of materials and workmanship as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Grounding Connectors: 1. Burndy Hyground Compression System 2. Erico/Cadweld 3. Amp Ampact Grounding System 4. Or approved equivalent. B. Pipe Grounding Clamp: 1. Burndy GAR Series 2. O Z Gedney 3. Thomas & Betts 4. Or approved equivalent. 2.02 CONNECTORS AND ACCESSORIES A. Grounding Connectors: Hydraulic compression tool applied connectors or exothermic welding process connectors or powder actuated compression tool applied connectors. B. Pipe Grounding Clamp: Mechanical ground connector with cable parallel or perpendicular to pipe. ©2013 Mahlum Bidding/Permit 1 Issue Date: 25/April/2013 PAGE 1 OF 3 MAHLUM SECTION 26 05 26 Tigard Tualatin School District GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Durham Center 2.03 GROUNDING CONDUCTOR A. Grounding Electrode Conductor: Soft-draw bare stranded copper for wire sizes larger than 10 AWG Bare. Solid copper for wire sizes 10 AWG and smaller. B. Equipment Grounding Conductor: Green insulated, insulation type to match that of associated feeder or branch circuit wiring, size as indicated on drawings. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify site conditions prior to beginning work. B. Verify that final backfill and compaction have been completed before driving rod electrodes. 3.02 INSTALLATION A. Water Service Grounding: Bond building ground electrode and water service pipe to service ground bus. Connect to water pipe on utility side of isolating fittings or meters, bond across water meters. B. Other Piping Systems: Bond gas piping system, fire sprinkler piping system and other metal piping systems to service equipment ground bus. C. Raceways: 1. Ground metallic raceway systems. Bond to ground terminal with code size jumper except where code size or larger grounding conductor is included with circuit, use grounding bushing with lay-in lug. 2. Connect metal raceways, which terminate within an enclosure but without mechanical connection to enclosure, by grounding bushings and ground wire to grounding bus. 3. Where equipment supply conductors are in flexible metallic conduit, install stranded copper equipment grounding conductor from outlet box to equipment frame. 4. Install equipment grounding conductor, code size minimum unless noted on drawings, in nonmetallic and metallic raceway systems. D. Feeders and Branch Circuits: 1. Provide continuous green insulated copper equipment grounding conductors for feeders and branch circuits. 2. Where installed in a continuous solid metallic raceway system and larger sizes are not detailed, provide insulated equipment grounding conductors for feeders and branch circuits sized in accordance with NEC Article 250, Table 250-122. E. Boxes, Cabinets, Enclosures and Panelboards: 1. Bond grounding conductors to enclosure with specified conductors and lugs. Install lugs only on thoroughly cleaned contact surfaces. 2. Bond Sections of service equipment enclosure to service ground bus. F. Motors, Equipment and Appliances: Install code size equipment grounding conductor to (motor)equipment frame or manufacturer's designated ground terminal. G. Receptacles: Connect ground terminal of receptacle and associated outlet box to equipment grounding system. Self grounding nature of receptacle devices does not eliminate equipment grounding conductor bolted to outlet box. H. Separately Derived Systems: Ground each separately derived system. I. Bond together metal siding not attached to grounded structure; bond to ground. J. Corrosion inhibitors: Apply a corrosion inhibitor to contact surfaces when making grounding and bonding connections. Use corrosion inhibitor appropriate for protecting a connection between metals used. C 2013 Mahlum Bidding/Permit I Issue Date:251ApriII2013 PAGE 2 OF 3 MAHLUM SECTION 26 05 26 Tigard Tualatin School District GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Durham Center 3.03 FIELD QUALITY CONTROL A. Grounding system resistance to ground not to exceed 25 ohms. Make necessary modifications or additions to grounding electrode system for compliance. Provide final tests to assure that this requirement is met. B. Resistance of grounding electrode system: measure using a four-terminal fall-of-potential method as defined in IEEE 81. Ground resistance measurements made before electrical distribution system is energized and be made in normally dry conditions not less than 48 hours after last rainfall. Resistance measurements of separate grounding electrode systems be made before systems are bonded together below grade. Combined resistance of separate systems may be used to meet required resistance, but specified number of electrodes must still be provided. C. Inspect and test in accordance with NETA Standard ATS, Except Section 4. D. Perform inspections and tests listed in NETA Standard AB, Section 7.13. END OF SECTION ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 3 OF 3 MAHLUM SECTION 26 05 29 Tigard Tualatin School District HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS AND EQUIPMENT Durham Center PART 1 - GENERAL 1.01 SUMMARY A. Work Included: Provision of materials, installation and testing of: 1. Hangers, Supports, Anchors, Threaded Rod and Fasteners 2. Support Channel 3. Rooftop Conduit Supports 1.02 RELATED SECTIONS A. Contents of Division 26, Electrical and Division 01, General Requirements apply to this Section. 1.03 REFERENCES AND STANDARDS A. References and Standards as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.04 SUBMITTALS A. Submittals as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. Submittals not required for this Section. 1.05 QUALITY ASSURANCE A. Quality assurance as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, meet the following: 1. Manufacturers regularly engaged in the manufacture of bolted metal framing support systems, whose products have been in satisfactory use in similar service for not less than 10 years. 2. Support systems to be supplied by a single manufacturer. 3. Engineering Responsibility: Design and preparation of Shop Drawings and calculations for each multiple pipe support, trapeze, equipment hangers/supports, and seismic restraint by a qualified Structural Professional Engineer. a. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of hangers and supports that are similar to those indicated for this Project in material, design, and extent. 1.06 WARRANTY A. Warranty of materials and workmanship as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.07 PERFORMANCE REQUIREMENTS A. General: Provide conduit and equipment hangers and supports in accordance with the following: 1. When supports, anchorages, and seismic restraints for equipment and supports, anchorages and seismic restraints for conduit, cable tray and equipment are not shown on the Drawings, the Contractor is responsible for their design. 2. Connections to structural framing shall not introduce twisting, torsion, or lateral bending in the framing members. Provide supplementary steel as required. 2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 1 OF 5 MAHLUM SECTION 26 05 29 Tigard Tualatin School District HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS AND EQUIPMENT Durham Center B. Engineered Support Systems: The following support systems to be designed, detailed, and bear the seal of a professional engineer registered in the State of Oregon. 1. Support frames such as conduit racks or stanchions for conduit and equipment which provide support from below. 2. Equipment and piping support frame anchorage to supporting slab or structure. C. Provide channel support systems, for conduits to support multiple conduits capable of supporting combined weight of support systems and system contents. D. Provide heavy-duty steel trapezes for piping to support multiple conduit capable of supporting combined weight of supported systems and system contents. E. Provide seismic restraint hangers and supports for conduit and equipment. F. Obtain approval from AHJ for seismic restraint hanger and support system to be installed for piping and equipment. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Support Channel: 1. B-Line 2. Kindorf 3. Superstrut 4. Unistrut 5. Or approved equivalent. B. Anchors: 1. Anchor It 2. Epcon System 3. Hilti-Hit System 4. Power Fast System 5. Or approved equivalent. C. Rooftop Supports: 1. Cooper B-Line Dura-Block Rooftop Support Base 2. Or approved equivalent. 