Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2024-038 Awarding the Bid for the Riverside Pool and Restroom Improvements and Approving the Agreement w/Royal Construction Services, LLC
RESOLUTION NO. R-2024-038 A RESOLUTION AWARDING THE BID FOR THE RIVERSIDE POOL AND RESTROOM IMPROVEMENTS AND APPROVING THE AGREEMENT BETWEEN THE CITY AND ROYAL CONSTRUCTION SERVICES, LLC FOR SUCH PROJECT WHEREAS, the City issued a request for bids for the construction of improvements for the Riverside Pool and Restroom Improvements (Project No. 222-087, LWCF 29-01759) ("Project"); and WHEREAS, the City received four (4) responses to its request for bid and the proposal submitted by Royal Construction Services, LLC ("Royal") in the amount of$3,305,000.00 has been evaluated by the City and recommended as the most advantageous proposal for performance of the project; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into a contract with Royal to perform the Project; NOW THEREFORE BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE MISSOURI AS FOLLOWS THAT the proposal of Royal for the Riverside Pool and Restroom Improvements in the amount of$3,305,000.00 is hereby accepted and approved; and FURTHER THAT an agreement by and between the City of Riverside and Royal in substantially the same form as attached hereto in Exhibit "A" and incorporated herein by reference is hereby authorized and approved; and FURTHER THAT the project is subject to the requirements of Section 292.675 RSMo, which requires all contractors or subcontractors doing work on the project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration (OSHA) or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. Such training must be completed within sixty (60) days of the date work on the Project commences. On-site employees found on the worksite without documentation of the required training shall have twenty (20) days to produce such documentation; and FURTHER THAT the Mayor, City Administrator, City Attorney, and Finance Director are hereby authorized to execute all documents and agreements necessary or incidental to carry out the terms and conditions of such bid award and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of the City of Riverside Missouri the L day of April 2024. //tatie_bfic*L - fi •, Kathleen L. Rose, Mayor ATTEST: •- 2-a-e_e Robin Kincaid, City Clerk 0 EXHIBIT "A" Riverside Pool and Restroom Improvements - Project Manual PROJECT MANUAL RIVERSIDE POOL AND RESTROOM IMPROVEMENTS PROJECT NO: (222-087, LWCF 29-01759) The City of Riverside, Missouri February 9, 2024 TABLE OF CONTENTS SECTION 0 - BIDDING AND CONTRACT DOCUMENTS ADVERTISEMENT FOR BIDS INFORMATION FOR BIDDERS BID FOR LUMP SUM CONTRACT BID FORM BID BOND EXPERIENCE QUESTIONAIRE AFFIDAVIT for WORK AUTHORIZATION AGREEMENT EXHIBIT A PERFORMANCE BOND EXHIBIT B PAYMENT BOND EXHIBIT C MAINTENANCE BOND EXHIBIT D STATE PREVAILING WAGE RATES (MISSOURI) EXHIBIT E TIME FOR COMPLETION EXHIBIT F SCOPE OF WORK EXHIBIT G TECHNICAL SPECIFICATIONS EXHIBIT H NOTICE TO PROCEED EXHIBIT I EXAMPLE-APPLICATION FOR PAYMENT FORM EXHIBIT J EXAMPLE-CHANGE ORDER FORM EXHIBIT K CERTIFICATE OF SUBSTANTIAL COMPLETION EXHIBIT L AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW EXHIBIT M ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT EXHIBIT P ENGINEER/CONSULT.CERT. for Acceptance&Final Payment EXHIBIT Q CERTIFICATION OF NON-SEGREGATED FACILITIES EXHIBIT R CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS EXHIBIT S BUILD AMERICA, BUY AMERICA CERTIFICATION EXHIBIT T SUPPLEMENTARY GENERAL TERMS AND CONDITIONS FOR FEDERALLY FUNDED/ASSISTED CONSTRUCTION PROJECTS SPECIFICATIONS - GENERAL CONDITIONS SECTION 1 —GENERAL REQUIREMENTS Section Description 01 10 00 PROJECT SUMMARY 01 10 30 SPECIAL CONDITIONS 01 10 60 STANDARD SPECIFICATIONS AND PLANS 01 21 00 ALLOWANCES 01 23 00 ALTERNATIVES 01 25 00 SUBSTITUTION PROCEDURES 01 31 00 JOB SITE ADMINISTRATION 01 32 00 CONSTRUCTION SCHEDULE 01 33 00 SUBMITTALS 01 40 00 COORDINATION 01 41 00 TESTING LABORATORY SERVICES 01 60 00 PRODUCT REQUIREMENTS 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 01 71 10 CLOSEOUT SUBMITTALS SECTION 2—TECHNICAL SPECIFICATIONS See table of contents with applicable technical specifications. SECTION 0 - BIDDING AND CONTRACT DOCUMENTS CITY OF RIVERSIDE,MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (222-087, LWCF 29-01759) will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside,Missouri until 10:00 A.M.,on Thursday,March 7,2024,and then publicly opened and read aloud at Riverside City Hall. A pre-bid meeting will be held on February,23 at 10:00 A.M.at Riverside City Hall. The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other Contract Documents may be examined at the office of the City Engineer at the above city hall address. Copies may be obtained at the office of Drexel Technologies, Inc. Planroom, located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430. Such documents will be at the contractor's expense. Such fee shall be non-refundable. Contract documents can also be viewed or downloaded at (https://planroom.drexeltech.com). The Information for bidders and advertisement can be viewed on the City of Riverside's website https://www.riversidemo.gov/bids. The City reserves the right to waive any informality or to reject any or all bids. The City of Riverside hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,businesses owned and controlled by socially and economically disadvantaged individuals will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, creed, sex, age,ancestry or national origin in consideration for an award.Federal Land and Water Conservation Funds(LWCF)are being used in this project,and all relevant federal, state, and local requirements apply. This agreement is for services related to a project that is subject to the Build America, Buy America Act(BABAA)requirements under Title IX of the Infrastructure Investment and Jobs Act("IIJA"), Pub. L. 177-58.Absent an approved waiver, all iron, steel,manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget's Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18, 2022. Please note that work within the Community Center is not funded by LWCF and is not required to comply with the following items in the Project Manual: 1) "Information for Bidders" Item 20-BABAA Provisions 2)"Information for Bidders" Item 29-Minority and Female Participation Goals. 3)Exhibit T Dated: February 9, 2024 CITY OF RIVERSIDE,MISSOURI INFORMATION FOR BIDDERS The City of Riverside,Missouri(the"City")invites sealed bids on the forms contained in the Bid Package and Contract Documents for the RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (Project No.222-087,LWCF 29-01759) 1. Receipt and Opening of Bids. Bids will be received by the City at the office of the City Clerk,Riverside City Hall,2950 NW Vivion Road,Riverside,MO 64150,until 10:00 a.m.on March 7,2024,at which time all sealed bids will be publicly opened and read in the presence of one or more witnesses. The envelope(s)containing the bids must be sealed,clearly marked on the outside of the envelope"RIVERSIDE POOL AND RESTROOM IMPROVEMENTS(Project No.222-087,LWCF 29-01759)"and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections, to accept or reject any and all bids, to waive any technicalities or irregularities therein, to determine in its sole discretion the lowest responsive and responsible bidder,and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof.Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof without forfeiture of the Bid Security. 2. A Pre-Bid Meeting will be held on February 23,2024 at 10:00 A.M.at Riverside City Hall. 3.Rejection of all Bids. If the City rejects all Bids,the City may:(1)re-advertise or re-solicit Bids following the City's normal bidding procedure;or(2)use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION, AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s)and accompanied by: (1)Qualifications of Bidder(Experience Questionnaire)with Certificate of Good Standing (2)Business Entity Certification,Enrollment Documentation,and Affidavit of Work Authorization with E-Verify attached(see Exhibit 1) (3)Certification of Non-Segregated Facilities(see Exhibit Q) (4)Certification Regarding Debarment, Suspension and Other Responsibility Matters(see Exhibit R) (5)Certification Regarding Lobbying(see Exhibit R) (3)Bid Bond (4)Bid Form. All blank spaces for bid prices must be filled in, in ink or typewritten, and the foregoing Certifications must be fully completed and executed when submitted. On alternate items for which a bid is not submitted, a written indication of"no bid" on the bid form is required. No oral,electronic,facsimile or telephonic bids or alterations will be considered. A complete set of the bidding documents are on file for examination at the office of the City Engineer at Riverside City Hall. A copy of the bidding documents may be obtained from Drexel Technologies, Inc. Planroom (https://planroom.drexeltech.com), located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430, upon payment of a non-refundable sum for each complete set. An additional charge may apply for mailing of bidding documents. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign)and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner,whose title must appear under the signature and the official address of the partnership must be shown below the signature. 5. Addenda and Interpretations. No interpretation of the meaning to the specifications, or other pre-bid documents will be made to any bidder orally.Every request for such interpretation should be addressed to: Design Engineer: Waters Edge Aquatic Design,Jeff Bartley;jbartleyawedesignpools.com with a copy to: Resident Project Representative,City of Riverside: Noel Bennion;nbennion@riversidemo.gov and to be given consideration must be received by 5pm—6 calendar days prior to bid opening. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bid Documents which, if issued, will be provided at the Drexel Technologies, Inc. Planroom (https://planroom.drexeltech.com),not later than three(3)calendar days prior to the date fixed for the opening of bids.Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Addenda may also be issued to modify the Bid Documents as deemed advisable by the City. At the time of Bid submission, each Bidder shall verify that it has considered all written addenda. No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. 6. Substitute Material and Equipment. The contract,if awarded,will be on the basis of material and equipment described in the drawings or specified in the specifications without consideration of possible substitute of"or- equal"items. Whenever it is indicated in the drawings or specified in the specifications that a substitute"or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City,application for such acceptance will not be considered by City until after the "effective date of the Agreement". Any request for substitute or"or equal"shall include a Manufacturer's Certification of compliance with the Build America,Buy America Act(BABAA)requirements mandated by Title IX of the Infrastructure Investment and Jobs Act("IIJA"), Pub.L. 177-58. 7. Subcontracts.As part of the experience questionnaire,the bidder shall submit to the City with the Bid a list of all proposed subcontractors to be used on the project. The list shall indicate those portions of the work each subcontractor will be performing. The Contractor shall also submit a list of suppliers of major materials to be used on the project. The list shall indicate which materials each supplier is furnishing. The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time of submission of the bid to manage or perform all the Work required to be performed on the project by Contractor under the Agreement. 8. Qualifications of Bidder(Experience Questionnaire). The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may,request.The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein.Conditional bids will not be accepted. At a minimum,each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Key Personnel. Identify the following Key Personnel proposed for the Project. (NOTE: Key Personnel must be committed to the Project for its duration,and may not be removed or substituted without the City's prior written consent.) GC Project Manager On-Site Field Superintendent QC/QA Manager Safety Officer For each of the Key Personnel,provide the following background information: • Years of employment with current employer; • Other projects this person will be involved with concurrently with the project; • Provide professional registrations, education, certifications and credentials held by the person that are applicable to the Project. Quality Assurance/Quality Control Plan. Provide a summary of Bidder's Quality Assurance/Quality Control Plan for this project • Describe key issues that might affect the Project schedule and how Bidder proposes to address them • Provide a statement regarding all work performed two(2)years immediately preceding the date of the Bid that contains either(a)any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against the Bidder or paid by the Bidder; or (b) a statement that there have been no such written notices of violations or such penalties assessed. Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal state or local entities. • Statement of Bidder's litigation and/or arbitration history over the past seven(7)years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Statement of Bidder's bond history over the past seven (7) years including any incidences of failure to perform. • Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's participation in the federal work authorization program. • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or strawbids 9. Bid Security. Each bid must be accompanied by a bid bond payable to the City for five percent(5%)of the total amount of the bid. A certified check made payable to"The Treasurer of the City of Riverside"may be used in lieu of a bid bond. Attorneys-in-fact who sign bid bonds must file with each bond a certified and effectively dated copy of their power of attorney. As soon as the bid prices have been compared, the City will return the bonds of all except the three(3) lowest responsible bidders.The bid bond of the remaining bidders will be retained by the City until the earlier of(a)the 91 t day after the bid opening, or(b)execution and delivery of the Agreement together with all bonds, evidence of insurance, work authorization affidavit and other documents required under the Agreement by the bidder to whom Notice of Award is given. The Bid Security shall be forfeited to the City if the bidder to whom an award is made fails to enter into the required contract or fails to deliver the required performance or payment bonds. 10. Liquidated Damages for Failure to Enter into Agreement. If the Bidder fails or refuses to execute the Agreement and deliver such additional documentation within ten(10)days of Notice of Award,any Bid Security shall immediately become due and payable and forfeited to the City as liquidated damages. Bidders agree that this is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to honor its bid and that the liquidated damages in this Section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for the Bidder's refusal to honor its bid. 11. Time of Completion and Liquidated Damages.Bidder must agree to commence work on or before a date to be specified in a written"Notice to Proceed"of the City and to fully complete the project by 5/23/2025.Bidder must agree also to pay as liquidated damages, the sum of$500 for each consecutive calendar day thereafter as hereinafter provided in the Agreement and Contract Documents. No time extensions will be granted, except in case of unusual(unseasonable)weather conditions or additional work requested by the City. Bidder agrees that the sum of$500 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Bidder's failure to complete the project within the time outlined above and that such liquidated damages in this Section are not penal in nature but rather the parties'attempt to fairly quantify the actual damages incurred by the City for such delays. 12. Conditions of Work.Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract.Insofar as possible the Contractor, in carrying out the work,must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 13. Laws and Regulations.The bidder's attention is directed to the fact that all applicable State laws,municipal ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout,and they will be deemed to be included in the contract the same as though herein written out in full. 14. Method of Award-Lowest Responsible Bidder.If at the time this contract is to be awarded,the lowest bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the City as available to finance the contract; the contract will be awarded to the "lowest responsible bidder". If such bid exceeds such amount,the City may reject all bids or may award the contract on such items as identified by and deemed in the best interest of the City, in its sole discretion, as produces a net amount which is within the available funds. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for portions of the work. Operating costs,maintenance considerations,performance data and guarantees of materials and equipment may also be considered by the City. The City reserves the right to reject any and all bids,to waive any and all informalities,and the right to disregard all nonconforming, non-responsive or conditional bids. In evaluating bids, the City shall consider the qualifications of the bidders,whether or not the bids comply with the prescribed requirements,and alternates and bid prices if requested in the Bid. The City may conduct such investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility,qualifications and financial ability of the bidders,proposed subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. The City reserves the right to reject the bid of any bidder who does not pass any such evaluation to the City's satisfaction. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation, in the sole determination by the City,indicates to the City that the award will be in the best interests of the project. 15. Obligation of Bidder.At the time of the opening of bids,each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form,instrument,or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 16. Federal Work Authorization Program Participation. Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall,by sworn affidavit and provision of documentation,affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection to the contracted services.The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 17. Proof of Lawful Presence. RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Driver's License; US Birth Certificate (certified with an embossed,stamped or raised seal issued by a state or local government—hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 18. Safety Standards and Accident Prevention. With respect to all work performed under this contract, the Contractor shall: a. Comply with the safety standards provisions of applicable laws, building and construction codes, and the"Manual of Accident Prevention in Construction"published by the Associated General Contractors of America,the requirements of the Occupational Safety and Health Act of 1970(Public Law 91-596),and the requirements of Section 292.675,RSMo b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees)and property. c.Maintain at Contractor's office or other well known place at the job site,all articles necessary for giving first aid to the injured,and shall make arrangements for the immediate removal to a hospital or a doctor's care of persons(including employees),who may be injured on the job site. d. Bidders are informed that the Project is subject to the requirements of Section 292.675,RSMo,which requires all contractors or subcontractors doing work on the Project to provide, and require its on-site employees to complete, a ten (10) hour course in construction safety and health approved by the Occupational Safety and Health Administration("OSHA")or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program. The training must be completed within sixty(60)days of the date of work on the Project commences.On- site employees found on the worksite without documentation of the required training shall have twenty (20)days to produce such documentation. 19. Prevailing Wage. Wage rates for the project shall be not less than the prevailing wage rates for Platte County currently in effect as determined by the Division of Labor Standards of the State of Missouri,pursuant to RSMo 290.210 et seq. The Contractor will forfeit a penalty to the City of$100 per day, or portion thereof, for each worker that is paid less than the prevailing rate for any work done under the contract by the Contractor or any Subcontractor. 20. Build America, Buy America (BABAA) Provisions. As required by Section 70914 of the Bipartisan Infrastructure Law(also known as the Infrastructure Investment and Jobs Act), P.L. 117-58, on or after May 14, 2022, none of the funds under a federal award that are part of Federal financial assistance program for infrastructure may be obligated for a project unless all of the iron, steel, manufactured products, and construction materials used in the project are produced in the United States, unless subject to an approved waiver.The requirements of this section must be included in all subawards, including all contracts and purchase orders for work or products under this program. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project.As such, it does not apply to tools,equipment,and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Please see Exhibit S for Build America/Buy America Certification. Contractor shall comply with BABAA requirements, including coordination with manufacturers, distributors, and suppliers to correct deficiencies in any BABAA requirement and documentation. 21. American Products. Pursuant to RSMo 34.353,any manufactured good or commodities used or supplied in the performance of the contract(or subcontract)shall be manufactured or produced in the United States, unless determined to be exempt as provided in state law. 22. Transient Employers. Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1) Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2) Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq.are posted. 23. Current City Business License. The successful bidder, and all subcontractors, shall obtain a current city business license prior to beginning construction. 24. Sales Tax Exemption Certificate. The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid,omit from its computed costs all sales and use taxes related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 25. Non Discrimination and Equal Opportunity. (A)The contractor will not discriminate against any employee or applicant for employment because of race, color,religion, sex, sexual orientation, gender identity,or national origin.The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color,religion, sex, sexual orientation,gender identity, or national origin. Such action shall include, but not be limited to the following: Employment,upgrading, demotion,or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;and selection for training, including apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (B)The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color, religion, sex, sexual orientation,gender identity, or national origin. (C)The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed, or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation,proceeding,hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (D)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (E)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations,and relevant orders of the Secretary of Labor. (F)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,and by rules,regulations,and orders of the Secretary of Labor,or pursuant thereto, and will permit access to his books,records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (G) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations,or orders,this contract may be canceled,terminated,or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,regulation, or order of the Secretary of Labor, or as otherwise provided by law. (H)The contractor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs(1)through(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however,that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency,the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government,the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules,regulations, and relevant orders of the Secretary of Labor,that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance,and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. . The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition,the applicant agrees that if it fails or refuses to comply with these undertakings,the administering agency may take any or all of the following actions: Cancel,terminate, or suspend in whole or in part this grant(contract, loan, insurance, guarantee);refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant;and refer the case to the Department of Justice for appropriate legal proceedings. 26. Security for Payment and Faithful Performance. Simultaneously with delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The Bond furnished by bidder shall contain the requirements and conditions set forth in and shall comply in all respects with Section 107.170 RSMo and other applicable legal requirements. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the City and shall have a rating of at least"A-"from Best's in an amount equal to one hundred percent(100%)of the contract price that does not include the cost of operation,maintenance and money. Attorneys-in-fact who sign contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 27. Signing of Agreement. When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within ten (10)days thereafter Contractor shall sign and deliver at least three(3)counterparts of the Agreement to City with all other Contract Documents attached and signed as required,together with the required bonds,evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. 28. Federal Contract Notice. The Contractor shall send written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of this contract.A copy of this notification shall also be submitted to the City. 29. Affirmative Action. Contractor shall send written notification to the Director of the Office of Federal a) The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications"set forth herein. b) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Time - tables Goals for minority participation for Goals for female participation in each trade each trade 12.7% 6.9% These goals are applicable to all the Contractor's construction work(whether or not it is Federal or federally assisted)performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area,the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals.The hours of minority and female employment and training must be substantially uniform throughout the length of the contract,and in each trade,and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR part 60-4. Compliance with the goals will be measured against the total work hours performed. c) The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation.The notification shall list the name,address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract;estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. d)As used in this Notice,and in the contract resulting from this solicitation,the"covered area"is Missouri, Platte County, City of Riverside. Waters Edge Aquatic Design Riverside, MO -Pool &Restroom Improvements 21-529 Riverside,MO SECTION 00 41 00 BID FORM_REV.01 PART 1 -PROJECT IDENTIFICATION 1.01 Project Name: RIVERSIDE POOL AND RESTROOM IMPROVEMENTS PART 2-THE BID IS SUBMITTED TO: 2.01 Owner City of Riverside, MO 2990 NW Vivion Road Riverside, MO 64150 PART 3 -DATE SUBMITTED:' 3.01 Date. MOk\r CAA \ L 2Aati (BIDDER TO ENTER DATE) PART 4-BID SUBMITTED BY: 4.01 Bidder's Information: Bidder's Name: VAR 1 CMS-hrtitC ova \AU& Bidder's Address: PM I.D'VI' &I/CC+ Bidder's City, State, Zip: ILawborc, t-S le tQtiok, Bidder's Telephone/Fax No.• 'Ile - 86io- 11GS I 614 - %PA- I1LiB State 'Contractor License No.: (if applicable) ^ 4.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4.03 Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in the bidding. 4.04 THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION, AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4.05 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 4.06 In submitting this Bid, Bidder represents, as set forth in the Agreement,that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda, receipt f all which is hereby acknowledged. 1. Addendum No. I Addendum Date 1- I 2. Addendum No. t- Addendum Date 3. Addendum No 3 Addendum Date 4. Addendum No y Addendum Date 3 ID 02-02-24-Construction Documents BID FORM_REV.01 00 41 00-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside,MO B Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of Work. C Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities)which have been identified in the Supplementary Conditions as provided in the pertinent article of the General Conditions,and 2. Reports and drawings of a Hazardous Environmental Condition, if any,which has been identified in the Supplementary Conditions as provided in the pertinent article of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplemental examinations, investigations. explorations,tests,studies,and data concerning conditions(surface, subsurface, and Underground Facilities)at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods,techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations,tests, studies,or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities,or discrepancies that Bidder had discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.07 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirect induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4.08 Base Bid Options: There are two project areas with Base Bid options. Bidder may offer bids to complete any of the base bid options. Bidder shall offer alternate bids associated with base bids offered. Owner may accept Base Bid A or B individually or accept both Base Bid options together. 4,09 Bidder will complete the Work in accordance with the Contract Documents for the following prices(discrepancies between words and figures will be resolved in favor of the words): A. Base Bid A- Pool Renovation/Splash Pad and Pool Bathhouse Renovation: r� 1. Base Bid �Wo M“u-rav N f/E I- U4/0/16D P.%Q' NZ4vhi TNOI/S,4/ 4/° /of dollars ($ S 1) a Q Q ), in lawful money of the United States of America. 2. All spe6fic cash allowances are included in the price(s) set forth above and have been computed in accordance with the General Conditions B. Base Bid B- Community Center Restroom Renovation: 1. Base Bid 7"}a1 E& iR /A/DIED L'1 / 1 y 774/0 fPOij A V9 44//) DO dollars ($ _j'3a/ 060 ), in lawful money of the United States of America. 02-02-24- Construction Documents BID FORM_REV.01 00 41 00-2- Waters Edge Aquatic Design Riverside, MO-Pool & Restroom Improvements 21-529 Riverside,MO 2. All specific cash allowances are included in the price(s) set forth above and have been computed in accordance with the General Conditions. 3. Note: Work within the Community Center is not funded by LWCF and is not required to comply with BABAA. C. Base Bid-Combined A and B (If both Base Bids A and B are awarded together): 1. Base Bid __ f T HQ E_M XiL20A/ nvo I4U 1.8 T o E d /�ollars ($ I) CO ), in lawful money of the United States of America 2. All specific cash allowances are included in the price(s) set forth above and have been computed in accordance with the General Conditions. 3. Note: Work within the Community Center is not funded by LWCF and is not required to comply with BABAA. D. Alternates: See Se •n 01 23 00 -Alternatives for detailed description of each alternate 1. Alternate 1 arieduct to Base Bid A -Repointin-� nd Reinforcement of South Restroom Wing El 7WE ,X L �T HOt/SA,r/0 A Np , -� dollars ($ I ), in lawful money of the United States of America. 2. Itern to 2- •. duct to Base Bid A)-Mii9i Split System for Party and Guard Room tQ UI1g�N T g.t/5A /) ND "c* dollars ($ 1 7// Q ' ), in lawful money of the United States of America. 3. Alternate 3` d deduct(to Base Bid`A)-Limestone Form Liner for Retaining Wall. '^;✓+y v.)1J 1 ti.ou7�b.� dollars ($ 32 0 Q.• " ), in lawful moneyof the United States of America. 4. Alternate 4-rzip deduct(to Base Bid A)-Replace main drain pipe located beneath pool floor. -"Dry,/ dollars ($ yy1pa� ), in lawful money of the United States of America. 5. Alternate 5- /d deduct(to Base Bid B)- Provide Fire Protection System Improvements c� dollars ($ /7Q/ Qa0 ), in lawful money of the United States of America. E. Unit Prices: If the required quantities of the items listed below are increased or decreased by Change Order,the adjustment unit price named shall apply to such increased or decreased quantities: 1. Unit Price per linear fo t(LF)to provide crack repair in pool basin ©w ✓r4 dollars ($ %Qp — ), in lawful money of the United States of America. 2. Unit Price per each (EA)to provide a 12'x 20' shade structure / dollars ($ 1'/SOO - ), in lawful money of the United States of America. 4.10 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 4.11 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 4.12 The following documents are to be attached to and made a condition of this Bid: A. Required Bid security in the form of a Bid Bond in the amount of 5%of Bidder's maximum Bid price and as described in the Instructions to Bidders. 02-02-24-Construction Documents BID FORM REV.01 00 41 00 -3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside,MO 4.13 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders. the General Conditions. and the Supplementary Conditions. 4.14 Bidder is familiar with all laws and regulations that may affect cost, progress, and performance of the work, including The Build America, Buy America Act(BABAA) 4.15 If a specific manufacturer is used in the bidding, a statement that each applicable Manufacturer will comply with BABAA, must be included with the bid submission: "It is the bidder's responsibility to confirm that any specific manufacturers listed in the specifications will comply with BABAA. 4.16 Upon request, Bidder is to provide a schedule of values following the bids within 4 business days. Bid will not be awarded prior to receiving schedule of values. PART 5-BID FORM SIGNATURE(S) 5.01 If Bidder is a Corporation: ,��111li11/� A. The Corporate Seal of %`%%- ...C' aoA B. _Nat CansAYwch onn SexN i UPS c;. er RofrF•• C. (Bidder- print the full name of your firm) C3 V SEA`- ••:rn= D. was hereunto affixed in the presence of: - • 24"3 E. fAVAS UON\c\ AI t1_ YLt S\&V ;b• 1- SP..•' F. (Authorized going officer, Title) '',iO�ti-Or %``�� G H. I. (Authorized signing officer, Title) 5.02 If Bidder is an Individual: A. Name(typed or printed): B. C. (Bidder-print full name) D. By: E. F. (Individual's Signature) G. Doing Business As: H. I. (Authorized signing officer, Title) 5.03 If Bidder is a Partnership: A. Partnership Name: B. C. (Bidder- print the full name of your firm) D. By: E. F. (Signature of General Partner-attach evidence of authority to sign) G. H. (Printed Name of General Partner) 5.04 If Bidder is a Joint Venture: A. Joint Venturer Name: B. C. (Print the full name) 02-02-24-Construction Documents BID FORM REV.01 00 41 00-4- Waters Edge Aquatic Design Riverside, MO- Pool &Restroom Improvements 21-529 Riverside,MO D. By: E. F. (Signature of Joint Venture Partner-attach evidence of authority to sign) G. H. (Printed Name of Joint Venture Partner) 5.05 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 SECTION 00 41 00 02-02-24-Construction Documents BID FORM_REV.01 00 41 00-5- t , z '" 'AIA Document A31OTM - 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place Royal Construction Services,LLC. of business) 2017 West 104th Street Hartford Fire Insurance Company Leawood,KS 66206 One Hartford Plaza This document has important legal Hartford, CT 06155 consequences.Consultation with OWNER: an attorney is encouraged with (Name,legal status and address) respect to its completion or City-of Riverside,MO modification. 2950 NW Vivion Road Any singular reference to Contractor,Surety,Owner or Riverside,MO 64150 c BOND AMOUNT: Five Percent of the Amount Bid(5/o) other party shall be considered plural where applicable. PROJECT: (Name,location or address,and Project number, if any) Riverside Pool and Restroom Improvements Project Number,if any: 4498 NW High Drive Riverside,MO 64150 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(l)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 29th day of February,2024 )%_31414A.. Royal Con 'on Services,LLC. (Principal) �� (Seal) )j fitness (Title)(Aft S AyIS't( [t 7Y(kVUtGr �l r� lj`/ Ha Fire 7C7an _(Seal)/11.�j� (surety) "f (Title) Rodney W.P d ,Attorney-In-Fact AIA Document A310"—2010.Copyright O 1963.1970 and 2010 by The American Institute or Archaetda AM rights reserved.WARNING:This Ale snit Documentm is protected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent uossible under the law This t document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-Demand"order no. 2008397483,and is not for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.pail is Direct Inquiries/Claims to: THE HARTFORD POWER OFATTORNEY One ° tiec0Hartf C ut 6 155 pond.Cla lmslfthehartford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BONDING AND INS SOLUTIONS LLC Agency Code: 37-284958 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut i X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut fl Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut n Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : Eric A. Dedovesh, Nicole M. Johnson, Rodney W. Paddock, Nathan Paddock of LEES SUMMIT, Missouri their true and lawful Attomey(s)-in-Fact,each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. St. , i'd.. ••,-,it IF �'`47'7.1 AMU. ! fi7o I 3 trio SAtay tt)192f tgli°' ' 90146 b(Oli 2 t,i)'A'12, Shelby Wiggins,Assistant Secretary Joelle L.LaPiene,Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. • ogt441.4.2.c.1/4. i • a. i t. '� A. Jessica Cicconer''oi-a;•' My Commission HH 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of February 29th, 2 024 . Signed and sealed in Lake Mary, Florida. t�\ ( - .� , , ''w: ;,u• •n,),C ' �tit•itr rarr•ae s i?#.7% ee? , - �. ;\•au•waj abarMt .;is taro i z 1019 j t 79,9 Keith D.Dozois,Assistant Vice President EXPERIENCE QUESTIONNAIRE (To be completed by each Bidder and submitted with Bid) FAILURE TO COMPLETE THIS FORM WILL RESULT IN THE REJECTION OF THE BID. aI C M-WvtG-- v LQS DIY is Var‘Sioctit- (C mpany Name) (Primary Contact Name) 2at1 Vv- IDgf'` . tYw- Wkwaot, ks tptaz io (Address) (City, State,Zip Code) Ito - $$10-1105 6I tp-6819- ('34-I15 G hris•Vans e_roiAlcslcc-torn (Phone Number) (Fax Number) (E-mail) Federal ID Number: '{(p'L j 4Z or SSN: (Check all that apply) List additional: CY General Contracting ❑ Electrical ❑ Plumbing ❑ ❑ Pool Expansion ❑ Demolition ❑ Earthwork ❑ ❑ Pool Mechanical ❑ Paving ❑ Renovation ❑ Name of State(s)in which incorporated: .tt1SAS Date(s)of incorporation: (( I 24)15 Attach Certificate of Good Standing for State in which incorporated. If not incorporated in Missouri,also attach Certificate of Authority to do Business in Missouri. Certificate Number: Date: Name of the following officers: c)tvYy Mips (President's Name) (Vice-President's Name) LOTS VgnCi Gklf Owls vanSi(tcLc (Secretary's Name) (Treasurer's Name) Date of Organization: I Z 1ZQ 13 Type of Partnership: X General Limited Association Names and addresses of all partners(use additional sheet if necessary): dam Mqvis ItotoN% gbIliflottiil kexs. tf, MD tt.1iso (Name) (Address) (City,State,Zip) Gh�r1� Vahsiate t3Qbie S• Foxs LAW Peculiar, mu 1'1D18 (Name) (Address) (City, State,Zip) I. How many years has your Company been in business as a contractor under your present business name? (0 2. List all other prior business names and locations under which you or any partner, principal or other officer of your company has ever done business: NIA 3. How many years'experience in the proposed type and size of construction work has your Company had: (a)as a general contractor to ;(b)as a subcontractor tb ? 4. List the three most recent projects your Company has completed similar in scope to the proposed work:Project Name or City entIcloy S'v lne* V)tf 1 GS Contact Name y\\t1SbY1 Vlxvldl t'4* Phone g1V U"Ci`'t}l—1iZ7b Contract Amount$ tip t UUO - When Completed? (Pf(51Zo23 Description of Work Ou dionf pool Motif1QVL -to -the OccCAc4 Y Span- s CoyNvvlvlvf 1-1 CCVi+tx. Project Name or City N 11 YYISQYINI 1 It( lettm(A.l1CS Contact Name c - ?ARV Phone Ilir 4 — t Wil Contract Amount$ i 0 ka1, 2O0 When Completed? I I 2vzz Description of Work PAONADM tYAS4 tV9 poo 1 mid spl Project Name or City (.01a0 t ilUV1 0011A Gift (, +-fir Contact Name 6f Phonen^1430' y33t, Contract Amount$ 0) - When Completed? 1101 �7i0Z-6 Description of Work New bvikokOoV mel via+lG c-Nr_E(Ar 014 U SvkitIonm yq pool , r\ldtfi-r(sVvAt spray thA ves , G( b i nq wa 1( re-lc. 5. What other important projects has your Company completed? Project Name or City PWasatvvi Witt BAbti( 1101,-A .4 Contact Name AuMkih V-;1 tj,l\ Phone ?Ali' 4-01 " aa51 Contract Amount$ 5, (Q 7-27 boo - When Completed'? ..i/ I 11.03 Description of Work 3p If YIN tk i 'h a,N eX l S 1 IN) hUltl On Iv) be (00c-fvtc ai in-fa t, piA1 fic I►1 r�rl�. Project Name or City IAvhit SehW n WO-WI Contact Name T014Y114 SVAtilA Phone ?AU- 6?71 3500 Contract Amount $ I 223, ODO When Completed? 1 FM I UM- Description of Work Aokdt 41t.n\ -h t'(MiPo sonoW 1{/1t{YlOr Y{1novAbW S '1D frtl-h haP1 rc, mhot ovv .1V1AFYD\1{,IMU'ttS• 6. List at least two engineering firms with whom you have worked,and the name of the individual who was your primary point of contact: 'NAAtY 66i tavAIN 0113-11U- cakt‘ 1-Canino\u \t, <hc 0A\ Viotwr) 7. Have you ever failed to complete any work on a project or defaulted on a contract? If so,where and why?(attach additional pages if necessary) 8. Name of your Surety Company,and the name and address of your agent you expect to use in the event this contract is awarded to you: IZt-I Inw,otn u (o1MINal41 ► Bondi no) and & surahu SoIs1ioYIS C011f1tt rimprel Paawoloc*: tot Sr Easirwicit IRIS SHmittif, MO 041003 9. What is your preset bonding capacity? I l�C , ow, oQo Rojo gqatt• $ ow, ooL 10. List each and every incidence of failure to perform that resulted in a claim under a Performance or Paym nt Bond: NIVt- 11. The construction experience of the Key Personnel in your Company is required. At a minimum, information regarding experience and qualifications of the following positions must be provided: GC Project Manager,On-Site Field Superintendent,QC/QA Manager, vl Safety Officer. NAME S'}'e'r VQtr14Sl 11 Position (1G WO\ MAVAPP Years of construction experience: 50 Magnitude&Type of Work 1OD't cons`VI4tc-iu , In What Capacity? Years of Employment with Contractor: 40 Other projects this individual will be involved with concurrently with this project: t\IlA Education, professional registrations, certifications and credentials held by individual applicable to the Project: NAME $rad �Ihc Position Un-Slfit SwpeYlYtt'tnottit* Years of construction experience: to Magnitude &Type of Work In What Capacity? Years of Employment with Contractor: Other projects this individual will be involved with concurrently with this project: N\ik Education, professional registrations, certifications and credentials held by individual applicable to the Project: NAME chYks \16tY\&I 0/A1 Position tX&, Q{rf NtAnad Y �1 �'1/' ( jG(,r Years of construction experience: P5 Magnitude&Type of Work In What Capacity? Years of Employment with Contractor: (0 Other projects this individual will be involved with concurrently with this project: NW( Education, professional registrations, certifications and credentials held by individual applicable to the Project: na py,yvApat , 12. List the major items of equipment which you own or which will be used on the project: Quantity.Description.&Capacity Age in Years Condition 0 j 13. List below the contracts to which your company, any principal in your company, or any prior companies owned by a principal in your company were a party during the previous seven(7)years that involved litigation of any type,arbitration,mechanics lien claim or other claim in an amount over $10,000(include pending cases with a notation that the matter is still unresolved): NjV 14. On a typical project,what percent of the work is completed by your own forces? 25% What percent by subcontract? '7 5r' %. List subcontractors you propose to use on this project and their responsibility in this contract. V'I1 Subcontractor Name Contract Responsibility %of Contract (1) )n\k � / Address State Zip Phone Number Q _ (2) Address State Zip Phone Number (3) Address State Zip Phone Number (4) Address State Zip Phone Number (5) Address State Zip Phone Number _ 15. Is your Company current on payment of Federal and State income tax withholdings and unemployment insurance payments? t . If the answer is no,please provide detail: 16. Has your Company,or any principal in your company,been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal,state or local entities? ,,YY If the answer is yes,please provide detail: 17. Has your Company received any written notices of violations of any federal or state prevailing wage statute in which prevailing wage penalties were assessed against your Company or paid by your Company during the last two(2)years? N 6 If the answer is yes,please provide the detail of each and every such notice: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City in verification of the recitals comprising this Experience Questionnaire and agrees to hold any such person, firm or corporation harmless for providing any such information to the City of Riverside.The undersigned agrees that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City, bid pooling or strawbids. Dated on behalf of said Company this 19 day of M 20/A4 , By: Name: (/hVVS \J AV A olitt Title IV OtSvAiii State of WAS ) )ss J County of ohnSmn ) BEFORE ME,the undersigned notary,personally appeared thiiis yO 4Witt who being duly sworn,deposes and says that he or she is the IVEASIAWN of Mitt CoAstil4t hmn eo(V 11QS ,that he/she has been authorized by such company to complete the foregoing statement,and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to me before this 14 day of M(LYt .., .20 Pi . My commission expires: Notary Public LACEY DOMINICK Notary Public,State of Kansas -�_ . ��• MY Ap n nt Ares 5/25/23,7:28 AM Kansas Business Center:Electronic Annual Report Filing System Limited Liability Company Annual Report „���aY oy sp • G . 1.114 1 I � 1117�'.Ja=.1111,1��. ..... I+ 1 1. LLC Name: ROYAL CONSTRUCTION SERVICES LLC ¢' M~ % 2. Business Entity ID No.: 7617608 �4p4; 0 1►•ti, 3.Tax Closing Date: December 2022 — 4. State of Organization: KS 5. Official Mailing Address: 5250 W 116th Place Suite 400,LEAWOOD KS 66211 Electronic File Stamp Information: Filed • Date:05/25/2023 • Time: 07:26:08 AM 6. Members who own 5%or more of capital(Kansas LLCs only): Chris VanSickle-23006 S Fox's Lane Peculiar, MO 64078 Jerry Myers-4608 NW Montebella Dr Riverside,MO 64150 "I declare under penalty of perjury pursuant to the laws of the state of Kansas that the foregoing is true and correct." Executed on May 25,2023 Signature of Authorized Person: Becky Becerra https://www.kansas.gov/annual-reports/displayFiling.do?tid=xi8sshye4nzkytn 1/1 ;,.."i:,."