2.02 MATERIALS A. Hangers, Supports, Anchors, Threaded Rod and Fasteners - General: Corrosion-resistant materials of size and type adequate to carry the loads of equipment and conduit, including weight of wire in conduit. 1. Channel Material: Carbon steel. 2. Coating: Hot dip galvanized. B. Concrete Inserts: Cast in concrete for support fasteners for loads up to 800 lbs. C. Pipe Straps: Two-hole galvanized or malleable iron. D. Luminaire Chain: 90 lb. test with steel hooks. E. Anchor Bolts for Area Luminaire Poles: As supplied by area luminaire pole manufacturer. F. Anchors and Fasteners: 1. Do not use powder-actuated anchors. 2. Obtain permission from Architect before using powder-actuated anchors. 3. Concrete Structural Elements: Use precast inserts. 4. Steel Structural Elements: Use beam clamps. 5. Concrete Surfaces: Use self-drilling anchors. 2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 2 OF 5 MAHLUM SECTION 26 05 29 Tigard Tualatin School District HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS AND EQUIPMENT Durham Center 6. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts. 7. Solid Masonry Walls: Use expansion anchors. 8. Sheet Metal: Use sheet metal screws. 9. Wood Elements: Use wood screws. G. Rooftop Conduit Supports: 1. Curb base made of 100 percent recycled rubber and polyurethane prepolymer with a uniform load 2. Capacity of 500 pounds per linear foot of support. 3. UV resistant. 4. Steel Frame: Steel, 14 gauge strut galvanized per ASTM A653 or 12 gauge strut galvanized per ASTM A653 for bridge series. 5. Continuous block channel supports with 1-inch gaps to allow water flow, bridge channel supports, extendable height channel supports and elevated single conduit supports. 6. Attaching Hardware: Zinc-plated threaded rod, nuts and attaching hardware per ASTM B633 fastened directly into rubber material with weather resistant Type 12 lag screws. 7. Provide load distribution plates when required for heavy loads. 8. Finish: Black with safety yellow striping. 2.03 MISCELLANEOUS METAL A. Miscellaneous Metal: Provide miscellaneous metal items specified hereunder, including materials, fabrication, fastenings and accessories required for finished installation, where indicated on Drawings or otherwise not shown on drawings that are necessary for completion of the project. The Contractor is responsible for their design. 1. Fabricate miscellaneous units to size shapes and profiles indicated or, if not indicated, of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise shown, fabricate from structural steel shapes and plates and steel bars, of welded construction using mitered joints for field connection. Cut, drill and tap units to receive hardware and similar items. B. Structural Shapes: Where miscellaneous metal items are needed to be fabricated from structural steel shapes and plates, provide members constructed of steel conforming with requirements of ASTM A36 or approved equivalent. C. Steel Pipe: Provide seamless steel pipe conforming to requirements of ASTM A53, Type S, Grade A, or Grade B. Weight and size required as specified. D. Fasteners: Provide fasteners of types as required for assembly and installation of fabricated items; surface-applied fasteners are specified elsewhere. E. Bolts: Low carbon steel externally and internally threaded fasteners conforming with requirements of ASTM A307; include necessary nuts and plain hardened washers. For structural steel elements supporting mechanical material or equipment from building structural members or connection thereto, use fasteners conforming to ASTM A325. F. Miscellaneous Materials: Provide incidental accessory materials, tools, methods, and equipment required for fabrication. G. Provide hot dipped galvanized components for items exposed to weather. PART 3 - EXECUTION 3.01 INSTALLATION A. Install hangers and supports as required to adequately and securely support electrical system components, in a neat and workmanlike manner, as specified in NECA 1. B. Safety factor of 4 required for every fastening device or support for electrical equipment installed. Supports to withstand four times the weight of equipment it supports. C 2013 Mahlum Bidding/Permit I Issue Date: 25/Apri1/2013 PAGE 3 OF 5 MAHLUM SECTION 26 05 29 Tigard Tualatin School District HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS AND EQUIPMENT Durham Center C. Verify mounting height of luminaires prior to installation when heights are not detailed. D. Install vertical support members for equipment and luminaires, straight and parallel to building walls. E. Install horizontal support members straight and parallel to ceilings or finished floor unless otherwise noted. F. Provide independent supports to structural member for electrical luminaires, materials, or equipment installed in or on ceiling, walls or in void spaces or over suspended ceilings. G. Do not use other trade's fastening devices as supporting means for electrical luminaires, equipment or materials. H. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. I. Do not use supports or fastening devices to support other than one particular item. J. Support conduits within 18-inches of outlets, boxes, panels, cabinets and deflections unless more stringently required by NEC. K. Maximum distance between supports not to exceed 8 foot spacing unless otherwise required by NEC. L. Support flexible conduits and metal clad cable within 12-inches of outlets, boxes, panels, cabinets and deflections unless otherwise required by NEC. M. Maximum distance between supports for flexible conduits and metal clad cable not to exceed 48-inches spacing unless otherwise required by NEC. N. Maximum distance between supports for rigid PVC conduits unless otherwise required by NEC is as follows: 1. 1/2-inch or 3/4-inch and 1-inch conduit, 3-feet apart. 2. 1-1/4-inch or 1-1/2-inch and 2-inch conduit, 4-feet apart. 3. 2-1/2-inch and 3-inch conduit, 5-feet apart. 4. 4-inch and 5-inch conduit, 6-feet apart. 5. 6-inch conduit, 7-feet apart. 0. Maximum distance between supports for auxiliary gutters and wireways unless otherwise required by NEC is as follows: 1. Sheet metal auxiliary gutters and wireways -4-feet apart horizontally and 10-feet vertically. 2. Non-metallic auxiliary gutters and wireways - 30-inches apart horizontally and 3-feet vertically. P. Install strut hangers as instructed by strut manufacturer. Suspended strut hangers as instructed by strut manufacturer for the load, with a maximum spacing of 8-feet on center and within 2-feet of outlet box, cabinet,junction box or other channel raceway termination unless otherwise required by NEC. Q. Coordinate routing of conduit racks with materials and equipment installed by other trades. Where conduit racks are exposed to view, coordinate location and installation with Architect for optimal appearance. R. Securely suspend junction boxes, pull boxes or other conduit terminating housings located above suspended ceiling from floor above or roof structure to prevent sagging and swaying. S. Provide seismic bracing per UBC requirements. T. Where service disconnects are mounted on building exterior, physically attach service disconnect to the building or structure served. U. Install surface-mounted cabinets and panelboards with minimum of four anchors. ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 4 OF 5 MAHLUM SECTION 26 05 29 Tigard Tualatin School District HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS AND EQUIPMENT Durham Center V. Use sheet metal channel to bridge studs above and below cabinets and panelboards recessed in hollow partitions. W. Use spring lock washers under fastener nuts for strut. 3.02 CUTTING AND DRILLING A. Do not drill or cut structural members without prior permission from Architect. 3.03 WET AND DAMP LOCATIONS A. In wet and damp locations use steel channel supports to stand cabinets and panelboards 1- inch off wall. 3.04 FABRICATION -MISCELLANEOUS METALS A. General: Verify dimensions prior to fabrication. Form metal items to accurate sizes and configurations as indicated on Drawings and otherwise required for proper installation; make with lines straight and angles sharp, clean and true; drill, countersink, tap, and otherwise prepare items for connections with work of other trades, as required. Fabricate to detail of structural shapes, plates and bars; weld joints where practicable; provide bolts and other connection devices required. Include anchorages; clip angles, sleeves, anchor plates, and similar devices. Hot dipped galvanize after fabrication items installed in exterior locations. Set accurately in position as required and anchor securely to building construction. Construct items with joints formed for strength and rigidity, accurately machining for proper fit; where exposed to weather, form to exclude water. B. Finishes: 1. Ferrous Metal: After fabrication, but before erection, clean surfaces by mechanical or chemical methods to remove rust, scale, oil, corrosion, or other substances detrimental to bonding of subsequently applied protective coatings. For metal items exposed to weather or moisture, galvanize in manner to obtain G90 zinc coating in accordance with ASTM A123. Provide other non-galvanized ferrous metal with one coat of approved rust-resisting paint primer, in manner to obtain not less than 1.0 mil dry film thickness. Touch-up damaged areas in primer with same material, before installation. Apply zinc coatings and paint primers uniformly and smoothly; leave ready for finish painting as specified elsewhere. 2. Metal in contact with Concrete, Masonry and Other Dissimilar Materials: Where metal items are to be erected in contact with dissimilar materials, provide contact surfaces with coating of an approved zinc-chromate primer in manner to obtain not less than 1.0 mil dry film thickness, in addition to other coatings specified in these specifications. 3. For Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and apply galvanizing repair paint to comply with ASTM A780. END OF SECTION ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 5 OF 5 MAHLUM SECTION 26 05 33 Tigard Tualatin School District RACEWAYS Durham Center PART 1 - GENERAL 1.01 SUMMARY A. Work included: Provision of materials, installation and testing of: 1. Rigid Metal Conduit(RMC) 2. Intermediate Metal Conduit (IMC) 3. Liquidtight Flexible Metal Conduit (LFMC) 4. Conduit Fittings B. Provide a complete system of conduit and fittings, with associated couplings, connectors, and fittings, as shown on drawings and described in these specifications. 1.02 RELATED SECTIONS A. Contents of Division 26, Electrical and Division 01, General Requirements apply to this Section. B. In addition, reference the following: 1. Section 26 05 29, Hangers and Supports for Electrical Systems and Equipment 2. Section 26 05 34, Boxes 1.03 REFERENCES AND STANDARDS A. References and Standards as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.04 SUBMITTALS A. Submittals as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.05 QUALITY ASSURANCE A. Quality assurance as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.06 WARRANTY A. Warranty of materials and workmanship as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Rigid Metal Conduit(RMC): 1. Allied Tube &Conduit 2. Beck Manufacturing Inc. 3. Picoma 4. Wheatland Tube Company 5. Or approved equivalent. B. Intermediate Metal Conduit (IMC): 1. Allied Tube & Conduit 2. Beck Manufacturing WL 3. Picoma 4. Wheatland Tube Company 5. Or approved equivalent. ©2013 Mahlum Bidding/Permit I Issue Date: 25/April/2013 PAGE 1 OF 5 MAHLUM SECTION 26 05 33 Tigard Tualatin School District RACEWAYS Durham Center C. Liquidtight Flexible Metal Conduit (LFMC): 1. AFC Cable Systems Inc. 2. Electri-Flex Company 3. International Metal Hose 4. Or approved equivalent. D. Conduit Fittings: 1. Bushings: a. Insulated Type for Threaded Rigid IMC Conduit Without Factory Installed Plastic Throat Conductor Protection: 1) Thomas & Betts 1222 Series 2) O-Z Gedney B Series 3) Or approved Equivalent. 2. Insulated Grounding Type for Threaded Rigid IMC Conduit: a. O-Z Gedney BLG Series b. Or approved Equivalent. 2.02 RIGID METAL CONDUIT (RMC) A. UL 6, ANSI C80.1. Hot dipped galvanized steel conduit after thread cutting. 1. Fittings: NEMA FB2.10. 2.03 INTERMEDIATE METAL CONDUIT (IMC) A. UL6, ANSI C80.6. Hot dipped galvanized after thread cutting. 1. Fittings: NEMA FB2.10. 2.04 LIQUIDTIGHT FLEXIBLE METAL CONDUIT (LFMC) A. Description: UL 360, inner core made from spiral wound strip of heavy gauge, hot dipped galvanized low carbon steel. 3/8 through 1-1/4-inch trade sizes have a square lock core and contain an integral bonding strip of copper. 1-1/2-inch and larger have fully interlocked core. Jacket material is moisture, oil and sunlight resistant flexible PVC. B. Fittings: NEMA FB 2.20. 2.05 CONDUIT FITTINGS A. Bushings: 1. Insulated type for threaded rigid IMC conduit without factory installed plastic throat conductor protection. 2. Insulated grounding type for threaded rigid IMC conduit. B. Raceway Connectors: 1. Steel connectors, couplings, and conduit bodies, with hot-dip galvanized. 2. Connector locknuts are steel, with threads meeting ASTM tolerances. Locknuts are hot- dip galvanized. 3. Connector throats (flexible conduit) have factory installed plastic inserts permanently installed. For normal cable or conductor exiting angles from raceway, the cable jacket or conductor insulation bears only on plastic throat insert. 4. Steel gland, Tomic or Breagle connectors and couplings are recognized for this Contract as having acceptable raceway to fitting electrical conductance. 5. Set screw connectors and couplings, without integral compression glands, are recognized for this contract as not having acceptable raceway to fitting electrical conductance. A ground conductor sized per this Specification must be included and bonded within raceway assembly utilizing this type connector or coupling. C. Provide expansion/deflection fittings for EMT. ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 2 OF 5 MAHLUM SECTION 26 05 33 Tigard Tualatin School District RACEWAYS Durham Center PART 3 - EXECUTION 3.01 SEQUENCING AND SCHEDULING A. Raceway system is defined as consisting of conduit, tubing, duct, and fittings including but not limited to connectors, couplings, offsets, elbows, bushings, expansion/deflection fittings, and other components and accessories. Complete electrical raceway installation before starting the installation of conductors and cables. B. Finished Surfaces: Schedule raceway installation to avoid conflict with installed wall and ceiling surfaces. If unavoidable, coordinate work and repairs with Architect. 3.02 CONDUIT REQUIREMENTS A. Conduit Size: 1. Minimum Size: 1/2-inch for power and control, unless otherwise noted. 3/4-inch for communication/data, unless otherwise noted. 1/2-inch for signal systems, unless otherwise noted. B. Outdoor Locations Above Grade: Use RMC. C. Damp Locations: IMC up to 2-inches in diameter. D. Dry Locations: 1. Concealed: Use IMC. 2. Exposed: Use IMC. E. In areas exposed to severe mechanical damage: RMC. F. For security conduits installed exposed and subject to tampering: RMC. G. Provide two pull strings/tapes in empty conduits. Types: 1. Feeders: Polyester measure/pulling tape, Greenlee 4436 or approved. 2. Branch circuits and low voltage: Greenlee Poly Line 431 or approved. 3. If fish tape is used for pulling line or low voltage wiring, fiberglass type to be used. Metal fish tapes will not be allowed. 4. Secure pull string/tape at each end. 5. Provide caps on ends of empty conduit to be used in future. 6. Label both ends of empty conduits with location of opposite end. H. Elbow for Low Energy Signal Systems: Use long radius factory ells where linking sections of raceway for installation of signal cable. I. Motors and equipment connections subject to movement or vibration: Use PVC coated liquidtight flexible metallic conduit. 3.03 EXAMINATION A. Verify that field measurements are as shown on drawings. B. Plan locations of conduit runs in advance of the installation and coordinate with ductwork, plumbing, ceiling and wall construction in the same areas. C. Verify routing and termination locations of conduit prior to rough-in. D. Conduit routing is shown on drawings in approximate locations unless dimensioned. Route as required to complete wiring system. 