., :..,--..----,-.1,:m- . yeti ,:,t,��o ••;k t t y'Y% /} .fn •�X f%,.. vt..9p .? ,: 1?Y t: n'$�3gre,tipii,c� l t t�t I.% t 4 i- t � i' 4 .1r, +.i a ' w } f t1t�ti e '� ' !»� '� = 1" '"•�° � �1 i o ,r ���!�, t �" _0n Ift ! IKi ' _, J St, . , ate of Missouri z.. \\ OCRET,g�-P ‘Tea Ott.3 rJ.;. \�` , yyI I8S01)t ^ �; ; 4„ ter , Jason Kander . e. ,. _ Secretary of State `; CERTIFICATE OF CORRECTION " �' • 'M'A!'- g i- ..,,,,,•'4,... ;itsw— WHEREAS,a Statement of Correction was filed,changing the name of ;r; •,,, ; Royal Construction Services.LLCv%. FL1360068 =- :":1,44. •(r.-.:-_, Royal Construction Services,LLC _^4P .` A Kansas Limited Liability Company =-` `. � NOW,THEREFORE,I,JASON KANDER, Secretary of the State of Missouri,I issue this {`" e--- ,,,,,.,, .... Certificate of Correction. - . %,i _ IN TESTIMONY WHEREOF,I hereunto .4, la i A, %� >4 I1 set my hand and cause to be affixed the ���� T E S ! '' �`a GREAT SEAL of the State of Missouri. * �*****,* ,g fi+ i`' - Done at the City of Jefferson,this !'' * * *** ,• i eNwv 6th day of December,2013. T` 1�`I Ewl, I: %.•1 -,\• ) I :1;-40.,i y W ,,� I t`,.....47 tf [II) --- .-.L.d9 ----- er- ..:__ ?,--•442,,_„Olio Sar -_,..7.1,-.4 c c c �b -v r _-_ Secretary of State !llt�tt `fir' Le.. . 47 ^, , i } „1� �Ut , ,p 7t ^,I r at , �' ` �i t ' ,rU r 1wV4'ê'VêWé*e � xrI+ M4$ r , Ut • i ,� 1 �t� � t '.- !\ �4 ,,rt •..•c. ,} .,, .•t � _ +v' -, tom,� arse �, � ;4:. » x• r � h.•y.? `�••,r;:r a ? +a•.:'r7+ •6 i4•' �'•r f�`c+'t -�'w tt+• •`'. �� .i. +4. �:,,t^�. „+ :A'�'v �` y x�. `}�p/' X , a� �,' , tit,v--1,-� a' q)hY1 " r�i t ;'ti s .� �j��R _ Q�t:� tNftt f i,1'}-«:f iM t i kl lr a., f•f ! A T ft f• 7 t rtt�tt 1♦•tilt , 4 r�y1�t 1 r N i, r 5+1 / T 4• •, •••fS - " ; H Hli fl/ -t1 • iteta !tit 1 It43 ! e fl t 3 41iNl f i it � Illfl t14ii -�irl,lll i�� � .••�, 451;•;711, State of Missouri :;� -,'".'__== _ fig::< 1 -_-:.;:i.) ,,,,,:,-11-31-1 ,.......,.. , , .„...._,,::,,,,„ ., ++ i _<,:,.. 6 SECRET,9 ,yt .. ,, '.I re w.. n t •.} ac i o — : io ( r ll I# : = �WTI . ". , • /cc..N `it I.._ -• ` aim% c _14 t V if t1' Jason Kander Secretary of State .. W. t.4 zi i�(�y�..;�;,.- 1 CERTIFICATE OF ORGANIZATION 77 __4. €o:`'; WHEREAS '. .;, r Royal Construction Services, LLC LC1360068 .7 j filed its Articles of Organization with this office on the December 2, 2013, and that filing was = found to conform to the Missouri Limited Liability Company Act. '� , = si 1`_-ii NOW, THEREFORE, I, JASON KANDER, Secretary of State of the State of Missouri, do by _ z i ��1i -+v' ,..-_ virtue of the authority vested in me by law, do certify and declare that on the December 2, v. it; 2013,the above entity is a Limited Liability Company,organized in this state and entitled to ,,4: Olt any rights granted to Limited Liability Companies. =_ _�{{rr 44-11 ----_---,:t„. 49.. - IN TESTIMONY WHEREOF, I hereunto set ,,� i -,, •.-._-=�I my hand and cause to be affixed the GREAT I H E =_�-' ��`_ SEAL of the State of Missouri. Done at the City * �*****,� ' rfl = ' Airl-t ,� of Jefferson,this December 2,2013. '� **�'+ �` `rit 1.�`�Yz -`,-4 ItSya ` ram'1. I 13 '�''+--.ems'"' .,f 1 ` .0...s.,..A.,i :-4,1 '• :if3l Secretary of State 1‘, *. I. 4. tt a 1 i I! flr to 1_ u n In', a( tt i t u t 1I t flat _ ni o f ` ,��:... �,.,t •,r -:ftff ' ; - f ,. ff f, f r f t�,{fr�I}►S���f� tfj�! r fr+v�,t r tt't�+ u�( �1vtt'jt}��.f,f t _ r����f t-t 'ii• -P,7 Ai = a� f {I f 71!ffp% 'r r 1.h)1' 'lf� ''t i ii l'it7.0 ff 0 3� $11a t of�1 t'Y „t(flk� t 1�1 �Kf i %;..,•`. .'+tif + 3 v a +Y e + e ti .,. .•ti + ++r . t�!,v r:4. t +�.7. +fir:1.0 !h ��i Y'.j 1i' .,4; r:�' `'' *Nee) @• v .ti v. 2 �r,• �j yt ti�i t, �. , } Z• r v J��4 4} ,r• a �.r� �•�•�} �"::ys ti q.a trs`.•• ' ,- •' e-.. *a+,f r}rs�.,-.,y Xs. !S:,y iI."F+ al•{t sy4-V•-•.: • {r. K! •AM 4. s'`y. .t?.7}ti•{• t-4.4',.: . ......y�.• q.• ...�,14 R•k'.:••.:tt. .i.o EXHIBIT j BUSINESS ENTITY CERTIFICATION.ENROLLMENT DOCUMENTATION, AND AFFIDAVIT OF WORK AUTHORIZATION BUSINESS ENTITY CERTIFICATION: The project sponsor must certify their current business status by completing either Box A or Box B or Box C on this Exhibit. BOX A: To be completed by a non-business entity as defined below. BOX B: To be completed by a business entity who has not yet completed and submitted documentation pertaining to the federal work authorization program as described at http://www.dhs.gov/files/pragrams/gc 1185221678150.shtm. BOX C: To be completed by a business entity who has current work authorization documentation on file with a Missouri state agency including Division of Purchasing and Materials Management. Business entity,as defined in section 285.525, RSMo, pertaining to section 285.530, RSMo, is any person or group of persons performing or engaging in any activity,enterprise,profession,or occupation for gain,benefit,advantage,or livelihood. The term "business entity"shall include but not be limited to self-employed individuals, partnerships,corporations,contractors,and subcontractors.The term "business entity"shall include any business entity that possesses a business permit,license,or tax certificate issued by the state,any business entity that is exempt by law from obtaining such a business permit,and any business entity that is operating unlawfully without such a business permit.The term"business entity"shall not include a self-employed individual with no employees or entities utilizing the services of direct sellers as defined in subdivision(17)of subsection 12 of section 288.034,RSMo. Note:Regarding governmental entities,business entity includes Missouri schools,Missouri universities(other than stated in Box C),out of state agencies, out of state schools, out of state universities, and political subdivisions. A business entity does not include Missouri state agencies and federal government entities. Illy\ .1 CI 'I:IZI \ I l \llI .AIII \II11 I certify that (Company/Individual Name)DOES NOT CURRENTLY MEET the definition of a business entity,as defined in section 285.525,RSMo pertaining to section 285.530,RSMo as stated above, because: (check the applicable business status that applies below) O I am a self-employed individual with no employees;OR O The company that I represent employs the services of direct sellers as defined in subdivision(17) of subsection 12 of section 288.034, RSMo. I certify that I am not art alien unlawfully present in the United States and if (Company/Individual Name)is awarded a Land and Water Conservation Fund Grant for 2024 Riverside Pool Improvements and if the business status changes during the project period to become a business entity as defined in section 285.525, RSMo,pertaining to section 285.530, RSMo,then,prior to proceeding with the project as a business entity, (Company/Individual Name)agrees to complete Box B,comply with the requirements stated in Box B and provide the Department of Natural Resources,Division of State Parks with all documentation required in Box B of this exhibit. Authorized Representative's Name(Please Print) Authorized Representative's Signature Company Name(if applicable) Date EXHIBIT 1.continued (Complete the following if you DO NOT have the E-Verify documentation and a current Affidavit of Work Authorization already on file with the State of Missouri. If completing Box B,do not complete Box C) BOX B-( t!12121E:N'I Bt SINI:SS I:N'1'l l'1'STATE I certify that kr( 54 SVCS- (Business Entity Name)MEETS the definition of a business entity as defined in sectio 285.525,RSMo,pertaining to section 285.530. (,w c NOWA atle Authorized Business Entity Representative's Authorized Business ntity Name(Please Print) Representative's Signature V �oYS�1r1AG-}�YI STAil Itc 31/GI IZOZ-4-1 Business Entity Name Date C1111-VMS\Otte ere`(Ala let- Cony E-Mail Address As a business entity,the project sponsor must perform/provide each of the following. The project sponsor should check each to verify completion/submission of all of the following: Enroll and participate in the E-Verify federal work authorization program(Website: http://www.dhs.gov/files/programs/gc 1 185221678150.shtm;Phone:888-464-4218;Email:e- verify(a dhs.gov)with respect to the employees hired after enrollment in the program who are proposed to work in connection with the services required herein;AND Provide documentation affirming said company's/individual's enrollment and participation in the E- Verify federal work authorization program. Documentation shall include EITHER the E-Verify Employment Eligibility Verification page listing the project sponsor's name and company 1D OR a page from the E-Verify Memorandum of Understanding(MOU)listing the project sponsor's name and the MOU signature page completed and signed,at minimum,by the project sponsor and the Department of Homeland Security-Verification Division.If the signature page of the MOU lists the project sponsor's name and company ID,then no additional pages of the MOU must be � submitted;AND k /Submit a completed,notarized Affidavit of Work Authorization provided on the next page of this Exhibit. EXHIBIT 1.continued AFFIDAVIT OF WORK AUTHORIZATION: The project sponsor who meets the section 285.525,RSMo,definition of a business entity must complete and return the following Affidavit of Work Authorization. Comes now L 'i( VahSi .Q (Name of Business Filthy Authorized Representative)as 1116/15La it (Position/Title)first being duly sworn on my oath,affirmbuiat G .SVC$. (Business Entity Name)is enrolled and will continue to participate in the E-Verify federal work authorization program with respect to employees hired after enrollment in the program who are proposed to work in connection with the proposed Land and Water Conservation Fund Grant project with the State of Missouri for the duration of the contract(s),if awarded in accordance with subsection 2 of section 285.530,RSMo. I also affirm that 11I C014-SY($.(Business Entity Name)does not and will not knowingly employ a person who is an unauthorized alien in connection with the proposed Land and Water Conservation Fund Grant project for the duration of the project period,if awarded. In Affirmation thereof the facts stated above are true and correct. (The undersigned understands that false statements made in this filing are subject to the penalties provided under section 575.040,RSMo.) Chvis \kmStc -fie Authorized Representative's Signature Printed Name Title Date t,w\c- Vau+Ciolf e t b1Ilcskc-Cwu1 i M 12-J I E-Mail Address E-Verify Company ID Number Subscribed and sworn to before me this I'1 of MAY01(1, iiQ N'1 . I am (DAY) (MON IH,YEAR) commissioned as a notary public within the County of 34/AM8'Yl ,State of (NAME OF COUNTY) Kansas ,and my commission expires on 'I IDU IW2'i (NAME OF STATE) ,.l...t', LACEY DOMINICK Notary Public,State of Kansas \beritill4" ent F�cpires ignatare of Notary Date ! EXHIBIT 1,continued (Complete the following ifyou have the E-verify documentation and a current Affidavit of Work Authorization already on file with the State of Missouri. If completing Box C,do not complete Box B.) BOX C- aFFIDAVITON FILE- CURRENT BUSINESS ENTITY STATUS I certify that (Business Entity Name)MEETS the definition of a business entity as defined in section 285.525,RSMo,pertaining to section 285.530,RSMo,and have enrolled and currently participates in the E-Verify federal work authorization program with respect to the employees hired after enrollment in the program who are proposed to work in connection with the Land and Water Conservation Fund Grant project with the State of Missouri. We have previously provided documentation to a Missouri state agency or public university that affirms enrollment and participation in the E-Verify federal work authorization program.The documentation that was previously provided included the following. ✓ The E-Verify Employment Eligibility Verification page OR a page from the E-Verify Memorandum of Understanding(MOU)listing the project sponsor's name and the MOU signature page completed and signed by the project sponsor's and the Department of Homeland Security-Verification Division ✓ A current, notarized Affidavit of Work Authorization (must be completed, signed, and notarized within the past twelve months). Name of Missouri State Agency or Public University*to Which Previous E-Verify Documentation Submitted: ('Public University includes the following five schools under chapter 34, RSMo:Harris-Stowe State University — St. Louis;Missouri Southern State University—Joplin; Missouri Western State University — St. Joseph; Northwest Missouri State University—Maryville; Southeast Missouri State University—Cape Girardeau.) Date of Previous E-Verify Documentation Submission: Previous Bid/Contract Number for Which Previous E-Verify Documentation Submitted: (if known) Authorized Business Entity Representative's Authorized Business Entity Name(Please Print) Representative's Signature E-Verify MOU Company ID Number E-Mail Address Business Entity Name Date Documentation Verification Completed By: Buyer Date E_Ve r g ; o [VERIFY IS•ff.VKf OF DNS AND SSA Company ID Number: 1314211 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS)and Royal Construction Services PLC (Employer).The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification(Form 1-9).This Memorandum of Understanding (MOU)explains certain features of the E-Verify program and describes specific responsibilities of the Employer,the Social Security Administration(SSA),and DHS. Authority for the E-Verify program is found in Title IV,Subtitle A,of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA),Pub. L. 104-208,110 Stat.3009,as amended(8 U.S.C.§1324a note).The Federal Acquisition Regulation(FAR)Subpart 22.18,"Employment Eligibility Verification"and Executive Order 12989,as amended,provide authority for Federal contractors and subcontractors(Federal contractor)to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A.RESPONSIBILITIESOFTHE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and OHS the names,titles,addresses,and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives'contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenlyE VAR WY MA SERVICE OF DRS AND SSA Company ID Number: 1314211 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: a. If an employee presents a"List B"identity document,the Employer agrees to only accept"List B" documents that contain a photo.(List B documents identified in 8 C.F.R.§274a.2(b)(1)(B))can be presented during the Form 1-9 process to establish identity.)If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551(Permanent Resident Card),Form 1-766 (Employment Authorization Document),or U.S.Passport or Passport Card to complete Form 1-9,the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist OHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note:Subject only to the exceptions noted previously in this paragraph,employees still retain the right to present any List A,or List B and List C,document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that,although it participates in E-Verify,the Employer has a responsibility to complete,retain,and make available for inspection Forms 1-9 that relate to its employees,or from other requirements of applicable regulations or laws,including the obligation to comply with the anti- discrimination requirements of section 274E of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA:(1) List B identity documents must have photos,as described in paragraph 6 above;(2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures,the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A)of the Immigration and Nationality Act(INA)with respect to the hiring of that employee;(3)If the Employer receives a final nonconfirmation for an employee,but continues to employ that person,the Employer must notify DHS and the Employer is subject to a civil money penalty between$550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation;(4)If the Employer continues to employ an employee after receiving a final nonconfirmation,then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly t veaN.nsa n aruc w wn aa+u Company ID Number: 1314211 employed an unauthorized alien in violation of section 274A(a)(1)(A);and(5)no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections,as well as any other enforcement or compliance activity authorized by law,including site visits,to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired(after both Sections 1 and 2 of Form 1-9 have been completed),and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual.If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting,in good faith,to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants,in support of any unlawful employment practice,or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures(see Article III below)regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending.Further,when employees contest a tentative nonconfirmation based upon a photo mismatch,the Employer must take additional steps (see Article III.B.below)to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R.§274a.1(l))that the employee is not work authorized.The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization,a tentative nonconfirmation,a case in continuance (indicating the need for additional time for the government to resolve a case),or the finding of a photo mismatch,does not establish,and should not be interpreted as,evidence that the employee is not work authorized.In any of such cases,the employee must be provided a full and fair opportunity to contest the finding,and if he or she does so,the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly 4 Company ID Number: 1314211 (including denying,reducing,or extending work hours,delaying or preventing training,requiring an employee to work in poorer conditions,withholding pay,refusing to assign the employee to a Federal contract or other assignment,or otherwise assuming that he or she is unauthorized to work)until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment.Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218(customer service)or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274E of the INA as applicable by not discriminating unlawfully against any individual in hiring,firing,employment eligibility verification,or recruitment or referral practices because of his or her national origin or citizenship status,or by committing discriminatory documentary practices.The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below,or discharging or refusing to hire employees because they appear or sound"foreign"or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards,and other sanctions,and violations of Title VII could subject the Employer to back pay awards,compensatory and punitive damages.Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify.If the Employer has any questions relating to the anti-discrimination provision,it should contact OSC at 1-800-255-8155 or 1-800-237-2515(TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU.The Employer agrees that it will safeguard this information,and means of access to it(such as PINS and passwords),to ensure that it is not used for any other purpose and as necessary to protect its confidentiality,including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU,except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use"Privacy Incident-Password"in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C.§552a(i)(1)and(3))and the Social Security Act(42 U.S.C. 1306(a)).Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting DHS,SSA,their contractors and other agents,upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verily E VERIFY IS A SERVKS OS DNS AIM ESA Company ID Number: 1314211 reasonable notice,to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify,and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website,in advertising materials,or other media. The Employer shall not describe its services as federally-approved,federally-certified,or federally-recognized,or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS,USCIS or the Verification Division,without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verifv trademarks and logos may be used only under license by DHS/USCIS (see M-795(Webl)and,other than pursuant to the specific terms of such license,may not be used in any manner that might imply that the Employer's services,products,websites,or publications are sponsored by,endorsed by,licensed by,or affiliated with DHS,USCIS,or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR,it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU,the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract"(as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer,the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and,within 90 days of enrollment,begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States,whether or not they are assigned to the contract.Once the Employer begins verifying new hires,such verification of new hires must be initiated within three business days after the hire date.Once enrolled in E-Verify as a Federal contractor,the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E_verify6. Company ID Number: 1314211 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract,within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award,the Employer must,within 90 days of enrollment,begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract.Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education(as defined at 20 U.S.C. 1001(a)),state or local governments,governments of Federally recognized Indian tribes,or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract.Such Federal contractors may, however,elect to verify all new hires,and/or all existing employees hired after November 6,1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment,Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6,1986,instead of verifying only those employees assigned to a covered Federal contract.After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete(including the SSN)and complies with Article ll.A.6, ii. The employee's work authorization has not expired,and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1,Form 1-9 attestation has not changed (including,but not limited to,a lawful permanent resident alien having become a naturalized U.S.citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly •E V[DI(Y IS£5(IIVI((O(DF(SIMD SSA Company ID Number: 1314211 Article II.C.5,but reflects documentation (such as a U.S.passport or Form 1-551)that expired after completing Form 1-9,the Employer shall not require the production of additional documentation,or use the photo screening tool described in Article II.A.5,subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor,its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract,and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information,as is appropriate by law,to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C.§552a),the Social Security Act (42 U.S.C. 1306(a)),and SSA regulations(20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA,SSA agrees to update SSA records,if appropriate,within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases,SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed,E-Verify may provide a final nonconfirmation to the employer. Note:If an Employer experiences technical problems,or has a policy question,the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from OHS databases to enable the Employer to conduct,to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means,and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E_ve rgs y t Vtl� It•ttMt[Ot MUM MA Company ID Number: 1314211 b. Photo verification checks(when available)on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify.DHS agrees to provide the Employer names,titles,addresses,and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies,procedures,and requirements for both SSA and DHS,including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify,DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC),Civil Rights Division,U.S.Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DI-IS agrees to safeguard the information the Employer provides,and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify,or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility,to enforce the INA and Federal criminal laws,and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides(in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification(including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees'employment eligibility within 10 Federal Government work days of the date of referral to DHS,unless OHS determines that more than 10 days may be necessary.In such cases, OHS will provide additional verification instructions. ARTICLEIII REFERRALOFINDIVIDUALSTOSSAAND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verily I.AC RIFT ISS SERVICE OF OHS AND SSA Company ID Number: 1314211 The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number,review the employee information submitted to E-Verify to identify any errors,and find out whether the employee contests the tentative nonconfirmation.The Employer will transmit the Social Security number,or any other corrected employee information that SSA requests,to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database(the Numident)or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees.The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS,the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify f VERWY IS R EERVKE OF OKSSRO SS. Company ID Number: 1314211 employee to contact DHS through its toll-free hotline(as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations,generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch,the Employer will send a copy of the employee's Form 1-551,Form 1-766,U.S.Passport,or passport card to DHS for review by: a. Scanning and uploading the document,or b. Sending a photocopy of the document by express mail(furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch,the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the OHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU.The Employer is responsible for providing equipment needed to make inquiries.To access E-Verify,an Employer will need a personal computer with Internet access. ARTICLEV MODIFICATION AND TERMINATION A.MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA,including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers Revision Date 06/01/13 E_v mm,s, y [-VERIFY ISA SFFVICF OFDMSAUD SSA Company ID Number: 1314211 B.TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V,part A of this MOU,DHS may terminate this MOU,and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy,or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer,or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor,termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly,the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases,the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice,then that Employer will remain an E-Verify participant,will remain bound by the terms of this MOU that apply to non- Federal contractor participants,and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses,financial or otherwise,if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s),and SSA and OHS may adjust verification responsibilities between each other as necessary. By separate agreement with OHS,SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended,or should be construed,to create any right or benefit,substantive or procedural,enforceable at law by any third party against the United States,its agencies,officers,or employees,or against the Employer,its agents,officers,or employees. C. The Employer may not assign,directly or indirectly,whether by operation of law,change of control or merger,all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense,assign,or transfer any of the rights,duties,or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU,whether civil or criminal,and for any liability wherefrom,including(but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verily [-VERIFY If A SERVICE Of ORf AMR SSA Company ID Number: 1314211 E.The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy,including but not limited to,Congressional oversight,E-Verify publicity and media inquiries,determinations of compliance with Federal contractual requirements,and responses to inquiries under the Freedom of Information Act(FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and OHS respectively.The Employer understands that any inaccurate statement, representation,data or other information provided to OHS may subject the Employer,its subcontractors,its employees,or its representatives to:(1)prosecution for false statements pursuant to 18 U.S.C. 1001 and/or;(2) immediate termination of its MOU and/or;(3)possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page.If you have any questions,contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers ( Revision Date 06/01/13 E-Verify e-rent•a•SMILE Of DM w SSA Company ID Number: 1314211 Approved by: Employer Royal Construction Services LLC Name(Please Type or Print) Title Rebecca Becerra Signature Date Electronically Signed 06/12/2018 Department of Homeland Security-Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 06/12/2018 Page 13 of 17 E-Verify MOU for Employers Revision Date 06/01/13 EVenlyNs Company ID Number: 1314211 Information Required for the E-Verify Program Information relating to your Company: Royal Construction Services LLC Company Name 2017 W 104th Street Leawood, KS 66206 Company Facility Address Company Alternate Address County or Parish JOHNSON Employer Identification Number 464196792 North American Industry 238 Classification Systems Code Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 site(s) Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 1314211 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: KS 1 Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 • , E_ve rg . u45,. y lV[IIIfY 1iA[INK L Company ID Number: 1314211 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Elaine Fate Phone Number 8168867905 Fax Email elaine.fata( rovalcskc.com Name Becky Becerra Phone Number 8168867905 Fax Email beda.becerrac rovalcskc.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 AGREEMENT BETWEEN CITY OF RIVERSIDE, MISSOURI AND Contractor: Royal Construction Services, LLC FOR COMPLETION OF RIVERSIDE POOL AND RESTROOM IMPROVEMENTS Project No. (222-087, LWCF 29-01759) RESOLUTION NO.: 2024- CONTRACT PRICE: $3,305,000.00 AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR RIVERSIDE POOL AND RESTROOM IMPROVEMENTS Project No: (222-087,LWCF 29-01759) THIS AGREEMENT,made and entered into as of the day of April,2024,by and between the City of Riverside, Missouri ("City"), and Royal Construction Services, LLC ("Contractor"), shall govern all Work to be provided by Contractor for City on the Project. WHEREAS,City,under the provisions of Resolution No.2024- ,duly approved on the day of April,2024 and by virtue of the authority vested in City by the general ordinances of City,intends to enter into one or more contracts for the Project;and WHEREAS, the Mayor is authorized and empowered by City to execute contracts on behalf of City, and the City Administrator ("Administrator") is authorized to perform Administrator's functions set forth in this Agreement; and WHEREAS,Administrator may designate one or more engineers, architects, or other persons to assist Administrator in performing Administrator's functions under this Agreement;and WHEREAS, City desires to enter into an agreement with Contractor to obtain labor, services, materials, supplies, tools, equipment, supervision, management, and other items as set forth in this Agreement; and WHEREAS, Contractor represents that Contractor is equipped, competent, and able to provide all the Work, in accordance with this Agreement; NOW THEREFORE, in consideration of the mutual covenants and consideration herein contained, IT IS HEREBY AGREED by City and Contractor as follows: ARTICLE I DEFINITIONS As used in this Agreement and the other Contract Documents,the following words and phrases shall have the respective meanings set forth below. Any capitalized terms used but not defined in this Agreement shall have the meanings given to such terms in the other Contract Documents. A. "Administrator"has the meaning set forth in the recitals of this Agreement. B. "Application for Payment" has the meaning set forth in Article VI, Paragraph A of this Agreement. C. "City"has the meaning set forth in the preamble of this Agreement. D. "Change Order" means a change to the Project, which has been approved in accordance with the terms of this Agreement, specifically including, without limitation, the requirements set forth in Article VII of this Agreement. E. "Contract Amount"has the meaning set forth in Article III,Paragraph A of this Agreement. F. "Contract Documents" has the meaning set forth in Article V, Paragraph A of this Agreement. G. "Contractor"has the meaning set forth in the preamble of this Agreement. H. "Design Engineer" means the following Design Engineer to the City of Riverside, Missouri: Waters Edge Aquatic Design, Jeff Bartley;jbartley@wedesignpools.com, 913-438-4338. I. "Notice to Proceed"has the meaning set forth in Article IV,Paragraph A of this Agreement. J. "Project"means the building, facility, and/or other improvements for which Contractor is to provide Work under this Agreement.The Project may also include construction by City or others. K. "Resident Project Representative"means the following employee of the City of Riverside who shall manage the Project on behalf of the City: Noel Bennion; nbennion@riversidemo.gov, 816- 372-9028. L. "Subcontractor"means a person, firm or corporation supplying labor and materials or only labor for the Work for, and under separate contract or agreement with,the Contractor. M. "Substantial Completion"means the stage in the progress of the Work where the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work for its intended use. N. "Work"or"Work on the Project"means work to be performed at the location of the Project, including the transportation of materials and supplies to or from the location of the Project by employees of the Contractor and any Subcontractor. Work shall include all labor, services, materials, supplies, tools, equipment, supervision, management, and anything else necessary to accomplish the results and objectives described in Exhibit F(Scope of Work)and Exhibit G(Specifications)to this Agreement and the other Contract Documents, in full compliance with all requirements set forth in the Contract Documents, subject to additions, deletions, and other changes as provided for in this Agreement. The Work may refer to the whole Project, or only a part of the Project if work on the Project also is being performed by City or others. ARTICLE II THE PROJECT AND THE WORK A. Contractor shall provide and pay for all Work for the Project. B. Contractor represents that it has evaluated and satisfied itself as to all conditions and limitations under which the Work is to be performed, including, without limitation, (1) the location, condition, layout, and nature of the Project site and surrounding areas, (2)generally prevailing climatic conditions, (3) labor supply and costs, and (4) availability and cost of materials, tools, and equipment. City shall not be required to make any adjustment in either the Contract Amount or the time for performance of the Work because of Contractor's failure to do so. C. The Resident Project Representative shall act as the City's representative during the construction period, shall decide questions which may arise as the quality and acceptability of materials furnished and Work performed, and shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Resident Project Representative may recommend, but cannot approve Change Orders resulting in an increase in time of performance or payments due to Contractor. The Resident Project Representative will make visits to the site and determine if the Work is proceeding in accordance with the Contract Documents. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials,workmanship, and execution of the Work. Inspections may be at the factory or fabrication plant of the source of the material supply. The Resident Project Representative will not be responsible for the construction means, controls, techniques, sequences, procedures or construction safety. D. Contractor may be furnished additional instructions and detail drawings by the Resident Project Representative, as necessary to carry out the Work required by the Contract Documents. The additional drawings and instructions thus supplied will become a part of the contract drawings, and the Contractor shall carry out the Work in accordance with the additional detail drawings and instructions. ARTICLE III CONTRACT AMOUNT A. Provided Contractor performs all Work in accordance with the Contract Documents and complies fully with each and every obligation of Contractor under the Contract Documents, City shall pay Contractor the sum of Three Million Three Hundred and Five Thousand Dollars ($3,305,000.00). This amount shall include all costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work, and shall be referred to as the"Contract Amount." B. RESERVED. C. Payment of the Contract Amount shall be full compensation for all labor, services, materials,supplies,tools,equipment,supervision,management,and anything else necessary to complete the respective items in place, in full compliance with all requirements set forth in the Contract Documents. All costs, permit fees, profit, overhead, expenses, taxes, and compensation of every kind related to the Work are included in the Contract Amount. No labor, services, materials, supplies,tools, equipment, supervision, management, or anything else required by the Contract Documents for the proper and successful completion of the Work shall be paid for outside of or in addition to the Contract Amount. The Work set forth in the Contract Amount shall be itemized in Contractor's Bid. All Work not specifically set forth in Contractor's Bid as a separate pay item is a subsidiary obligation of Contractor, and all costs, permit fees,profit, overhead, expenses, taxes and compensation of every kind in connection therewith are included in the Contract Amount set forth in Contractor's Bid. D. THIS AGREEMENT IS SUBJECT TO THE CITY ORDINANCES, AND PAYMENT SHALL BE LIMITED TO THE AMOUNT OF PARTICULAR APPROPRIATION FOR THE WORK BY THE BOARD OF ALDERMEN.THE TOTAL PAYMENT UNDER THIS AGREEMENT SHALL NOT EXCEED THE APPROPRIATION CONTAINED IN THE APPLICABLE RESOLUTIONS OR ORDINANCES ADOPTED BY THE BOARD OF ALDERMEN AUTHORIZING THE WORK AND CONTRACTOR SHALL NOT SEEK, NOR BE ENTITLED TO, PAYMENT EXCEEDING THIS AMOUNT UNLESS CITY DIRECTS CONTRACTOR TO PERFORM ADDITIONAL WORK IN ACCORDANCE WITH THIS AGREEMENT, AND CITY ENACTS ANOTHER RESOLUTION OR ORDINANCE AUTHORIZING THE AMOUNT CITY AGREES TO PAY UNDER THIS AGREEMENT. ARTICLE IV PROGRESS OF WORK/SUBMITTALS A. COMMENCEMENT OF WORK.The date of beginning and the time for completion of the Work are essential conditions of the Contract Documents. Contractor shall commence performance of the Work on the date indicated in a written notice ("Notice to Proceed") that shall be given by City to Contractor. B. TIME FOR COMPLETION. Contractor shall achieve Substantial Completion, as defined in Article I hereof,no later than the date established in Exhibit E of the Agreement.The Contractor will proceed with the Work at such rate of progress to ensure Substantial Completion within the contract time. It is expressly understood and agreed,by and between the Contractor and the City,that the contract time to achieve Substantial Completion of the Work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the Work.No extensions will be granted,except in case of unusual(unseasonable)weather conditions or additional work requested by the City under Change Order. Following Substantial Completion, Contractor shall proceed to complete all uncompleted Work items as promptly as permitted by weather conditions or any other conditions affecting completion of the Work. C. LIQUIDATED DAMAGES. If Contractor fails to achieve Substantial Completion of all the Work as set forth in the Contract Documents,Contractor shall pay City$500.00 per day,as liquidated damages and not as a penalty, for each calendar day after such date, until Substantial Completion of all the Work is achieved. Contractor agrees that the sum of$500.00 per day is a fair and reasonable approximation of the actual damages incurred by the City for the Contractor's failure to complete the Project within the time outlined above and that such liquidated damages in this section are not penal in nature but rather the parties' attempt to fairly quantify the actual damages incurred by the City for such delays. Recovery of liquidated damages is not City's exclusive remedy for Contractor's failure to achieve Substantial Completion in accordance with this Agreement. Specifically,but without limitation, City may exercise any of its default or termination rights under this Agreement under all circumstances described herein, including but not limited to Contractor's failure to achieve Substantial Completion in accordance with Paragraph B above. Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to unforeseen causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, acts of the City, acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather provided that the Contractor has given written notice of such delay to the City within five(5)days of the event causing such delay. D. TIME OF THE ESSENCE. Time is of the essence in the performance of the Work and any other Contractor obligations under the Contract Documents. Contractor shall upon commencement of construction work daily to complete the Work except for Saturdays, Sundays, holidays, and days of inclement weather. This Paragraph does not preclude Contractor from working Saturdays, Sundays, holidays,or days of inclement weather. Contractor shall give the City at least 48 hours notice if intending to work on Saturday, Sunday, holidays or days of impending inclement weather. E. CONSTRUCTION SCHEDULE. Promptly after the execution of this Agreement, and in any event before commencing performance of the Work,Contractor shall submit to City for approval a construction schedule that specifies the dates on which Contractor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. Upon City's written approval of the schedule, Contractor shall comply with it unless directed by City to do otherwise. Contractor shall update the schedule on a monthly basis or at more frequent appropriate intervals if required by the conditions of the Work and the Project. With each Application for Payment under Article VI of this Agreement, Contractor shall submit an updated, current schedule. Neither the original schedule nor any update shall exceed time limits for the entire Project under the Contract Documents. F. PHOTOGRAPHS OF PROJECT. The Contractor shall furnish photographs of the Project site in the number,type,and stage as enumerated below: 1. Pre-Construction photos-minimum of 15 ground level digital shots 2.Construction photos of significant changes-minimum of 15 ground level digital shots 3. Post Construction photos-minimum of 15 ground level digital shots G. DELAY IN PERFORMANCE. In the event the City determines that performance of the Work is not progressing as required by the Contract Documents or that the Work is being unnecessarily delayed or will not be finished within the prescribed time,the City may, in the City's sole discretion and in addition to any other right or remedy City may have, require Contractor, at Contractor's sole cost,to accelerate Contractor's progress. Such acceleration shall continue until the progress of the Work complies with the Contract Documents and clearly indicates that all Work will be completed within the prescribed time. H. SUSPENSION OF WORK. The City may suspend the Work or any portion thereof for a period of not more than ninety(90)days or such further time as agreed upon by the Contractor,by written notice to the Contractor which shall fix the date on which Work shall be resumed. The Contractor will resume the Work on the date so fixed. The Contractor will be allowed an increase in the contract price or an extension of the contract time, or both, directly attributable to any suspension I. DRAWINGS AND SPECIFICATIONS. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the Work in accordance with the Contract Documents and all incidental Work necessary to complete the Project in an acceptable manner,ready for use,occupancy or operation by the City. In case of conflict between the drawings and specification,the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Resident Project Representative in writing,who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after discovery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. J. SHOP DRAWINGS. Contractor shall submit to Resident Project Representative for review all shop drawings, samples, product data, and similar submittals required by the Contract Documents. Contractor shall be responsible to City for the accuracy and conformity of its submittals to the Contract Documents. Shop drawings shall bear the Contractor's certification that it has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. Contractor shall prepare and deliver its submittals to City in a manner consistent with the construction schedule and in such time and sequence so as not to delay performance of the Work. Portions of the Work requiring a shop drawing or sample submission shall not begin until the shop drawing or submission has been reviewed by the Resident Project Representative. Review of any Contractor submittal shall not be deemed to authorize deviations, substitutions, or changes in the requirements of the Contract Documents unless express written approval is obtained from City specifically authorizing such deviation,substitution,or change.When submitted for the Resident Project Representative's review, any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. If the Contract Documents do not contain submittal requirements pertaining to the Work, Contractor agrees upon request to submit in a timely fashion to City for review by Resident Project Representative any shop drawings,samples,product data, manufacturers' literature, or similar submittals as may reasonably be required by City. Contractor shall perform all Work strictly in accordance with approved submittals. Resident Project Representative's review does not relieve Contractor from responsibility for defective Work resulting from errors or omissions of any kind on the reviewed submittals.A copy of each shop drawing and each sample shall be kept in good order by the Contractor at the site and shall be available to the Resident Project Representative. K. MATERIALS, SERVICES AND FACILITIES. It is understood that except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature,and all other services and facilities of any nature whatsoever necessary to execute,complete,and deliver the Work within the specified time. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the Work. Stored materials and equipment to be incorporated in the Work shall be located so as to facilitate prompt inspection. Manufactured articles,materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. Material, supplies and equipment shall be in accordance with samples submitted by the Contractor and approved by the Resident Project Representative. Materials, supplies or equipment to be incorporated into the Work shall not be purchased by the Contractor or by any Subcontractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. L. INSPECTION AND TESTING OF MATERIALS. All materials and equipment used in the construction of the Project shall be subject to adequate inspection and testing in accordance with generally accepted standards, as required and defined in the Contract Documents. The Contractor shall provide at the Contractor's expense the testing and inspection services required by the Contract Documents. The City shall provide all inspection and testing services not required by the Contract Documents. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any Work to specifically be inspected, tested or approved by someone other than the Contractor,the Contractor will give the Resident Project Representative timely notice of readiness. The Contractor will then furnish the Resident Project Representative the required certificates of inspection, testing approval. Inspections, tests or approvals by the Resident Project Representative or others shall not relieve the Contractor from the obligation to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative and the City's representatives will at all times have access to the Work. In addition, authorized representatives and agents of any participating Federal or State agency shall be permitted to inspect all Work,materials,payrolls,records or personnel,invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation of the Work and also for any inspection or testing thereof. If any Work is covered prior to inspection by the Resident Project Representative it must, if requested by the Resident Project Representative, be uncovered for the Resident Project Representative's observation and replaced at the Contractor's expense. If the Resident Project Representative considers it necessary or advisable that covered Work be inspected or tested by others, the Contractor,at the Resident Project Representative's request,will uncover,expose or otherwise make available for observation, inspection or testing as the Resident Project Representative may require,that portion of the Work in question, furnishing all necessary labor, materials,tools and equipment. M. CORRECTION OF WORK. The Contractor shall promptly remove from the Project site all Work rejected by the Resident Project Representative for failure to comply with the Contract Documents, whether incorporated in the construction or not, and the Contractor shall promptly replace and re-execute the Work in accordance with the Contract Documents and without expense to the City and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. All removal and replacement Work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected Work within ten(10)days after receipt of written notice,the City may remove such Work and store the materials at the expense of the Contractor. N. SUBSTITUTIONS. Whenever a material, article, or piece of equipment is identified on the drawings and specifications by referenced to brand name or catalog numbers, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacitates, quality and function shall be considered. The Contractor may recommend the substitution of material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by referenced to brand name or catalog number, if, in the opinion of the City,such material,article or piece of equipment is of equal substance function to that specified, the City may approve, in writing, its substitution and use by the Contractor. Any cost differential shall be deductible from the contract price and in such event the Contract Documents shall be modified by Change Order.The Contractor warrants that if substitutes are approved,no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. O. LANDS&RIGHT OF WAY. Prior to issuance of Notice to Proceed,the City shall obtain all lands and rights-of-way necessary for the carrying out and completion of Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed by the Contractor and City, in writing. The City shall provide to Contractor information which delineates and describes the lands owned and right of way acquired. The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. P. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all boundary surveys and establish all base lines for locating the principal component parts of the Work together with a suitable number of bench marks adjacent to the Work as shown in the Contract Documents. From the information provided by the City, unless otherwise specified in the Contract Documents,the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pipe locations and other working points, lines, elevations and cut sheets. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistake that may be caused by their unnecessary loss or disturbance. Permits and licenses of temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor unless otherwise stated in the supplemental general conditions. Permits,licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City,unless otherwise specified.The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, the Contractor shall promptly notify the City in writing, and any necessary changes shall be adjusted as provided in Article VII changes in the Work. Q. SUBSURFACE CONDITIONS. The Contractor, before bidding the Project, has the responsibility to become familiar with the Project site and the conditions under which Work will have to be performed during the construction period. Excavating for foundations of surface structure: buildings, bridges, tanks, towers, retaining walls and other types of surface structures. The Contractor shall promptly, and before such conditions are disturbed (excepting an emergency), notify the City by written notice of subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. Contractor shall also be required to notify City of any unknown physical conditions at the site of unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents at the location ofthe Project. The City shall investigate the conditions,and if it is found that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for, performance of the Work, the Contract Documents may be modified by Change Order as provided in Article VII. Any claim of the Contractor for adjustment hereinafter shall not be allowed unless the required written notice has been given; provided that the City may, if the City determines the facts so justify consider and adjust any such claims asserted before the date of the final payment. Excavating for below-surface structures: water mains, sewers, power and telephone cables and other types of below surface structures. No extra compensation will be paid for rock excavation or varying geologic features encountered on the Project,unless so shown as a bid item in the Bid Form for bid. If man-made hazards are encountered by the Contractor, excluding utilities, which are not visible from the surface, such as buried concrete foundations, buried garbage dumps that cannot be by-passed and requires additional Work consult the Resident Project Representative. R. SUPERVISION BY CONTRACTOR. The Contractor will supervise and direct the Work. The Contractor will be solely responsible for the means,methods,techniques,sequences and procedures of construction. The Contractor will employ and maintain on the Work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor or the Contractor's representative at the site.The supervisor shall have full authority to act on behalf of the Contractor and all communications given to the supervisor shall be a binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the Work. ARTICLE V CONTRACT DOCUMENTS A. The following documents, and any other documents that are attached to, incorporated by reference into, or otherwise included in them, and all Change Orders, are hereby incorporated into this Agreement, and form the entire agreement between City and Contractor, and are referred to as the Contract Documents: 1. INFORMATION FOR BIDDERS 2. BID FORM 3. BID BOND 4. EXPERIENCE QUESTIONNAIRE 5. BUSINESS ENTITY CERTIFICATION, ENROLLMENT DOCUMENTATION, AND AFFIDAVIT OF WORK AUTHORIZATION WITH E-VERIFY 6. This AGREEMENT BETWEEN CITY OF RIVERSIDE AND CONTRACTOR 7. PERFORMANCE BOND 8. PAYMENT BOND 9. MAINTENANCE BOND 10. PREVAILING WAGE RATES 11. TIME FOR COMPLETION 12. SCOPE OF WORK 13. SPECIFICATIONS 14. NOTICE TO PROCEED 15. APPLICATION FOR PAYMENT FORM 16. CHANGE ORDER FORM 17. CERTIFICATE FOR SUBSTANTIAL COMPLETION 18. AFFIDAVIT OF COMPLIANCE WITH THE PREVAILING WAGE LAW 19. ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION 20. CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 21. SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT 22. ENGINEER/CONSULTANT CERTIFICATION 23. CERTIFICATION REGARDING NON-SEGREGATED FACILITIES 24. CERTIFICATION REGARDING DEBARMENT, ETC. 25. BUILD AMERICA, BUY AMERICA CERTIFICATION 26. SUPPLEMENTARY TERMS AND CONDITIONS FOR FEDERALLY FUNDED/ ASSISTED CONSTRUCTION PROJECTS B. Contractor represents that it has examined and become familiar with the Contract Documents in their entirety, that any and all ambiguities, inconsistencies, and conflicts observed by Contractor have been called to City's attention in writing and have been resolved in writing to Contractor's satisfaction. Except for actual conflict between provisions in the Contract Documents, making it impossible for Contractor to comply with all provisions of the Contract Documents, the Contract Documents shall be cumulative,and Contractor shall comply with all provisions of all Contract Documents. In case of actual conflict, Contractor shall notify City of the conflict in writing and then shall comply with such provisions of the Contract Documents as City directs. ARTICLE VI PAYMENTS A. Prior to submitting its first application for payment in accordance with the terms hereof in substantially the form attached hereto as Exhibit I (an "Application for Payment"), Contractor shall provide City with a schedule of values dividing the Work, and the Contract Amount, into workable categories in a form acceptable to City.Each Application for Payment shall be based upon the percentage of actual completion of each category,multiplied by the dollar value of such category. B. On or about the first day of Contractor's monthly accounting period, Contractor shall submit an Application for Payment to the Resident Project Representative. In addition to the amount of payment requested in the Application for Payment, each Application for Payment shall list the original Contract Amount,the amount Contractor has invoiced City to date,the amount Contractor has received to date,total additions to and deletions from the Contract Amount pursuant to approved Change Orders, and an itemization of any further additions to or deletions from the Contract Amount that Contractor claims. Contractor shall identify each Subcontractor and supplier whom Contractor intends to pay from the requested payment and shall state the amount Contractor intends to pay each such Subcontractor and supplier.An Application for Payment shall not include a request for payment for any portion of the Work that was performed or furnished by a Subcontractor or supplier if Contractor does not intend to pay such Subcontractor or supplier from such payment, nor shall the Application for Payment include a request for payment for any Work performed deemed unsatisfactory by City.Contractor shall include with each Application all supporting documentation as City may require. The City shall, within fifteen(15) days, review and approve such Application for Payment, or return the Application for Payment to the Contractor indicating in writing the reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the Application. Within fifteen(15) days of its receipt of payment from City, Contractor shall pay all Subcontractors and suppliers to whom payment is owed from the amount paid to Contractor. C. All payments under this Agreement shall be made only upon the approval of Resident Project Representative and Administrator. Resident Project Representative shall review each Application for Payment and certify for payment such amounts as Resident Project Representative determines are due Contractor. From the total amount certified,City shall withhold five percent(5%)as retainage until final completion and acceptance of the Work. The five percent (5%) retainage may be reduced by Change Order if final completion and acceptance of the Work is delayed due to unforeseen circumstances and the Work is usable for its intended purpose by the City. If reduction in the retainage is approved, the remaining retainage shall be an amount equal to or greater than 200%of the estimated amount necessary to complete the Work. D. The City Treasurer,upon presentation of an Application for Payment,shall prepare a check for the sum certified to be due (exclusive of retainage), payable out of the funds in the City Treasury available for Contractor under the authorizing Resolution or Ordinance approved by the Board of Aldermen. Payment shall be made to Contractor after the Board of Aldermen review and approve the payment and authorize the Mayor and City Treasurer to sign and deliver the check. E. Neither Administrator or Resident Project Representative's approval certificate nor payment made to Contractor shall constitute acceptance of any part of the Work.Contractor shall remain obligated to perform all Work in accordance with the Contract Documents. F. With each Application for Payment, Contractor shall submit a signed certificate of receipt of prior payments and release of claims and rights in connection with prior payments,in a form approved by City. City may,at its option, also require a similar receipt and release of claims and rights from each Subcontractor or supplier performing any Work, prior to making any payment to Contractor. The Subcontractors'and suppliers'receipts and releases shall be in a form approved by City and shall indicate that(except for retainage) all debts for Work performed or materials supplied included on any previous Application for Payment to City from Contractor have been satisfied and that the Subcontractor or supplier waives and releases any and all claims or rights in connection therewith. G. Contractor shall not be entitled to final payment for the Work until Contractor submits a final Application for Payment, all requirements of the Contract Documents are complied with, and Resident Project Representative issues his or her certificate to that effect. The Engineer's Certificate of Acceptance will be on the form attached hereto as Exhibit P. City, within thirty (30) days after the delivery of Engineer's Certificate of Acceptance, shall pay Contractor all remaining funds which Contractor is due under this Agreement. H. Acceptance of final payment by Contractor shall release City from all further obligations to Contractor, except as to such amounts, if any, Contractor has identified in its final Application for Payment as claimed by Contractor. All claims not identified in the final Application for Payment are waived. Any payment, however final or otherwise, shall not release the Contractor or its sureties from any obligations under the Contract Documents or the Performance and Payment Bonds. I. City may withhold final or any other payment to Contractor on any reasonable basis, including but not limited to the following: 1. Unsatisfactory job progress, 2. Defective Work, 3. Failure to make payments to Subcontractors or suppliers, 4. Reasonable evidence that all Work cannot be completed for the unpaid balance of the Contract Amount, 5. Damage by Contractor or Subcontractors or suppliers to property of City or others, 6. Contractor's breach of this Agreement,or 7. Contractor's failure to provide requested documentation. J. The Contractor shall,at the request of City,furnish satisfactory evidence that all obligations to Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Work have been paid, discharged or waived. If Contractor does not pay Subcontractors or suppliers for labor and/or material properly provided, City may, but shall not be required to, pay Subcontractors and suppliers directly. Any payments made to Subcontractors and suppliers shall be charged against the Contract Amount.City shall not be liable to Contractor for any such payments made in good faith. This provision shall not confer any right upon any Subcontractor or supplier to seek payment directly from City. K. Notwithstanding any other provision for payment contained herein, in the event the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675 RSMo has occurred and that a penalty shall be assessed, the City shall withhold and retain all sums and amounts due and owning when making payments to Contractor under this Agreement. ARTICLE VII CHANGES/CLAIMS A. City,without invalidating this Agreement,may at any time and without notice to any surety, order additions to, deletions from, or other changes to the Work. Upon receipt of such an order, in writing, Contractor shall proceed as and when directed in the order. Contractor shall not proceed with any addition,deletion,or other change without a written order.No oral direction or order shall constitute authority for Contractor to proceed with any addition,deletion,or other change.If Contractor undertakes any addition,deletion,or other change without a written order from City,Contractor shall not be entitled to any increase in the Contract Amount or the time for performance of the Work, and Contractor shall be solely and completely responsible for the acceptability to City of the addition, deletion, or other change. B. If a change to the Work causes a net increase or decrease in the cost of Contractor's performance,the Contract Amount shall be increased or decreased as follows: 1. If the Work is covered by unit prices set forth in Contractor's Bid, by application of such unit prices to the quantities of the items involved;or 2. If the Work involved is not covered by unit prices set forth in Contractor's Bid for Unit Price Contracts,by a lump sum as to which Contractor and City mutually agree prior to the commencement of performance of the change. C. If a change to the Work causes an increase or decrease in the time required for Contractor's performance, an equitable adjustment to the time for performance shall be made. D. A change in the Contract Amount or the time for performance of the Work shall be accomplished only by written Change Order, which shall state the increase or decrease, if any, in the Contract Amount or the time for performance.No course of conduct or dealings between the parties,nor express or implied acceptance of alterations or additions to the Work, and no claim that City has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any such enrichment, shall be the basis of any claim to an increase in any amounts due under the Contract Documents or a change in the time for performance of the Work. E. Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including but not limited to all direct and indirect costs associated with such change and any and all adjustments to the Contract Amount and time for performance of the Work. F. If Contractor is delayed or interfered with at any time in the commencement or prosecution of the Work by an act or neglect of City,an employee,officer,or agent of City,or an architect or engineer or separate contractor engaged by or on behalf of City, or by changes ordered in the Work, an act of God, fire, or other cause over which Contractor has no control and that Contractor could not reasonably anticipate,the time for performance of the Work shall be equitably extended, provided that Contractor gives notice as provided for in Paragraph G below. G. Any claim by Contractor for additional time or money for the performance of the Work, including but not limited to any claim based on or arising out of an addition to, deletion from, or other change to the Work and/or delay to or interference with commencement or prosecution of any of the Work, shall be submitted to City's designated representative within five (5) working days of the beginning of the event for which the claim is made or on which it is based. If any claim is not submitted within the five-day period, it shall be deemed waived. H. No change or claim,nor any delay or dispute concerning the determination of any increase or decrease in the amount of time and money for the performance of the Work, shall excuse Contractor from proceeding with prosecution of the Work, including any Work as changed. ARTICLE VIII INSURANCE A. Contractor shall, at all times during the performance of any of the Work, maintain not less than the following insurance coverages and amounts: 1. COMMERCIAL GENERAL LIABILITY - Contractor shall provide coverage for Contractor,City, its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City against claims for damage to property and/or illness of, injury to,or death of any person or persons related to or arising out of the Work. Such coverage shall name the City, together with its employees and officers, as an additional insured and have not less than the following limits: a. Each occurrence $3,000,000.00 b. General aggregate $3,000,000.00 c. Products/completed operations aggregate $3,000,000.00 d. The following coverage shall be included: • Blanket contractual liability • Products/completed operations • Personal/advertising injury • Broad form property damage • Independent contractors • Explosion,Collapse, and Underground Damage 2. OWNERS PROTECTIVE LIABILITY — Contractor shall purchase, maintain and deliver to the City for operations of the Contractor of any Subcontractor in connection with execution of the agreement Owner's Protective Liability insurance in the same minimum amounts as required for Commercial General Liability Insurance above. 3. AUTOMOBILE LIABILITY - Contractor shall provide coverage for Contractor, City,its employees,officers,and agents,and any architects,engineers,or other design professionals engaged by or on behalf of City against claims for bodily injury and/or property damage arising out of the ownership or use of any owned,hired,and/or non- owned vehicle and shall include protection for any auto, or all owned autos, hired autos,and non-owned autos.The coverage shall have not less than a combined single limit of$3,000,000.00 for each accident. 4. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY-This insurance shall protect Contractor against all claims under applicable state workers' compensation laws. Contractor also shall be protected through employer's liability coverage against claims for injury, disease, or death of employees which, for any reason,may not fall within the provisions of a workers'compensation law.The limits shall not be less than the following: a. Workers' Compensation Statutory b. Employer's Liability: • Bodily injury by accident $1,000,000.00 • Bodily injury by disease $500,000.00 each employee B. All insurance shall be written by an insurer or insurers acceptable to City and with a minimum financial rating not lower than "A-" in Best's Insurance Guide, latest edition. All insurance shall be written on an occurrence basis, and all aggregate limits shall apply in total to the Work only. Each policy providing general liability coverage or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall provide contractual liability coverage for all indemnity obligations of Contractor under the Contract Documents. Each policy providing general liability or automobile liability coverage (including any umbrella or excess policy that provides any required general or automobile liability coverage) shall, in form satisfactory to City, (1) name as additional insureds City, its employees, officers, and agents, and any architects,engineers,or other design professionals engaged by or on behalf of City, and(2)provide that it is primary to any other insurance maintained by any additional insured, which other insurance shall be excess or contingent. The insurance provided to the additional insureds shall apply, without limitation,to injury or damage caused by Work included in the products/completed operations hazard. C. Contractor shall maintain the products and completed operations coverage for not less than one(1)year after the date of final acceptance by City of all of Contractor's Work. D. Contractor shall obtain property insurance upon the entire Work for the full cost of replacement at the time of loss. This insurance shall list as named insureds City, Contractor, Subcontractors,and suppliers.This insurance shall be written as a Builder's Risk/Installation Floater"all risk" or equivalent form to cover all risks of physical loss except those specifically excluded by the policy and shall insure at least against the perils of fire, lightning, explosion, wind storm, hail, smoke, aircraft and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind, testing, and collapse. This insurance shall, without limitation, insure portions of the Work stored on or off the Project site or in transit,when at the risk of City, Contractor, or a Subcontractor or supplier. Contractor shall be solely responsible for any deductible amounts. This insurance shall remain in effect until final payment has been made to Contractor or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. City and Contractor waive all rights against each other and their respective employees, agents, contractors, Subcontractors, and suppliers for damages caused by risks covered by the property insurance provided for in this Paragraph,except such rights as they may have to the proceeds of the insurance. E. All policies and certificates of insurance shall provide no less than thirty (30) days' prior written notice to City in the event of cancellation, expiration, non-renewal, alteration, or reduction (including but not limited to reduction by paid claims) of coverage or limits contained in the policy or evidenced by the certificate of insurance. Contractor shall furnish City a certificate or certificates and copies of policies, all satisfactory to City, evidencing that Contractor has all the required insurance and is in compliance with this Article.The certificate or certificates and copies of policies shall be delivered to City's designated representative not less than seven(7) days before Contractor first performs any of the Work. All policies except Workers' Compensation and Employer's Liability shall contain a waiver of subrogation in favor of City, its employees, officers, and agents, and architects, engineers, or other design professionals engaged by or on behalf of City. F. Contractor also shall maintain any additional insurance coverages and any higher limits provided for elsewhere in the Contract Documents and shall furnish City any additional insurance documentation provided for elsewhere in the Contract Documents. G. If any part of the Work is subcontracted,each Subcontractor,or Contractor on behalf of the Subcontractor, shall maintain liability and worker's compensation insurance coverages and amounts satisfying all the requirements of this Article. Certificates and copies of policies, satisfactory to City, evidencing the required insurance and compliance with this Article shall be delivered to City's designated representative not less than seven(7)days before the Subcontractor first performs any of the Work. H. If Contractor is a transient employer as defined in Section 285.230 RSMo,Contractor must post in a prominent and easily accessible place at the Work site a clearly legible copy of the following: (1)the notice of registration for employer withholding issued to such transient employer by the Director of Revenue;(2) proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the Department of Revenue through the records of the Division of Workers' Compensation; and(3) the notice of registration for unemployment insurance issued to such transient employer by the Division of Employment Security. Any transient employer failing to comply with these requirements shall,under Section 285.234 RSMo be liable for a penalty of$500 per day until the notice required by this Paragraph are posted as required by law. ARTICLE IX INDEMNITY A. To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless City, its employees, officers, and agents, and any architects, engineers, or other design professionals engaged by or on behalf of City, from and against claims, damages, losses, and expenses, including but not limited to attorney's fees,arising out of or resulting from the performance of the Work, provided that such claim,damage, loss, or expenses is attributable to bodily injury, sickness,disease,or death or to injury to or destruction of tangible property(other than the Work itself),but only to the extent caused or allegedly caused by the negligent or willful acts or omissions of Contractor, a Subcontractor or supplier, or anyone directly or indirectly employed by them, or anyone for whose acts they may be liable,regardless of whether such claim,damage,loss,or expense is caused in part by a party indemnified hereunder. This obligation is not intended to, and shall not, negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person as set forth in this Agreement. B. In claims against any person or entity indemnified herein by an employee of Contractor, a Subcontractor or supplier,or anyone directly or indirectly employed by them or for whose acts they may be liable, the indemnification obligation shall not be limited by a limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or a Subcontractor or supplier under workers' compensation acts, disability benefit acts,or other employee benefit acts. ARTICLE X PATENT LIABILITY Contractor agrees to defend, indemnify, and hold harmless City, its officers, employees and agents from and against any claim, action or suit that may be brought against them for Contractor's infringement of any Letters Patent in the performance of this Agreement or any breach or violation of trademark or proprietary or trade secret rights of others, as well as against any judgments, decrees, damages, costs and expenses sought, adjudicated, or recovered against any of them, on account of any such actual or alleged infringement. ARTICLE XI COVENANT AGAINST LOBBYING AND UNDUE INFLUENCE A. Contractor represents and warrants that it has not employed or retained any company or person,other than a bona fide employee working for Contractor,to solicit or secure this Agreement,and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to void this Agreement without liability and, in its discretion, to deduct from the Contract Amount,or otherwise recover,the full amount of such fee,commission,percentage,brokerage fee,gift, or contingent fee. B. Contractor represents and warrants that no payments have been or shall be made, directly or indirectly,by or on behalf of Contractor to or for the benefit of any officer,employee,or agent of City who may reasonably be expected to influence the decision to requisition issue or take any action with respect to this Agreement. Contractor shall allow a mutually agreeable nationally recognized certified public accounting firm to examine,at City's expense,such of Contractor's books and records as may be necessary, in the accountant's reasonable opinion,to verify Contractor's compliance with this Article. C. No official of the City who is authorized in such capacity and on behalf of the City to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or approving any architectural, engineering, inspection, construction, or material supply contract or any subcontract in connection with the construction of the Project, shall become directly or indirectly interested personally in this Agreement or in any part hereof.No officer, employee,architect,attorney,engineer,or inspector of or for the City who is authorized in such capacity and on behalf of the City to exercise any legislative, executive,supervisory,or other similar functions in connection with the construction of the Project,shall become directly or indirectly interested personally in this Agreement or in any part thereof,any material supply contract, subcontract, insurance contract, or any other contract pertaining to the Project. ARTICLE XII RECORDS REGARDING PAYMENT For a period of at least two(2)years after final payment to Contractor,Contractor shall maintain, in accordance with generally accepted accounting principles, such records as are necessary to substantiate that all Applications for Payment hereunder were valid and properly chargeable to City.For lump sum contract Work, the records shall demonstrate that the City was billed at appropriate times for proper percentages of completion and for payments to Subcontractors and suppliers. For any Work, including extra Work, not charged on a lump sum basis,the records to be maintained hereunder include but are not limited to all contracts,subcontracts,material bills,correspondence,accounting records,time sheets, payroll records, canceled checks, orders, and invoices pertaining to City's account. City or its representative shall, upon reasonable prior notice to Contractor, be given the opportunity to audit these records at any time during normal business hours to verify the accuracy of Contractor's invoices and charges. ARTICLE XIII NOTICES A. The following persons are designated by the respective parties to act on behalf of such party and to receive all written notices and Applications for Payment: If to the City: If to the Contractor: Noel Bennion Steve or Chris VanSickle 2950 NW Vivion Rd. Project Manager/Owner City of Riverside, MO 2017 W. 104th St. Riverside, MO 64150 Leawood, KS 66206 nbennion@a,riversidemo.gov Steve.vanscickle@rovalcsks.com Chris.vansickle@royalcsks.com with a copy to: Waters Edge Aquatic Design Jeff Bartley 1153 Southwest Blvd., Ste.202 Kansas City, KS 66103 JBartley@wedesignpools.com B. Any notice required by the Contract Documents to be given in writing or that either City or Contractor wishes to give to the other in writing shall be signed by or on behalf of the party giving notice. The notice shall be deemed to have been completed when sent by certified or registered mail to the other party at the address set forth herein,or delivered in person to said party or their authorized representative. C. Contractor's designated representative shall be available to meet with City at any time during the performance of the Work and shall have full authority to act on Contractor's behalf on any matter related to this Agreement and/or the Work. ARTICLE XIV DEFAULT AND TERMINATION A. If Contractor fails to comply,becomes unable to comply,or with reasonable probability(as determined solely by City)will become unable to comply with any of Contractor's obligations under the Contract Documents, including but not limited to (1) failure at any time to furnish sufficient labor or supervision,sufficient materials or services(including but not limited to insurance and bonds)complying with the Contract Documents, or sufficient or properly operating tools, equipment, or other items necessary for the performance of the Work, (2) failure in any respect to prosecute the Work with promptness and diligence, (3) causing any stoppage of, delay in, or interference with any work of City or any others on the Project, (4) abandonment by Contractor of all or any part of the Work, or (5) bankruptcy,insolvency or general assignment for the benefit of creditors by Contractor,Contractor shall be in default, and if the default is not corrected to City's satisfaction within seventy-two (72) hours of delivery of a written notice to Contractor to correct such default,City may, in addition to any other right or remedy City may have,terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the Work by whatever method the City may deem expedient to correct the default, at Contractor's expense. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If such costs exceed the unpaid balance due to Contractor, the Contractor will pay the difference to the City. B. If City exercises its right to take over and complete any part or all of the Work,City and its designees shall have access to and may take possession of Contractor's materials,tools, equipment,and other items at the Project site,en route to the site,or in storage or being manufactured or fabricated away from the site, as may be necessary to prosecute the Work taken over by City, and may employ Contractor's employees or former employees, all without any liability to Contractor. C. Contractor shall be liable for and shall pay to City all costs and expenses of whatsoever nature incurred by City as a result of any default by Contractor, including but not limited to the cost of labor,supervision,materials,tools,equipment,services,overhead,travel,and legal and accounting fees. Contractor also shall be liable for and shall pay to City all charges, liabilities, fines, penalties, losses, damages,and claims sustained by or assessed against City as a result of any delay or disruption resulting from any default by Contractor. The total amount of such costs, expenses, charges, liabilities, fines, penalties, losses, damages, and claims may be deducted by City from the amount, if any, otherwise due Contractor, and Contractor shall pay City the full amount of any excess of such total over the amount otherwise due Contractor. D. No right or remedy conferred upon or reserved to City by the Contract Documents is exclusive of any other right or remedy provided or permitted in the Contract Documents or by law or equity,but each right or remedy is cumulative of every other right or remedy,and every right or remedy may be enforced concurrently or from time to time. No exercise by City of any right or remedy shall relieve Contractor from full and absolute responsibility for all of Contractor's obligations under the Contract Documents. E. No failure or delay of City to give notice to correct any default of Contractor or to exercise any of City's rights or remedies shall waive or excuse the default, and City shall remain free to pursue all rights and remedies.No failure of City to insist, in any one or more instances, upon the performance of any of Contractor's obligations under the Contract Documents shall be deemed or construed as a waiver or relinquishment of City's right to insist upon strict performance of the obligation in any future instance. F. If through no act or fault of the Contractor,the Work is suspended for a period of more than ninety(90) days by the City or under an order of court or other public authority, or the City fails to act on any request for payment within thirty (30) days after it is submitted, or the City fails to pay the Contractor substantially the sum approved by the Resident Project Representative and Administrator, then the Contractor may after ten (10) days from delivery of written notice to the City terminate the Agreement and recover from the City payment for all Work executed. G. The City, without terminating the service of the Contractor or written notice to the Surety, through the Administrator may withhold, without prejudice to the rights of the City under the terms of the Agreement, or on account of subsequently discovered evidence, nullify the whole or part of any approved partial payment estimate to such extent as may be necessary to protect the City from loss on account of(1)defective Work not remedied,(2)claims filed or reasonable evidence indicating probably filing of claims, (3) failure of Contractor to make payments property to Subcontractors or for material or labor,(4)a reasonable doubt that the Work can be completed for the balance then unpaid,(5)damages to another contractor, or(6)performance of Work in violation of the terms of the Contract Documents. ARTICLE XV TERMINATION FOR CONVENIENCE Notwithstanding anything contained herein to the contrary,City may,at any time,for any reason, and without Contractor's being in default, terminate Contractor's performance of any part or all of the Work for City's own convenience by giving written notice to Contractor. Upon receipt of notice of termination for City's convenience,Contractor shall,to the extent directed by City, stop Work and turn over to City or City's designee materials and equipment purchased for the Work. City shall pay Contractor, in accordance with the Contract Documents, for only so much of the Work as is actually performed as of the termination for convenience.City shall not be obligated to Contractor for any further payment, including but not limited to prospective overhead or profit on unperformed Work. If a termination by City of Contractor's right to proceed on the ground of default by Contractor is determined later to have been improper,the termination automatically shall be converted to a termination for City's convenience, and City's obligation to Contractor shall be limited to payment to Contractor as provided in this Article. ARTICLE XVI COMPLIANCE WITH LAWS A. Contractor shall comply strictly with all federal, state, and local laws, ordinances, rules, regulations, orders, and the like applicable to the Work, including, but not limited to any applicable prevailing wage and prompt payment laws and all U.S. Army Corps of Engineers guidelines, rules, regulations, and criteria for Work within or adjacent to a flood control project area. Contractor shall secure all permits from public and private sources necessary for the fulfillment of Contractor's obligations under the Contract Documents. B. With each Application for Payment submitted by Contractor to City, Contractor shall include(a)a signed statement, in form acceptable to City, showing, for each weekly payroll period that ended during the period covered by the Application for Payment, the name, address, social security number,occupation,and craft of each worker employed by Contractor in connection with the Work and, for each such worker, the number of hours worked each day, the total hours worked during the payroll period, the gross amount earned, an itemization of all deductions, and the net wages paid and (b) a corresponding statement from each Subcontractor of any tier that employed any workers in connection with the Work during the period covered by the Application for Payment. C. This Agreement shall be governed by and construed in accordance with the laws of the State of Missouri. ARTICLE XVII LABOR STANDARDS PROVISIONS A. MISSOURI PREVAILING WAGE LAW. Not less than the prevailing hourly rate of wages established by the Missouri Department of Labor and Industrial Relations Division of Labor Standards,as set out in the wage order set forth in Exhibit D attached to and made a part of, shall be paid to all workers performing Work under the Agreement. An Affidavit of Compliance with the Prevailing Wage Law as set forth in Exhibit L shall be completed by Contractor and every Subcontractor employed on the Project prior to final payment. The Contractor will forfeit a penalty to the City of$100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any Work done under the contract by the Contractor or by any Subcontractor. B. EXCESSIVE UNEMPLOYMENT. During periods of excessive unemployment (any month immediately following two consecutive calendar months during which the level of unemployment in the state has exceeded five percent(5%)as measured by the United States Bureau of Labor Statistics) only Missouri labors(persons who have resided in Missouri for at least thirty days and intend to become or remain Missouri residents) and laborers from non-restrictive states (persons who are residents of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Labor and Industrial Relations Commission), may be employed under the contract, except that other laborers may be used when Missouri laborers or laborers from nonrestrictive states are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the City. C. UNDERPAYMENT OF WAGES. In case of underpayment of wages by the Contractor or by any Subcontractors to laborers or mechanics employed by the Contractor or Subcontractor upon the Work covered by this Agreement,the City, in addition to such other rights as may be afforded it under, this Agreement shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the City may consider necessary to pay such laborers or mechanics the full amount of wages required by this Agreement. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the Subcontractor(as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. D. LIMITATIONS ON EMPLOYMENT. No person under the age of sixteen(16)years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the Work covered by this Agreement. ARTICLE XVIII EQUAL EMPLOYMENT OPPORTUNITY The Contractor will not discriminate against any employee or applicant for employment because of race,color,religion, sex,or national origin.The Contractor will take affirmative action to ensure that applicants and employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotion,or transfer;recruitment,or recruitment advertising;layoff or termination;rates of pay or other forms of compensation;and selection for training, including apprenticeship. ARTICLE XIX SUBCONTRACTS,ASSIGNMENT,OR TRANSFER A. Except with the prior written consent of City, Contractor shall not assign this Agreement or any money due or to become due Contractor or issue a subcontract or purchase order to any person or entity for any or all of the Work. City's consent to any assignment, subcontract, or purchase order shall not relieve Contractor from any obligation under the Contract Documents, nor shall it create any obligation from City to any assignee, Subcontractor, or vendor. B. Each subcontract or purchase order issued by Contractor for any of the Work shall be in writing and shall provide that City is an intended third-party beneficiary of the subcontract or purchase order. C. The Contractor shall be fully responsible to the City for the acts and omissions of its Subcontractors,and of person either directly or indirectly employed by them,as the Contractor is for the acts and omissions of person directly employed by it. D. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the Work of Subcontractors and give the Contractor the same power as regards terminating any Subcontract that the City may exercise over the Contractor under any provision of the Contract Documents. Nothing contained in this Agreement shall create any contractual relation between any Subcontractor and the City. E. Each subcontract or purchase order issued by Contractor for any of the Work shall provide that it is freely assignable by Contractor to City. Contractor hereby assigns to City all its interest in any present or future subcontract or purchase order issued by Contractor for any or all of the Work. This assignment shall be effective upon acceptance by City in writing and only as to the specific subcontract(s) and/or purchase order(s) that City designates in the writing. This assignment may be accepted by City at any time, whether before or after final payment to Contractor, and may not be withdrawn by Contractor without City's written consent. ARTICLE XX SEPARATE CONTRACTS A. The City reserves the right enter into other contracts in connection with the Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work, and shall properly connect and coordinate the work with theirs. If the proper execution or results of any part of the Contractor's Work depends upon the work of any other contractor, the Contractor shall inspect and promptly report to the Administrator any defects in such work that render it unsuitable for such proper execution and results. B. The City may perform additional work related to the Project or the City may enter into other contracts containing provisions similar to these.The Contractor will afford the other contractors who are parties to such contracts (or the City, if the City is performing the additional work) reasonable opportunity for the introduction and storage of materials and equipment and the execution of work, and shall properly connect and coordinate the Work with theirs. C. If the performance of additional work by other contractors or the City is not noted in the Contract Documents prior to the execution of the contract, written notice thereof shall be given to the Contractor prior to starting any such addition work. If the Contractor believes that the performance of such additional work by the City or others involves it in additional expense or entitles it to any extension of the contract time the Contractor may make a claim thereof as provided in Article VII. ARTICLE XXI ACCESS TO SITE/CLEANING UP A. Contractor shall ensure that the Work, at all times, is performed in a manner that affords reasonable access,both vehicular and pedestrian,around the site of the Work and all adjacent areas. B. Representatives of City may inspect or review any Work performed by Contractor, and consult with Contractor, at any time. City's inspections or reviews shall not constitute acceptance or approval of Work unless specifically stated in writing. Contractor shall meet with City at the request of City. C. Contractor shall at all times,during performance of the Work,keep the Project site clean and free from debris resulting from the Work. Prior to discontinuing Work in an area,Contractor shall clean the area and remove all rubbish and its construction equipment, tools, machinery, waste, and surplus materials. Contractor shall make provisions to minimize and confine dust and debris resulting from construction activities. If Contractor fails to comply with cleanup duties within twenty-four (24) hours after written notification from City of non-compliance, City may implement cleanup measures without further notice and deduct the cost from any amounts due or to become due Contractor. ARTICLE XXII COMPETENCE Contractor represents and warrants that it maintains all necessary licenses, registration, competence,and experience to perform all the Work. ARTICLE XXIII WARRANTY A. Contractor shall exercise high professional skill, care, and diligence in the performance of the Work, and shall carry out its responsibilities in accordance with customarily accepted good professional practices. The Contractor shall guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of completion and acceptance of the Work. The Contractor warrants and guarantees for one(1) year from the date of completion and acceptance of the Work that the completed Work is free from all defects due to faulty materials or workmanship. The date of completion for all scopes of work shall be the last date of acceptance of all Work in this Agreement. Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repair of any other damages that were caused by defects in the Work, at its own expense. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor fails to make such repairs,adjustments or other Work that may be necessary by such defects,the City may do so and charge the Contractor the cost thereby incurred. In emergency where,in the judgment of the City, delay would cause serious loss or damage, repairs and replacement of defects in the Work and damage caused by defects may be made without notice being sent to the Contractor,and the Contractor shall pay the cost thereof. The Performance Bond shall remain in full force and effect through the warranty period. Neither final payment, Engineer's Final Certificate,nor any other provision in the Contract Documents shall affect Contractor's obligation to complete the Work free of defects in workmanship and material. B. Contractor shall remain solely responsible for the performance of the Work as required by the Contract Documents, notwithstanding any suggestions or observations made by another person or entity with respect to the Work. C. This Article does not establish a period of limitation with respect to any obligation of Contractor under the Contract Documents,and does not limit the time allowed by law for any action for breach of such obligation. ARTICLE XXIV STORAGE OF MATERIALS AND EQUIPMENT The Contractor shall provide at its own expense and without liability to the City any additional land and access thereto that the Contractor may desire for temporary construction facilities,or for storage of materials. Only materials and equipment that are to be used directly in the Work shall be brought to and stored at the Project site by Contractor.After equipment is no longer required for the Work, it shall be promptly removed from the Project site.Protection of construction materials and equipment stored at the Project site from weather, theft, and all other casualty or damage is solely the responsibility of Contractor. ARTICLE XXV TAXES A Missouri Sales Tax Project Exemption Certificate (Missouri Department of Revenue Form 5060) will be provided by the City for the purchase of any materials or personal property incorporated into or consumed in the Project, pursuant to RSMo 144.062. The Contractor will pay all other sales, consumer,use and other similar taxes required by the State of Missouri or other taxing jurisdiction. ARTICLE XXVI SAFETY A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with performance of the Work and shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury, or loss to(1)employees and other persons at the Project site or who may be affected by the Work, (2)materials and equipment stored at on-site or off-site locations for use in performance of the Work, and (3) other property at the Project site or in its vicinity, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall give notices required by and comply strictly with applicable laws, ordinances, rules, regulations, orders, and the like bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor will erect and maintain, as required by the conditions and progress of the Work,all necessary safeguards for safety and protections. The Contractor will notify owners of adjacent utilities when prosecution of the Work may affect them. The Contractor will remedy all damage, injury or loss to any property caused directly or indirectly, in whole or part,by the Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable. C. The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of its prosecution of the Work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the City may determine to be reasonably necessary. D. Pursuant to Section 292.675 RSMo, Contractor shall provide a ten(10)hour Occupational Safety and Health Administration (OSHA) construction safety program for all employees who will be on-site at the Project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program as required by Section 292.675 RSMo. Contractor shall require its on-site employees to complete a construction safety program within sixty(60)days after the date Work on the Project commences. Contractor acknowledges and agrees that any of Contractor's employees found on the Project site without documentation of the successful completion of a construction safety program shall be required to produce such documentation within twenty (20) days, or will be subject to removal from the Project. Contractor shall require all of its Subcontractors to comply with the requirements of this Paragraph and Section 292.675 RSMo. E. Contractor shall forfeit to the City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required herein. The penalty described in this Paragraph shall not begin to accrue until the time periods herein have elapsed. Violations of this requirement and imposition of the penalty described in this Paragraph shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. F. If City deems any part of the Work or the Project site unsafe, City, without assuming responsibility for Contractor's safety program,may require Contractor to stop performance of the Work or take corrective measures satisfactory to City, or both. If Contractor does not adopt corrective measures, City may perform them or have them performed and deduct their cost from the Contract Amount. Contractor shall make no claim for damages, for an increase in the Contract Amount, or for a change in the time for performance ofthe Work based on Contractor's compliance with City's reasonable request. ARTICLE XXVII AUTHORIZED EMPLOYEES Contractor acknowledges that Section 285.530 RSMo prohibits any business entity or employer from knowingly employing, hiring for employment, or continuing to employ an unauthorized alien to perform work within the State of Missouri. Contractor therefore covenants that it is not knowingly in violation of subsection 1 of Section 285.530 RSMo, and that it will not knowingly employ, hire for employment,or continue to employ any unauthorized aliens to perform Work on the Project,and that its employees are lawfully eligible to work in the United States. ARTICLE XXVIII INDEPENDENT CONTRACTOR Contractor is an independent contractor,and neither Contractor or any Subcontractors, suppliers, employees,or agents shall be deemed an employee or agent of City for any purpose. ARTICLE XXIX CONFLICT Contractor shall promptly upon discovery notify City of any conflict,ambiguity or inconsistency in the Contract Documents, or between any Contract Document and actual field conditions, and City shall resolve such conflict, ambiguity or inconsistency in its sole discretion. ARTICLE XXX PERFORMANCE, PAYMENT,AND MAINTENANCE BONDS The Contractor shall within ten (10) days after the receipt of the Notice of Award furnish the City with a Performance Bond and Payment Bond in forms set forth in Exhibits A and B in an amount at least equal to one hundred percent(100%)of the contract price,conditioned upon the performance by the Contractor all undertakings,covenants,terms,conditions and agreements of the Contract Documents, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the Work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the state in which the Work is to be performed and named on the current list of"Surety Companies Acceptable on Federal Bonds"as published in the Treasury Department Circular Number 570 and shall have a rating of at least "A-"from Best's. The expense of these bonds shall be borne by the Contractor. If at any time a surety on any such bond is declared a bankrupt or loses its right to do business the state in which the Work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds,Contractor shall within ten(10)days after notice from the City to do so, substitute an acceptable bond(or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the City. The premiums on such bond shall be paid by the Contractor. No further payment shall be deemed due nor shall payment be made to Contractor until the new surety or sureties shall have furnished an acceptable bond to the City. Contractor shall provide a maintenance bond in accordance with Exhibit C and in an amount equal to 50% of the cost of the Work, which shall be in effect for a term of two (2) years from the date that the Owner issues a certificate of substantial completion for such improvement covered by the bond, conditioned upon the faithful performance of the provisions,terms and conditions of this contract. The maintenance bond shall name the Owner as an oblige. ARTICLE XXXI SEVERABILITY Should any specific provision of this Agreement or other Contract Documents be found to be unenforceable,the remaining provisions shall remain in full force and effect. ARTICLE XXXII NO PRESUMPTION AGAINST THE DRAFTER No presumption or inference against the City shall be made because of the City's preparation of this Agreement or other Contract Documents. ARTICLE XXXIII DISPUTES/ATTORNEY FEES A. If a dispute arises out of or relates to this Agreement or other Contract Documents, or the breach thereof,and if the dispute cannot be resolved through negotiation,City and Contractor shall first try in good faith to resolve the dispute by mediation before resorting to litigation. Unless City and Contractor agree otherwise,the mediation shall be administered by the American Arbitration Association under its Construction Industry Mediation Rules. B. In the event of litigation between Contractor and City concerning the Project or this Agreement or other Contract Documents,the prevailing party shall be entitled to recover from the other party its reasonable attorney fees, costs, and expenses arising from such litigation. ARTICLE XXXIV TITLES The titles given to the Articles in this Agreement are for ease of reference only and shall not be relied upon or cited for any other purpose. Specifically,but without limitation,the titles shall not define or limit any of the provisions of any of the Articles. ARTICLE XXXV PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein and this Agreement shall be read and enforced as though it were included herein,and if through mistake or otherwise any such provision is not inserted,or is not correctly inserted,then upon the application of either party this Agreement shall forthwith by physically amended to make such insertion or correction.All such laws,orders and regulations are applicable to this Project and are made a part hereof by reference. ARTICLE XXXVI ENTIRE AGREEMENT This Agreement and the other Contract Documents constitute the entire agreement between the parties with respect to their subject matter. Any prior agreements, understandings, or other matters, whether oral or written, are of no further force or effect. Subject to Article VII of this Agreement, this Agreement and any other Contract Document may be amended, changed, or supplemented only by written agreement executed by both of the parties. THIS AGREEMENT shall be binding on the parties only after it has been duly executed by City and Contractor. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: ATTORNEY: By: Attorney, 'V 4 A . Ca1,4,F0 COUNTERSIGNED BY: CITY PURCHASING AGENT: By: \ Bri . Korai Ci Adminis or CITY OF RIVERSIDE: r. By: ` a leen L.Rose,Mayor ATT Robin Kincaid, ity Clerk CONTRACTOR:A1 a� 'ReNe By: —TStgnature) Printed Name: Cvi, \L.1n=Y‘c‘1lQ, Title: \ � ATTEST: IL/At 4!).A.er..../.44.-0-,-- SECRETARY, �� ian,r Printed) IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their authorized representatives. APPROVED AS TO FORM: ATTORNEY: �A� By: n Attorney, 'V 4 I� . Ca 1170 COUNTERSIGNED BY: CITY PURCHASING AGENT: By: Bri . Korai Ci Administr or CITY of RIVERSIDE: a leen L. Rbse, Mayor ATT IP . • Robin Kincaid, ity Clerk CONTRACTOR: By: (Signature) Printed Name: Title: ATTEST: SECRETARY, (Name Printed) 1 EXHIBIT A PERFORMANCE BOND Bond No: 37BCSJD9784 FOR THE FAITHFUL PERFORMANCE of each of the terms and stipulations of the AGREEMENT between the CITY OF RIVERSIDE and CONTRACTOR,for construction of RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (222-087. LWCF 29-01759), dated April 1st , 2024, designated Resolution No. 2024-038, in every particular, Royal Construction Services, LLC, as Principal, and Hartford Fire Insurance Company ,as Surety,hereby firmly bind themselves and their respective heirs, executors, administrators, successors, and assigns,jointly and severally, unto the City of Riverside, Missouri, ("City") in the total aggregate penal sum of Three Million Three Hundred and Five Thousand Dollars($3,305,000.00) lawful money of the United States, by these presents: THE CONDITION OF THIS OBLIGATION is such that in the event Principal shall faithfully and properly complete the Work required by the Contract Documents described in the Agreement and perform all of its duties, obligations, covenants, and conditions pursuant to the terms of the Contract Documents during the original term thereof, and any extensions thereof which may be granted by the City, including, without limitation, all warranty obligations and duties and if the Principal shall satisfy all claims and demands incurred under such Agreement,and shall fully indemnify and hold harmless the City from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the City for all outlay and expense which the City may incur in making good any default,then this obligation shall be void,otherwise to remain in full force and effect. PROVIDED FURTHER, Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work or to the specifications. PROVIDED FURTHER, that it is expressly agreed that the bond shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Agreement not increasing the Agreement price more than twenty percent(20%), so as to bind the Principal and the Surety to the full and faithful performance of the Agreement as so amended.The term"Amendment", wherever used in this bond,and whether referring to this bond or the Agreement,shall include any alteration, addition,extension,or modification of any character whatsoever. The Performance Bond above is accepted by the City this 2nd day of April, 2024. Royal Construction Services,LLC CON OR AS PRINCIPAL By: (Signature) Printed Name: CI►fris VQ,jc.Ue, Title: Tjutirez I hereby certify that (1) I have authority to execute this document on behalf of Surety; (2) Surety has an A.M.Best rating of A- or better; (3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and (4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Hartford Fire Insurance Company SURJ'\A(, By: Q 'VW yI44 1 C-I \ (Signature) Printed Name: Nicole M. Johnson Title: Attorney-In-Fact Date: April 2nd,2024 Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT. • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED EXHIBIT B PAYMENT BOND Bond No: 37BCSJD9784 KNOW ALL PERSONS BY THESE PRESENTS: that Royal Construction Services, LLC a limited liability corporation, hereinafter called Principal, and Hartford Fire Insurance Company , hereinafter called Surety, are held and firmly bound unto the CITY OF RIVERSIDE, MISSOURI ("City"), and unto all persons, firms and corporations who or which may furnish labor, or who furnish materials to perform as described under the Agreement and Contract Documents more fully described below and to their successors and assigns in the total aggregate penal sum of Three Million Three Hundred and Five Thousand Dollars($3,305,000.00)in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS,the Principal entered into a certain Agreement with the City, dated the 1st day of April, 2024, for the construction of RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (222-087, LWCF 29-01759) approved by Resolution No. 2024-03 8; NOW,THEREFORE,in the event Principal shall pay the prevailing hourly rate of wages for each craft or type of worker required to execute the Work required by the Contract Documents described in the Agreement in the locality as determined by the Department of Labor and Industrial Relations of Missouri or by final judicial determination pursuant to the provisions of Sections 290.010 to 290.340 and 290.550 through 290.580, inclusive,of the Revised Statutes of Missouri, and shall timely pay to the proper parties all amounts due for material, machinery, equipment and tools, consumed or used in connection with the construction of such Work, and all insurance premiums, workers' compensation, and all other kinds of insurance, on such Work, and for all labor performed in such Work whether by Principal, Subcontractor, or otherwise, then this obligation to be void, otherwise to remain in full force and effect, and the same may be sued on at the instance of any Subcontractor,material supplier, laborer, mechanic, or other interested party, in the name of the City of Riverside, to the use of such parties, for any breach of the considerations hereof. Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work to be performed thereunder shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Work. The Payment Bond above is accepted by the City this 2nd day of April,2024. Royal Construction Services, LLC CON ' • Oh I R AS PRINCIPAL By: ✓(Signature) Printed Name: Oki Ve Title: 'ram. I hereby certify that (1) I have authority to execute this document on behalf of Surety; (2) Surety has an A.M.Best rating of A- or better;(3) Surety is named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies: as published in Circular 570 (most current revision) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury; and (4) Surety is duly licensed to issue bonds in the State of Missouri and in the jurisdiction in which the Project is located. Hartford Fire Insurance Company SURETY ` By: V k w6. ''7i t 3 Y' (Signature) Printed Name: Nicole M. Johnson Title: Attorney-In-Fact Date: April 2nd,2024 Note: • Date of Bond must NOT BE PRIOR TO DATE OF AGREEMENT • If Contractor is a partnership, all partners must execute the Bond. SURETY POWER OF ATTORNEY MUST BE ATTACHED EXHIBIT C MAINTENANCE BOND TWO YEAR MAINTENANCE BOND Bond Number:37BCSJD9784 CITY OF RIVERSIDE,MISSOURI PROJECT: RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (222-087,LWCF 29-01759) KNOW ALL MEN BY THESE PRESENTS, that we the undersigned Royal Construction Services, LLC, hereinafter referred to as "Contractor", and Hartford Fire Insurance Company Corporation organized under the laws of the State of Connecticut and authorized to transact business in the State of Missouri , as Surety, are held and firmly bound unto the City of Riverside, Missouri hereinafter referred to as"Owner"in the penal sum of One million six hundred fifty-two thousand dollars ($1,652,000.00), lawful money of the United States of America for the payment of which sum,well and truly to be made,we bind ourselves and our heirs,executors,administrators,successors,and assigns,jointly and severally by these presents. THE CONDITION OF THE FOREGOING OBLIGATIONS IS SUCH THAT: WHEREAS,the above bonded Contractor has, on the 1st day of April , 20 24 , entered into a written contract with the aforesaid Owner for furnishing all materials, equipment,tools, superintendence, labor, and other facilities and accessories, for the construction of certain improvements as designated, defined and described in the Contract Documents;a copy of which is made a part hereof by this reference. NOW, THEREFORE, if the said Principal shall construct the improvements in such manner that the same shall endure without need of any repairs(whether resulting from defective materials or defective workmanship) for a period of two(2)years from and after the date of acceptance by the City of Riverside,then this obligation shall be void, otherwise to be in full force and effect in which case Contractor and Surety shall be responsible for the prompt payment of the penal sum to the City for such repairs and/or maintenance including any incidental costs associated therein,including but not limited to the costs of consultants and/or engineering investigations,testing, analysis and any other costs incurred to determine the cause of defect and/or the necessary repair and maintenance and attorney fees incurred in the collection of this Bond. PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract Documents, or the work to be performed thereunder, shall in any way affect its obligation on this bond and it does hereby waive notice of any change, extension of time,alteration,or addition to the terms of the Contract Documents,or to the work. IN TESTIMONY WHEREOF,the said Contractor has hereunto set his hand,and the said Surety has caused these presents to be executed in its name, and its corporate seal to hereunto affixed, by its attorney-in-fact duly authorized thereunto so to do,at Lees Siummt,MO on this the 2nd day of April ,20 24 . . Hartford Fire Insurance Company Royal Construction Services,LLC SURETY COMPANY CONTRACTOR BYAtC C0\141(3114(SEAL) BY ) BY Nicole M. Johnson (SEAL) (Attorney-in-fact) BY (SEAL) Accompany this bond with the Attorney-in-Fact's authority from the Surety Company (certified to include the date of the bond.) Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY Hartford Connecticut06155 Bond.ClaimsOthehartford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BONDING AND INS SOLUTIONS LLC Agency Code: 37-284958 x Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut. (hereinafter collectively referred to as the"Companies") do hereby make, constitute and appoint. up to the amount of Unlimited : Eric A. Dedovesh, Nicole M. Johnson, Rodney W. Paddock, Nathan Paddock of LEES SUMMIT, Missouri their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. WY i•s 2cY r 1. o�yre�+. 1 .;; µante;. 1.9 a r1. ,Mi S eVN'y3.: Ji 1��7 • r! • ; f • 9 A •y (5141,thy �i 919 00,14L4 , . Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA 55. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. 0,44414.:_cok ••P�aV Jessica Ciccone �i�:`'` My Commission HH 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of April 2nd, 2024 Signed and sealed in Lake Mary, Florida. '�- (i:) !3�-r / - t•m�eww � • �•e,e'►• r' 1o7� ',i Keith D.Dozois,Assistant Vice President EXHIBIT D PREVAILING WAGE RATES Special Wage Determination: Prevailing hourly rates of wages follow, as determined by the Division of Labor Standards, Jefferson City, Missouri. Missouri Division of Labor Standards WAGE AND HOUR SECTION h 0 r. 3 p < R.14{eia� y r f of i vvvuuYYY/I MICHAEL L. PARSON, Governor Annual Wage Order No. 30 Section 083 PLATTE COUNTY In accordance with Section 290.262 RSMo 2000, within thirty (30) days after a certified copy of this Annual Wage Order has been filed with the Secretary of State as indicated below, any person who may be affected by this Annual Wage Order may object by filing an objection in triplicate with the Labor and Industrial Relations Commission. P.O. Box 599, Jefferson City, MO 65102- 0599. Such objections must set forth in writing the specific grounds of objection. Each objection shall certify that a copy has been furnished to the Division of Labor Standards, P.O. Box 449, Jefferson City, MO 65102-0449 pursuant to 8 CSR 20-5.010(1). A certified copy of the Annual Wage Order has been filed with the Secretary of State of Missouri. Original Signed by Todd Smith, Director Division of Labor Standards Filed With Secretary of State. March 10, 2023 \ Last Date Objections May Be Filed: April 10, 2023 Prepared by Missouri Department of Labor and Industrial Relations Building Construction Rates for REPLACEMENT PAGE Section 083 PLATTE County *Prevailing OCCUPATIONAL TITLE Hourly Rate Asbestos Worker $68,54 Boilermaker $33.80* Bricklayer $60.87 Carpenter $61.62 Lather Linoleum Layer Millwright Pile Driver Cement Mason $33.80* Plasterer Communications Technician $63.38 Electrician(Inside Wireman) $68.28 Electrician Outside Lineman $58.82 Lineman Operator Lineman-Tree Trimmer Groundman Groundman-Tree Trimmer Elevator Constructor $33.80* Glazier $33.80* Ironworker $67.98 Laborer $48.19 General Laborer First Semi-Skilled Second Semi-Skilled Mason $54.59 Marble Mason Marble Finisher Terrazzo Worker Terrazzo Finisher Tile Setter Tile Finisher Operating Engineer $61.68 Group I Group II Group III Group III-A Group IV Group V Painter $53.97 Plumber $74.61 Pipe Fitter Roofer $58.79 Sheet Metal Worker $72.86 Sprinkler Fitter $66.39 Truck Driver $33.80* Truck Control Service Driver Group I Group II Group III Group IV 'The Division of Labor Standards received fewer than 1,000 reportable hours for this occupational title The public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center. "The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title as defined in RSMO Section 290 210 ANNUAL WAGE ORDER NO.30 6/27/23 Heavy Construction Rates for Section 083 PLATTE County **Prevailing OCCUPATIONAL TITLE Hourly Rate Carpenter $61.99 Millwright Pile Driver Electrician (Outside Lineman) $58.82 Lineman Operator Lineman - Tree Trimmer Groundman Groundman -Tree Trimmer Laborer $49.79 General Laborer Skilled Laborer Operating Engineer $58.57 Group I Group II Group III Group IV Truck Driver $51.31 Truck Control Service Driver Group I Group II Group III Group IV Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(3). Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2). If a worker is performing work on a heavy construction project within an occupational title that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate Sheet. *The Division of Labor Standards received fewer than 1,000 reportable hours for this occupational title. Public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center. **The Prevailing Hourly Rate includes any applicable fringe benefit amounts for each occupational title. ANNUAL WAGE ORDER NO. 30 3/23 OVERTIME and HOLIDAYS OVERTIME For all work performed on a Sunday or a holiday, not less than twice (2x) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work. For all overtime work performed, not less than one and one-half (11/2) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work or contractual obligation. For purposes of this subdivision, "overtime work" shall include work that exceeds ten hours in one day and work in excess of forty hours in one calendar week; and A thirty-minute lunch period on each calendar day shall be allowed for each worker on a public works project, provided that such time shall not be considered as time worked. HOLIDAYS January first; The last Monday in May; July fourth; The first Monday in September; November eleventh; The fourth Thursday in November: and December twenty-fifth; If any holiday falls on a Sunday, the following Monday shall be considered a holiday. ANNUAL WAGE ORDER NO. 30 3/23 EXHIBIT E Time for Completion RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (Project No. 222-087, LWCF 29-01759) Time for Completion is as follows: 4/4/2024 Anticipated Notice to Proceed to begin material procurement for project. 4/15/2024 Anticipated Notice to Proceed for demolition start of Community Center Restrooms 8/3/2024 Substantial Completion of Community Center Restrooms 8/17/2024 Final Completion of Community Center Restrooms 8/18/2024 Pool shuts down for the 2024 season. Riverside Public Works begins pool drainage and seasonal closeout activities. 9/9/2024 Anticipated Notice to Proceed for demolition of outdoor pool and restrooms. 5/2/2025 Substantial Completion on or before this date 5/23/2025 Final Completion, including completion of punch list items and close-out documents, on or before this date. 5/24/2025 Pool open to the public **Please note that the City desires the pool restrooms to be available for Community Center patrons while the Community Center restrooms are not available for use. EXHIBIT F SCOPE OF WORK for RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (Project No. 222-087, LWCF 29-01759) Contractor shall perform the following Work as more fully set forth in the Contract Documents: All Work necessary to construct the RIVERSIDE POOL AND RESTROOM IMPROVEMENTS as shown on and in accordance with the Technical Specifications and/or Drawings referred to in Exhibit G to the Agreement. The Work in the Project shall include but is not limited to the following: • Demolition and Site Preparation • Construction Staking • Erosion Control • Earthwork • Asphalt Paving • Concrete Paving • Swimming Pool Piping Installation • Swimming Pool Structure Repair and Construction • Swimming Pool Coatings • Bathhouse and Restroom Renovation • Fencing • Lighting and electrical • Site Restoration, Seeding and Planting Contractor to provide all equipment, labor, and material necessary to perform the Project construction and related work as shown in the Contract Documents. The Work includes, but is not limited to, the following: 1. Schedule and Coordinate all necessary inspections. 2. Contractor shall coordinate with all utilities prior to the work starting, including contacting underground locator services. 3. Include all temporary utility fees and permits. 4. Include 3rd party Special Inspections as required to demonstrate compliance with project specifications, including but not limited to compaction and material testing. Proof rolls shall be coordinated with City Engineer, Travis Hoover. 5. Include all surveying, layout and field engineering required for the performance of this work. 6. Provide digital photographs of the preconstruction, construction, and post construction site (see Article IV Progress of Work/Submittals(F) for specifics) 7. Provide all weather provisions to meet the schedule set forth in the contract documents. 8. Provide clean up associated with the contractors work. Site is to remain free of debris during the construction process. 9. Provide all traffic control as required throughout the construction process. EXHIBIT F SCOPE OF WORK—Project Location 4498 NW High Dr,Riverside,MO 64150 yi.. ,,- , t f t1it i _x t ) > i.. J . r fohr- it�'Y 11 •mmiu • • / i .t .f *�/ 7 .� j ' 41114, Riverside C v� all iss ' * .r1 r ). 4 7 '...,441111.--.,„4. ir:.,„r4 1j S i „'l, 14) •w5 �- y )•A 1 - ut • } . - • -* °4`, .., it . r . / . p-wai.;,, 4110 ' 441., /, ,.. 4 v4 44. Pohe- ID-pa a+ . f r ir I j 7 41111 &'' : *,- ' .r17tir- r 1 i ii. . _ 4 1 els**. fr ' .se : . $:.‘j'ki l'ill • _ Rive s de City „ :: .%`` ,, �"""' IJ I eoa men "�'. t +`, ', EXHIBIT G SPECIFICATIONS RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (Project No. 222-087, LWCF 29-01759) The following Specifications govern Contractor's performance of the Work: ENUMERATION OF SPECIFICATIONS AND ADDENDA: Following are the Specifications and Addenda governing the work, which form a part of this contract, as set forth the Contract Documents: SPECIFICATIONS: Section 1 —General Requirements Section Description 01 10 00 PROJECT SUMMARY 01 10 30 SPECIAL CONDITIONS 01 10 60 STANDARD SPECIFICATIONS AND PLANS 01 21 00 ALLOWANCES 01 23 00 ALTERNATIVES 01 25 00 SUBSTITUTION PROCEDURES 01 31 00 JOB SITE ADMINISTRATION 01 32 00 CONSTRUCTION SCHEDULE 01 33 00 SUBMITTALS 01 40 00 COORDINATION 01 41 00 TESTING LABORATORY SERVICES 01 60 00 PRODUCT REQUIREMENTS 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 01 71 10 CLOSEOUT SUBMITTALS TECHNICAL SPECIFICATIONS (Table of Contents on following pages) ADDENDA: No. Date No. Date No. _ Date No. Date No. Date No. Date EXHIBIT H CITY OF RIVERSI MISSOURI Upstream from ordinary. NOTICE TO PROCEED DATE: April , 2024 PROJECT: RIVERSIDE POOL AND RESTROOM IMPROVEMENTS PROJECT NO.: (222-087, LWCF 29-01759) RESO: 2024- (approved April , 2024) TO: Contractor: Royal Construction Services, LLC (address) 2017 W. 104th St. Leawood, KS 66206 You are hereby notified to commence work on or after the day of , 2024 in accordance with the Agreement dated The date of substantial completion is 05/23/2025. The project shall be completed and ready for final payment by 06/30/2025. CITY OF RIVERSIDE BY: Brian E. Koral,City Administrator Receipt of the above NOTICE TO PROCEED is hereby acknowledged BY: (Signature) (Printed) (Title) (Company) this the day of , 2024. EXHIBIT I APPLICATION FOR PAYMENT Continuation Sheet for Application for Payment (Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an electronic version nbennion(u�riversidemo.gov or by calling 816-372-9028) CITY OFF PAY APPLICATION NO. Rio V�/EFtS Date Prepared: MsSOIR: Project No. City of Riverside Page Number:1 of 2950 NW Vivion Road Project Name It of Pgs Attached: Riverside Missouri,64150 A Original Contract Amount: F Value of Work to Date: $ - prom schedule of value total ofamccomol.r.a m Pare) B Net change by Change Orders: 0 Value of Completed to Date: $ - (=F+0) C Present Contract Amount(Line 1'/-Line 21 $ D Value of Stored Materials to Date: $ - R Net Amount: $ - (=G-E) Percent Retainage: $ - I Less Previous Payments: $ - (tonal or allprevaus pay asps/pymtsl Amount Due this Application: $ - K Balance to Finish Prolect.Including Retainage $ - (=C-I-1) %Project Complete to Date' CDIV/Ol CONTRACTOR'S CertMeabon for payment The undersigned CONTRACTOR certifies Mat (t)au previous ON-SITE PROJECT Manager: progress payments received from OWNER.on account of Work Construction Manager: done under the Contract referred to above have been applied to discharge in full all oollgatons of CONTRACTOR incurred in ENGINEER'S CertMcabon for Payment Name Punted: connection with Work covered by current and pnor Applkatons in accordance with the Contract Documents based on on-sae for Payments.(2)title to all Work materials and equipment observations arid the data comprising this application the Signed. Incorporated In said Work or othercnse listed In or covered by Ins Engineer centres to the Owner that to the best of the Application for Payment will pass to Owner at time of payment Engineers knowledge information arid belief the Work has Dale free and clear of all lens caimis securrty interest and progressed as Irdkated the quality or the Works in encumbrances(except such as are covered by Bond acceptable accordance nun hie Cuettacr t)ocuments and)tie to OWNER indemnifying OWNER against any such len.cairn Contractors enirted to payment of the AMOUNT securely interest or encumbrance).and(S)all Work covered by CERTIFIED S Ins Application for Payment sin accordance with the Contract CITY OF RIVERSIDE.MO Documents Engineer: City Engineer: Conctracter: Name Punted: Tracts Hoover signed Dare Name Ported: Signed City Administrator: Signed. Date Brian Koral Srgsed Dare Date' Phone No. Address: Address: EXHIBIT J CHANGE ORDER (Contact Capital Projects and Parks Manager,Noel Bennion with the City of Riverside for an electronic version nbennion(a�riversidemo.gov or by calling 816-372-9028) CITY OF CHANGE ORDER NO. Date P,epers, RIVERS n SSO6 l Contractor Name: Project Netts: Page Number.I of Project Number: 8 atlage Attached: Contract Dare: The Wowing changes to he enamel contract amount were required to corer cost incurred by Protect t.ocenon:Riverside.Missouri She Contactor or to reflect savings reakad by the Contractor as a rescit of a change in the actual constructed quantities her the estimated quantities shown on he Bid Proposal. REQUIRED CHANGES IN PRESENT CONTRACT Contactor Contractor Contract or Newer Newer New or Line awn No Prates Prestos Previous LINt Item Desorption&Reason for Change Or Adjusted Adjusted A4lsted Chan* Unit Price Amount gunny Unit Prince Amount S0.00 50.00 S0.00 $0.00 $0.00 $0.00 $0.00 10.00 $0.00 S0.00 $0.00 50.00 Previous Tot S0.00 A4tstd Total SO.OD Net Change $0.00 Statement of Contract Otgnal Contract Amount $0.00 Net Amount of Pres4ota Additions and Deductions S0.00 Net Cortract Anotnt Prior to Ths Request S0.00 Amount of This Request S0.00 New Contract Amount S0.00 Percent Charge in Contract Amount ODIV/0l DESIGN ENGINEER: CITY OF RIVERSIDE,MISSOt1RI: corn woo City Engineer: Name Primed Travis Hoover Signed De. Signed City Administrator: oats Bnan Koran `gne° - - -D CONTRACTOR: ON—SITE PROJECT MANAGER: CONTRACTOR'S Certification for Change Order: ON-SITE PROJECT MANAGER Certification for Chance Order. The undersigned CONTRACTOR ceNaes met at changes In esconseece rem the Contract Documents.the console tmsenetiore.and aescnbed antic we necessary in order for the CONTRACTOR to the data comprising the Menge order the 0nshe protect manager cedillas proceed win execution of the catrect d0cunents.alto the the to the Owner TM to Me best of Ow onsite project managers knowledge Noes stated WO*are carets with respect to the wort Ittarnat'ion and bMef the name referenced changes are necessary M outer to anecop tut maw this change order proceed ram the execution of Its contract Remoras.anti that the Woes stated abet an correct with respect to Me wok aMlthated water IAN Charge ceder Com Pane Company Nam a Primed Name Panted' Sgnea Signed. Dale we For any change orde s,C t ct sh II p yid BABAA ompli t o urn f y w ro u s or r srq b h h g . CITY OF EXHIBIT K RIVERS MISSOURI Certificate of Substantial Completion (to be completed after substantial completion of the project) Project Name: RIVERSIDE POOL AND RESTROOM Project#: (222-087, LWCF 29-01759) IMPROVEMENTS Requestor of Project: City of Riverside This [tentative] [definite] Certificate of Substantial Completion applies to: 0 All Work under the Contract Documents: 0 The following specified portions of the Work: Date of Substantial Completion The Work to which this Certificate applies has been inspected by authorized representatives of the City, Contractor, and the Engineer, and found to be substantially complete. The Date of Substantial Completion of the Project or portion thereof designated above is hereby declared and is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. A [tentative] [definitive] list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. The responsibilities between the City and Contractor for security,operation,safety,maintenance, heat, utilities,insurance and warranties shall be as provided in the Contract Documents except as amended as follows: Amended Responsibilities Not Amended The City's Amended Responsibilities: Contractor's Amended Responsibilities: The following documents are attached to and made part of this Certificate: This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the Work in accordance with the Contract Documents. Executed by Engineer (Print& Sign) Date Accepted by Contractor (Print& Sign) Date Accepted by the City (Print& Sign) Date EXHIBIT L DIVISION OF MISSOURI DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS © LABOR AFFIDAVIT STANDARDS COMPLIANCE WITH THE PREVAILING WAGE LAW I, ,upon being duly sworn upon my oath state that: (1) I am the (Name) of ;(2)all requirements of (Title) (Name of Company) §§ 290.210 to 290.340, RSMo, pertaining to the payment of wages to workers employed on public works projects have been fully satisfied with regard to this company's work on (Name of Project) (3)I have reviewed and am familiar with the prevailing wage rules in 8 CSR 30-3.010 to 8 CSR 30-3.060; (4)based upon my knowledge of these rules, including the occupational titles set out in 8 CSR 30-3.060, I have completed full and accurate records clearly indicating (a) the names, occupations, and crafts of every worker employed by this company in connection with this project together with an accurate record of the number of hours worked by each worker and the actual wages paid for each class or type of work performed, (b)the payroll deductions that have been made for each worker, and(c)the amounts paid to provide fringe benefits, if any, for each worker; (5)the amounts paid to provide fringe benefits, if any, were irrevocably made to a fund, plan, or program on behalf of the workers; (6) these payroll records are kept and have been provided for inspection to the authorized representative of the contracting public body and will be available, as often as may be necessary, to such body and the Missouri Department of Labor and Industrial Relations; (7) such records shall not be destroyed or removed from the state for one year following the completion of this company's work on this project; and(8)there has been no exception to the full and complete compliance with the provisions and requirements of Annual Wage Order No. Section issued by the Missouri Division of Labor Standards and applicable to this project located in County,Missouri,and completed on the day of The matters stated herein are true to the best of my information, knowledge, and belief. I acknowledge that the falsification of any information set out above may subject me to criminal prosecution pursuant to §§290.340, 570.090, 575.040, 575.050, or 575.060, RSMo. Signature Subscribed and sworn to me this day of My commission expires Notary Public Receipt by Authorized Public Representative Missouri Department of Labor and Industrial Relations is an equal opportunity employer/program. PW-4(07-14)Al EXHIBIT M ANTI-DISCRIMINATION AGAINST ISRAEL ACT CERTIFICATION Pursuant to RSMo. §34.600,a public entity shall not enter into a contract to acquire or dispose of services, supplies,information technology,or construction valued at$100,000,or with a contractor having ten or more employees,unless the contract includes a written certification that the person or company is not currently engaged in,and shall not, for the duration of the contract,engage in a boycott of: Goods or services from the State of Israel; Companies doing business in,or with,Israel Companies authorized by,licensed by,or organized under,the laws of the State of Israel;or Persons or entities doing business in the State of Israel. For a definition of the term"boycott",please refer to RSMo. §34.600.3. By signing below,the entity agrees and certifies that it does not currently,and will not for the duration of this contract,engage in any of the types of boycotts listed above. Contractor: By: Name: Title: EXHIBIT N CONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (Project No. 222-087, LWCF 29-01759) STATE OF ) SS: COUNTY OF The Undersigned, of lawful age,being first duly sworn,states under oath as follows: 1. I am the of who is the general CONTRACTOR on the above referenced project. 2. All payrolls,material bills,use of equipment and other indebtedness connected with the Work for this Project have been paid and all Claims of whatever nature have been satisfied,as required by the Contract. 3. ( ) Prevailing wage does not apply;or ( ) All provisions and requirements set forth in Chapter 290, Section 290.210 through and including 290.340, Missouri Revised Statutes,pertaining to the payment of wages to workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with these provisions and requirements and the Annual Wage Order contained in the Contract in carrying out the Contract and Work. CONTRACTOR has fully complied with the requirements of the prevailing wage law as required in the Contract and has attached affidavits from all Subcontractors on this Project,regardless of tier,affirming compliance with the prevailing wage law as stipulated in the Contract. 4. CONTRACTOR certifies that each Subcontractor has received full payment for its respective work in connection with the Contract. 