3.04 INSTALLATION A. Install raceways securely, in neat and workmanlike manner, as specified in NECA,1, Standard Practices for Good Workmanship in Electrical Construction. B. Install steel conduit as specified in NECA 101, Standard for Installing Steel Conduits. ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 3 OF 5 MAHLUM SECTION 26 05 33 Tigard Tualatin School District RACEWAYS Durham Center C. Inserts, anchors and sleeves. 1. Coordinate location of inserts and anchor bolts for electrical systems prior to concrete pour. 2. Coordinate location of sleeves with consideration for other building systems prior to concrete pour. D. Conduit Supports: 1. Arrange supports to prevent misalignment during wiring installation. 2. Support conduit using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. 3. Group related conduits: support using conduit rack. Construct rack using steel channel. Provide space on each for 25 percent additional conduits. 4. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. 5. Do not attach conduit to ceiling support wires. E. Flexible steel conduit length not-to-exceed 6-feet, 3-feet in concealed walls. Provide sufficient slack to reduce the effect of vibration. F. Install conduit seals at boundaries where ambient temperatures differ by 10 degrees F or more as shown on the drawings. Install seals on warm side of partition. G. Seal raceways penetrating an exterior building wall to prevent moisture and vermin from entering into the electrical equipment. H. Use suitable caps on spare and empty conduits to protect installed conduit against entrance of dirt and moisture. I. Keep emergency system wiring independent of other wiring systems per NEC 700. Keep life safety, critical branch and equipment systems wiring independent of other systems. J. Conduit Joints: Assemble conduits continuous and secure to boxes, panels, luminaires and equipment with fittings to maintain continuity. Provide watertight joints where embedded in concrete, below grade or in damp locations. Rigid conduit connections to be threaded, clean and tight(metal to metal). Threadless connections are not permitted for RMC and IMC. Seal conduits where penetrating below raised floor area. K. Arrange conduit to maintain headroom and present neat appearance. L. Do not install conduits on surface of building exterior, across roof, on top of parapet walls, or across floors, unless otherwise noted on drawings. M. Exposed conduits are permitted only in following areas: 1. Mechanical rooms, electrical rooms or spaces where walls, ceilings and floors will not be covered with finished material. 2. Existing walls that are concrete or block construction. 3. Where specifically noted on Drawings. 4. Route exposed conduit parallel and perpendicular to walls, tight to finished surfaces and neatly offset into boxes. N. Do not install conduits or other electrical equipment in obvious passages, doorways, scuttles or crawl spaces which would impede or block area passage's intended usage. Q. Install continuous conduit and raceways for electrical power wiring and signal systems wiring. P. Route conduit installed above accessible ceilings parallel and perpendicular to walls. Q. Maintain adequate clearance between conduit and piping. ©2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 4 OF 5 MAHLUM SECTION 26 05 33 Tigard Tualatin School District RACEWAYS Durham Center R. Keep conduits a minimum of 12-inches away from steam or hot water radiant heating lines (at or above 104 degrees F)or 3-inches away from waste or water lines. S. Cut conduit square using saw or pipecutter; deburr cut ends. T. Bring conduit to shoulder of fittings; fasten securely. U. Use conduit hubs to fasten conduit to cast boxes in damp and wet locations. V. Install no more than the equivalent of three 90 degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use hydraulic one shot bender to fabricate factory elbows for bends in metal conduit larger than 2-inch size. W.Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. X. Conduit Terminations for Signal Systems: Provide a plastic bushing on the end of conduit used for signal system wiring. Y. Flexible Conduit: Install 12-inch minimum slack loop on flexible metallic conduit and liquidtight flexible metallic conduit. Z. Feeders: Do not combine or change feeder runs. 3.05 CONDUIT FITTINGS A. Use compression fittings in dry locations, damp and rain-exposed locations. Maximum size permitted in damp locations and locations exposed to rain is 2-inches in diameter. B. Use threaded type fittings in wet locations, and damp or rain-exposed locations where conduit size is greater than 2-inches. C. Condulets and Conduit Bodies: 1. Do not use condulets and conduit bodies in conduits for signal wiring or in feeders 100 amp and larger. D. Sleeves and Chases - Floor, Ceiling and Wall Penetrations: Provide necessary rigid conduit sleeves, openings and chases where conduits or cables are required to pass through floors, ceilings or walls. 3.06 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Division 07, Thermal and Moisture Protection. B. Route conduit through roof openings for piping and ductwork wherever possible. Where separate roofing penetration is required, coordinate location and installation method with roofing installation and installer. END OF SECTION ©2013 Mahlum Bidding/Permit I Issue Date: 25/Apri1/2013 PAGE 5 OF 5 MAHLUM SECTION 26 05 34 Tigard Tualatin School District BOXES Durham Center PART 1 - GENERAL 1.01 SUMMARY A. Work included: Provision of materials, installation and testing of: 1. Outlet Boxes 2. Pull and Junction Boxes 3. Box Extension Adapter 4. Conduit Fittings 5. Weatherproof Outlet Boxes B. Provide electrical boxes and fittings for a complete installation. Include but not limited to outlet boxes,junction boxes, pull boxes, bushings, locknuts and other necessary components. 1.02 RELATED SECTIONS A. Contents of Division 26, Electrical and Division 01, General Requirements apply to this Section. B. In addition, reference the following: 1. Section 26 05 33, Raceways 2. Section 26 05 53, Identification for Electrical Systems 1.03 REFERENCES AND STANDARDS A. References and Standards as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.04 SUBMITTALS A. Submittals as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.05 QUALITY ASSURANCE A. Quality assurance as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. 1.06 WARRANTY A. Warranty of materials and workmanship as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Outlet Boxes: 1. Bowers 2. Hubbell 3. Raco 4. Steel City 5. Thomas & Betts 6. Or approved equivalent. B. Pull and Junction Boxes: 1. B-Line 2. Hoffman 3. Or approved equivalent. ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 1 OF 4 MAHLUM SECTION 26 05 34 Tigard Tualatin School District BOXES Durham Center C. Box Extension Adapter: 1. Bell 2. Carlon 3. Raco 4. Red Dot 5. Steel City 6. Thomas & Betts 7. Or approved equivalent. D. Conduit Fittings: 1. Killark 2. O-Z Gedney 3. Raco 4. Steel City 5. Thomas & Betts 6. Or approved equivalent. E. Weatherproof Outlet Boxes: 1. Pass and Seymour 2. Bell 3. Red Dot 4. Carlon 5. Or approved equivalent. 2.02 OUTLET BOXES A. Luminaire Outlet: 4-inch octagonal box, 1-1/2-inches deep with 3/8-inch luminaire stud if required. Provide raised covers on bracket outlets and on ceiling outlets. B. Device Outlet: Installation of one or two devices at common location, minimum 4-inches square, minimum 1-1/2-inches deep. Single- or two-gang flush device raised covers. C. Multiple Devices: Three or more devices at common location. Install one-piece gang boxes with one-piece device cover. Install one device per gang. D. Construction: For interior locations, provide galvanized steel outlet wiring boxes, of the type, shape and size, including depth of box, to suit each respective location and installation; constructed with stamped knockouts in back and sides, and with threaded holes with screws for securing box covers or wiring devices. E. Accessories: Provide outlet box accessories for each installation, including mounting brackets, wallboard hangers, extension rings, luminaire studs, cable clamps and metal straps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual wiring situations. F. Noise Control: Provide acoustic putty pad to back side of each outlet box installed in acoustic rated walls. 2.03 PULL AND JUNCTION BOXES A. Construction: Provide ANSI 49 gray enamel painted sheet steel junction and pull boxes, with screw-on covers; of type shape and size, to suit each respective location and installation; with welded seams and equipped with stainless steel nuts, bolts, screws and washers. B. Location: 1. Provide junction boxes above accessible ceilings for drops into walls for receptacle outlets from overhead. 2. Provide junction boxes and pull boxes to facilitate installation of conductors and limiting accumulated angular sum of bends between boxes, cabinets and appliances to 270 degrees. ©2013 Mahlum Bidding/Permit I Issue Date: 25/April/2013 PAGE 2 OF 4 MAHLUM SECTION 26 05 34 Tigard Tualatin School District BOXES Durham Center 2.04 BOX EXTENSION ADAPTER A. Construction: Diecast aluminum. B. Location: Install over flush wall outlet boxes to permit flexible raceway extension from flush outlet to fixed or movable equipment. Bell 940 Series, Red Dot IHE4 Series. 2.05 CONDUIT FITTINGS A. Requirements: Provide corrosion-resistant punched-steel box knockout closures, conduit locknuts and plastic conduit bushings of the type and size to suit each respective use and installation. 2.06 WEATHERPROOF OUTLET BOXES A. Construction: Provide corrosion-resistant cast metal weatherproof outlet wiring boxes, of the type, shape and size, including depth of box, with threaded conduit ends, cast metal faceplate with spring-hinged waterproof cap suitably configured for each application, including faceplate, gasket, blank plugs and corrosion proof fasteners. Weatherproof boxes to be constructed to have smooth sides, gray finish. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify locations of floor boxes and outlets in offices and work areas prior to rough-in. 3.02 INSTALLATION A. Install boxes securely, in a neat and workmanlike manner, as specified in NECA 1, Standard Practice of Good Workmanship in Electrical Construction. B. Secure boxes rigidly to substrate upon which they are being mounted. C. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. Locate boxes and conduit bodies so as to ensure accessibility of electrical wiring. D. Set wall mounted boxes at elevations to accommodate mounting heights shown on Architectural Elevations. E. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. 1. Adjust box locations up to 10-feet if required to accommodate intended purpose. F. Locate outlet boxes to allow luminaires positioned as shown on Drawings. G. Support boxes independently of conduit, except cast box that is connected to two rigid metal conduits both supported within 12-inches of box. H. Use gang box where more than one device is mounted together. Do not use Sectional box. I. Use gang box with plaster ring for single device outlets. J. Use cast outlet box in exterior locations exposed to the weather and wet locations. K. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface-mounted cast metal box in other locations. L. Box Color Coding and Marking: Reference Section 26 05 53, Identification for Electrical Systems. C 2013 Mahlum Bidding/Permit I Issue Date:25/Apri1/2013 PAGE 3 OF 4 MAHLUM SECTION 26 05 34 Tigard Tualatin School District BOXES Durham Center 3.03 ADJUSTING A. Adjust boxes to be parallel with building lines. Boxes not plumb to building lines are not acceptable. B. Install knockout closures in unused box openings. 3.04 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. END OF SECTION ©2013 Mahlum Bidding/Permit 1 Issue Date: 25/Apri1/2013 PAGE 4 OF 4 MAHLUM SECTION 26 51 00 Tigard Tualatin School District LIGHTING Durham Center PART 1 - GENERAL 1.01 SUMMARY A. Work Included: Provision of materials, installation and testing of: 1. Luminaires 2. Ballasts and Power Supplies 3. Lamps B. Provide wiring for complete and operating lighting system. 1.02 RELATED SECTIONS A. Contents of Division 26, Electrical and Division 01, General Requirements apply to this Section. 1.03 REFERENCES AND STANDARDS A. References and Standards as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, meet the following: 1. NECA 500 -Commercial Lighting 1.04 SUBMITTALS A. Submittals as required by Section 26 00 00, Electrical Basic Requirements and Division 01 General Requirements. B. In addition, provide: 1. Submit: a. Luminaires: Include electrical ratings, dimensions, mounting, material, required clearances, terminations, wiring and connection diagrams, photometric data, diffusers, and louvers. b. Ballasts and Power Supplies c. Lamps 2. Submittal Cutsheets: Highlight, circle or otherwise graphically indicate which option(s) are being selected for the products submitted. Cutsheets that are not edited to indicate which products and options are submitted for this project or that list only catalog numbers to identify submitted options are not acceptable. 3. Specified manufacturers are approved to submit bid. However, inclusion does not relieve manufacturer from supplying product as described. 4. Provide the following operating and maintenance instructions as required by Section 26 00 00, Electrical Basic Requirements: a. Luminaires b. Ballasts and Power Supplies c. Lamps 1.05 QUALITY ASSURANCE A. Quality assurance as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, meet the following: 1. Provide luminaires acceptable to code authority for application and location installed. 2. Comply with applicable ANSI standards. 3. Comply with applicable NEMA standards. 4. Provide luminaires and lampholders that comply with UL standards and have been listed and labeled for location and use indicated by a testing agency acceptable by the AHJ (e.g. UL, ETL, and the like). ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 1 OF 6 MAHLUM SECTION 26 51 00 Tigard Tualatin School District LIGHTING Durham Center 5. Comply with NEC as applicable to installation and construction of luminaires. 6. Comply with fallout and retention requirements of OSSC for diffusers, baffles, and louvers. 7. Provide similar lamps and ballasts from common manufacturer(e.g. all fluorescent lamps from Osram/Sylvania, and all MR lamps from Ushio) unless indicated otherwise in the Luminaire Schedule. 1.06 WARRANTY A. Warranty as required by Section 26 00 00, Electrical Basic Requirements and Division 01, General Requirements. B. In addition, provide: 1. Ballast Manufacturer's Warranty: Not less than 5 years for electronic type ballasts, based on date of substantial completion. Include normal cost of labor for replacement of ballast. 2. Linear T8 and T5 Lamp and Ballast Combination Warranty: Provide ballast and lamp combinations which will result in written factory warranty covering lamps for 3 years and ballasts for 5 years, based on date of substantial completion. 3. Lamp Warranty: 1 year for compact fluorescent, 3 years for linear fluorescent based on date of substantial completion. 4. Warranty: LED systems and complete luminaires must have manufacturer's warranty of 5 years from date of substantial completion, including driver. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. As specified in Articles below. B. Or approved equivalent. 2.02 LUMINAIRES A. Luminaires: Reference description and manufacturers in Luminaire Schedule on drawings. B. Where recessed luminaires are installed in cavities intended to be insulated, provide IC rated luminaires or other code approved installation. C. UL label luminaires installed under canopies, roof or open porches, and similar damp or wet locations, as suitable for damp or wet location. D. Suspended luminaires: Provide minimum 24-inch adjustability in aircraft cable length where used. E. Recessed Luminaires: Frame compatible with ceiling material installed at particular luminaire location. Provide proper factory trim and frame for luminaire to fit location and ceiling material. Verify with Architectural Reflected Ceiling Plan prior to submittals. F. Finishes: 1. Manufacturer's standard finish (unless otherwise indicated) over corrosion resistant primer. 2. Interior Light Reflecting Finishes: White or specular finish with not less than 85 percent reflectance. 3. Exterior Finishes: As detailed in luminaire schedule or on drawings. Refer cases of uncertain applicability to Architect for resolution prior to release for fabrication. G. Light Transmitting Components: 1. Plastic diffusers, molded or extruded of 100 percent virgin acrylic. 