5. This affidavit is made in behalf of the CONTRACTOR for the purpose of securing from the City of Riverside, Missouri,the certification of completion of the Project and receiving payment therefore. CONTRACTOR By Title On this day of , 20 before me appeared , to me personally known to be the of , and who executed the foregoing instrument and acknowledged that (s)he executed the same on behalf of as its free act and deed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal on the day and year first above written. My commission expires: Notary Public EXHIBIT 0 SUBCONTRACTOR AFFIDAVIT FOR FINAL PAYMENT (to be completed at conclusion of project) RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (Project No. 222-087,LWCF 29-01759) STATE OF _ ) ) SS: COUNTY OF ) After being duly sworn the person whose name and signature appears below hereby states under penalty of perjury that: 1. I am the duly authorized officer of the business indicated below (hereinafter Subcontractor)and I make this affidavit on behalf of Subcontractor in accordance with the requirements set forth in Section 290.290, RSMo. Subcontractor has completed all of the Work required under the terms and conditions of a subcontract as follows: Subcontract with: ,Contractor Work Performed: Total Dollar Amount of Subcontract and all Change Orders:$ 2. Subcontractor fully complied with the provisions and requirements of the Missouri Prevailing Wage Law set forth in Sections 290.210,RSMo through 290.340,RSMo. Business Entity Type: Subcontractor's Legal Name and Address ( )Missouri Corporation ( )Foreign Corporation ( )Fictitious Name Corporation ( )Sole Proprietor ( )Limited Liability Company Phone No. ( )Partnership Fax: ( )Joint Venture E:mail: ( )Other(Specify) Federal ID No. I hereby certify that I have the authority to execute this affidavit on behalf of Subcontractor. By: (Signature) (Print Name) (Title) (Date) NOTARY Subscribed and sworn to before me this day of ,20 My Commission Expires: (Signature) EXHIBIT P ENGINEER/CONSULTANT'S CERTIFICATION For Acceptance and Final Payment (to be completed at conclusion of project) City of Riverside,Missouri Project Name: RIVERSIDE POOL AND RESTROOM IMPROVEMENTS Project No: 222-087,LWCF 29-01759 Contractor: Contract Date: Date of Completion and Acceptance: The Contractor has notified me that he has completed all work in accordance with the Contract Documents and that it is functioning properly. I hereby certify that a final inspection of all work under the Contract Documents was conducted by me and to the best of my knowledge;the work has been completed in accordance with the drawings and specifications and is functioning properly. I have approved all payment estimates, and prepared and received approval of all change orders. I have received the required certifications; instructions for operating the equipment, manuals, and other documents that are applicable to this project from the Contractor and have delivered them to the City. The City is now responsible for the security, operation, safety,maintenance,and insurance as applicable to the project. The Contractor will warranty all specified work for a period of one (1)year(or a longer period if governed by Missouri Statutes) from this date of completion. Notification has been given to the proper Government agencies that the work is completed. I recommend, under the provision of the Contract Documents that the Work be accepted and that final payment be made. Executed by the Engineer on this day of ,20 . Signature: (SEAL) Typed Name: cc: Contractor EXHIBIT Q CERTIFICATION OF NON-SEGREGATED FACILITIES The federally assisted construction contractor certifies that he/she does not maintain or provide for his/her employees any segregated facilities at any of his/her establishments,and that he/she does not permit his/her employees to perform their services at any location,under his/her control,where segregated facilities are maintained.The federally assisted construction contractor certifies further that he/she will not maintain or provide for his/her employees any segregated facilities at any of his/her establishments,and that he/she will not permit his/her employees to perform their services at any location,under his/her control,where segregated facilities are maintained.The federally assisted construction contractor agrees that a breach of this section is a violation of the Equal Opportunity Clause in this contract.As used in this caption,the term "segregated facilities"means any waiting rooms,work areas,restrooms and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas, transportation,and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race,color,religion,or national of because of habit, local custom,or otherwise.The federally assisted construction contractor agrees that(except where he/she has obtained identical certifications from proposed subcontractors for specific time periods)he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause,and that he/she will retain such certifications in his/her files. NOTE-.The penalty for making fa statements in offers is prescribed in 18 U.S.C. 1001. Contractor Signature Typed Name&Title OKI% \laitIkiftt 1-1(14SUrti(Date EXHIBIT R U.S. Department of the Interior Certifications Regarding Debarment, Suspension and Other Responsibility Matters, Drug-Free Workplace Requirements and Lobbying Persons signing this form should refer to the regulations Certification Regarding Debarment, Suspension, Ineligibility referenced below for complete instructions: and Voluntary Exclusion-Lower Tier Covered Transactions- (See Appendix B of Subpart D of 43 CFR Part 12.) Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions - The Certification Regarding Drug-Free Workplace Requirements prospective primary participant further agrees by - Alternate I. (Grantees Other Than Individuals) and submitting this proposal that it will include the clause Alternate II. (Grantees Who are Individuals)-(See Appendix titled, "Certification Regarding Debarment, Suspension, C of Subpart D of 43 CFR Part 12) Ineligibility and Voluntary Exclusion -Lower Tier Covered on this form Signature Transaction," provided by the department or agency g provides for compliance with entering into this covered transaction, without certification requirements under 43 CFR Parts 12 and 18. modification, in all lower tier covered transactions and in The certifications shall be treated as a material all solicitations for lower tier covered transactions. See representation of fact upon which reliance will be placed below for language to be used or use this form certification when the Department of the Interior determines to award the and sign. (See Appendix A of Subpart D of 43 CFR Part 12.) covered transaction,grant, cooperative agreement or loan. PART A: Certification Regarding Debarment,Suspension,and Other Responsibility Matters- Primary Cover ransactions CHECK IF THIS CERTIFICATION IS FOR A PRIMARY COVERED TRANSACTION AND IS APPLICABLE. (1) The prospective primary participant certifies to the best of its knowledge and belief,that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(Federal, State or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement. theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal, State or local) with commission of any of the offenses enumerated in paragraph(1)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. PART B: Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions CHECK LX7THIS CERTIFICATION IS FOR A LOWER TIER COVERED TRANSACTION AND IS APPLICABLE. (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. This rorm was electronically produced by Elite Federal Forms,Inc DI-2010 June 1995 (This form replaces DI-1953,DI-1954, DI-1955,DI-1956 and DI-1963) PART C: Certification Regarding��Drug-Free Workplace Requirements `�CHECK I F THIS CERTIFICATION IS FOR AN APPLICANT WHO IS NOT AN INDIVIDUAL. Alternate I. (Grantees Other Than Individuals) A. The grantee certifies that it will or continue to provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an ongoing drug-free awareness program to inform employees about— (1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling,rehabilitation, and employee assistance programs;and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph(a); (d) Notifying the employee in the statement required by paragraph(a)that, as a condition of employment under the grant, the employee will— (1) Abide by the terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction; (e) Notifying the agency in writing, within ten calendar days after receiving notice under subparagraph (d)(2)from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the identification number(s)of each affected grant; (f) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted-- (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended;or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State,or local health, law enforcement,or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs(a)(b), (c), (d), (e)and(t). B. The grantee may insert in the space provided below the site(s)for the performance of work done in connection with the specific grant: Place of Performance(Street address,city,county,state,zip code) Check if there are workplaces on files that are not identified here. PART D: Certification Regarding Drug-Free Workplace Requirements CHECK IF THIS CERTIFICATION IS FOR AN APPLICANT WHO IS AN INDIVIDUAL. Alternate II. (Grantees Who Are Individuals) (a) The grantee certifies that, as a condition of the grant, he or she will not engage in the unlawful manufacture, distribution,dispensing,possession,or use of a controlled substance in conducting any activity with the grant; (b) If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, he or she will report the conviction, in writing, within 10 calendar days of the conviction, to the grant officer or other designee, unless the Federal agency designates a central point for the receipt of such notices. When notice is made to such a central point,it shall include the identification number(s)of each affected grant. DI-2010 June 1995 (This form replaces DI-1953,01-1954, DI-1955,DI-1956 and DI-1963) PART E: Certification Regarding Lobbying Certification for Contract,Grants,Loans,and Cooperative Agreements CHECK IF CERTIFICATIONIS FOR THE AWARD OF ANY OF THE FOLLOWING AND THE AMOUNT EXCEEDS$100,000:A FEDERAL GRANT OR COOPERATIVE AGREEMENT,' SUBCONTRACT,OR SUBGRANT UNDER THE GRANT OR COOPERATIVE AGREEMENT. CHECK IF CERTIFICATION FOR THE AWARD OF A FEDERAL LOAN EXCEEDING THE AMOUNT OF$150,000,OR A SUBGRANT OR SUBCONTRACT EXCEEDING$100,000,UNDER THE LOAN. The undersigned certifies,to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant, loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. As the authorized certifying official, I hereby certify that the above specified certifications are true. (ii—Q--- e' 1,7___'- - - \ SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL Gtg -1i , 1Yt AW v N TYPED NAME AND TITLE tkAav M I'-I t /AM DATE DI-2010 June 1995 (This form replaces DI-1953,DI-1954, DI-1955,DI-1956 and DI.1963) EXHIBIT S Build America, Buy America Certification Project Number: 222-087, LWCF 29-01759 Project Title: RIVERSIDE POOL AND RESTROOM IMPROVEMENTS As required by Section 70914 of the Bipartisan Infrastructure Law(also known as the Infrastructure Investment and Jobs Act), P.L. 117-58,on or after May 14,2022, none of the funds under a federal award that are part of Federal financial assistance program for infrastructure(see definition below) may be obligated for a project (see definition below) unless all of the iron,steel, manufactured products, and construction materials(see definition below) used in the project are produced in the United States, unless subject to an approved waiver.The requirements of this section must be included in all subawards, including all contracts and purchase orders for work or products under this program. Recipients of an award of Federal financial assistance are hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless: 1. all iron and steel used in the project are produced in the United States--this means all manufacturing processes,from the initial melting stage through the application of coatings, occurred in the United States; 2. all manufactured products used in the project are produced in the United States —this means the manufactured product was manufactured in the United States;and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation;and 3. all construction materials are manufactured in the United States—this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials,and supplies that are consumed in, incorporated into,or affixed to an infrastructure project.As such, it does not apply to tools,equipment, and supplies,such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings,such as movable chairs, desks,and portable computer equipment that are used at or within the finished infrastructure project, but are not an integral part of the structure or permanently affixed to the infrastructure project. For further information on the Buy America preference, please visit www.doi.gov/grants/BuyAmerica. Additional information can also be found at the White House Made in America Office website: www.whitehouse.gov/omb/management/made-in-america/. Definitions "Infrastructure" includes, at a minimum,the structures,facilities, and equipment for, in the United States, roads, highways,and bridges; public transportation; dams, ports, harbors, and other maritime facilities; intercity passenger and freight railroads;freight and intermodal facilities;airports;water systems, including drinking water and wastewater systems;electrical transmission facilities and systems; utilities; broadband infrastructure;and buildings and real property. Infrastructure includes facilities that generate,transport,and distribute energy. "Construction materials" includes an article, material,or supply that is or consists primarily of: • non-ferrous metals; • plastic and polymer-based products(including polyvinylchloride,composite building materials, and polymers used in fiber optic cables); • glass (including optic glass); • lumber;or • drywall. "Construction Materials"does not include cement and cementitious materials,aggregates such as stone,sand,or gravel,or aggregate binding agents or additives. "Domestic content procurement preference" means all iron and steel used in the project are produced in the United States;the manufactured products used in the project are produced in the United States; or the construction materials used in the project are produced in the United States. "Project" means the construction, alteration, maintenance,or repair of infrastructure in the United States Build America, Buy America Waiver Requests: When necessary, recipients may apply for,and the Department of the Interior(DOI) may grant, a waiver from these requirements,subject to review by the Made in America Office.The DOI may waive the application of the domestic content procurement preference(see definition above) in any case in which it is determined that one of the below circumstances applies: 1. Non-availability Waiver:the types of iron,steel, manufactured products,or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; 2. Unreasonable Cost Waiver:the inclusion of iron,steel, manufactured products,or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent;or 3. Public Interest Waiver:applying the domestic content procurement preference would be inconsistent with the public interest. There may be instances where an award qualifies, in whole or in part,for an existing DOI general applicability waiver as described at:www.doi.gov/grants/BuyAmerica/GeneralApplicabilityWaivers. If the specific financial assistance agreement, infrastructure project,or non-domestic materials meets the criteria of an existing general applicability waiver within the limitations defined within the waiver, the recipient is not required to request a separate waiver for non-domestic materials. If a general applicability waiver does not already apply,and a recipient believes that one of the above circumstances applies to an award, a request to waive the application of the domestic content procurement preference may be submitted to the financial assistance awarding officer in writing. Waiver requests shall include the below information.The waiver shall not include any Privacy Act information,sensitive data,or proprietary information within their waiver request. Waiver requests will be posted to www.doi.gov/grants/buyamerica and are subject to public comment periods of no less than 15 days.Waiver requests will also be reviewed by the Made in America Office. 1.Type of waiver requested (non-availability, unreasonable cost,or public interest). 2. Requesting entity and Unique Entity Identifier(UEI)submitting the request. 3. Department of Interior Bureau or Office who issued the award. 4. Federal financial assistance listing name and number(reference block 2 on DOI Notice of Award) 5. Financial assistance title of project(reference block 8 on DOI Notice of Award). 6. Federal Award Identification Number(FAIN). 7. Federal funding amount(reference block 11.m. on DO Notice of Award). 8.Total cost of Infrastructure expenditures (includes federal and non-federal funds to the extent known). 9. Infrastructure project description(s) and location(s) (to the extent known). 10. List of iron or steel item(s), manufactured goods, and construction material(s)the recipient seeks to waive from Buy America requirements. Include the name,cost,countries of origin (if known),and relevant PSC or NAICS code for each. 11. A certification that the recipient made a good faith effort to solicit bids for domestic products supported by terms included in requests for proposals, contracts,and nonproprietary communications with the prime contractor. 12.A statement of waiver justification, including a description of efforts made (e.g., market research, industry outreach) by the recipient, in an attempt to avoid the need for a waiver. Such a justification may cite, if applicable,the absence of any Buy America-compliant bids received in response to a solicitation. 13.Anticipated impact if no waiver is issued.Approved waivers will be posted at www.doi.gov/grants/BuyAmerica/ApprovedWaivers; recipients requesting a waiver will be notified of their waiver request determination by an awarding officer. The undersigned Proposer hereby certifies on behalf of itself and all contractors(at all tiers)that it will meet Build America, Buy America requirements in Section 70914 of the Bipartisan Infrastructure Law P.L. 117-58, using one of the following provisions: The infrastructure project/product contains no steel or iron products,manufactured products or construction materials manufactured outside the United States per Section 70914 of the Bipartisan Infrastructure Law, P.L. 117-58. If there is ANY foreign steel or iron, manufactured products or construction materials in your infrastructure project/product you may not check this box. The project/product has foreign steel or iron, manufactured products,or construction materials; a Build America,Buy America waiver is required.The Contracting Entity may, but is not obligated to, seek a waiver of Build America, Buy America requirements if grounds for the waiver exist. However, Proposer certifies that it will comply with the applicable Build America, Buy America requirements if a waiver of those requirements is not available or not pursued by the Contracting Entity.The waiver process can take time and the project may not move forward until a waiver is completed. A false certification is a criminal act in violation of 18 USC 1001. Should this Agreement be investigated, Proposer has the burden of proof to establish that it is in compliance. Proposer: Signature of Authorized Official: Name of Authorized Official: Title: Date: CERTIFICATE OF MATERIALS ORIGIN PROJECT NUMBER CONTRACT ID ITEM DESCRIPTION BID ITEM NUMBER INVOICE NUMBER QUANTITY DATE RECEIVED BILL OF LADING No. MATERIAL SOURCE (NAME AND ADDRESS) TO INCLUDE EACH SUPPLIER, FABRICATOR, AND MANUFACTURER INCLUDING HEAT/BATCH NUMBERS IF AVAILABLE MATERIAL DESCRIPTION DESCRIPTION OF MATERIALS OF UNKNOWN ORIGIN OR FOREIGN MATERIALS DELIVERED TO THE PROJECT This certification is made for the purpose of establishing the materials acceptance under the Build America, Buy America Certification (Bipartisan Infrastructure Law P.L 117-58 Section 70914). All iron and steel, manufactured products, and construction materials, including protective coating for the domestic materials described above occurred in the United States of America. Manufacturer's certificates verify the origin above described in the domestic materials and will be kept on file for three years by the suppliers following final payment. Copies will be provided to the National Park Service upon request. I declare under penalty of perjury under the Missouri and Federal Laws that the foregoing is true and correct. Company Name and Address Authorized Representative Name: Title: Signature: Date: EXHIBIT T GENERAL CONDITIONS FOR FEDERALLY FUNDED/ASSISTED CONSTRUCTION PROJECTS 1.These General Conditions for Federally Funded/Assisted Construction Projects(GCFFAC)must be physically incorporated in each construction contract funded by the Land and Water Conservation Fund in Missouri.The contractor(or subcontractor)must insert this document in each subcontract and further require its inclusion in all lower tier subcontracts(excluding purchase orders,rental agreements and other agreements for supplies or services).The applicable requirements of the GCFFAC are incorporated by reference for work done under any purchase order,rental agreement or agreement for other services.The prime contractor shall be responsible for compliance by any subcontractor,lower-tier subcontractor or service provider. GCFFAC must be included in all contracts to be paid using federal assistance,and in all subcontracts and in lower tier subcontracts(excluding subcontracts for design services,purchase orders,rental agreements and other agreements for supplies or services).The contractor shall be responsible for compliance by any subcontractor,lower-tier subcontractor or service provider. Contracting agencies must physically incorporate the GCFFAC in bid proposal or request for proposal documents,and the GCFFAC must be physically incorporated(not referenced)in all contracts, subcontracts and lower-tier subcontracts(excluding purchase orders,rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections,these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework,station work,or by subcontract. 3.A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments,withholding of final payment,termination of the contract, suspension/debarment or any other action determined to be appropriate by the contracting agency and Department of Natural Resources. 1.0 Notice of Federal Funding This project is being performed in whole or in part using federal funds.Therefore,all work or services performed by the Contractor and its subcontractors shall be subject to the terms and conditions set forth below in addition to all terms and conditions in the Construction Contract,General Conditions,and other contract documents.The concepts,rules,and guidelines set forth in 2 C.F.R.200 describing allowable costs and administrative requirements apply. 2.0 Definitions 1. As used herein,"Federal Government"means the government of the United States of America. "Federal Agency"means an agency,entity,department or division of the Federal Government that is providing funding for this project.All other terms shall have the meanings established in the Construction Contract,General Conditions,and/or Project Manual,unless such definitions conflict with a definition provided in an applicable statute or regulation. 2. Build America,Buy America Act(BABAA)—Requirements instituted by the Bipartisan Infrastructure Law of 2021 mandating domestic preference that all iron and steel,manufactured products,and construction materials are produced in the United States. 3. Construction Materials—Those articles,materials,or supply—other than an item of primarily iron or steel;a manufactured product;cement and cementitious materials;aggregates such as stone,sand,or gravel;or aggregate binding agents or additives—that are or consist primarily of:nonferrous metals, plastic and polymer-based products,glass,lumber or drywall. 4.Manufactured Product—Items assembled out of components,or otherwise made or processed from raw materials into finished products.Manufactured products must be manufactured(assembled)in the United States,and the cost of components that were mined,produced,or manufactured in the United States must be greater than 55 percent of the total cost of all components of the project. 5. Manufacturer's Certification—Documentation provided by a Manufacturer,certifying that the items provided by Manufacturer meet the domestic preference requirements of BABAA. 3.0 Conflicting Terms or Conditions To the extent that any terms or conditions set forth herein conflict with the Construction Contract or its General Conditions,the more stringent of the two terms and conditions shall govern. 4.0 No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity,Contractor,or any other party pertaining to any matter resulting from the contract. 5.0 Compliance with Federal Laws,Regulations and Executive Orders The Contractor and its subcontractors and suppliers are required to comply with all applicable Federal laws,regulations,and executive orders,regardless of whether set forth herein.The Contractor shall assist and enable the State of Missouri in complying with any requirements imposed by the Federal Agency as a condition of funding. 6.0 Compliance with Civil Rights Provisions The Contractor shall comply with all Federal statutes,executive orders,and regulations relating to nondiscrimination.These include,but are not limited to the following: Title VI of the Civil Rights Act of 1964(P.L.88-352)which prohibits discrimination on the basis of race,color or national origin; Title IX of the Education Amendments of 1972,as amended(20 U.S.C. §§1681-1683, and 1685- 1686),which prohibits discrimination on the basis of sex; Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C. §794),which prohibits discrimination on the basis of handicaps; The Age Discrimination Act of 1975,as amended(42 U.S.C. §§6101-6107),which prohibits discrimination on the basis of age; Title VIII of the Civil Rights Act of 1968(42 U.S.C. §§3601 et seq.),as amended,relating to nondiscrimination in the sale,rental or financing of housing; Title VII of the Civil Rights Act of 1964(42 U.S.C.part 2000(e),which prohibits discrimination against employees on the basis of religion; Any other nondiscrimination provisions in the specific statute(s)under which application for Federal assistance is being made;and The requirements of any other nondiscrimination statute(s)that may apply to the application. 7.0 Equal Employment Opportunity(41 C.F.R.60-1.4(b)). During the performance of this contract,the Contractor agrees as follows: (1)The Contractor will not discriminate against any employee or applicant for employment because of race,color,religion,sex,sexual orientation,gender identity,or national origin.The Contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment without regard to their race,color,religion,sex,sexual orientation,gender identity,or national origin. Such action shall include,but not be limited to the following: Employment,upgrading,demotion,or transfer;recruitment or recruitment advertising; layoff or termination;rates of pay or other forms of compensation;and selection for training,including apprenticeship.The Contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (2)The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive consideration for employment without regard to race,color,religion,sex,sexual orientation,gender identity,or national origin. (3)The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicants or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information,unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation,proceeding,hearing,or action, including an investigation conducted by the employer,or is consistent with the Contractor's legal duty to furnish information. (4)The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice to be provided advising the said labor union or workers'representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5)The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and relevant orders of the Secretary of Labor. (6)The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,and by rules,regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,and orders. (7)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations,or orders,this contract may be canceled,terminated,or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (8)The Contractor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs(1)through(8)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965,so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions,including sanctions for noncompliance: Provided,however,that in the event a Contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work:Provided, That if the applicant so participating is a State or local government,the above equal opportunity clause is not applicable to any agency,instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and sub contractors with the equal opportunity clause and the rules,regulations,and relevant orders of the Secretary of Labor,that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance,and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965,with a contractor debarred from,or who has not demonstrated eligibility for,Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and sub contractors by the administering agency or the Secretary of Labor pursuant to Part II,Subpart D of the Executive Order. In addition,the applicant agrees that if it fails or refuses to comply with these undertakings,the administering agency may take any or all of the following actions:Cancel,terminate,or suspend in whole or in part this grant(contract,loan, insurance,guarantee);refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant;and refer the case to the Department of Justice for appropriate legal proceedings. 8.0 Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity (Executive Order 11246,41 C.F.R.60-4.2) (1)The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause"and the "Standard Federal Equal Employment Specifications"set forth herein. (2)The goals and timetables for minority and female participation,expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area,are as follows: Time-tables Goals for minority participation for each Goal for female participation in each trade trade 12.7% 6.9% Insert Goals Established by U.S.Department of Labor available at: https://www.dol.gov/sites/dolgov/files/ofccp/ParticipationGoals.pdf These goals are applicable to all the Contractor's construction work(whether or not it is Federal or federally assisted)performed in the covered area.If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed.With regard to this second area,the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 C.F.R.pt.60-4 shall be based on its implementation of the Equal Opportunity Clause,specific affirmative action obligations required by the specifications set forth in 41 C.F.R.60-4.3(a),and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract,and in each trade,and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract,the Executive Order and the regulations in 41 C.F.R.pt.60-4.Compliance with the goals will be measured against the total work hours performed. (3)The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of$10,000 at any tier for construction work under the contract resulting from this solicitation.The notification shall list the name,address and telephone number of the subcontractor;employer identification number of the subcontractor;estimated dollar amount of the subcontract;estimated starting and completion dates of the subcontract;and the geographical area in which the subcontract is to be performed. (4)As used in this Notice,and in the contract resulting from this solicitation,the"covered area" is Missouri,Platte County,City of Riverside. 9.0 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246-41 C.F.R.60-4.3) (1)As used in these specifications: a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; b."Director"means Director,Office of Federal Contract Compliance Programs,United States Department of Labor,or any person to whom the Director delegates authority; c."Employer identification number"means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return,U.S.Treasury Department Form 941. d."Minority"includes: (i)Black(all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii)Hispanic(all persons of Mexican,Puerto Rican,Cuban,Central or South American or other Spanish Culture or origin,regardless of race); (iii)Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia,the Indian Subcontinent,or the Pacific Islands);and (iv)American Indian or Alaskan Native(all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). (2)Whenever the Contractor,or any subcontractor at any tier,subcontracts a portion of the work involving any construction trade,it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. (3)If the Contractor is participating(pursuant to 41 C.F.R.60-4.5)in a Hometown Plan approved by the U.S.Department of Labor in the covered area either individually or through an association,its affirmative action obligations on all work in the Plan area(including goals and timetables)shall be in accordance with that Plan for those trades which have unions participating in the Plan.Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan.Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause,and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees.The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. (4)The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications.The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area.Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed.Goals are published periodically in the FEDERAL REGISTER in notice form,and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers.The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. (5)Neither the provisions of any collective bargaining agreement,nor the failure by a union with whom the Contractor has a collective bargaining agreement,to refer either minorities or women shall excuse the Contractor's obligations under these specifications,Executive Order 11246,or the regulations promulgated pursuant thereto. (6)In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,such apprentices and trainees must be employed by the Contractor during the training period,and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training,subject to the availability of employment opportunities.Trainees must be trained pursuant to training programs approved by the U.S.Department of Labor. (7)The Contractor shall take specific affirmative actions to ensure equal employment opportunity.The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions.The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a.Ensure and maintain a working environment free of harassment,intimidation,and coercion at all sites,and in all facilities at which the Contractor's employees are assigned to work.The Contractor, where possible,will assign two or more women to each construction project.The Contractor shall specifically ensure that all foremen,superintendents,and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment,with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources,provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available,and maintain a record of the organizations'responses. c.Maintain a current file of the names,addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union,a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or,if referred,not employed by the Contractor,this shall be documented in the file with the reason therefor,along with whatever additional actions the Contractor may have taken. d.Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor,or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e.Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women,including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs,especially those programs funded or approved by the Department of Labor.The Contractor shall provide notice of these programs to the sources compiled under 7b above. f.Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations;by including it in any policy manual and collective bargaining agreement;by publicizing it in the company newspaper,annual report,etc.;by specific review of the policy with all management personnel and with all minority and female employees at least once a year;and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review,at least annually,the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring,assignment,layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents,General Foremen,etc.,prior to the initiation of construction work at any job site.A written record shall be made and maintained identifying the time and place of these meetings,persons attending,subject matter discussed,and disposition of the subject matter. h.Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media,specifically including minority and female news media,and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i.Direct its recruitment efforts,both oral and written,to minority,female and community organizations,to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs.Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source,the Contractor shall send written notification to organizations such as the above, describing the openings,screening procedures,and tests to be used in the selection process. j.Encourage present minority and female employees to recruit other minority persons and women and,where reasonable,provide after school,summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k.Validate all tests and other selection requirements where there is an obligation to do so under 41 C.F.R.pt.60-3. 1.Conduct,at least annually,an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for,through appropriate training,etc.,such opportunities. m.Ensure that seniority practices,job classifications,work assignments and other personnel practices,do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n.Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o.Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers,including circulation of solicitations to minority and female contractor associations and other business associations. p.Conduct a review,at least annually,of all supervisors'adherence to and performance under the Contractor's EEO policies and affirmative action obligations. (8)Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations(7a through p).The efforts of a contractor association, joint contractor-union,contractor-community,or other similar group of which the contractor is a member and participant,may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group,makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation,makes a good faith effort to meet its individual goals and timetables,and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor.The obligation to comply,however,is the Contractor's and failure of such a group to fulfill an • obligation shall not be a defense for the Contractor's noncompliance. (9)A single goal for minorities and a separate single goal for women have been established.The Contractor,however,is required to provide equal employment opportunity and to take affirmative action for all minority groups,both male and female,and all women,both minority and non-minority. Consequently,the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner(for example,even though the Contractor has achieved its goals for women generally,the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). (10)The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race,color,religion,sex,sexual orientation,gender identity,or national origin. (11)The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. (12)The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause,including suspension,termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246,as amended,and its implementing regulations,by the Office of Federal Contract Compliance Programs.Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246,as amended. (13)The Contractor,in fulfilling its obligations under these specifications,shall implement specific affirmative action steps,at least as extensive as those standards prescribed in paragraph 7 of these specifications,so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order,the implementing regulations,or these specifications,the Director shall proceed in accordance with 41 C.F.R.60-4.8. (14)The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out,to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name,address,telephone numbers,construction trade,union affiliation if any,employee identification number when assigned,social security number,race,sex,status(e.g., mechanic,apprentice trainee,helper,or laborer),dates of changes in status,hours worked per week in the indicated trade,rate of pay,and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form;however,to the degree that existing records satisfy this requirement,contractors shall not be required to maintain separate records. (15)Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents(e.g.,those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 10.0 Prohibition of Segregated Facilities (1)The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments,and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (2)"Segregated facilities,"as used in this clause,means any waiting rooms,work areas,rest rooms and wash rooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas,transportation,and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race,color,religion,sex,or national origin because of written or oral policies or employee custom.The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (3)The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. 11.0 Davis-Bacon Act(40 U.S.C. §§3141-3144,and§§3146-3148,and 29 C.F.R.pt. 5) (The requirements of the Davis-Bacon Act and this section are not applicable to projects funded by the Land and Water Conservation Fund.) (1)Minimum wages. (i)All laborers and mechanics employed or working upon the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 C.F.R.pt.3)),the full amount of wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics.Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2)of the Davis—Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of paragraph(a)(1 Xiv)of this section;also,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans,funds,or programs which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill, except as provided in§5.5(a)(4).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein:Provided,That the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination(including any additional classification and wage rates conformed under paragraph(a)(1)(ii)of this section)and the Davis— Bacon poster(WH-1321)shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (iiXA)The contracting officer shall require that any class of laborers or mechanics,including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination.The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1)The work to be performed by the classification requested is not performed by a classification in the wage determination;and (2)The classification is utilized in the area by the construction industry;and (3)The proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (B)If the Contractor and the laborers and mechanics to be employed in the classification(if known),or their representatives,and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,U.S.Department of Labor, Washington,DC 20210.The Administrator,or an authorized representative,will approve, modify,or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30—day period that additional time is necessary. (C)In the event the Contractor,the laborers or mechanics to be employed in the classification or their representatives,and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits,where appropriate),the contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination.The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30—day period that additional time is necessary. (D)The wage rate(including fringe benefits where appropriate)determined pursuant to paragraphs (a)(1)(ii)(B)or(C)of this section,shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the Contractor does not make payments to a trustee or other third person,the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That the Secretary of Labor has found,upon the written request of the Contractor,that the applicable standards of the Davis—Bacon Act have been met.The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2)Withholding.The(write in name of Federal Agency or the loan or grant recipient)shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor,or any other federally-assisted contract subject to Davis—Bacon prevailing wage requirements,which is held by the same prime Contractor,so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices, trainees,and helpers,employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,trainee,or helper,employed or working on the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project),all or part of the wages required by the contract,the(Agency)may,after written notice to the Contractor,sponsor,applicant,or owner,take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds until such violations have ceased. (3)Payrolls and basic records. (i)Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work(or under the United States Housing Act of 1937,or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name,address,and social security number of each such worker,his or her correct classification,hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(bX2)(B)of the Davis—Bacon Act),daily and weekly number of hours worked,deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 C.F.R.5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B)of the Davis—Bacon Act,the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits.Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees,and the ratios and wage rates prescribed in the applicable programs. (ii)(A)The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the(write in name of appropriate federal agency)if the agency is a party to the contract,but if the agency is not such a party,the Contractor will submit the payrolls to the applicant, sponsor,or owner,as the case may be,for transmission to the(write in name of agency).The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 C.F.R.5.5(a)(3)(i),except that full social security numbers and home addresses shall not be included on weekly transmittals.Instead the payrolls shall only need to include an individually identifying number for each employee(e.g.,the last four digits of the employee's social security number).The required weekly payroll information may be submitted in any form desired.Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site.The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors.Contractors and subcontractors shall maintain the full social security number and current address of each covered worker,and shall provide them upon request to the(write in name of appropriate federal agency)if the agency is a party to the contract,but if the agency is not such a party,the Contractor will submit them to the applicant,sponsor,or owner,as the case may be,for transmission to the(write in name of agency),the Contractor,or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a subcontractor to provide addresses and social security numbers to the prime Contractor for its own records,without weekly submission to the sponsoring government agency(or the applicant,sponsor,or owner). (B)Each payroll submitted shall be accompanied by a"Statement of Compliance,"signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be provided under§ 5.5 (a)(3Xii)of Regulations,29 C.F.R.pt. 5,the appropriate information is being maintained under§ 5.5 (a)(3Xi)of Regulations,29 C.F.R.pt. 5,and that such information is correct and complete; (2)That each laborer or mechanic(including each helper,apprentice,and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned,without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned,other than permissible deductions as set forth in Regulations,29 C.F.R.pt.3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed,as specified in the applicable wage determination incorporated into the contract. (C)The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance" required by paragraph(aX3)(ii)(B)of this section. (D)The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii)The Contractor or subcontractor shall make the records required under paragraph(a)(3)(i)of this section available for inspection,copying,or transcription by authorized representatives of the(write the name of the agency)or the Department of Labor,and shall permit such representatives to interview employees during working hours on the job.If the Contractor or subcontractor fails to submit the required records or to make them available,the Federal Agency may,after written notice to the Contractor,sponsor,applicant,or owner,take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds.Furthermore,failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 C.F.R. 5.12. (4)Apprentices and trainees— (i)Apprentices.Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S.Department of Labor,Employment and Training Administration,Office of Apprenticeship Training,Employer and Labor Services,or with a State Apprenticeship Agency recognized by the Office,or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Office of Apprenticeship Training,Employer and Labor Services or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above,shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition,any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered,the ratios and wage rates (expressed in percentages of the journeyman's hourly rate)specified in the Contractor's or subcontractor's registered program shall be observed.Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress,expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program.If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification.If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services,or a State Apprenticeship Agency recognized by the Office,withdraws approval of an apprenticeship program,the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii)Trainees.Except as provided in 29 C.F.R.5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval,evidenced by formal certification by the U.S.Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination.Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program.If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.In addition,any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.In the event the Employment and Training Administration withdraws approval of a training program,the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii)Equal employment opportunity.The utilization of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,as amended,and 29 C.F.R.pt.30. (5)Compliance with Copeland Act requirements.The Contractor shall comply with the requirements of 29 C.F.R.pt.3,which are incorporated by reference in this contract. (6)Subcontracts.The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 C.F.R. 5.5(ax1)through(10)and such other clauses as the(write in the name of the Federal Agency)may by appropriate instructions require,and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 C.F.R. 5.5. (7)Contract termination:debarment.A breach of the contract clauses in 29 C.F.R. 5.5 may be grounds for termination of the contract,and for debarment as a Contractor and a subcontractor as provided in 29 C.F.R.5.12. (8)Compliance with Davis—Bacon and Related Act requirements.All rulings and interpretations of the Davis—Bacon and Related Acts contained in 29 C.F.R.pts. 1,3,and 5 are herein incorporated by reference in this contract. (9)Disputes concerning labor standards.Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 C.F.R.pt.s 5,6, and 7.Disputes within the meaning of this clause include disputes between the Contractor(or any of its subcontractors)and the contracting agency,the U.S. Department of Labor,or the employees or their representatives. (10)Certification of eligibility. (i)By entering into this contract,the Contractor certifies that neither it(nor he or she)nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a)of the Davis—Bacon Act or 29 C.F.R. 5.12(a)(1). (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis—Bacon Act or 29 C.F.R.5.12(a)(1). (iii)The penalty for making false statements is prescribed in the U.S.Criminal Code, 18 U.S.C. § 1001. 11.0 Copeland"Anti-Kickback"Act (1)The Contractor shall comply with 18 U.S.C. § 874,40 U.S.C. § 3145,and the requirements of 29 C.F.R.pt.3 as may be applicable,which are incorporated by reference into this contract.The Contractor and subcontractors are prohibited from inducing,by any means,any person employed on the project to give up any part of the compensation to which the employee is entitled. (2)The Contractor or subcontractor shall insert in any subcontracts the clause above,and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3)A breach of the contract clauses above may be grounds for termination of the contract,and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. 5.12. 12.0 Contract Work Hours and Safety Standards Act(40 U.S.C.3701 to 3708,29 C.F.R.5.5) (1)Overtime requirements.No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation;liability for unpaid wages;liquidated damages. In the event of any violation of the clause set forth in paragraph(1)of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages.In addition,such Contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen and guards, employed in violation of the clause set forth in paragraph(1)of this section,in the sum of$27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(b)(1)of this section. (3)Withholding for unpaid wages and liquidated damages.The Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor,or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime Contractor,such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section. (4)Subcontracts.The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(1)through (4)of this section. 13.0 Suspension and Debarment(Executive Orders 12549 and 12689,2 C.F.R.pt. 180) (1)A contract award(see 2 C.F.R. 180.220)must not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM),in accordance with the OMB guidelines at 2 C.F.R. 180 that implement Executive Orders 12549(3 C.F.R.pt. 1986 Comp.,p. 189)and 12689(3 C.F.R.pt. 1989 Comp.,p.235),"Debarment and Suspension."SAM Exclusions contains the names of parties debarred,suspended,or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (2)The contractor is required to verify that none of the contractor's principals(defined at 2 C.F.R. 180.995)or its affiliates(defined at 2 C.F.R. 180.905)are excluded(defined at 2 C.F.R. 180.940)or disqualified(defined at 2 C.F.R. 180.935). (3)The contractor must comply with 2 C.F.R.pt. 180,subpart C and the regulations of the granting Federal Agency regarding suspension and debarment,and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (4)This certification is a material representation of fact relied upon by the Owner. If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C in addition to remedies available to the Owner,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. (5)By submitting a bid,the bidder or proposer agrees to comply with the requirements of 2 C.F.R.pt. 180,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 14.0 Byrd Anti-Lobbying Amendment(31 U.S.C. § 1352) (1)Contractors that apply or bid for an award exceeding$100,000 agree to file the required certification (set forth below),in compliance with 31 U.S.C. § 1352(as amended). (2)Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,officer or employee of Congress,or an employee of a Member of Congress in connection with obtaining any Federal contract,grant,or any other award covered by 31 U.S.C. § 1352. (3)Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s)to the awarding agency. CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: (1)No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form—LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants, loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. 15.0 Procurement of Recovered Materials The Contractor shall comply with section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act(42 U.S.C. §6962).The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247 that contain the highest percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded$10,000;procuring solid waste management services in a manner that maximizes energy and resource recovery;and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Information about this requirement,along with the list of EPA designated items, is available at EPA's Comprehensive Procurement Guidelines web site,https://www.epa.gov/smm/comprehensiveprocurement- guideline-cpg-program. 16.0 Fair Labor Standards Act All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 C.F.R.pt.201,the Federal Fair Labor Standards Act(FLSA),with the same force and effect as if given in full text.The FLSA sets minimum wage,overtime pay,recordkeeping,and child labor standards for full and part-time workers.The Contractor has full responsibility to monitor compliance to the referenced statute or regulation.The Contractor must address any claims or disputes that arise from this requirement directly with the U.S.Department of Labor—Wage and Hour Division. 17.0 Access to Records and Reports The Contractor must maintain an acceptable cost accounting system.The Contractor agrees to provide the Owner,the Federal Agency and the Comptroller General of the United States or any of their duly authorized representatives access to any books,documents,papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit,examination,excerpts and transcriptions.The Contractor agrees to maintain all books,records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 18.0 Occupational Health and Safety Act All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 C.F.R.pt. 1910 with the same force and effect as if given in full text.The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee.The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970(20 C.F.R.pt. 1910).The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S.Department of Labor—Occupational Safety and Health Administration. 19.0 Rights to Inventions Contracts or agreements that include the performance of experimental,developmental,or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 C.F.R.pt.401,Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants,Contracts,and Cooperative Agreements.This contract incorporates by reference the patent and inventions rights as specified within 37 C.F.R.401.14. Contractor must include this requirement in all sub-tier contracts involving experimental,developmental, or research work. 20.0 Energy Conservation The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. §620let seq.). 21.0 Clean Air Act and Federal Water Pollution Control Act (1)If the amount of the Contract exceeds$150,000,the Contractor agrees to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act,as amended,42 U.S.C. § 7401 et seq.and the Federal Water Pollution Control Act,as amended,33 U.S.C. § 1251 et seq. (2)The Contractor agrees to report each violation to the Owner,and understands and agrees that the Owner will,in turn,report each violation as required to assure notification to the Federal Agency and the appropriate Environmental Protection Agency Regional Office. (3)The Contractor agrees to include these requirements in each subcontract exceeding$150,000 financed in whole or in part with Federal assistance. 22.0 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (1)This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on contractor employee whistleblower protections established at 41 U.S.C. §4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239)and FAR 3.908. (2)The Contractor shall inform its employees in writing,in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. §4712,as described in section 3.908 of the Federal Acquisition Regulation. (3)The Contractor shall insert the substance of this clause,including this paragraph(c),in all subcontracts over the simplified acquisition threshold. 23.0 Veteran's Preference In the employment of labor(excluding executive,administrative,and supervisory positions),the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112.Covered veterans include Vietnam-era veterans,Persian Gulf veterans,Afghanistan-Iraq war veterans,disabled veterans,and small business concerns(as defined by 15 U.S.C. §632)owned and controlled by disabled veterans.This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. 24.0 Drug Free Workplace Act The Contractor shall provide a drug free workplace in accordance with the Drug Free Workplace Act of 1988,41 U.S.C.Chapter 81,and all applicable regulations.The Contractor shall report any conviction of the Contractor's personnel under a criminal drug statute for violations occurring on the Contractor's premises or off the Contractor's premises while conducting official business.A report of a conviction shall be made to the state agency within five(5)working days after the conviction. 25.0 Access Requirements for Persons with Disabilities Contractor shall comply with 49 U.S.C. § 5301(d),stating Federal policy that the elderly and persons with disabilities have the same rights as other persons to use mass transportation services and facilities and that special efforts shall be made in planning and designing those services and facilities to implement that policy.Contractor shall also comply with all applicable requirements of Sec.504 of the Rehabilitation Act(1973),as amended,29 U.S.C. § 794,which prohibits discrimination on the basis of handicaps,and the Americans with Disabilities Act of 1990(ADA),as amended,42 U.S.C. § 12101 et seq.,which requires that accessible facilities and services be made available to persons with disabilities,including any subsequent amendments thereto. 26.0 Seismic Safety The Contractor agrees to ensure that all work performed under this contract,including work performed by subcontractors,conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by the National Earthquake Hazards Reduction Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on June 19,2018 Page 61 Program(NEHRP).Local building codes that model their code after the current version of the International Building Code(IBC)meet the NEHRP equivalency level for seismic safety. 27.0 Domestic Preference for Procurements As appropriate and to the extent consistent with law,the Contractor should,to the greatest extent practicable,provide a preference for the purchase,acquisition,or use of goods,products,or materials produced in the United States(including but not limited to iron,aluminum,steel,cement,and other manufactured products).The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this contract. For purposes of this section: (1)"Produced in the United States"means, for iron and steel products,that all manufacturing processes, from the initial melting stage through the application of coatings,occurred in the United States. (2)"Manufactured products"means items and construction materials composed in whole or in part of nonferrous metals such as aluminum;plastics and polymer-based products such as polyvinyl chloride pipe;aggregates such as concrete;glass,including optical fiber;and lumber. 28.0 Prohibition on Certain Telecommunication and Video Surveillances Services or Equipment (Pub. L. 115-232,Section 889) Section 889(b)of the John S. McCain National Defense Authorization Act for Fiscal Year 2019,Pub. L. No. 115-232,and 2 C.F.R. §200.216 prohibit the head of a Federal executive agency and recipients or subrecipients of funds from such agencies from obligating or expending grant,cooperative agreement, loan,or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons.Pursuant to such provisions,the Contractor understands and agrees that the Contractor and its subcontractors shall not obligate or expend loan or grant funds from the Federal Agency under this Contract to: (1)Procure or obtain; (2)Extend or renew a contract to procure or obtain;or (3)Enter into a contract(or extend or renew a contract)to procure or obtain equipment,services,or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system.As described in Public Law 115-232,section 889,covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation(or any subsidiary or affiliate of such entities). (i)For the purpose of public safety,security of government facilities,physical security surveillance of critical infrastructure,and other national security purposes,video surveillance and telecommunications equipment produced by Hytera Communications Corporation,Hangzhou Hikvision Digital Technology Company,or Dahua Technology Company(or any subsidiary or affiliate of such entities). (ii)Telecommunications or video surveillance services provided by such entities or using such equipment. SECTION 1 - GENERAL REQUIREMENTS 01 10 00 PROJECT SUMMARY A. PROJECT 1. Project Name:2023 Riverside Pool and Restroom Improvements Project. 2. Owner's Name:City of Riverside,MO. 3. Engineer's Name:Waters Edge Aquatic Design,LLC. 4. The Project consists of the Construction of improvements to an aquatic center consisting of a swimming pool having a water surface area of approximately 3,800 sq.ft..Water features include water spray features,and other related items.Building improvements include renovation of bathhouse area,renovation of restrooms in the community center,and alterations to a filter building.Site work includes walks,fencing,concrete deck,and other site related work. B. CONTRACT DESCRIPTION 1. Contract Type:One or more prime contracts based on a Stipulated Price as described in the Agreement,for each of the base bids,or two or more base bids combined.. 2. WORK BY OWNER 3. Items noted NIC(Not in Contract)will be supplied and installed by Owner before Date of Substantial Completion. C. OWNER OCCUPANCY 1. Owner intends to occupy the Community Center throughout the duration of the Project-keeping it open to the public,and will occupy the Project area upon Substantial Completion. 2. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. 3. Schedule the Work to accommodate Owner occupancy. D. CONTRACTOR USE OF SITE AND PREMISES 1. Construction Operations:Limited to areas noted on Drawings. 2. Arrange use of site and premises to allow: 3. Work by Others. 4. Work by Owner. 5. Provide access to and from site as required by law and by Owner: 6. 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. 7. Limit disruption of utility services to hours the building is unoccupied. E. WORK SEQUENCE 1. Coordinate construction schedule and operations with Owner. 01 10 30 SPECIAL CONDITIONS A. Examination of the Site: Bidders may visit the site and inform themselves of all conditions presently existing. Failure to visit the site will in no way relieve the successful bidder from the necessity of furnishing all materials and performing all work required to complete the work in accordance with the specifications. B. Measurements: Any dimensions provided shall be verified by the Contractor. Any discicpancies between the specifications and the existing conditions shall be referred to the Engineer for adjustment before the work is performed. C. Breakage and Damage: The Contractor shall be responsible for any breakage, damage or other injury to existing or new facilities caused directly or indirectly by the Contractor's operations and shall replace, at Contractor's own expense,in a manner approved by the Owner any such broken or damaged material. 113 D. Delivery of Materials: The delivery of all materials, equipment, and miscellaneous items entering into the construction of the work is a part of this contract, including freight and hauling charges both to and from transportation points. Payment of charges for the above items shall be made by the Contractor, except items designated as being provided by the City. An amount covering all charges for freightage and delivery of items shall be included as a part of the contract price and in no case will an extra be allowed for such charges. E. Storage of Materials: All materials delivered to the job shall be stored so as to keep them in first class condition and free from deterioration or contamination. F. Coordination: All contractors, subcontractors and trades shall cooperate in coordination of their several works,but the principal responsibility for coordinating the project as a whole and the operations of the contractors and subcontractors shall lie with the Contractor. G. Blasting: No blasting will be allowed on this project. 01 10 60 STANDARD SPECIFICATIONS AND PLANS A. General: The work shall conform to the plans and contract specifications as outlined. In case of conflict,the specifications listed in this document shall take precedence over those listed in the stated Standard Specifications. B. Standard Specifications: Except where noted otherwise,the work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Specifications and Design Criteria,Division II(APWA Standard Specifications)available at the following website: http://kcmetro.apwa.net/chapters/kcmetro/specifications.asp. C. Standard Plans: Except as otherwise noted,the work shall conform to the latest edition of the Kansas City Metropolitan Chapter of APWA Standard Plans when referenced in the construction documents. The referenced APWA Standard Plans are available at the following website: http://kcmetro.apwa.net/chapters/kcmetro/specifications.asp Other standard plans and specifications may be referred to and therefore adopted into these specifications. 01 21 00 ALLOWANCES A. SECTION INCLUDES 1. Spray Feature allowances. 2. Inspecting and testing allowance. B. RELATED SECTIONS 1. Price and Payment Procedures:Additional payment and modification procedures. C. SPRAY FEATURE ALLOWANCES 1. Costs Included in Spray Feature Allowances: Cost from spray feature manufacturer for cost of products(identified in Section 13 14 20—WATER SPRAY FEATURES)to Contractor or Subcontractor,and delivery to site. 2. Costs Not Included in Spray Feature Allowances: Product handling at the site,including unloading, uncrating,and storage;protection of products from elements and from damage;and labor for installation and finishing. 3. Engineer Responsibilities: a. Consult with Contractor for consideration and selection of products,suppliers,and installers. b. Select products in consultation with Owner and transmit decision to Contractor. 114 4. Contractor Responsibilities: a. Through engagement with spray feature manufacturers,provide proposed packages from three sources/manufacturers of spray features as identified in Section 13 14 20. b. Assist Owner/Engineer in selection of products,suppliers, and installers. c. Obtain proposals from suppliers and installers and offer recommendations. d. On notification of which products have been selected,execute purchase agreement with designated supplier and installer. e. Arrange for and process shop drawings,product data,and samples.Arrange for delivery. f. Promptly inspect products upon delivery for completeness,damage,and defects. Submit claims for transportation damage. 5. Differences in costs will be adjusted by Change Order. D. INSPECTING AND TESTING ALLOWANCES 1. Costs Included in Inspecting and Testing Allowances Unless Otherwise Specified: a. Cost of engaging an inspecting or testing agency;execution of inspecting and tests;and reporting results. b. Concrete tests including slump,air content,temperature,test cylinders,and compressive strengths. c. Moisture-density and relative density tests on fill and backfill materials. d. In-place field density tests on fill and backfill materials. e. Other materials and equipment at the discretion of the Owner 1. Costs Not Included in the Inspecting and Testing Allowances Unless Otherwise Specified: a. Costs of incidental labor and facilities required to assist inspecting or testing agency. b. Costs of testing services used by Contractor separate from Contract Document requirements. c. Testing necessary to satisfy Contractor's internal quality control procedures. d. Costs of testing services for concrete materials and mix designs. e. Costs of testing services for fill and backfill materials. f. Tests and engineering data required for Engineer's review of materials and equipment proposed to be used in the Work. g. Costs of retesting upon failure of previous tests as determined by Engineer. 2. Payment Procedures: a. Submit one copy of the inspecting or testing firm's invoice with next application for payment. b. Pay invoice on approval by Engineer. c. Differences in cost will be adjusted by Change Order. E. ALLOWANCE SCHEDULE 1. Spray Feature: Include the stipulated sum of$160,000 for purchase and delivery of spray features as defined in Specification 13 14 20—WATER SPRAY FEATURES. 2. Inspecting and Testing Allowance: Include the sum of$15,000 for payment of inspecting and testing services in Section 01 4100. O1 23 00 ALTERNATIVES A. Alternatives quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option.Accepted alternatives will be identified in the Owner-Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each alternative. 115 C. Schedule of Alternatives: 1. Alternate#1: Repointing and Reinforcement of South Restroom Wing El. 1. Base Bid: Includes no scope related to repointing or reinforcement of veneer. 2. Alternate Bid: See Detail 2-A201 for scope of alternate bid. 2. Alternate#2: Mini Split System Serving Party and Guard Room 1. Base Bid: Includes exhaust fan only. 2. Alternate Bid: Provide ductless split system and scope as described in Detail 1-M 101. 3. Alternate#3: Limestone Form Liner for Retaining Wall 1. Base Bid: Includes standard formed concrete for retaining wall. 2. Alternate Bid: Construct wall with patterned form liner. See Detail 7-L103 for scope of alternate bid. 4. Alternate#4: Replace main drain pipe located beneath pool floor 1. Base Bid: Pressure test pipe located beneath pool structure,once piping demolition is complete. 2. Alternate Bid: Sawcut and remove pool floor,remove and replace main drain pipe and provide concrete replacement. See Drawing SP-PM 1 and Detail B-SP-P7 for pool floor repair. 01 25 00 SUBSTITUTION PROCEDURES A. Substitution Request for products,assemblies,materials,and equipment constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product,equipment,assembly,or system. 2. Agrees to provide the same warranty for the substitution as for the specified product. 3. Agrees to coordinate installation and make changes to other work that may be required for the work to be complete,with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents.Burden of proof is on proposer. C. Content: Include information necessary for tracking the status of each Substitution Request,and information necessary to provide an actionable response. D. Limit each request to a single proposed substitution item. 01 31 00 JOB SITE ADMINISTRATION A. The Contractor,or a duly authorized tepresentative to act for the Contractor,shall continually be present at the site of the work,whenever construction activities are underway,for the duration of this project. B. The Contractor shall designate,in writing,the duly authorized representative(s)at the preconstruction meeting. The duly authorized representative(s)will be the official liaison between the Owner and Contractor regarding the signing of pay estimates,change orders,workday reports and other forms necessary for communication and project status inquiries. Upon project commencement,the Owner shall be notified,in writing,within five(5)working days of any 116 changes in the Contractor's representative(s). 01 32 00 CONSTRUCTION SCHEDULE A. General: The Contractor shall prepare and maintain a construction schedule for the duration of the project. B. Baseline Schedule: The Contractor shall prepare a baseline schedule to be presented to the Owner for review at the pre-construction meeting. The baseline construction schedule shall be in a form approved by the Owner and shall include at least the following information for each significant work item during each phase of the project. 1. Beginning date of Project. 2. Ending date of Project. 3. Beginning Date of Each Phase. 4. Completion Date of Each Phase. 5. Scheduled percentage of completion at the end of each calendar month. 6. Scheduled percentage complete for each phase at the end of each calendar month. The Owner will review the proposed progress schedule,and may require the Contractor to revise the same if,in the Owner's judgment,revisions are required to provide for completion of the project within the Contract Time. C. Phased Construction of Restrooms: Contractor shall phase construction of the restrooms in order to maintain patron access to restrooms during construction. Contractor shall demo and reconstruct community center bathrooms only during a time period that the outdoor pool restrooms can be utilized(during the months of April through September). The time period that the community center bathrooms are unavailable to the public shall be limited in time and coordinated with the Owner in advance of disruptions. Contractor to provide sufficient notice at any point where schedule or construction activities prohibit patron access to all restrooms so the owner can provide alternate accommodations. D. Schedule Updates: In addition to submitting a baseline project schedule,the Contractor shall update the project schedule prior to each monthly construction progress meeting. The updated schedule shall show the original baseline schedule,the actual work progress and the estimated completion of each significant work item for each phase of the project. The updated schedule shall be distributed to the City at each progress meeting. E. Payment: No direct payment shall be made. 01 33 00 SUBMITTALS 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. 5. Design data. 6. Certificates. 7. Test reports. 8. Inspection reports. 9. Manufacturer's instructions. 10. Manufacturer's field reports. 11. Other types indicated. B. Contractor shall include Manufacturer's Certification for BABAA requirements with all applicable submittals. 117 Review of shop drawings/submittals will include review of BABAA documentation by Engineer/Owner. C. Submit to Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. D. Samples will be reviewed only for aesthetic,color,or finish selection. E. After review,provide copies and distribute in accordance with Submittal Procedures article below and for record documents purposes. F. Testing Agency Qualifications: 1. Prior to start of Work,submit agency name,address,and telephone number,and names of full time registered Engineer and responsible officer of the testing agency proposed for acceptance by Engineer and Owner. G. Design Data: Submit for Engineer's knowledge as contract administrator or for the Owner,for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. H. Test Reports:After each test/inspection,promptly submit two copies of report to Engineer and to Contractor. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. i. Results of test/inspection. j. Compliance with Contract Documents. k. When requested by Engineer,provide interpretation of results. 2. Test reports are submitted for Engineer's knowledge as contract administrator or for the Owner,for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. I. Certificates:When specified in individual specification sections,submit certification by the manufacturer and Contractor or installation/application subcontractor to Engineer,in quantities specified for Product Data. 1. Indicate material or product complies with or exceeds specified requirements. Submit supporting reference data,affidavits,and certifications as appropriate. 2. Certificates may be recent or previous test results on material or product,but must be acceptable to Engineer. J. Manufacturer's Instructions:When specified in individual specification sections,submit printed instructions for delivery,storage,assembly,installation,start-up,adjusting,and finishing,for the Owner's information.Indicate special procedures,perimeter conditions requiring special attention,and special environmental criteria required for application or installation. K Manufacturer's Field Reports: Submit reports for Engineer's benefit as contract administrator or for Owner. 1. Submit report in duplicate within 30 days of observation to Engineer forinformation. 2. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 118 L. Erection Drawings: Submit drawings for Engineer's benefit as contract administrator or for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 2. Data indicating inappropriate or unacceptable Work may be subject to action by Engineer or Owner. 01 40 00 COORDINATION: A. All construction activities shall be coordinated with adjacent property owners affected by construction of the project to assure access to their properties. B. The Contractor will be responsible for notifying the Resident Project Representative in writing of the dates when construction will begin and end. The City will notify the school district, fire,and police departments, and the local newspapers. C. The Contractor shall be responsible for obtaining all necessary permits, and paying for any and all inspection and permit fees as required by the City. D. Project Coordination Meetings: In addition to the above said coordination responsibilities,the Contractor shall attend construction progress meetings with the Resident Project Representative on a monthly basis (at a minimum). Additional meetings may be held as needed. No direct payment will be made for this item but shall be considered subsidiary to other bid items. 1. Attendance Required: Job superintendent,major Subcontractors and suppliers,Owner, 1. Engineer,as appropriate to agenda topics for each meeting. 2. Agenda: i. Review minutes of previous meetings. ii. Review of Work progress. iii.Field observations,problems,and decisions. iv. Identification of problems that impede,or will impede,planned progress. v. Review of submittals schedule and status of submittals. vi. Maintenance of progress schedule. vii. Corrective measures to regain projected schedules. viii. Planned progress during succeeding work period. ix. Maintenance of quality and work standards. x. Effect of proposed changes on progress schedule and coordination. xi. Other business relating to Work. c.Record minutes and distribute copies within two days after meeting to participants,with two copies to Engineer,Owner,participants,and those affected by decisions made. E. The Contractor shall coordinate his/her work to ensure that the Work is complete and to ensure efficient and orderly sequence of installation of construction elements. F. In the event certain parts of work are assigned to subcontractors,the Contractor shall be responsible to ensure each subcontractor completes work and that all interfaces between trades are properly addressed. All subcontractors shall also coordinate their work with the Owner through the Contractor. G. The Contractor is solely responsible for all Assignments of Work among subcontractors. H. The Contractor shall be responsible for assigning and coordinating work and ensuring that suppliers and installers are familiar with all requirements in Contract Documents relating to each item of work, regardless of location of 119 information in Contract Documents. 01 41 00 TESTING LABORATORY SERVICES AND THIRD PARTY OBSERVATION A. Contractor shall employ and pay for services of an independent testing agency to perform specified testing; payment for cost of services will be derived from allowance specified in Section 01 21 00;see Section 01 21 00 and applicable sections for description of services included in allowance. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. C. Contractor Employed Agency: 1. Laboratory Staff: Maintain a full-time registered Engineer on staff to review services. 2. Testing Equipment:Calibrated at reasonable intervals either by NIST or using an NIST established Measurement Assurance Program,under a laboratory measurement quality assurance program. D. Observation of Excavation Activities: Related to grant funding for the project,all excavation shall be observed by a third-party archeologist/environmental site consultant contracted by the Owner. Contractor shall provide a consolidated schedule of excavation activities and shall schedule the onsite observation with the contracted third- party. Provide notice of intent to excavate in advance of performing excavation. 01 60 00 PRODUCT REQUIREMENTS A. NEW PRODUCTS 1. Provide new products unless specifically required or permitted by Contract Documents. 2. Motors: Specific motor type is specified in individual specification sections. 3. Wiring Terminations:Provide terminal lugs to match branch circuit conductor quantities,sizes,and materials indicated. Size terminal lugs to NFPA 70,include lugs for terminal box. 4. Cord and Plug:Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system.Cord of longer length is specified in individual specification sections. B. PRODUCT OPTIONS 1. Products Specified by Reference Standards or by Description Only:Use any product meeting those standards or description. 2. Products Specified by Naming One or More Manufacturers:Use a product of one of the manufacture's named and meeting specifications,no options or substitutions allowed. 3. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. C. MAINTENANCE MATERIALS 1. Furnish extra materials,spare parts,tools,and software of types and in quantities specified in individual specification sections. 2. Deliver to Project site;obtain receipt prior to final payment. 01 70 00 EXECUTION AND CLOSEOUT REOUIREMENTS A. SECTION INCLUDES 1. Examination,preparation,and general installation procedures. 2. Cutting and patching. 120 3. Surveying for laying out the work. 4. Cleaning and protection. 5. Starting of systems and equipment. 6. Water loss testing. 7. Demonstration and instruction to Owner personnel. 8. Operation. 9. Winterization requirements. 10. Closeout procedures,including Contractor's Correction Punch List,except payment procedures. B. RELATED REQUIREMENTS 1. Administrative Requirements: Submittals procedures,Electronic document submittal service. 2. Quality Requirements: Testing and inspection procedures. 3. Temporary Facilities and Controls:Temporary exterior enclosures. 4. Closeout Submittals:Project record documents,operation and maintenance data,warranties,and bonds. C. QUALIFICATIONS 1. For surveying work,employ a land surveyor registered in the State in which the Project is located and acceptable to Engineer. Submit evidence of surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate.Employ only individual(s)trained and experienced in collecting and recording accurate data relevant to ongoing construction activities, 2. For design of temporary shoring and bracing,employ a Professional Engineer experienced in design of this type of work and licensed in the State in which the Project is located. D. PROJECT CONDITIONS 1. Grade site to drain.Maintain excavations free of water. Provide,operate,and maintain pumping equipment. 2. Protect site from puddling or running water.Provide water barriers as required to protect site from soil erosion. 3. Ventilate enclosed areas to assist cure of materials,to dissipate humidity,and to prevent accumulation of dust,fumes,vapors,or gases. 4. Dust Control:Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. 5. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills,from borrow and waste disposal areas.Prevent erosion and sedimentation. 6. Minimize amount of bare soil exposed at one time. 7. Provide temporary measures such as berms,dikes,and drains,to prevent water flow. 8. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 9. Periodically inspect earthwork to detect evidence of erosion and sedimentation;promptly apply corrective measures. 10. Noise Control: 11. Take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours.All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. 12. During construction activities on or adjacent to occupied buildings,and when appropriate,erect screens 121 or barriers effective in reducing noise in the building and conduct operations to avoid unnecessary noise which might interfere with the activities of building occupants 13. Pollution Control:Provide methods,means,and facilities to prevent contamination of soil,water,and atmosphere from discharge of noxious,toxic substances,and pollutants produced by construction operations. Comply with federal,state,and local regulations. E. COORDINATION 1. Coordinate scheduling,submittals,and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements,with provisions for accommodating items installed later. 2. Notify affected utility companies and comply with their requirements.All construction activities shall be coordinated with all utility owners and the City of Riverside. 3. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities.Coordinate work of various sections having interdependent responsibilities for installing,connecting to,and placing in service, such equipment. 4. Coordinate space requirements,supports,and installation of mechanical and electrical work that are indicated diagrammatically on drawings.Follow routing indicated for pipes,ducts,and conduit,as closely as practicable;place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations,for maintenance,and for repairs. 5. In finished areas except as otherwise indicated,conceal pipes,ducts,and wiring within the construction.Coordinate locations of fixtures and outlets with finish elements. 6. Coordinate completion and clean-up of work of separate sections. 7. After Owner occupancy of premises,coordinate access to site for correction of defective work and work not in accordance with Contract Documents,to minimize disruption of Owner's activities. F. PATCHING MATERIALS 1. New Materials: As specified in product sections;match existing products and work for patching and extending work. 2. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary,referring to existing work as a standard. 3. Product Substitution: For any proposed change in materials,submit request for substitution described in Section 01 60 00-Product Requirements. G. EXAMINATION 1. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. 2. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. 3. Examine and verify specific conditions described in individual specification sections. 4. Take field measurements before confirming product orders or beginning fabrication,to minimize waste due to over-ordering or fabrication errors. 5. Verify that utility services are available,of the correct characteristics,and in the correct locations. 6. Prior to Cutting: Examine existing conditions prior to commencing work,including elements subject to damage or movement during cutting and patching.After uncovering existing work,assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 122 H. PREPARATION 1. Clean substrate surfaces prior to applying next material or substance. 2. Seal cracks or openings of substrate prior to applying next material or substance. 3. Apply manufacturer required or recommended substrate primer,sealer,or conditioner prior to applying any new material or substance in contact or bond. I. PREINSTALLATION MEETINGS 1. When required in individual specification sections,convene a preinstallation meeting at the site prior to commencing work of the section. 2. Require attendance of parties directly affecting,or affected by,work of the specific section. 3. Notify Engineer four days in advance of meeting date. 4. Prepare agenda and preside at meeting: 5. Review conditions of examination,preparation and installation procedures. 6. Review coordination with related work. 7. Record minutes and distribute copies within two days after meeting to participants,with two copies to Engineer,Owner,participants,and those affected by decisions made. J. LAYING OUT THE WORK 1. Verify locations of survey control points prior to starting work. 2. Promptly notify Engineer of any discrepancies discovered. 3. Contractor shall locate and protect survey control and reference points. 4. Control datum for survey is that indicated on drawings. 5. Protect survey control points prior to starting site work;preserve permanent reference points during construction. 6. Promptly report to Engineer the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. 7. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Engineer. Contractor shall be responsible for the resulting expense and any mistakes caused by loss or disturbance of survey control points. 8. Utilize recognized engineering survey practices. 9. Establish elevations,lines and levels. Locate and lay out by instrumentation and similar appropriate means: 10. Site improvements including pavements;stakes for grading,fill and topsoil placement; utility locations,slopes,and invert elevations. 11. Grid or axis for structures. 12. Building foundation,column locations,ground floor elevations, and other structures. 13. Periodically verify layouts by same means. 14. Maintain a complete and accurate log of control and survey work as it progresses. K. GENERAL INSTALLATION REQUIREMENTS 1. Install products as specified in individual sections,in accordance with manufacturer's instructions and recommendations,to avoid waste due to necessity for replacement. 2. Make vertical elements plumb and horizontal elements level,unless otherwise indicated. 3. Install equipment and fittings plumb and level,neatly aligned with adjacent vertical and horizontal lines,unless otherwise indicated. 123 4. Make consistent texture on surfaces,with seamless transitions,unless otherwise indicated. 5. Make neat transitions between different surfaces,maintaining texture and appearance. L. CUTTING AND PATCHING 1. Whenever possible,execute the work by methods that avoid cutting or patching. 2. Perform whatever cutting and patching is necessary to: a. Complete the work. b. Fit products together to integrate with other work. c. Provide openings for penetration of mechanical,electrical,and other services. d. Match work that has been cut to adjacent work. e. Repair areas adjacent to cuts to required condition. f. Repair new work damaged by subsequent work. g. Remove samples of installed work for testing when requested. h. Remove and replace defective and non-complying work. 3. Execute cutting and patching including excavation and fill to complete the work,to uncover work to install improperly sequenced work,to remove and replace defective or non-conforming work,to remove samples of installed work for testing when requested,to provide openings in the work for penetration of mechanical and electrical work,to execute patching to complement adjacent work,and to fit Products together to integrate with other work. 4. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work,minimize damage and restore to original condition. 5. Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements,and sight exposed surfaces. 6. Cut rigid materials using masonry saw or core drill.Pneumatic tools not allowed without prior approval. 7. Restore work with new products in accordance with requirements of Contract Documents. 8. Fit work airtight to pipes,sleeves,ducts,conduit,and other penetrations through surfaces. 9. At penetrations of fire rated walls,partitions,ceiling,or floor construction,completely seal voids with fire rated material,to full thickness of the penetrated element. 10. Patching: 11. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly,refinish entire unit. 12. Match color,texture,and appearance. 13. Repair patched surfaces that are damaged,lifted,discolored,or showing other imperfections due to patching work.If defects are due to condition of substrate,repair substrate prior to repairing finish. 14. Refinish surfaces to match adjacent finish.For continuous surfaces,refinish to nearest intersection or natural break. For an assembly,refinish entire unit. 15. Make neat transitions.Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing,perform a smooth and even transition. M. PROGRESS CLEANING 1. Maintain areas free of waste materials,debris,and rubbish.Maintain site in a clean and orderly condition,including the removal of earth and debris from streets and roads that resulted from the Contractor's activity. 