2. Prismatic acrylic, extruded, flat diffusers, 0.125-inch overall thickness, unless otherwise noted. ©2013 Mahlum Bidding/Permit 1 Issue Date: 25/Apri1/2013 PAGE 2 OF 6 MAHLUM SECTION 26 51 00 Tigard Tualatin School District LIGHTING Durham Center H. Fluorescent Luminaires: 1. Provide open lamp fluorescent luminaires without diffusers or guards with turret type, spring loaded sockets. 2. To facilitate multilevel lamp switching, wire lamps within luminaire with outermost lamp at both sides of luminaire on same ballast, the next inward pair on another ballast and so on to innermost lamp (or pair of lamps). 3. For T5HO lamps, provide twist and lock design sockets, socket body rated to 110 degrees C and socket rotor rated to 140 degrees C. 4. Provide wire guards on exposed lamp fluorescent luminaires. 2.03 BALLASTS AND POWER SUPPLIES A. General: 1. Provide ballasts UL rated for specified lamps. 2. Thermal Protection: Internal UL Class'P'with automatic reset. 3. Sound Ratings: Class'A'. Where not available as standard product from any specified manufacturer, provide quietest rating available. 4. Total Harmonic Distortion: Not to exceed 20 percent of input current unless otherwise indicated. 5. Input Voltage: Provide universal voltage ballast matching branch circuit supply voltage. 6. Provide quantity of ballasts to provide switching as indicated on drawings. 7. Provide factory printed wiring diagram on ballast housing. 8. Type 1 construction for ballasts used in enclosed and gasketed luminaires. 9. Comply with FCC rules and regulations Part 18, Class A concerning generation of both electromagnetic interference and radio frequency interference. B. Ballasts for Linear Fluorescent Lamps: 1. Power Factor: Minimum 97 percent. 2. Do not provide magnetic fluorescent ballasts. 3. Linear T8 ballasts: Anti-striation circuitry, and UL type CC rated for arc protection. Compliant with NEMA/CEE high performance T8 lighting system specifications and listed with NEMA Premium Electronic Ballast program. 4. Non-dimming Electronic: a. Tandem wiring between luminaires may be used to minimize number of ballasts while accomplishing switching requirements shown on drawings. Provide label in lamp compartment of luminaire to identify function of ballast. Label not visible from room. b. Provide ballasts that meet requirements of UL 935, ANSI C82.11 and bear appropriate UL label. c. Provide ballasts that withstand input power line transients as defined in ANSI C62.41, Category-A and IEEE 587. d. Provide series wired programmed start ballast unless noted on drawings. e. High frequency operation: Not less than 42kHz. f. Integral "end of lamp life" detection and shutdown circuit with automatic reset. g. Lamp Crest Factor: Maximum 1.7 for programmed rapid start ballasts and maximum 1.85 or less for instant start ballasts. h. Average Ballast Factor (BF): Minimum 88 percent or as indicated in luminaire schedule. i. Provide 0 degree F minimum starting temperature ballasts for luminaires installed where exposed to anticipated ambient temperature less than 55 degrees F. j. Manufacturers of Ballasts for T8 lamps: Philips Optanium Series, Universal Lighting Technologies Accustart Series, Osram Sylvania Quicktronic Series, or approved equivalent. k. Manufacturers of Ballasts for T5 and T5HO lamps: Philips Centium Series, Universal Lighting Technologies Accustart Series, Osram Sylvania Quicktronic Series, or approved eqivalent. 2013 Mahlum Bidding/Permit I Issue Date: 25/Apri112013 PAGE 3 OF 6 MAHLUM SECTION 26 51 00 Tigard Tualatin School District LIGHTING Durham Center C. Ballasts for Compact Fluorescent Lamps: 1. Power Factor: Minimum 97 percent. 2. Provide ballasts which meet requirements of UL 935, ANSI C82.11 and bear appropriate UL label. 3. Integral end of lamp life detection and shutdown circuit with automatic reset. 4. Non-dimming Electronic: a. Series wired, programmed rapid start circuitry. b. High frequency operation: Not less than 42kHz. c. Lamp Crest Factor: Maximum 1.5. d. Average Ballast Factor (BF): Minimum 98 percent. e. 0 degree F minimum starting temperature. f. Manufacturers: Philips Smartmate Series, Osram Sylvania Quicktronic Prostart Series, or approved equivalent. 2.04 LAMPS A. Provide lamps for luminaires. B. Provide lamp catalogued for specified luminaire type. C. Manufacturers: Osram Sylvania, General Electric, Philips, Venture, Ushio (MR only), EYE (MR only), or approved equivalent unless specific manufacturer is indicated in Luminaire Schedule. D. Incandescent Lamps: Not allowed unless noted in Luminaire Schedule. E. Fluorescent: 1. Provide 3500K fluorescent lamps unless otherwise noted in luminaire schedule. 2. Linear Fluorescent: a. T-8: Provide following: 1) Bi-pin base, tri-phosphor coated. 2) Initial 3100 lumen output. 3) CRI equal to or exceeding 85. 4) 36000 hours rated on 3 hour switching cycle and 42000 hours rated on 12 hour switching cycle when used with programmed start ballast. 5) Compatible with dimming ballasts. 6) Length and wattage as indicated in luminaire schedule. b. T-5: Provide following: 1) Bi-pin base, tri-phosphor coated. 2) CRI equal to or exceeding 85. 3) 20000 hours average life rated on 3 hour switching cycles. 4) Compatible with dimming ballasts. 5) Length and wattage as indicated in luminaire schedule. c. T-5HO: Provide following: 1) Bi-pin based, tri-phosphor coated. 2) CRI equal to or exceeding 85. 3) 25000 hours average life rated on 3 hour switching cycles and 35000 hours average life rated on 12 hour switching cycles. 4) Compatible with dimming ballasts. 5) Length and wattage as indicted in Luminaire Schedule. d. Manufacturers: Osram Sylvania, General Electric, Philips, or approved equivalent. 3. Compact Fluorescent: a. Single ended, four-pin plug-in base, tri-phosphor coated, CRI exceeding 82, wattage and configuration as indicated in the luminaire schedule. b. Manufacturers: Osram Sylvania, General Electric, Philips, or approved equivalent. ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 4 OF 6 MAHLUM SECTION 26 51 00 Tigard Tualatin School District LIGHTING Durham Center PART 3 - EXECUTION 3.01 INSTALLATION A. Install luminaires securely, in neat and workmanlike manner. B. Install luminaires of types indicated where shown and at indicated heights in accordance with manufacturer's written instructions and with recognized industry practices to ensure that luminaires comply with requirements and serve intended purposes. C. Align, mount and level luminaires uniformly. Use ball hangers for suspended stem mounted luminaires. D. Avoid interference with and provide clearance from equipment. Where indicated locations for luminaires conflict with locations for equipment, change locations for luminaire by minimum distance necessary as directed by Architect. E. Suspended Luminaires: Mounting heights indicate clearances between bottom of luminaire and finished floors. F. Wiring: 1. Flexible connections where permitted to exposed luminaires; neat and straight, without excess slack, attached to support device. 2. Install junction box, flexible conduit and high temperature insulated conductors for through wiring of recessed luminaires. G. Relamp luminaires which have failed lamps at substantial completion. H. Replace ballasts deemed as excessively noisy by Architect, Engineer, or Owner. I. Install suspended luminaires and exit signs using pendants supported from swivel hangers. Provide pendant length required to suspend luminaire at indicated height. J. Install surface mounted luminaires and exit signs plumb and adjust to align with building lines and with each other. Secure to prevent movement. K. Exposed Grid Ceilings: 1. Support surface mounted luminaires in grid ceiling directly from building structure. 2. Provide auxiliary members spanning ceiling grid members to support surface mounted luminaires. 3. Fasten surface mounted luminaires to ceiling grid members using bolts, screws, rivets, or suitable clips. L. Install wall mounted luminaires, emergency lighting units, and exit signs at height as indicated on Architectural Drawings. M. Install accessories furnished with each luminaire. N. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. O. Bond products and metal accessories to branch circuit equipment grounding conductor. P. Install specified lamps in each emergency lighting unit, exit sign, and luminaire. 3.02 COORDINATION A. Coordination of Conditions: Coordinate ceiling construction, recessing depth and other construction details prior to ordering luminaires for shipment. Refer cases of uncertain applicability to Architect for resolution prior to release of luminaires for shipment. Where luminaires supplied do not match ceiling construction, replace luminaires at no cost to Owner. ©2013 Mahlum Bidding/Permit I Issue Date: 25/Apri1/2013 PAGE 5 OF 6 MAHLUM SECTION 26 51 00 Tigard Tualatin School District LIGHTING Durham Center B. Electrical drawings are schematic, identifying quantity and type of luminaires used and their approximate location, but are not to be used for dimensional purposes. Reference architectural drawings for exact locations, including mounting heights. C. Provide lighting indicated on drawings with luminaire of the type designated and appropriate for location. D. Provide fluorescent luminaires with ballast compatible to lighting control system as shown in drawings and as specified. E. Where remote ballasts are required, insure adequate accessibility to ballast. Upsize conductors between luminaire and ballast to accommodate voltage drop. 3.03 FIELD QUALITY CONTROL A. Perform field inspection in accordance with Division 01, General Requirements. B. Operate each luminaire after installation and connection. Inspect for proper connection and operation. 3.04 ADJUSTING A. Aim and adjust luminaires as indicated. B. Focus and adjust floodlights, spotlights and other adjustable luminaires, with Architect, at such time of day or night as required. C. Align luminaires that are not straight and parallel/perpendicular to structure. D. Position exit sign directional arrows as indicated. 3.05 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove dirt and debris from enclosures. C. Clean paint splatters, dirt, dust, fingerprints, and debris from luminaires. D. Clean photometric control surfaces as recommended by manufacturer. E. Clean finishes and touch up damaged finishes per by manufacturer's instructions. 3.06 CLOSEOUT ACTIVITIES A. Demonstrate luminaire operation for minimum of two hours. END OF SECTION ©2013 Mahlum Bidding/Permit I Issue Date:25/April/2013 PAGE 6 OF 6 Durham Elementary October 2012 ASBESTOS SAMPLING INVENTORY Sample No. Material Description Location Results DUR-01 Window caulking Building 2 east side NAD DUR-02 Window caulking Building 2 east side NAD NAD: No asbestos detected Apex Environmental Consulting Client: Tigard—Tualatin SD Durham Elementary October 2012 LEAD PAINT SAMPLING INVENTORY Sample No. Material Description Location . Results (parts per million) DUR-1001 Red paint on wood Building 1 trim 61,290 DUR-1002 White paint on wood Building 1 siding 1,871 DUR-1003 Red paint on wood Building 2 trim 6,941 DUR-1004 White paint on wood Building 2 siding 3,679 Apex Environmental Consulting Client: Tigard—Tualatin SD CA Labs Crisp Analytical, L.L.C. CA Labs, L.L.C. 1929 Old Denton Road 12232 lndustriplex, Suite 32 Dedicated to Carrollton, TX 75006 / -- Baton Rouge, LA 70809 Quality Phone 972-242-2754 Phone 225-751-5632 Fax 972-242-2798 Fax 225-751-5634 Materials Characterization - Bulk Asbestos Analysis Laboratory Analysis Report- Polarized Light APEX Environmental Consulting Attn: Tulla Stocker P.O. Box 1445 Customer Project: Durham Elementary Wilsonville, OR 97070 Reference#: CBR12103510 Date: 10/23/2012 Analysis and Method Summary of polarizing light microscopy(PLM/Stereomicroscopy bulk asbestos analysis)using the methods described in 40CFR Part 763 Appendix E to Subpart E (Interim and EPA 600/R-93/116(Improved). The sample is first viewed with the aid of stereomicroscopy.Numerous liquid slide preparations are created for analysis under the polarized microscope where identifications and quantifications are preformed.Calibrated liquid refractive oils are used as liquid mouting medium.These oils are used for identification(dispersion staining).A calibrated visual estimation is reported,should any asbestiform mineral be present.Other techniques such as acid washing are used in conjugation with refractive oils for detection of smaller quantities of asbestos.All asbestos percentages are based on calibrated visual estimation traceable to NIST standards for regulated of asbestos.Traceability to measurement and calibration is achieved by using known amounts and types of asbestos from standards where analyst and laboratory accuracy are measured. As little as 0.001%asbestos can be detected in favorable samples,while detection in unfavorable samples may approach the detection limit of 0.50%(well above the laboratory definition of trace). Discussion Vermiculite containing samples may have trace amounts of actinolite-tremolite,where not found be PLM should be analyzed using TEM methods and/or water separation techniques.Suspected actinolite/vermiculite presence will be indicated through the sample comment section of this report. Fibrous talc containing samples may even contain a related asbestos fiber known as anthophyllite.Under certain conditions the same fiber may actually contain both talc and anthophyllite(a phenomenon called intergrowth).Again,TEM detection methods are recommended.CA Labs PLM report comments will denote suspected amounts of asbestiform anthophyllite with talc,where further analysis is recommended. Some samples(floor tiles,surfacings,etc.)may contain fibers too small to be delectable by PLM analysis and should be analyzed by TEM bulk protocols. A"trace asbestos"will be reported if the analyst observes far less than 1%asbestos.CA Labs defines"trace asbestos"as a few fibers detected by the analyst in several preparations and will indicate as such under these circumstances. Quantification of<1%will actually be reported as<=1%(allowable variance close to 1%is high).Such results are ideal for point counting,and the technique is mandatory for friable samples(NESHAP,Nov. 1990 and clarification letter 8 May 1991)under 1%percent asbestos and the"trace asbestos". In order to make all initial PLM reports issued from CA Labs NESHAP compliant,all<1%asbestos results(except floor tiles)will be point counted at no additional charge. Qualifications CA Labs is accredited by the National Voluntary Accreditation Program(NVLAP)for selected test methods for airborne fiber analysis(TEM),and for bulk asbestos fiber analysis(PLM).All analysts have a college degree in a natural science(geology,biology,or environmental science)or are recognized by a state professional board in one these disciplines.Extensive in-house training programs are used to augment education background of the analyst.The group leader of polarized light has received supplemental McCrone Research training for asbestos identification.This report is not covered by the scope of AIHA accreditation.Analysis performed at CA Labs,LLC 12232 Industriplex,Suite 32 Baton Rouge, LA 70809. Baton Rouge NVLAP Lab Code 200772-0 TEM/PLM TDH 30-0370 LDEQ CA Labs Crisp Analytical, L.L.C. CA Labs, L.L.C. 1929 Old Denton Road 12232 lndustriplex, Suite 32 Dedicated to Carrollton, TX 75006 Baton Rouge, LA 70809 Quality Phone 972-242-2754 Phone 225-751-5632 Fax 972-242-2798 Fax 225-751-5634 Overview of Project Sample Material Containing Asbestos Customer Project: Durham Elementary CA Labs Project#: CBR12103510 Sample# Layer Analysts Physical Description of Asbestos type/ # Subsample calibrated visual List of Affected Building estimate percent Material Types No Asbestos Detected. Baton Rouge NVLAP Lab Code 200772-0 TEM/PLM TDH 30-0370 LDEQ Glossary of abbreviations(non-asbestos fibers and non-fibrous minerals): ca-carbonate pe-partite fg-fiberglass pa-palygorskite(clay) gypsum-gypsum qu-quartz row-mineral wool bI-binder wo-wollastinite or-organic to-talc ma-matrix sy-synthetic mi-mica ce-cellulose ve-vermiculite br-brucite of-other ka-kaolin(clay) This report relates to the items tested.This report is not to be used by the customer to claim product certification,approval or endorsement by NVLAP.NIST.AIHA LAP.LLC.or any other agency of the federal government.This report may not be reproduced except in full without written permission from CA Labs.These results are submitted pursuant to CA Labs'current terms and sale.condition of sale.including the company's standard warranty and limitations of liability provisions and no responsibility or