2. Remove debris and rubbish from pipe chases,plenums,attics,crawl spaces,and other closed or remote spaces,prior to enclosing the space. 3. Broom and vacuum clean interior areas prior to start of surface finishing,and continue cleaning to 124 eliminate dust. 4. Collect and remove waste materials,debris,and trash/rubbish from site periodically and dispose off- site;do not burn or bury. 5. The Contractor shall restore any adjacent disturbed areas to the condition existing before work began as a minimum. N. PROTECTION OF INSTALLED WORK 1. Protect installed work from damage by construction operations. 2. Provide special protection where specified in individual specification sections. 3. Provide temporary and removable protection for installed products.Control activity in immediate work area to prevent damage. 4. Provide protective coverings at walls,projections,jambs,sills,and soffits of openings. 5. Protect finished floors,stairs,and other surfaces from traffic,dirt,wear,damage,or movement of heavy objects,by protecting with durable sheet materials. 6. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. 7. Remove protective coverings when no longer needed;reuse or recycle coverings if possible. O. SYSTEM STARTUP a. Coordinate schedule for start-up of various equipment and systems. b. Notify Engineer and Owner seven days prior to start-up of each item. c. Verify that each piece of equipment or system has been checked for proper lubrication,drive rotation,belt tension,control sequence,and for conditions that may cause damage. d. Verify tests,meter readings,and specified electrical characteristics agree with those required by the equipment or system manufacturer. e. Verify that wiring and support components for equipment are complete and tested. f. Execute start-up under supervision of applicable Contractor personnel and manufacturer's ieplebentative in accordance with manufacturers'instructions. g. When specified in individual specification Sections,require manufacturer to provide authorized representative to be present at site to inspect,check,and approve equipment or system installation prior to start-up,and to supervise placing equipment or system in operation. i. Submit a written report that equipment or system has been properly installed and is functioning correctly. P. WATER LOSS TESTING 1. After the pool has been filled and is operational,perform a water loss test on all water holding structures(pool basins,surge pits,backwash pits,etc...)and piping systems. All testing shall be performed in company with the Owner and/or Engineer. 2. Testing procedures shall be as follows: a. Run the pool recirculation system as well as all water feature systems under normal operating conditions. b. Where exposed for viewing,check all water holding structures and piping systems for visible leaks. Report any leaks along with recommended repair procedures to the Engineer for review and approval. Upon approval,make the necessary repairs. c. Turn off all pool water make-up systems. d. Verify the water level in the surge tank is at normal operating level.Measure and record the 125 surge tank water level from the top of the pit down to water level. e. Place a five-gallon bucket within the pool structure on level ground(this could be on a step or on the pool bottom). f. Fill the bucket with water to the exact level of the surrounding pool water. g. Mark the inside and outside of the bucket with a permanent marker at the water level. h. Run the pool recirculation system as well as all water feature systems under normal operating conditions for a 24-hour period with the bucket in place. i. After 24-hours,measure and record the surge tank water level from the top of the pit down to water level. Compare the results of the water level with that taken at the start of testing. Report these values to the Engineer for review.A substantial difference in these values indicate water loss. j. Compare the water level in the bucket with the pool water level.Report these values to the Engineer. If the water level in the bucket and the pool water level are the same and the surge tank measurements above are not substantially different,then the test passed. If the pool water level is below the level of the water in the bucket,the test failed and a leak is present. 3. Repeat the above steps with the recirculation system and water feature systems turned off.Report all measurements to the Engineer. If the difference between the level of water in the bucket and the level of the pool water is less than that measured with the recirculation system on,then the leak is likely in the recirculation system. If the difference between the level of water in the bucket and the level of the pool water is the same as that measured with the recirculation system on,then the leak is most likely in the pool structure. 4. If testing indicates water loss or leakage,locate the source of water loss and report the source(s)and recommended repair procedures to the Engineer for review and approval.Once the repair procedures are approved,make the necessary repairs and perform the water loss testing procedures again. Q. DEMONSTRATION AND INSTRUCTION 1. Demonstrate start-up,operation,control,adjustment,trouble-shooting,servicing,maintenance,and shutdown of each item of equipment at scheduled time,at equipment location. 2. Provide a qualified person who is knowledgeable about the Project to perform demonstration and instruction of Owner's personnel. R. OPERATION 1. For a period of 15 days after substantial completion,operate the pool recirculation,filtration,and chemical feed systems. 2. Operation shall include,but not necessarily limited to,the following: 3. Operation of the pool recirculation systems. 4. Backwashing the filters when required. 5. Maintaining appropriate levels of free available chlorine in the pool at all times. 6. Adjusting the pool water chemistry to maintain ideal water balance conditions.This includes monitoring and adjusting total alkalinity,calcium hardness,and pH. 7. Operation of all recirculation and feature pumps including adjusting flows as required for each system. 8. Maintain appropriate operating records. 9. After substantial completion,routine pool maintenance(e.g. vacuuming the pool,cleaning the pool decks,cleaning the bathhouse,etc...),will be the responsibility of the Owner. 10. The Owner will be responsible for verifying the pool water chemistry to ensure it is appropriate during all times the facility is in use. S. WINTERIZATION 1. Provide a qualified person who is knowledgeable about the Project to perform winterization and 126 instruction of owner personnel. 2. Winterize the facility for the first season and instruct the Owner's personnel on the winterization of all equipment and piping systems.Provide written instructions on winterizing all facilities,including pools and bathhouse,and provide training of staff on winterizing procedures. T. ADJUSTING 1. Adjust operating products and equipment to ensure smooth and unhindered operation. U. FINAL CLEANING 1. Use cleaning materials that are nonhazardous. 2. Clean interior and exterior glass,surfaces exposed to view;remove temporary labels,stains and foreign substances,polish transparent and glossy surfaces,vacuum carpeted and soft surfaces. 3. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. 4. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. 5. Clean filters of operating equipment. 6. Clean debris from roofs,gutters,downspouts,scuppers,overflow drains,area drains,drainage systems,etc.... 7. Clean site;sweep paved areas,rake clean landscaped surfaces. 8. Remove waste,surplus materials,trash/rubbish,and construction facilities from the site;dispose of in legal manner;do not burn or bury. V. CLOSEOUT PROCEDURES 1. Make submittals that are required by governing or other authorities. 2. Accompany Engineer and Owner on preliminary inspection to determine items to be listed for completion or correction in the Contractor's Correction Punch List for Contractor's Notice of Substantial Completion. 3. Notify Engineer when work is considered ready for Engineer's Substantial Completion inspection. 4. Submit written certification containing Contractor's Correction Punch List,that Contract Documents have been reviewed,work has been inspected,and that work is complete in accordance with Contract Documents and ready for Engineer's Substantial Completion inspection. 5. Conduct Substantial Completion inspection and create Final Correction Punch List containing Engineer's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Engineer. 6. Correct items of work listed in Final Correction Punch List and comply with requirements for access to Owner-occupied areas. 7. Complete items of work determined by Engineer listed in executed Certificate of Substantial Completion. 01 71 10 CLOSEOUT SUBMITTALS A. SECTION INCLUDES 1. 'Project Record Documents. 2. Operation and Maintenance Data. 3. Warranties and bonds. 127 B. RELATED SECTIONS 1. Conditions of the Contract:Performance bond and labor and material payment bonds,maintenance bond,warranty,and correction of work. 2. Administrative Requirements: Submittals procedures,shop drawings,product data,and samples. 3. Execution Requirements:Contract closeout procedures. 4. Individual Product Sections: Specific requirements for operation and maintenance data. 5. Individual Product Sections:Warranties required for specific products or Work. C. SUBMITTALS 1. Project Record Documents: Submit documents to Engineer with claim for final Application for Payment. 2. Operation and Maintenance Data: a. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work.Engineer will review draft and return one copy with comments. b. For equipment,or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. c. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection,with Engineer's comments.Revise content of all document sets as required prior to final submission. d. Submit two sets of revised final documents in final form within 10 days after final inspection. 3. Warranties and Bonds: a. For equipment or component parts of equipment put into service during construction with Owner's permission,submit documents within 10 days after acceptance. b. Make other submittals within 10 days after Date of Substantial Completion,prior to final Application for Payment. c. 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. D. PROJECT RECORD DOCUMENTS 1. Maintain on site one set of the following record documents;record actual revisions to the Work: a. Drawings. b. Specifications. c. Addenda. d. Change Orders and other modifications to the Contract. e. Reviewed shop drawings,product data,and samples. f. Manufacturer's instruction for assembly,installation,and adjusting. 2. Ensure entries are complete and accurate,enabling future reference by Owner. 3. Store record documents separate from documents used for construction. 4. Record information concurrent with construction progress. 5. Specifications: Legibly mark and record,at each product section,description of actual products installed,including the following: a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. c. Changes made by Addenda and modifications. 6. Record Drawings and Shop Drawings:Legibly mark each item to record actual construction including: a. Measured horizontal and vertical locations of underground utilities and appurtenances, 128 referenced to permanent surface improvements. b. Measured locations of internal utilities and appurtenances concealed in construction,referenced to visible and accessible features of the Work. c. Field changes of dimension and detail. d. Details not on original Contract drawings. E. OPERATION AND MAINTENANCE DATA 1. For Each Product or System: List names,addresses and telephone numbers of Subcontractors and suppliers,including local source of supplies and replacement parts. 2. Product Data: Mark each sheet to clearly identify specific products and component parts,and data applicable to installation.Delete inapplicable information. 3. 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. 4. Typed Text: As required to supplement product data.Provide logical sequence of instructions for each procedure,incorporating manufacturer's instructions. F. OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES 1. For Each Product,Applied Material,and Finish: a. Product data,with catalog number,size,composition,and color and texture designation. b. Information for re-ordering custom manufactured products. 2. 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. 3. 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. 4. Additional information as specified in individual product specification sections. 5. Provide a listing in Table of Contents for design data,with tabbed fly sheet,and space for insertion of data. G. OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS 1. For Each Item of Equipment and Each System: a. Description of unit or system,and component parts. b. Identify function,normal operating characteristics,and limiting conditions. c. Include performance curves,with engineering data and tests. d. Complete nomenclature and model number of replaceable parts. 2. Operating Procedures: Include start-up,break-in,and routine normal operating instructions and sequences. Include regulation,control,stopping,shutdown,and emergency instructions. Include summer,winter,and any special operating instructions. 3. 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. 4. Provide servicing and lubrication schedule,and list of lubricants required. 5. Include manufacturer's printed operation and maintenance instructions. 6. Include sequence of operation by controls manufacturer. 7. Provide original manufacturer's parts list,illustrations,assembly drawings, and diagrams required for maintenance. 129 8. Provide list of original manufacturer's spare parts,current prices,and recommended quantities to be maintained in storage. 9. Additional Requirements:As specified in individual product specification sections. H. OPERATION AND MAINTENANCE MANUALS 1. Prepare instructions and data by personnel experienced in maintenance and operation ofdescribed products. Provide printed and electronic copies in the form of pdf files. 2. Prepare data in the form of an instructional manual. 3. Binders:Commercial quality,8-1/2 x 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. 4. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS;identify title of Project;identify subject matter of contents. 5. Provide tabbed dividers for each separate product and system,with typed description of product and major component parts of equipment. 6. Text: Manufacturer's printed data,or typewritten data on 20 pound paper. 7. Drawings: Provide with reinforced punched binder tab.Bind in with text; fold larger drawings to size of text pages. 8. Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual. 9. Contents: Prepare a Table of Contents for each volume,with each product or system description identified,in three parts as follows: a. Part 1: Directory,listing names,addresses,and telephone numbers of Engineer,Contractor, Subcontractors,and major equipment suppliers. b. Part 2:Operation and maintenance instructions,arranged by systems and subdivided by specification section.For each category,identify names,addresses,and telephone numbers of Subcontractors and suppliers. Identify the following: i. List of equipment. ii. Parts list for each component. iii. Operating instructions. iv. Maintenance instructions for equipment and systems. v. Maintenance instructions for special finishes,including recommended cleaning methods and materials,and special precautions identifying detrimental agents. 10. Table of Contents:Provide title of Project;names,addresses,and telephone numbers of Engineer, Consultants,and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. I. WARRANTIES AND BONDS 1. Obtain warranties and bonds,executed in duplicate by responsible Subcontractors,suppliers,and manufacturers,within ten 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. 2. Verify that documents are in proper form,contain full information,and are notarized. 3. Co-execute submittals when required. 4. Retain warranties and bonds until time specified for submittal. 130 SECTION 2 - TECHNICAL SPECIFICATIONS 112 Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 00 01 03 WEAD CERTIFICATIONS PAGE Project Name: Riverside Pool and Restroom Improvements I hereby certify that the following engineering documents were prepared by me or under my direct supervision and that I am a duly licensed Professional Engineer under the laws of the State of Missouri. Specifications covered by this seal: Division 02: 02 41 00 Division 03: 03 30 05 Division 05: 05 43 00, 05 45 00 Division 07: 07 90 10 Division 09: 09 96 10 Division 13: 13 11 14, 13 11 15, 13 11 18, 13 11 55, 13 11 63, 13 11 65, 13 11 70, 13 11 72, 13 11 85, 13 11 87, 13 11 90, 13 11 92, 13 11 94, 13 14 20, 13 31 51 Division 14: 14 96 50 Division 31: 31 22 00, 31 23 16, 31 23 23 Division 32: 32 12 16, 32 17 00, 32 17 10, 32 31 19, 32 92 21, 32 92 23 Division 33: 33 41 00 ,%%%%%%%%%%%%%%% = F MI NI Engineer's Name: Jeff Bartley i* BARTLEY *0 Date: 02/02/24 "ti NUMBER ai Certification Number: 2001020800 �0 PE-2001020800 4)0 License Expiration Date: 12/31/2025 ��l�t�s, 02' v1 � ' ONAL END OF SECTION 00 01 03 02-02-24- Construction Documents WEAD CERTIFICATIONS PAGE 00 01 03 -1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 00 01 04 LANDSCAPE ARCHITECT CERTIFICATIONS PAGE Project Name: Riverside Pool and Restroom Improvements I hereby certify that the following engineering documents were prepared by me or under my direct supervision and that I am a duly licensed Professional Landscape Architect under the laws of the State of Missouri. Specifications covered by this seal: ►e Division 32: 32 13 16, 32 18 13. 32 91 13, 32 93 00 r;ci. • ; ► s Landscape Architect's Name: Erica Mae Flad * • �7 - '�\N # Date: 02/02/24 kmen,r , o Certification Number: LA-2010000196 LA• 11M01111 License Expiration Date: NA !ow., (Seal) E Ag�� !" END OF SECTION 00 01 04 02-02-24- Construction Documents LANDSCAPE ARCHITECT CERTIFICATIONS PAGE 00 01 04 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 00 01 06 ARCHITECT CERTIFICATIONS PAGE Project Name: __Riverside Pool and Restroom Improvements I hereby certify that the following engineering documents were prepared by me or under my direct supervision and that I am a Registered Architect under the laws of the State of Missouri. Specifications covered by this seal: 0,+i""<<<,; Division 08: 08 71 00 O� O .Al Division F'• � = . Architect's Name: Brian L. Garvey BRIAN L_ %.71 Date: 02/02/24 _* : GAR ' : _ TNIBER • Certification Number: A-2010008921 - •• 2 • License Expiration Date: 12.31.2024 2,01 (Seal) END OF SECTION 00 01 06 02-02-24- Construction Documents ARCHITECT CERTIFICATIONS PAGE 00 01 06 -1- TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 02 - EXISTING CONDITIONS 02 41 00 DEMOLITION DIVISION 03 -CONCRETE 03 30 05 CAST-IN-PLACE CONCRETE DIVISION 05 - METALS 05 43 00 SLOTTED CHANNEL FRAMING (STRUT SYSTEMS) 05 45 00 ANCHORS FOR CONCRETE AND MASONRY DIVISION 07 -THERMAL AND MOISTURE PROTECTION 07 90 10 JOINT SEALERS FOR POOLS AND DECKS DIVISION 08—OPENINGS 08 71 00 DOOR HARDWARE DIVISION 09 -FINISHES 09 96 10 COATINGS FOR POOLS DIVISION 13 -SPECIAL CONSTRUCTION 13 11 14 WATERSTOP FOR POOLS 13 11 15 CAST-IN-PLACE CONCRETE FOR POOLS 13 11 18 POOLS- SHOTCRETE 13 11 55 POOL ACCESSORIES 13 11 63 MISC. METALS FOR POOLS 13 11 65 POOLS-ALT. TREAD METAL STAIRS 13 11 70 PVC FABRICATIONS FOR POOLS 13 11 72 FRP FABRICATIONS FOR POOLS 13 11 85 POOL EQUIPMENT 13 11 87 POOL CHEMICAL CONTROLLER 1311 90 POOL PIPING, VALVES, AND RELATED ITEMS 13 11 92 PLUMBING SPECIALTIES FOR POOLS 13 11 94 SPLASH PAD MECHANICAL IDENTIFICATION 13 14 20 WATER SPRAY FEATURES 13 31 51 SHADE STRUCTURES DIVISION 14 - CONVEYING EQUIPMENT 14 96 50 HOISTS 21-529 TABLE OF CONTENTS Page 1 Riverside, MO - Pool & Restroom Improvements 02/02/202 DIVISION 31 -EARTHWORK 31 22 00 GRADING 31 23 16 EXCAVATION 31 23 23 POOL FILL AND BACKFILL DIVISION 32 -EXTERIOR IMPROVEMENTS 32 12 16 ASPHALT PAVING 32 13 16 DECORATIVE CONCRETE PAVING 32 17 00 PAVEMENT MARKINGS 32 17 10 PARKING WHEEL STOPS 32 18 13 SYNTHETIC GRASS SURFACING 32 31 19 DECORATIVE METAL FENCING (ALUMINUM) 32 91 13 SOIL PREPARATION 32 92 21 SEEDING 32 92 23 SODDING 32 93 00 PLANTS DIVISION 33 -UTILITIES 33 41 00 SUBDRAINAGE FOR POOLS 21-529 TABLE OF CONTENTS Page 2 Riverside, MO- Pool &Restroom Improvements 02/02/202 Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 02 41 00 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Building demolition excluding removal of hazardous materials and toxic substances. B. Selective demolition of built site elements. C. Selective demolition of building elements for alteration purposes. D. Abandonment and removal of existing utilities and utility structures. 1.02 RELATED REQUIREMENTS A. Section 01 10 00- Summary: Limitations on Contractor's use of site and premises. B. Section 01 50 00-Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. 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. D. Section 31 23 23- Pool Fill and Backfill: Fill material for filling holes, pits, and excavations generated as a result of removal operations. 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. C. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. PART 2 PRODUCTS--NOT USED PART 3 EXECUTION 3.01 SCOPE A. Remove other items indicated, for salvage and relocation. B. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill; compact fill as specified in Section 31 23 23. C. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill; compact fill as required so that required rough grade elevations do not subside within one year after completion. 3.02 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. 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. 02-02-24- Construction Documents DEMOLITION 02 41 00-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 7. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from Owner. C. 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. 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without at least 3 days prior written notification to Owner. F. Locate and mark utilities to remain; mark using highly visible tags or flags,with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities. 3.04 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 indicated. 2. Report discrepancies to Engineer 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. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Verify that abandoned services serve only abandoned facilities before removal. 4. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification. D. 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. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris,junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. 02-02-24- Construction Documents DEMOLITION 02 41 00-2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION 02 41 00 02-02-24- Construction Documents DEMOLITION 02 41 00-3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 03 30 05 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Concrete for pool decks and building structures. B. Concrete formwork. C. Elevated concrete slabs. D. Floors and slabs on grade. E. Concrete reinforcement. F. Joint devices associated with concrete work. G. Miscellaneous concrete elements, including equipment pads, light pole bases, flagpole bases, thrust blocks, and manholes. H. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 07 90 10 - Joint Sealers for Pools and Decks: Sealants for saw cut joints and isolation joints in slabs. 1.03 REFERENCE STANDARDS A. ACI 117- Standard Specifications for Tolerances for Concrete Construction and Materials; American Concrete Institute International (except as modified by more stringent requirements in the project specifications and/or drawings); 2010. B. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; American Concrete Institute International; 1991 (Reapproved 2002). C. ACI 224R-Control of Cracking in Concrete Structures; 2001. D. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2010. E. ACI 302.1R -Guide for Concrete Floor and Slab Construction; American Concrete Institute International; 2004 (errata 2007). F. ACI 304R- Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. G. ACI 304.2R - Placing Concrete by Pumping Methods; 1991. H. ACI 308R- Guide to Curing Concrete; American Concrete Institute International; 2001 (Reapproved 2008). I. ACI 309R- Guide for Consolidation of Concrete; American Concrete Institute International; 1987. J. ACI 318- Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International; 2011. K. ASTM A615/A615M -Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement; 2012. L. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 1999a. M. ASTM C 31 - Making and Curing Concrete Test Specimens in the Field; 2000. N. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2011 a. O. ASTM C94/C94M - Standard Specification for Ready-Mixed Concrete; 2012. P. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars(Using 2-in. or(50-mm) Cube Specimens); 2011 b. Q. ASTM C143/C143M - Standard Test Method for Slump of Hydraulic-Cement Concrete; 2010a. R. ASTM C150/C150M - Standard Specification for Portland Cement; 2012. S. ASTM C171 -Standard Specification for Sheet Materials for Curing Concrete; 2007. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO T. ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2010b. U. ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method; 1997. V. ASTM C 1064-Test Method for Temperature of Freshly Mixed Portland Cement Concrete; 1999. W. PS 1 -Construction and Industrial Plywood; National Institute of Standards and Technology (Department of Commerce); 1995. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: 1. Submit data on formwork, reinforcing, and reinforcing accessories. 2. Submit data on all concrete materials including cement and fine and coarse aggregates. Testing shall be completed by an independent testing agency and shall be less than 12 months old. The costs for material tests shall be paid for by the Contractor. 3. Submit data on all admixtures and concrete accessories. 4. Submit concrete mix design. C. Manufacturer's Installation Instructions: For concrete accessories, indicate installation procedures and interface required with adjacent construction. D. Fabrication details of the tool proposed to be used to form the top pool gutter wall and lip including written instructions, descriptions, and/or illustrations showing how the tool will be used and how the vertical and horizontal dimensions will be controlled. 1.05 DESIGN OF FORMWORK A. Design and engineering of formwork, as well as its construction shall be the responsibility of the CONTRACTOR and shall comply with chapters 2 and 3 of ACI-347, and applicable requirements of the controlling local building code. 1.06 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Acquire cement from same source and aggregate from same source for entire project. C. Cold Weather Concreting: Cold weather concreting shall comply with ACI 306R. 1. The temperature of concrete at the time of placement shall be as follows: a. Section size (minimum dimension) less than 12 inches: 55 to 75 degrees F. b. Section size (minimum dimension) 12 to 36 inches: 50 to 70 degrees F. 2. The concrete temperature shall be maintained above the minimum identified above for a period of 6 days after placement. D. Hot Weather Concreting: Except as modified herein, hot weather concreting shall comply with ACI 305R. 1. At air temperatures of 90 degrees F or above, concrete shall be kept as cool as possible during placement and curing. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. 2. Plastic shrinkage cracking due to rapid evaporation of moisture shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305R. E. Concrete materials shall be selected and concrete shall be proportioned, handled, placed, and cured in a manner that will minimize shrinkage and cracking in accordance with Chapters 3 and 8 of ACI 224R. Concrete temperatures shall be controlled both before and after placement to minimize cracking. Any rise in concrete temperature caused by environmental conditions that will be conductive to excessive shrinkage shall be controlled with blankets or other acceptable means of insulation. 1.07 MOCK-UP A. Construct a mock-up panel for each type of concrete surface finish for review and acceptance by Engineer. 1. Panel Size: Sufficient to illustrate finish required. 2. Mock-up panels shall include, but not necessary limited to, illustrating the following: 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO a. Pool bottom including roughened construction joint, keyway placement, horizontal and vertical waterstop placement, placement of reinforcing, and broom finish. b. Pool deck and sidewalk broom finish. c. Pool bathhouse and filter building floor finish. d. Pool gutter wall including reinforcing placement, waterstop placement, horizontal and vertical control methods for construction of the top of gutter, repair of tie holes, and grout cleaned finish including sandblasting and rubbing. B. Accepted mock-up panel is considered basis of quality for the finished work. Keep mock-up exposed to view for duration of concrete work. C. Mock-up shall not remain as part of the Work. PART 2 PRODUCTS 2.01 FORMWORK A. Form Materials: Contractor's choice of standard products with sufficient strength to withstand hydrostatic head without distortion in excess of permitted tolerances. 1. Form Facing for Exposed Finish Concrete: Contractor's choice of materials that will provide smooth, stain-free final appearance. 2. Prefabricated: Simplex "Industrial Steel Frame Forms", Symons"Steel Ply", or Universal "Uni-form". 3. Plywood: Product Standard PS 1, waterproof, resin-bonded, exterior type Douglas fir, Panel Grade Designation B-B (concrete form), Class I. 4. Fiberboard: ANSI/AHA A135.4, Class 1, tempered, water-resistant, concrete form hardboard. 5. Lumber: Straight, uniform width and thickness, and free from knots, offsets, holes, dents, and other surface defects. 6. Chamfer Strips: Clear white pine, surface against concrete planed or Vinylex Corporation chamfer strips made from plastic material. 7. Radius Formers: Vinylex Corporation radius formers made from plastic material. 8. Form Coating: Release agent that will not adversely affect concrete or interfere with application of coatings. a. Burke"Spectrum Release Agent", L&M Chemical "Debond", Master Builders"Pro Cote", Nox-Crete "Chembeton", or Symons"Thrift Kote". 9. Form Tie: a. Walls adjacent to fill or air-Cone snap type, with 1 inch long cone, that will leave no metal within 1 inches of concrete surface. b. Walls adjacent to water- Cone snap type, with 1-1/2 inch long cone and waterproofing washer, that will leave no metal within 1-1/2 inches of concrete surface. 2.02 SPECIAL CONCRETE TOOLS &ACCESSORIES A. Groover: 1. Manufacturer: Kraft Tool Company; Tel: (913)422-4848; Fax: (913)422-1018; www.krafttool.com. 2. Product No. CF131. 3. Size: 6-inch by 6-inch; 1/4-inch deep. 4. Use: For creating roughened surface with full 1/4-inch amplitude at base of walls. B. Slab Finish Strip: 1. Galvanized Steel: ASTM A 653/A 653M, with G90/Z275 zinc coating; minimum 0.02 inch thick base metal. 2. Size: 20-inches wide by length required with 1-inch break. 3. Use: For use during concrete finishing process to create straight line separation between slabs and to protect adjacent concrete slabs from fresh concrete. 2.03 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M Grade 60 (420). 1. Deformed billet-steel bars. Use plain billet-steel bars only where indicated on the drawings. 2. Finish: Unfinished, unless otherwise indicated. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO B. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 3. Precast Concrete Reinforcement Supports: Concrete supports that are not less than 4 inches square having a compressive strength equal to or greater than the specified compressive strength of the concrete being placed may be used for supporting reinforcing from the ground per ACI 301. 4. Provide stainless steel or all-plastic(no plastic-tipped components allowed) components for placement within 1-1/2 inches of surfaces exposed to weather or water. 2.04 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal Portland type. 1. Acquire all cement for entire project from same source. B. Fly Ash: Shall not be allowed. C. Fine and Coarse Aggregates: ASTM C 33, unless modified herein. 1. Acquire all aggregates for entire project from same source. 2. Fine Aggregate: a. Clean natural sand. Artificial or manufactured sand will not be acceptable. b. Shall not contain any materials that are deleteriously reactive with the alkalines in the cement. c. Sulfate Soundness Test: ASTM C 88. 1) Fine aggregate subjected to five cycles of the soundness test shall have a weighted average loss not greater than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used. d. Organic Impurities Test: ASTM C 40. 1) Fine aggregate shall be free of injurious amounts of organic impurities. 2) Aggregates subjected to the test for organic impurities and producing a color darker than the standard shall be rejected. e. Limits for Deleterious Substances: 1) Clay lumps and friable particle, ASTM C 142: 3.0 percent. 2) Materials finer than No. 200 sieve, ASTM C 117: 5.0 percent. 3) Coal and lignite, ASTM C 123: 0.2 percent. f. Sieve Analysis (percent passing), ASTM C 136: 1) 3/8 inch: 100 2) No. 4: 95 to 100 3) No. 8: 80 to 100 4) No. 16: 50 to 85 5) No. 30: 25 to 60 6) No. 50: 15 to 30 7) No. 100: 3 to 10 g. Fineness Modulus, ASTM C 136: Shall not be less than 2.3 nor more than 3.1. 3. Coarse Aggregate: a. Crushed rock, washed gravel, or other inert granular material, having ASTM C 33 Class Designation 5S and as modified herein. b. Shall not contain any materials that are deleteriously reactive with the alkalies in the cement. c. Upper Limits for Deleterious Substances and Physical Property Requirements: 1) Clay lumps and friable particles, ASTM C 142: 2.0 percent. 2) Chert (less than 2.40 sp gr SSD), ASTM C 123: 0.5 percent. 3) Material finer than No. 200 sieve, ASTM C 117: 1.0 percent. 4) Coal and lignite, ASTM C 123: 0.2 percent. 5) Abrasion, ASTM C 131: 50. 6) Soundness Test, ASTM C 88: (a) Magnesium sulfate (5 cycles): 18 percent. (b) Sodium sulfate: 12 percent. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO d. Grading Requirements: 1) Type A Concrete Mix Design: ASTM C 33, Table 2 Size Number: 67, which has the following gradation (percent passing): (a) 1 inch: 100 (b) 3/4 inch: 90 to 100 (c) 3/8 inch: 20 to 55 (d) No. 4: 0 to 10 (e) No. 8: 0 to 5 2) Type B Concrete Mix Design: ASTM C 33, Table 2 Size Number: 8, which has the following gradation (percent passing): (a) 1/2 inch: 100 (b) 3/8 inch: 85 to 100 (c) No. 4: 10 to 30 (d) No. 8: 0 to 10 (e) No. 16: 0 to 5 4. Percentage of Fine to Total Aggregates: The ratio of fine to total aggregates, based on solid volumes (not weights), multiplied by 100 shall be based upon the following coarse aggregate sizes: a. For 1 inch maximum coarse aggregate size: Ratio of fine to total aggregates is 30°/a to 46%. b. For 1/2 inch maximum coarse aggregate size: Ratio of fine to total aggregates is 40%to 55%. D. Water: Clean and not detrimental to concrete. 2.05 CHEMICAL ADMIXTURES A. No calcium chloride or admixture containing chloride from sources other than impurities in admixture ingredients will be acceptable. Admixtures classified as Class 1 or Class 2 in ACI 212R or containing any lignosulfonic acids ("lignins") or their salts will not be acceptable. B. Air Entrainment Admixture: ASTM C 260. 1. Products: a. Grace"Daravair" or"Darex". b. BASF "MB-VR"or"MB-AE 90". c. Sika Chemical "AER". 2. An air-entraining admixture shall be included in all concrete. C. Chemical Admixtures: ASTM C 494/C 494M, Type A-Water Reducing, Type B- Retarding, and Type D - Water Reducing and Retarding. 1. Provide products manufactured by Grace, BASF, or Sika. 2. A water reducing admixture shall be included in all concrete. 3. A retarding admixture may be used only when approved by Engineer. 2.06 ACCESSORY MATERIALS A. Manhole Steps: 1. Products: a. H. Bowen "BOWCO No. 93813". b. M.A. Industries"PS2-PF". 2. Steel-reinforced plastic; 1/2 inch deformed steel bar, ASTM A 615, Grade 60 minimum, totally encapsulated in copolymer polypropylene, ASTM D 4101. B. Non-Shrink, Non-Metallic Grout: ASTM C 1107, Grades A, B, C; premixed compound consisting of non-metallic aggregate and portland cement. 1. Minimum Compressive Strength at 28 Days: 7,000 psi. 2. Products: a. Carter Waters"CW 100 Precision Grout". b. BASF "Masterflow 713 Plus". c. Dayton Superior"1107 Advantage Grout". d. Sonneborn "Sonogrout 10K". 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-5- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO C. Joint Waterproofing Materials: 1. Manufacturer: Xypex Chemical Corporation; www.xypex.com. 2. Products: "Xypex Concentrate", "Xypex Patch'n Plug", and "Xypex Gamma Cure". 3. Application: For repair of cracks and faulty construction joints in water retaining structures where no water flow is present. a. Route out crack or joint in a "U" shaped slot one inch wide and at least 1.5 inches deep. A"V" shaped slot is not acceptable. b. Remove all loose material and saturate with water. Allow water to soak into concrete and then remove all surface water. c. Apply one slurry coat of Xypex Concentrate at a coverage of 1.5 lb./square yard to slot and to six inch strip on either side of slot. Application may be performed by brush or by gloved hand. d. While slurry coat is still tacky, fill slot to surface with Xypex Concentrate Dry-Pac mixed in the following proportions: 1 part clean water to 6 parts Concentrate by volume. Blend by trowel for 10 to 15 seconds only (lumps should be present in the mixture). Apply Dry-Pac by gloved hand, then compress it tightly using a pneumatic packing device or a hammer and block. e. Wet Dry-Pac surface lightly with water, then apply a slurry coat of Xypex Concentrate at a coverage of 1.5 lb./square yard over the repaired area. f. Cure by fog spraying periodically with water for two days or apply Xypex Gamma Cure immediately after the slurry coat has set. 4. Application: For repair of cracks and faulty construction joints in water retaining structures where water flow is present. a. Route out crack or joint in a"U" shaped slot one inch wide and at least 1.5 inches deep. A"V" shaped joint is not acceptable. Areas with most water flow should be identified and chipped slightly deeper. b. Remove all loose material and saturate dry areas with water. Allow water to soak in and then remove all surface water. c. Apply Xypex Patch'n Plug to half the depth of slot immediately after removing surface water. Mix Patch'n Plug by adding one part clean water to 3.5 parts Patch'n Plug powder by volume. Apply Patch'n Plug to full length of crack or joint area. d. Apply a slurry coat of Xypex Concentrate at a coverage of 1.5 lb./square yard in the slot over the Patch'n Plug and on the six inch strip of concrete surface on either side of the slot. Application may be performed by gloved hand or by brush. e. While slurry coat is still tacky, fill slot to surface level with Xypex Concentrate Dry-Pac. Dry-Pac is mixed by adding one part clean water to six parts Xypex Concentrate powder by volume. Blend by trowel for 10 to 15 seconds only (lumps should be present in mixture). Apply the Dry-Pac by gloved hand, then compress it tightly by using a pneumatic packing tool or a hammer and block. f. Wet the Dry-Pac surface lightly with water, then apply a slurry coat of Xypex Concentrate at a coverage of 1.5 lb./square yard over the repaired area. g. Cure by fog spraying periodically with water for two days or apply Xypex Gamma Cure immediately after the slurry coat has set. D. Epoxy Grout for Reinforcing Bars and Threaded Rod Anchors: 1. Adhesive: Moisture-insensitive. a. For Floors and Horizontal Surfaces: 1) Low Viscosity Products: (a) Hilti "HIT RE 500". (b) Master Builders"Brutem AB (Parts A& B)". (c) Sika"Sikadur 35, Hi-Mod LV" or"Sikadur 35, Hi-Mod LV LPL". 2) Medium Viscosity Products: (a) Master Builders"Concresive Liquid LPL". (b) Sika"Sikadur 32, Hi-Mod"or"Sikadur 32, Hi-Mod LPL". b. For Vertical Surfaces and Overhead Applications: Nonsag consistency. 1) Master Builders"Concresive 1441". 2) Sika"Sikadur 31, Hi-Mod Gel". E. Epoxy Grout for Headed Anchor Bolts: 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-6- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Adhesive: Moisture-insensitive; Master Builders"Ceilcote 648CP". 2. Aggregate: As recommended by the epoxy grout manufacturer. F. Moisture-Retaining Cover: ASTM C 171; clear polyethylene, white polyethylene, white burlap-polyethylene sheet, or low permeability and high moisture retention non-staining natural cellulose fabric with a non-perforated reflective (white) polyethylene coating. 1. UltraCure NCF by Sika Greenstreak, St. Louis, MO. 800-325-9504; usa.sika.com. 2.07 BONDING AND JOINTING PRODUCTS A. Joint Filler: As specified in Section 07 90 10. B. Backer Rod: As specified in Section 07 90 10. C. Fiber Joint Filler: Nonextruding, resilient asphalt impregnated fiberboard or felt, complying with ASTM D 1751, thickness as indicated on drawings and width/depth as indicated . 1. Application: Use only at parking areas or where"fiber joint filler" is specifically called for on the drawings. 2. Products: a. Conflex LT manufactured by Conspec. b. Sealtight Fibre manufactured by W.R. Meadows. D. Sealant and Primer: As specified in Section 07 90 10. 2.08 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Concrete Strength: Establish required average strength for each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301. 1. For trial mixtures method, employ independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. D. Normal Weight Concrete, Type A: 1. Type A concrete shall be used at all locations unless noted otherwise. 2. Compressive Strength: The minimum acceptable compressive strength, when tested in accordance with ASTM C 39, shall be as follows: a. 7 days: 3,000 psi. b. 28 days: 4,000 psi. 3. Cement Content: Minimum 530 lb per cubic yard. 4. Water-Cement Ratio: Maximum 0.462 by weight. 5. Total Air Content: 6 percent plus or minus 1 percent, per ASTM C 173. 6. Slump: 3 inches plus or minus 1 inch. 7. Maximum Aggregate Size: 1 inch. E. Normal Weight Concrete, Type B: 1. Type B concrete shall be used only at specific locations shown. 2. Compressive Strength: The minimum acceptable compressive strength, when tested in accordance with ASTM C 39, shall be as follows: a. 7 days: 3,000 psi. b. 28 days: 4,000 psi. 3. Cement Content: Minimum 628 lb per cubic yard. 4. Water-Cement Ratio: Maximum 0.462 by weight. 5. Total Air Content: 6 percent plus or minus 1 percent, per ASTM C 173. 6. Slump: 6 inches plus or minus 1 inch. 7. Maximum Aggregate Size: 1/2 inch. 2.09 MIXING A. Transit Mixers: Comply with ASTM C94/C94M. 1. Delivery Tickets: 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-7- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO a. A delivery ticket shall be prepared for each load of ready-mixed concrete and a copy of the ticket shall be handed to the Contractor by the truck operator at the time of delivery before unloading at the site. b. Copies of delivery tickets shall be given to the Engineer upon request. c. Tickets shall indicate the following: 1) Name and location of the concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Project name and location. 7) Numerical sequence of the delivery. 8) Specific class or designation of the concrete. 9) Amount of concrete in cubic yards. 10) Time loaded or of first mixing of cement and aggregates. 11) Reading of revolution counter at the first addition of water. 12) Type and brand and amount of cement. 13) Type and brand and amount of admixtures. 14) Information necessary to calculate the total mixing water added by the producer. Total mixing water includes free water on the aggregates, water, and ice batched at the plant. 15) Maximum size of aggregate. 16) Weights of fine and coarse aggregate. 17) Outdoor temperature in the shade at the time at which the cement was added. 18) Signature or initials of ready-mix representative. 2. Water from the truck water system or elsewhere shall not be added after the initial introduction of mixing water for the batch. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all applied loads until concrete is cured, and for easy removal without damage to concrete. B. Verify that forms are clean before applying release agent. C. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. D. Where new concrete is to be bonded to previously placed concrete, prepare existing surface by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. E. In locations where new concrete is doweled to existing work, drill holes and epoxy dowels in existing concrete. 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. Unless otherwise indicated on the drawings. the details of fabrication shall conform to ACI 318. B. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and accurately position, support, and secure in place to achieve not less than minimum concrete coverage required for protection. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with concrete placement. D. For all items subject to corrosion, including tie wires, provide the same concrete cover as is required for reinforcement under the same condition. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05 -8- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Place concrete for floor slabs in accordance with ACI 302.1 R. C. Concrete placed by pumping methods shall be done in accordance with ACI 304.2R. D. Mixing Time: The time from initial introduction of mixing water to discharge shall not exceed the following computation: Time= 1 hour at concrete temperature of 75 degrees F +/- 15 minutes per 5 degree F drop/rise in concrete temperature. Examples follow: 1. At concrete temperature of 50 degrees F, the time to discharge shall not exceed 2 hours and 15 minutes. 2. At concrete temperature of 60 degrees F, the time to discharge shall not exceed 1 hours and 45 minutes. 3. At concrete temperature of 70 degrees F, the time to discharge shall not exceed 1 hours and 15 minutes. 4. At concrete temperature of 80 degrees F, the time to discharge shall not exceed 45 minutes. E. Notify Engineer not less than 24 hours prior to commencement of placement operations. F. Before concrete is placed, forms, reinforcement, anchor bolts, and embedments shall be rigidly secured in proper position; all dirt, mud, water, and debris shall be removed from the space to be occupied by concrete; all surfaces encrusted with dried concrete from previous placements shall be cleaned. G. Ensure reinforcement, inserts, waterstops, embedded parts, and formed construction joint devices will not be disturbed during concrete placement. H. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below. 3.05 SLAB JOINTING A. Locate joints as indicated on the drawings. B. Anchor joint fillers and devices to prevent movement during concrete placement. C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. D. Prior to concrete placement, the subgrade shall be well-dampened. E. All exterior pool walls and interior pool floor slabs shall be in place and shall have obtained the design compressive strength prior to backfilling. F. Conveying Concrete: 1. Methods of conveying concrete to the point of final deposit shall prevent segregation or loss of ingredients. 