liability is assumed for the manner in which the results are used or interpreted.Unless notified in writing to return the samples covered by this report,CA Labs will store the samples for a period of ninety(90)days before discarding.A shipping or handling tee may be assessed for the return of any samples. CA Labs Crisp Analytical, L.L.C. CA Labs, L.L.C. 1929 Old Denton Road - 12232 lndustriplex, Suite 32 Dedicated to Carrollton, DC 75006 -- Baton Rouge, LA 70809 Quality Phone 972-242-2754 Phone 225-751-5632 Fax 972-242-2798 Fax 225-751-5634 Polarized Light Asbestiform Materials Characterization Customer Info: Attn: Tulla Stocker Customer Project: CA Labs Project#: APEX Environmental Consulting CBR12103510 P.O. Box 1445 Wilsonville, OR 97070 Durham Elementary Date: 10/23/2012 Turnaround Time: Samples Received: 10/22/12 8 AM Phone# 503-682-9737 3 Day Date Of Sampling: 10/17/2012 Fax# 503-682-0525 Purchase Order#: Sample# Comm Layer Analysts Physical Description of Homo- Asbestos type/ Non-asbestos fiber Non-fibrous type ent # Subsample geneo calibrated visual type/percent /percent us estimate percent (YIN) 100%mi,qu, bi, DUR-01 1-1 red surfacing Y None Detected ca 1-2 gray sealant Y None Detected 100%qu, ca 100%mi, qu, bi, DUR-02 2-1 red surfacing Y None Detected ca 2-2 gray sealant Y None Detected 100%qu, ca Baton Rouge NVLAP Lab Code 200772-0 TEM/PLM TDH 30-0370 LDEQ Analysis Method.Interim(40CFR Part 763 Appendix E to Subpart E)!Improved(EPA-600!R-931116) Preparation Method:HCL acid washing for carbonate based samples.chemical reduction for organically bound components,oil immersion for identification of asbestos types by dispersion attaining/becke line method. ca -carbonate mi-mica fg-fiberglass ce-cellulose gypsum-gypsum ve-vermiculite mw-mineral wool br-brucite bi-binder of-other wo-wollastinite ka-kaolin(Gay) or-organic pe-perlite to-talc pa-palygorskite(clay) Approved Signatories: ma-matrix qu-quartz sy-synthetic Kelvin York Senior Analyst Laboratory Director Analyst Alicia Stretz Chris Williams 1.Fre Damage sgrvhcant fiber damage- reported percentages reflect unaltered fibers 6.Antlwphyllite in association with Fibrous Talc 2 Fre Damage no sgrvhcarn fiber damages effecting fibrous percentages 7 Contamination suspected from other beading materials 3 Acmiodte in association with Vermiculite B.Favorable scenario for water separation on vermiculite for possible analysis by another method 4 Layer not analyzed-attached to prevous posrtive layer and cordamiraten 5 suspected 9.<t%Result point counted posdroe 5.Not enough sample to analyze 10 TEM analysis suggested BULK SAMPLE FIELD FORM O TYPE OF ANALYSIS: . 4-P LM Proj. Site#?uC Date: 10 11- ( a Inspector: .6:2 Apex Client: `T'tq�,li A -`T v_Al2 vl.- Facility/Site: ` aT`A' ` �� rY� Samples delivered undamaged By: Signature: deet RgiktrAA___ Samples received undamaged By:_Mt r4 -Fa4 Signature''/ -i 7 I v jzz j l z 6104-0A Turnaround time (check one) ❑ Same Day ❑ 24 hour ❑ 2 Day Analyze All Samples Pit 3 days ❑ 5 days ❑ Progressive Analysis (analyze to first positive for each material code and type) Sample# Material Type Material Description Location Code (Texture/Color) 4r1. .lx9 -100\ IY ' ROL, -k\YYN -[0024 l 1 - to - Rite4 \ I &AL st‘,1 -g - 01 Ca c Loo 0 0..►.12) sap oz Apex Environmental Consulting Services, Inc. PO Box 1445 Wilsonville, OR 97070 (503)682-9737 CA Labs 081 Hp nal io al, L.L.C. CA Labs, L.L.C.e 32 Dedicated to Carrollton,TX 75006 '— Baton Rouge,LA 70809 Quality Phone 972-488-1414 Phone 225-751-5632 Fax 972-488-8006 Fax 225-751-5634 Atomic Absorption Lead Report Analysis Method:Lead in Paint analyzed by Atomic Absorption(AA)/SW-846-7420; This analysis is not covered by the scope of accreditation by NVLAP. Sample Prep Method:Samples are dissolved in nitric acid,extracted,and analyzed on a properly calibrated AA;Absorbency curve was calculated,bandwidth corrected,and wavelength at the time of the analysis was measured and recorded. Client Information: Client Project: CA Labs Project#: Apex Environmental Durham Elementary CBR12103509 P.O.Box 1445 Wilsonville,OR 97070 Date: 10/24/12 Phone:503-682-9737 Turnaround Time:3 Day Samples Received: 10/22/12 9 AM Fax:503-682-0525 Attn:Tulla Stocker Purchase Order#: Sample# Sample Concentration: Weight Percent: parts per million(ppm) DUR-1001 61290.32 6.1290 DUR-1002 1870.84 0.1871 DUR-1003 6940.71 0.6941 DUR-1004 3679.22 0.3679 Lab Blank < 1.00 - - ---- Quality Control: Duplicate: _2.6 RPD Spike: _98.1 %Recovery NVLAP#200772-0 Approved Signatories: _ ,- • — TDH#30-0370 Kelvin York Christopher Williams Alicia Stretz Analyst Page 1 of 1 Laboratory Director Senior Analyst Notes: The current guidelines fin lead in paint from the Consumer Products Safety Council(CPSC)is 0.06%by weight;the Housing and Urban Development(HUD)guideline is 0.5%by weight. CA Labs is participating in ELPAT rounds sponsored by American Industrial Hygiene Association(AIHA).This test report relates only to the items tested.This test reports relates only to the items tested.NVLAP accreditation does not imply endorsement by any US Government agency.This report may not be reproduced except in fug without written permission'tom CA Labs. These results are submitted pursuant to CA Labs'current terra and condition of sale,including the company's standard warranty and limitation of liability provisions and no responsibility or liability is assumed for the manner in which the results are used or interpreted.Unless notified in writing to return the samples covered by this report,CA Labs will store the samples for a period of ninety(90)days before discarding. A shipping and handling the may be assessed for the return of any samples. Analysis performed at CA Labs,LLC.12232 Industriplex Blvd,Suite 32,Baton Rouge,LA 70809.Phone 225-751-5632,fax 225.751-5634,ages hours mobile 225-993-3471. CA Labs Cris p�nattytiocal, L.L.C. / CA Labs,Industriplex,L.L.C. 32 12232 Dedicated to Carrollton, TX 75006 / Baton Rouge,LA 70809 Quality Phone 972-488-1414 Phone 225-751-5632 Fax 972-488-8006 Fax 225-751-5634 ATOMIC ABSORPTION LEAD ANALYSIS LABORATORY ANALYSIS REPORT Apex Environmental P.O.Box 1445 Wilsonville,OR 97070 reference number: CBR12103509 LABORATORY ANALYSIS: Summary of lead analysis by atomic absorption in all relevant media using the method described in SW-846-7420. All analysts have received the necessary in-house and extramural training to perform analysis of samples for the presence of lead. A duplicate analysis is performed on greater than ten percent of all samples. A spiked concentration sample is analyzed with each sample group for instrument calibration. All analysts are required to participate in quality control analysis rounds. Instrument calibrations are performed on a daily, weekly, and monthly basis. This report must not be used to claim product endorsement or any agency of the U.S. Government. This test relates only to the items described and tested herein. This report may not be reproduced except in full, without written permission by CA Labs. This method is not covered under the scope of accreditation of NVLAP. METHOD: The procedure for paint chip analysis follows AOAC5.009(974.02)and SW-846-7420. The analysis of soil, wipes, and wastewater for the presence of lead is also referenced by SW-846-7420. Methodology for the analysis of lead in air samples follows NIOSH Method 7082. Analysis performed at CA Labs, LLC. 12232 Industriplex Blvd, Suite 32, Baton Rouge, LA 70809. Phone 225-751-5632,fax 225-751-5634,after hours mobile 225-993-3471. Baton Rouge NVLAP 200772-0 TEM/PLM TDH 30-0370 BULK SAMPLE FIELD FORM V2 I Z' 'o 31;0 1 TYPE OF ANALYSIS; 1411 'f P °roj. Site# )UA Date: IC - 11- t a Inspector: agd. • apex Client: 7tgn,CA, - T4 ,�'1,,t acilit Site: ` •J��&'vy\ ?��'1t`(\l✓v� Vt.�; samples delivered undamaged By: Signature: du Samples received undamaged By: hAtIA r4 -F-11-40 Signature°'/llt4tk -t // fizz j1Z g04-v4 Turnaround time (check one) ❑ Same Day ❑ 24 hour ❑ 2 Day Analyze All Samples vit 3 days ❑ 5 days 3 Progressive Analysis (analyze to first positive for each material code and type) I Sample# Material Type Material Description Location Code (Texture/Color) _ . r1 (L't& -1007 v0 CSt. t, tc 1 tt �( ' I I45-4 � • �� 4 I I I I Apex Environmental Consulting Services, Inc. PO Box 1445 Wilsonville, OR 97070 (503)682-9737 L