2. The free drop of concrete shall be limited to 5 feet. 3. Drop chutes shall be used for placement of concrete in walls. Drop chutes shall be positioned in walls 5 feet or less from wall corners and at 10 feet maximum centers. 4. After placement in the forms, concrete shall not be moved laterally more than 5 feet. G. Consolidation/Compaction: 1. Consolidate in accordance with ACI 309R. 2. For proper consolidation/compaction, concrete shall be placed in approximately horizontal layers not to exceed 24 inches. Each layer of concrete shall be plastic when covered with the following layer, and the rate of vertical rise of the concrete in the forms shall be not less than 24 inches per hour. 3. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcement and embedments and into the corners of the forms. 4. The number and type of vibrators shall be acceptable to the Engineer. 5. When using internal vibrators, the"field of action" shall overlap. When placing concrete in lifts, the vibrator shall penetrate the previous lift by a few inches. 6. The use of"jitterbug"tampers to compact concrete flatwork will not be permitted. H. Placement of Concrete on Slopes: Place, consolidate, and finish concrete from the bottom of the slope to the top of the slope. I. Separate slabs on grade from vertical structure surfaces with joint filler. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-9- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO J. Place joint filler in floor slab pattern placement sequence where indicated. Set top to required elevations. Secure to resist movement by wet concrete. K. Install joint devices in accordance with manufacturer's instructions. L. Apply sealants in joint devices in accordance with Section 07 90 10. M. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. N. Place concrete continuously between predetermined expansion, control, and construction joints. O. Do not interrupt successive placement; do not permit cold joints to occur. P. Place floor slabs in checkerboard or saw cut pattern indicated. Q. Saw cut joints within 12 hours after placing. Unless noted otherwise, use 3/16 inch thick blade, cut into 1/4 depth of slab thickness. R. Screed floors and slabs on grade to slope as indicated, maintaining surface flatness of maximum 1/4 inch in 10 ft. 3.06 Tolerances: A. As specified in ACI 301 unless noted otherwise. B. Pool Gutter Tolerance: Levelness of the pool gutter shall be plus or minus 1/16 inch in 10 feet. C. Lap Swimming Lanes: The lap swimming lane length tolerance shall meet the requirements of competitive swimming organization standards(e.g. FINA, US Swimming, or National Federation of State High School Association). 3.07 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. 1. Tie holes in formed surfaces shall be cleaned, wetted, and filled with non-shrink grout. 2. The patches shall be finished flush and shall match the texture of the adjacent concrete. B. Unexposed form finish including pit interiors and pool gutter channels: Rub down or chip off fins or other raised areas 1/8 inch or more in height. C. Exposed form finish including, but not necessary limited to, pool walls, foundations&footings above grade, and retaining walls: Rub down or chip off and smooth all fins, offsets, or other raised areas 1/8 inch or more in height. Provide finish as follows: 1. Grout Cleaned Finish: Grout cleaned finish shall conform to Paragraph 5.3.3.4.b of ACI 301. Grout cleaning shall not result in an overall plastering of the concrete surface, but shall produce a smooth, uniform surface free of marks, voids, surface glaze, and cement dust. a. Sandblast surface to expose air voids, to round entrances to air voids, to expose sand aggregate, and to remove all form marking. Abrasive blast to scarify bare concrete to an ICRI CSP 5 surface profile and no more than an ICRI CSP 6 profile. Sandblast material shall be No. 4 Flint rock particles or"Black Beauty"or"Black Magic" (a boiler/coal slag). b. Mix 1 part portland cement and 1-1/2 parts fine sand with sufficient water to produce a grout having the consistency of thick paint. c. Wet the surface of the concrete sufficiently to prevent absorption of water from the grout and apply the grout uniformly with brushes or a spray gun. d. Immediately after applying the grout, scrub the surface vigorously with a cork float or stone to coat the surface and fill all air bubbles and holes. e. While the grout is still plastic, remove all excess grout by working the surface with a rubber float, burlap, or other means. f. After the surface whitens from drying (about thirty minutes at normal temperatures), rub vigorously with clean burlap to provide a uniform sandy textured surface. For lazy river walls, the top 18 inches of the wall shall be rubbed sufficiently to provide a relatively smooth surface. g. The finish shall be kept damp for at least 36 hours after final rubbing. D. Finishing Unformed Surfaces: 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-10- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 1. General: a. Buried concrete blocking and encasement will require no finishing except as necessary to obtain the required surface elevations or contours. b. The unformed surfaces of all other concrete shall be screeded and given an initial float finish followed by additional floating, and troweling where required. c. Water shall not be applied to the concrete during finishing operations. 2. Screeding: Screeding shall produce a concrete surface conforming to the proper elevation and contour, with all aggregates completely embedded in mortar. 3. Floating: a. Bull Floating: Screeded surfaces shall be given an initial float finish immediately following screeding and shall be completed before any excess moisture or bleeding water is present on the surface. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. b. Initial floating shall be followed by a second floating at the time of initial set(when foot pressure will mark concrete to about 1/4 inch depth). Do no floating with bleed water present. If conditions permit, wait out the bleeding period before floating. If not, remove bleed water before starting floating operations per ACI 302.1R. The second floating shall produce a finish of uniform texture and color. c. Floating shall be done with hand floats or suitable mechanical compactor-floats. 4. Finishing: Finish to requirements of ACI 302.1 R, and as follows: a. Pool Basin Floor Slabs: Broom finish to provide a uniform medium to heavy non-slip surface. Brooming shall be done after the second floating and at right angles to the normal direction of traffic. b. Top of Pool Walls: Broom finish to provide a uniform medium to heavy non-slip surface. Broom parallel to the inside face of the pool walls. c. Surge Tanks or Wet Pits: Light broom finish. Brooming shall be done after the second floating. d. Pump Pits: Broom finish to provide a uniform medium non-slip surface. Brooming shall be done after the second floating. e. Concrete Decks and Walks: Broom finish to provide a uniform medium non-slip surface. Brooming shall be done after the second floating and at right angles to the normal direction of traffic. f. Building Floor Slabs: Broom finish to provide a uniform medium non-slip surface. Brooming shall be done after the second floating and at right angles to the normal direction of traffic. Steel trowel surfaces that will receive seamless flooring. g. Pavements: Following placement and consolidation, and the disappearance of bleed water, the concrete surface shall be broom finished with a broom acceptable to the Engineer. The broom shall be not less than 18 inches wide and made from good quality bass or bassine fibers not more than 5 inches long. The broom finishing shall produce regular corrugations not over 1/8 inch deep. The broom shall be pulled square across the surface, from edge to edge, with adjacent strokes slightly overlapped, and shall not tear the concrete surface. h. Curb and Gutters: Curb and gutters shall be finished to the shape indicated on the drawings. After the forms have been removed, all exposed edges shall be rounded, using an edging tool with a 1/8 inch corner radius. Exposed surfaces shall be float finished and given a light broom finish applied at right angles to the curb at the time of initial set, using a horsehair broom. i. Sidewalks: 1) Concrete surfaces shall be screeded to the proper elevation and contour. All aggregates shall be completely embedded in mortar. Screeded surfaces shall be given an initial float finish as soon as the concrete has stiffened sufficiently for proper working. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. Initial floating shall be followed by a second floating at the time of initial set. 2) Floated surfaces shall be given a light broom finish, using a horsehair broom, to provide a non-slip surface. Brooming shall be done at right angles to the length of the walk. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-11- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3) Unless noted otherwise on the drawings, sidewalks shall be edged using a 3 or 4 inch wide edging tool with a 1/8 inch corner radius. Edger lap marks at corners of each slab shall be carefully removed. False joints shall be provided at right angles to the length of the walk, using a grooving tool with 1/8 inch radius. The finished edge on each side of the joint shall be the same width as the edging tool used. False joints shall divide each sidewalk into square sections. 4) The finished surface of all sidewalks shall be neat in appearance, shall be sloped to drain, and shall not pond water. E. In areas with floor drains, maintain floor elevation at walls: pitch surfaces uniformly to drains as indicated on drawings. 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. 1. Normal concrete: Not less than 7 days. C. Formed Surfaces: Cure by moist curing with forms in place for full curing period. D. Surfaces Not in Contact with Forms: 1. Initial Curing: Start as soon as free water has disappeared and before surface is dry. Keep continuously moist for not less than seven days by water ponding, water-saturated sand, water-fog spray, saturated burlap, or low permeability and high moisture retention non-staining natural cellulose fabric with non-perforated reflective (white) polyethylene coating. 2. Final Curing: Begin after initial curing but before surface is dry. a. Moisture-Retaining Cover: Seal in place with waterproof tape or adhesive. E. Concrete shall be protected against freezing for at least 8 days after placement. 3.09 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01 40 00. B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. All concrete required for testing shall be furnished by, and at the expense of, the Contractor. D. Submit proposed mix design of each class of concrete to testing firm for review prior to commencement of concrete operations. E. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. F. When concrete is pumped, sampling at both the truck discharge and point of final placement shall be required to determine if any changes in the slump, air content, and other significant mix characteristics occur. All concrete characteristics at the point of placement shall meet the specified requirements. G. Compressive Strength Tests: 1. Compression test specimens shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C 31 and C 39. 2. One set of concrete test cylinders shall be cast for each concrete pour unless approved otherwise by Engineer. A set of test cylinders shall consist of four cylinders, two to be broken and to have compressive strengths averaged at 7 days, and two to be broken and to have compressive strengths averaged at 28 days. 3. One additional test cylinder shall be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. 4. Each set of compression test cylinders shall be marked or tagged with the date and time of day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the number of the delivery truck or batch, the air content, the slump, and the concrete temperature. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05 -12- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO H. Air Content: 1. Air content shall be determined in accordance with ASTM C 231. 2. An air content test shall be made on concrete from each batch of concrete from which concrete compression test cylinders are made. 3. The Contractor shall provide all equipment and supplies necessary for the testing. I. Slump: 1. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C143/C143M. 2. Pumped Concrete: a. The slump of concrete that is discharged into the pump may exceed the specified value by the amount of slump loss in the pumping system, up to a maximum of 1 inch. b. The slump loss shall be determined by tests made at each end of the pumping system. c. If tests indicate a loss greater than 1 inch, Contractor shall modify the pumping system as required to reduce the slump loss to 1 inch or less. J. Concrete Temperature: 1. A concrete temperature test shall be made on concrete from the first batch of concrete mixed each day and on concrete from each batch of concrete from which concrete compression test cylinders are made. 2. Concrete temperature shall be determined in accordance with ASTM C 1064. 3.10 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Engineer and Contractor within 24 hours of test. B. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. In water retaining structures, crack widths that exceed ACI 224R requirements of 0.004 inches shall be treated with an appropriate injection system, which is acceptable to the Engineer. D. Repair or replacement of defective concrete will be determined by the Engineer. The cost of additional testing shall be borne by Contractor when defective concrete is identified. E. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. END OF SECTION 03 30 05 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE 03 30 05-13- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 05 43 00 SLOTTED CHANNEL FRAMING (STRUT SYSTEMS) PART 1 GENERAL 1.01 SECTION INCLUDES A. Continuous slot, bolted metal framing channels and all associated fittings and hardware. 1.02 RELATED SECTIONS A. Section 03 30 05 - Cast-In-Place Concrete: Placement of metal fabrications in concrete. B. Section 05 45 00 -Anchors for Concrete and Masonry; Anchorage. C. Section 13 11 90 - Piping, Valves, and Related Items: Pipe supports. 1.03 REFERENCES A. MFMA- Metal Framing Manufacturers Association B. ANSI/NFPA 70- National Fire Protection Association (National Electrical Code); 2002 C. AISI -American Iron and Steel Institute 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Submit drawings of strut and accessories including clamps, brackets, hanger rods, and fittings. C. Submit manufacturer's product data on strut channels including, but not limited to, types, materials, finishes, gauge thickness, and hole patterns. For each different strut cross-section, submit cross sectional properties including Section Modulus (Sx) and Moment of Inertia (Ix). 1.05 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in the manufacture of bolted metal framing of the types required, whose products have been in satisfactory use in similar service for not less than 5 years. B. MFMA Compliance: Comply with the latest revision of MFMA Standards Publication Number MFMA-3, "Metal Framing Standards Publication". C. NEC Compliance: Comply with the latest revision NFPA 70 -Article 352 "Surface Metal Raceways and Surface Nonmetallic Raceways". D. UL Compliance: Comply with UL "Standard for Surface Metal Raceway and Fittings", UL 5. E. Bolted framing channels and fittings shall have the manufacturers name, part number, and material heat code identification number stamped in the part itself for identification. Material certification sheets and test reports must be made available by the manufacturer upon request. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver strut systems and components carefully to avoid breakage, denting, and scoring finishes. Do not install damaged equipment. B. Store strut systems and components in original cartons and in clean dry space; protect from weather and construction traffic. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. B. Unistrut Corporation; 1140 West Thorndale Avenue, Itasca, Illinois 60143; Tel: (800) 468-9510; Fax: (630) 773-4210. 2.02 STRUT CHANNELS AND COMPONENTS A. General: Strut shall be 1-5/8 inches wide in varying heights and welded combinations as required to meet load capacities and designs indicated on the drawings. 02-02-24- Construction Documents SLOTTED CHANNEL FRAMING (STRUT SYSTEMS) 05 43 00 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO B. Materials and Finish: Material and finish specifications for each strut type are as follows: 1. Stainless Steel: a. All strut, fittings and hardware shall be made of AISI Type 304 stainless steel. 2. Fiberglass: a. All FRP shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions. b. Fiberglass reinforcement shall be a combination of continuous roving, continuous strand mat, and surfacing veil in sufficient quantities as needed by the application and/or physical properties required. c. Resins shall be vinyl ester with chemical formulations as necessary to provide the corrosion resistance, strength and other physical properties as required. d. All finished surfaces of FRP items and fabrications shall be smooth, resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. e. All pultruded structural shapes shall be further protected from ultraviolet(UV) light with 1) integral UV inhibitors in the resin and 2) a synthetic surfacing veil to help produce a resin rich surface. f. All fittings and hardware shall be made of AISI Type 304 stainless steel. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 INSTALLATION A. Install strut in accordance with MFMA-102 'Guidelines for the Use of Metal Framing'; in accordance with equipment manufacturer's recommendations, and with recognized industry practices. B. All nuts and bolts shall be tightened to the following torque values: 1. Bolt Size 1/4-20: 6 ft-lbs. 2. Bolt Size 5/16- 18: 11 ft-lbs. 3. Bolt Size 3/8- 16: 19 ft-lbs. 4. Bolt Size 1/2- 13: 50 ft-lbs. END OF SECTION 05 43 00 02-02-24- Construction Documents SLOTTED CHANNEL FRAMING (STRUT SYSTEMS) 05 43 00-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 05 45 00 ANCHORS FOR CONCRETE AND MASONRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Cast-in-place anchor bolts, epoxy grouted anchor bolts, threaded rod anchors, adhesive anchors, expansion anchors, self-threading bolt anchors, and screw anchors to be installed in hardened concrete and masonry. B. Adhesive for the adhesive anchors. 1.02 RELATED SECTIONS A. Section 13 11 63- Miscellaneous Metals. 1.03 REFERENCES A. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel; 1997a. B. ASTM A 153/A 153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 1998. C. ASTM A 307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength; 1997. D. ASTM A 385- Standard Practice for Providing High-Quality Zinc Coatings (Hot Dip); 2000. E. ASTM A 615-ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement; 1996a. F. ASTM B 633- Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel; 1998e1. G. ASTM F 593- Standard Specifications for Stainless Steel Bolts, Hex Cap Screws, and Studs; 1998. H. ASTM F 594- Standard Specifications for Stainless Steel Nuts; 1998. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's specifications and technical data, including installation instructions, and catalog cuts. PART 2 PRODUCTS 2.01 GENERAL A. Anchor Sizes: 1. Unless otherwise specified or indicated on the drawings, all anchor bolts shall be cast-in-place bolts, shall have a diameter of at least 3/4 inch, and shall be straight headed, straight with embedded nut with or without a plate, or L-shaped. 2. Epoxy grouted anchor bolts, threaded rod anchors which are epoxy grouted, and adhesive anchors for equipment or structural framing shall be at least 3/4 inch in diameter. 3. All cast-in place anchors in grout-filled masonry shall be at least 1/2 inch but not more than 3/4 inch in diameter. 4. All expansion anchors shall be at least 1/2 inch in diameter. B. Anchor Finishes: 1. Anchor bolts and threaded rod anchors for buried service and in splash zones shall be hot-dip galvanized. 2. Anchor bolts, threaded rod anchors, adhesive anchors, and expansion anchors for immersed service shall be stainless steel. 3. Expansion anchors and adhesive anchors for buried service and in splash zones or wet areas shall be stainless steel. 4. All other anchor bolts, threaded rod anchors, adhesive anchors, and expansion anchors shall be carbon steel unless otherwise specified or indicated on the drawings. 2.02 ANCHOR BOLTS AND NUTS A. Carbon Steel: ASTM A 307. B. Stainless Steel: Bolts, ASTM F 593, Alloy Group 1 or 2; nuts, ASTM F 594, Alloy Group 1 or 2. 02-02-24- Construction Documents ANCHORS FOR CONCRETE AND MASONRY 05 45 00-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO C. Galvanized Steel: Carbon steel bolts and nuts; hot-dip galvanized, ASTM A 153 and A 385. 2.03 FLAT WASHERS A. ANSI B 18.22.1; of the same material as anchor bolts and nuts. 2.04 REINFORCING BARS A. ASTM A 615, Grade 60, deformed. 2.05 THREADED ROD ANCHORS AND NUTS A. Carbon Steel: ASTM A 307 or A 36. B. Stainless Steel: Bolts, ASTM F 593, Alloy Group 1 or 2; nuts, ASTM F 594, Alloy Group 1 or 2. C. Galvanized Steel: Carbon steel bolts and nuts; hot-dip galvanized, ASTM A 153 and A 385. 2.06 ADHESIVE ANCHORS FOR CONCRETE AND GROUT FILLED MASONRY A. Products: 1. Hilti "HIT HY 200"; Tel: (800) 879-8000. 2. ITW Ramset/Redhead "Epcon C6 System"; Tel: (630) 350-0370; www.ramset-redhead.com. 3. Powers Fasteners, Inc. "Power-Fast"; Tel: (914) 235-6300; www.powers.com. B. Threaded Rod Anchors: As specified for threaded rod anchors and nuts. C. Adhesive: 1. Two-component liquid, moisture-insensitive epoxy adhesive with viscosity appropriate for the location and application. 2. Components shall be packaged at the factory in a dual-chambered cartridge. 2.07 ADHESIVE ANCHORS FOR HOLLOW MASONRY A. Products: 1. Hilti "HIT HY 200"; Tel: (800) 879-8000. 2. ITW Ramset/Redhead "Epcon C6 System"; Tel: (630) 350-0370; www.ramset-redhead.com. 3. Powers Fasteners, Inc. "Power-Fast"; Tel: (914) 235-6300; www.powers.com. B. Threaded Rod Anchors: As specified for threaded rod anchors and nuts. C. Adhesive: 1. Two-component liquid, moisture-insensitive epoxy adhesive with viscosity appropriate for the location and application. 2. Components shall be packaged at the factory in a dual-chambered cartridge. D. Screen Tubes: As recommended by the manufacturer. 2.08 EXPANSION ANCHORS FOR CONCRETE A. Products: 1. Hilti "Kwik-Bolt II"; Tel: (800) 879-8000. 2. ITW Ramset/Red Head "Trubolt Wedge Anchor"; Tel: (630) 350-0370; www.ramset-redhead.com. 3. Powers Fasteners, Inc. "Power-Stud Anchor"; Tel: (914) 235-6300; www.powers.com. 2.09 SELF-THREADING BOLT ANCHORS A. Products: 1. Specified Product: Powers Fasteners, Inc. "Wedge-Bolt"; Tel: (914) 235-6300; www.powers.com. 2. Acceptable Product: ITW Ramset/Red Head "LDT Anchors"with "GRD2000" coating; Tel: (630) 350-0370; www.ramset-redhead.com. B. Anchor shall consist of a one-piece unit made from hardened carbon steel featuring a finished hex head formed with an integral washer, a double lead thread, and a chamfered tip. C. Anchors shall be designed to be installed in a hole that is pre-drilled using a special matched tolerance bit. D. The anchor shall have a ratchet teeth on the underside of the hex washer head that engage the fixture. E. Installation shall consist of screwing or tightening the anchor into the pre-drilled hole. 02-02-24- Construction Documents ANCHORS FOR CONCRETE AND MASONRY 05 45 00-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO F. The head of the anchor shall be stamped with both the diameter and the length of the anchor. G. The anchors shall be plated according to ASTM B 633, SC1, Type III. 2.10 SCREW ANCHORS A. Products: 1. ITW Ramset/Red Head "Tapcon"with "Climaseal" coating; Tel: (630) 350-0370; www.ramset-redhead.com. 2. Powers Fasteners, Inc. "Tapper"with "Perma-Seal" coating; Tel: (914) 235-6300; www.powers.com. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 ANCHORS A. Anchor bolts shall be cast in place and, when acceptable to the Engineer or indicated on the drawings, may be epoxy grouted anchor bolts, threaded rod anchors, or adhesive anchors. Anchor bolts, threaded rod anchors, and adhesive anchors which are to be epoxy grouted shall be clean and free of coatings that would weaken the bond with the epoxy. B. Two nuts, a jam nut, and a washer shall be furnished for anchor bolts, threaded rod anchors, and adhesive anchors indicated on the drawings to have locknuts; two nuts and a washer shall be furnished for all other anchor bolts, threaded rod anchors, and adhesive anchors. C. Anti-seize thread lubricant shall be liberally applied to projecting, threaded portions of stainless steel anchor bolts, threaded rod anchors, and adhesive anchors immediately before final installation and tightening of the nuts. D. Anchor Bolts: 1. Anchor bolts shall be delivered in time to permit setting before the structural concrete is placed. 2. Anchor bolts which are cast-in-place in concrete shall be provided with sufficient threads to permit a nut to be installed on the concrete side of the concrete form or the supporting template. 3. Installation of anchor bolts is covered in Section 13 11 15. E. Threaded Rod Anchors: 1. When acceptable to the Engineer, threaded rod anchors may be used in locations where cast-in-place anchor bolts are specified. 2. Adhesive for threaded rod anchors shall be as specified in Section 13 11 15. 3. The embedment depth for threaded rod anchors shall be at least 15 rod diameters. F. Adhesive Anchors: 1. When adhesive anchors are indicated on the drawings, only an acceptable adhesive anchor system shall be used. Alternative anchoring systems may be used only when acceptable to the Engineer. An acceptable adhesive anchor system may be used as an alternative in locations where epoxy grouted anchor bolts and threaded rod anchors are specified or indicated. The embedment depth for adhesive anchors shall be at least 15 rod diameters. 2. Adhesive for adhesive anchors shall be statically mixed in the field during application. All proportioning and mixing of the components shall be in accordance with the manufacturer's recommendations. 3. When acceptable to the Engineer, adhesive anchors shall be anchored in holes drilled into hardened concrete or grout filled masonry. Diameter of holes shall be 1/16 inch larger than the outside diameter of the rod. Holes shall be prepared for insertion of the anchors by removing all dust and debris using procedures recommended by the adhesive manufacturer. 4. Adhesive anchors and holes shall be clean, dry, and free of grease and other foreign matter at the time of installation. The adhesive shall be placed, the rods shall be set and positioned, and the adhesive shall be finished, all in accordance with the recommendations of the material manufacturer. Care shall be taken to ensure that all spaces and cavities are filled with adhesive, without voids, and remain filled with adhesive until completion of the curing period. Adhesive shall be cured in accordance with the recommendations of the adhesive manufacturer. 02-02-24- Construction Documents ANCHORS FOR CONCRETE AND MASONRY 05 45 00-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3.03 EXPANSION ANCHORS A. When expansion anchors are indicated on the drawings, only an acceptable expansion anchor shall be used. Alternative anchoring systems may be used only when acceptable to the Engineer. Expansion anchors shall be installed in conformity with the manufacturer's recommendations for maximum holding power, but in no case shall the depth of the hole be less than six bolt diameters. The minimum distance between the center of any expansion anchor and an edge or exterior corner of concrete shall be at least six times the diameter of the bolt. Unless otherwise indicated on the drawings, the minimum distance between the centers of expansion anchors shall be at least 12 times the diameter of the bolt. B. Nuts and washers for expansion anchors shall be as specified for anchor bolts. C. Anti-seize thread lubricant shall be liberally applied to threaded stainless steel components of expansion anchors immediately before installation. 3.04 SELF-THREADING BOLT ANCHORS AND SCREW ANCHORS A. Pre-drill a hole using a special matched tolerance bit as recommend by the manufacturer. B. Install by screwing or tightening the anchor into the pre-drilled hole per manufacturer's instructions. END OF SECTION 05 45 00 02-02-24- Construction Documents ANCHORS FOR CONCRETE AND MASONRY 05 45 00 -4- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 07 90 10 JOINT SEALERS FOR POOLS AND DECKS PART 1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. B. Joint filler. 1.02 RELATED REQUIREMENTS A. Section 03 30 05-Cast-in-Place Concrete: Sealants required in conjunction with concrete slabs. 1.03 REFERENCE STANDARDS A. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. B. ASTM C1193-Standard Guide for Use of Joint Sealants; 2011a. C. ASTM C 1247- Standard Test Methods for Durability of Sealants Exposed to Continuous Immersion in Liquids; 1998. D. ASTM D1667- Standard Specification for Flexible Cellular Materials--Poly(Vinyl Chloride) Foam (Closed-Cell); 2005 (Reapproved 2011). 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. C. Manufacturer's Installation Instructions: Indicate special procedures. 1.05 QUALITY ASSURANCE A. Applicator Qualifications: Company specializing in performing the work of this section with minimum 5 years experience. 1.06 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.07 COORDINATION A. Coordinate the work with all sections referencing this section. PART 2 PRODUCTS 2.01 SEALANTS A. Nonsag Polyurethane Sealant: ASTM C920, Grade NS, Class 25, Uses NT, M, A, G, 0; multi component, chemical curing, non-staining, non bleeding, non-sagging type. 1. Color: Colors as selected by Engineer, including custom colors. 2. Product: a. Sikaflex 2C NS EZ Mix manufactured by Sikaflex. b. MasterSeal NP 2 manufactured by BASF. 3. Movement Capability: Plus and minus 25 percent. 4. Service Temperature Range: -20 to 180 degrees F. 5. Shore A Hardness Range: 20 to 35. 6. Applications: Use for: a. Control joints in pool deck. B. Two-Part Polysulfide Rubber Sealant: ASTM C 920, Grade NS, Class 25, Uses NT, M, G, A ; multi component, chemical curing, non-staining, non bleeding, non-sagging type. Also, exceeds the test requirements of ASTM C 1247 for sealants exposed to continuous immersion in liquids and NSF Standard 61, Section 6 for Joining and Sealing Materials. 1. Color: Colors as selected by Engineer, including custom colors. 2. Products: 02-02-24- Construction Documents JOINT SEALERS FOR POOLS AND DECKS 07 90 10-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO a. Deck-O-Seal Gun Grade manufactured by W.R. Meadows. b. Synthacalk GC-2+ manufactured by Pecora. c. Equivalent product recommended for continuous submersion in swimming pools. 3. Movement Capability: Plus and minus 25 percent. 4. Shore A Hardness Range: 25-30. 5. Applications: Use for: a. Joints in swimming pool gutter. b. Joints subject to submersion. c. Joints in and adjacent to wet decks, spray grounds, etc. 2.02 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 Filler: Polyethylene closed-cell backing expansion joint type compatible with sealant and utilizing peel-off top feature. Height equal to slab thickness. 1. Product: Sonolastic Expansion Joint Filler manufactured by Sonneborn or equivalent. D. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. 1. Product: Sonolastic Closed-Cell Backer-Rod manufactured by Sonneborn or equivalent. E. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Remove protective coatings or finishes that could interfere with adhesion. C. Clean and prime joints in accordance with manufacturer's instructions. D. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. E. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 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. All caulk joint surfaces shall be straight and flush with adjacent surfaces. Tooling of joints other than as indicated above shall not be allowed unless otherwise noted. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. END OF SECTION 07 90 10 02-02-24- Construction Documents JOINT SEALERS FOR POOLS AND DECKS 07 90 10-2- Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO SECTION 08 71 00 DOOR HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. 2. Cylinders for door hardware specified in other Sections. B. Related Sections: Refer to Architectural Drawings for sections noted below. 1. Section 081113 "Hollow Metal Doors and Frames" 1.3 REFERENCES A. The following reference standards and model code documents shall be used in estimating and detailing door hardware,and shall considered as a standard of quality,function,and performance, as applicable: 1. I.B.C. International Building Code(current year adopted). 2. NFPA-80 Fire Doors&Windows(current year adopted). 3. NFPA-101 Life Safety Code(current year adopted). 4. NFPA-105 Smoke Control Door Assembly. (current year adopted) 5. ANSI-117.1 2017 Accessible and Usable Buildings and Facilities. 6. A.D.A.A.G Americans with Disabilities Act Accessibility Guidelines. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Other Action Submittals: 1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size,thickness, hand,function, and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door 02-02-24—Construction Documents DOOR HARDWARE 08 71 00- 1 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. b. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." Double space entries, and number and date each page. c. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. d. Content: Include the following information: 1) Identification number, location, hand, fire rating, size, and material of each door and frame. 2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3) Complete designations, including name and manufacturer, type, style, function, size, quantity,function, and finish of each door hardware product. 4) Fastenings and other pertinent information. 5) Explanation of abbreviations, symbols, and codes contained in schedule. 6) Mounting locations for door hardware. 7) List of related door devices specified in other Sections for each door and frame. 2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are coordinated with the Contract Documents. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Architectural Hardware Consultant. B. Product Test Reports: For compliance with accessibility requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency,for door hardware on doors located in accessible routes. C. Warranty: Special warranty specified in this Section. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware and keying schedule. 1.7 QUALITY ASSURANCE A. Architectural Hardware Consultant Qualifications: A person who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project and who is currently certified by DHI as follows: 1. For door hardware, an Architectural Hardware Consultant(AHC). B. Source Limitations: Obtain each type of door hardware from a single manufacturer. C. Fire-Rated Door Assemblies: Where fire-rated door assemblies are indicated, provide door hardware rated for use in assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency,for fire-protection ratings indicated, based on testing at positive pressure according to NFPA 252 or UL 10C, unless otherwise indicated. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 -2 Waters Edge Aquatic Design Riverside, MO—Pool& Restroom Improvements 21-529 Riverside, MO D. Smoke- and Draft-Control Door Assemblies: Where smoke- and draft-control door assemblies are required, provide door hardware that meet requirements of assemblies tested according to UL 1784 and installed in compliance with NFPA 105. 1. Air Leakage Rate: Maximum air leakage of0.3 cfm/sq. ft. (3 cu. m per minute/sq. m)at the tested pressure differential of 0.3-inch wg(75 Pa)of water. E. Means of Egress Doors: Latches do not require more than 15 Ibf(67 N)to release the latch. Locks do not require use of a key,tool, or special knowledge for operation. F. Accessibility Requirements: For door hardware on doors in an accessible route, comply with [the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines. 1. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf(22.2 N). 2. Comply with the following maximum opening-force requirements: a. Interior, Non-Fire-Rated Hinged Doors: 5 Ibf(22.2 N)applied perpendicular to door. b. Fire Doors: Minimum opening force allowable by authorities having jurisdiction. 3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch (13 mm)high. 4. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches(75 mm)from the latch, measured to the leading edge of the door. G. Keying Conference: Conduct conference at Project Site. In addition to Owner, Contractor, and Architect,conference participants shall also include Installer's Architectural Hardware Consultant. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including, but not limited to, the following: 1. Function of building,flow of traffic, purpose of each area, degree of security required, and plans for future expansion. 2. Preliminary key system schematic diagram. 3. Requirements for key control system. 4. Requirements for access control. 5. Address for delivery of keys. H. Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Inspect and discuss preparatory work performed by other trades. 3. Review sequence of operation for each type of electrified door hardware. 4. Review required testing, inspecting, and certifying procedures. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule,and include installation instructions,templates,and necessary fasteners with each item or package. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 -3 Waters Edge Aquatic Design Riverside, MO—Pool& Restroom Improvements 21-529 Riverside, MO C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. D. Deliver keys and permanent cores to Owner by registered mail or overnight package service. 1.9 COORDINATION A. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. B. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. C. Electrical System Roughing-In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. 1.10 WARRANTY A. Special Warranty:Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to,the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. c. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: One year from date of Substantial Completion, unless otherwise indicated. a. Locks: Three years from date of Substantial Completion. b. Exit Devices: Two years from date of Substantial Completion. c. Manual Closers: 10 years from date of Substantial Completion. 1.11 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. B. Maintenance Service: Beginning at Substantial Completion, provide six months'full maintenance by skilled employees of door hardware Installer. Include quarterly preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door and door hardware operation. Provide parts and supplies that are the same as those used in the manufacture and installation of original products. PART 2 - PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3"Door Hardware Schedule"Article to comply with requirements in this Section. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 -4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and products equivalent in function and comparable in quality to named products. B. Designations: Requirements for design,grade,function,finish,size,and other distinctive qualities of each type of door hardware are indicated in Part 3"Door Hardware Schedule"Article. Products are identified by using door hardware designations, as follows: 1. Named Manufacturers'Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3"Door Hardware Schedule"Article. 2. References to BHMA Designations: Provide products complying with these designations and requirements for description, quality, and function. 2.2 HINGES A. Hinges: BHMA A156.1. Provide template-produced hinges for hinges installed on hollow-metal doors and hollow-metal frames. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. IVES Hardware; an Allegion company. b. Baldwin Hardware Corporation. c. Bommer Industries, Inc. 2.3 MECHANICAL LOCKS AND LATCHES A. Lock Functions:As indicated in door hardware schedule. B. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors, and as follows: 1. Cylindrical Locks: Minimum 3/4-inch (19-mm)latchbolt throw. C. Lock Backset: 2-3/4 inches(70 mm), unless otherwise indicated. D. Lock Trim: 1. Operating Device: BRK Lever. E. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame;finished to match lock or latch. 1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. F. Mortise Locks: BHMA A156.13;Grade 1; Series 1000. Lock case shall be multi-function and field reversible for handing without opening the case. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 -5 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO a. Falcon Commercial Lock Division; T Series, MA Series Lock; an Allegion company. b. Yale Commercial Lock Division; 5400 Series, 8800 Series Lock; an ASSA Abloy company. 2.4 ELECTRONIC LOCKS AND LATCHES A. Lock Functions:As indicated in door hardware schedule. B. Electronic Cylindrical Locks: A156.13/A156.25; Grade 1. UL294 Listed. 2.5 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver. 1. Manufacturers: Match Owner's existing keyway. B. Standard Lock Cylinders: BHMA A156.5; Grade 1 cylinders; face finished to match lockset. 2.6 KEYING A. Keying System: complying with guidelines in BHMA A156.28,Appendix A. 1. Key locks and cylinders to existing Yale keyway. 2. Incorporate decisions made in keying conference. B. Keys: Brass. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: "DO NOT DUPLICATE." 2. Quantity: In addition to one extra key blank for each lock, provide the following: a. Cylinder Change Keys: Three. b. Master Keys: Five for each master key system. c. Grand Master Keys: Five. d. Control Keys: Three. 2.7 OPERATING TRIM A. Operating Trim: BHMA A156.6; brass, unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. IVES Hardware; an Allegion company. b. Rockwood Manufacturing Company. c. Trimco. 2.8 ACCESSORIES FOR PAIRS OF DOORS A. Coordinators: BHMA A156.3; consisting of active-leaf, hold-open lever and inactive-leaf release trigger; fabricated from steel with nylon-coated strike plates; with built-in, adjustable safety release; and with internal override. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 -6 Waters Edge Aquatic Design Riverside, MO—Pool& Restroom Improvements 21-529 Riverside, MO B. Astragals: BHMA A156.22. 2.9 SURFACE CLOSERS A. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves, cast iron body, and forged-steel main arm. B. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force. C. Provide closers with a solid forged steel main arms and factory assembled heavy-duty forged forearms for parallel arm closers. D. Closer cylinders,arms,adapter plates,and metal covers shall have a powder coating finish which has been certified to exceed 100 hours salt spray testing as described in ANSI Standard A156.4 and ASTM B117. Provide special rust inhibitive primer(SRI)where specified. E. Closers with pressure relief values will not be acceptable. F. Supplier to provide any brackets or plates required for proper Installation of door closers. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. LCN Closers; 4050A Series; an Allegion company. b. Norton; 7500 Series; an ASSA Abloy company. 2.10 THRESHOLDS A. Thresholds: BHMA A156.21;fabricated to full width of opening indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Reese Enterprises, Inc. b. National Guard Products. c. Zero International. 2.11 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6;fabricated from 0.050-inch-(1.3-mm-)thick stainless steel;with manufacturer's standard machine or self-tapping screw fasteners. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. IVES Hardware; an Allegion company. b. Rockwood Manufacturing Company. c. Trimco. 2.12 AUXILIARY DOOR HARDWARE A. Auxiliary Hardware: BHMA A156.16. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00-7 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. IVES Hardware; an Allegion company. b. Rockwood Manufacturing Company. c. Trimco. 2.13 FABRICATION A. Base Metals: Produce door hardware units of base metal indicated,fabricated by forming method indicated,using manufacturer's standard metal alloy,composition,temper,and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. B. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware.Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2. Fire-Rated Applications: a. Wood or Machine Screws: For the following: 1) Hinges mortised to doors or frames; use threaded-to-the-head wood screws for wood doors and frames. 2) Strike plates to frames. 3) Closers to doors and frames. b. Steel Through Bolts: For the following unless door blocking is provided: 1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface-mounted exit devices. 3. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 4. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, "Recommended Fasteners for Wood Doors." 5. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.14 FINISHES A. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 -8 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable.Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3- EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire-rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and frames according to ANSI/SDI A250.6. B. Wood Doors: Comply with DHI WDHS.5"Recommended Hardware Reinforcement Locations for Mineral Core Wood Flush Doors." 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames:ANSI/SDI A250.8. 2. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions.Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches (750 mm)of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. D. Lock Cylinders: 1. Coordinate installation of cylinders with owner's locksmith if applicable. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00-9 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO E. Thresholds: Set thresholds for doors indicated in full bed of sealant complying with requirements specified in Section 079200 "Joint Sealants," refer to Architectural Drawings for section. F. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. G. Perimeter Gasketing:Apply to head and jamb,forming seal between door and frame. Apply soffit mounted seals prior to soffit mounted hardware. H. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. I. Door Bottoms:Apply to bottom of door,forming seal with threshold when door is closed. J. If existing conditions prohibit practical installation of any of the hardware scheduled in this section, notify contractor prior to proceeding. Supplier to examine onsite conditions prior to ordering hardware. 3.4 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. B. Occupancy Adjustment: Approximately three after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust each item of door hardware, including adjusting operating forces, as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.5 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.6 DEMONSTRATION A. Contractor to instruct owner's personnel to adjust, operate, and maintain door hardware and door hardware finishes. 3.7 DOOR HARDWARE SCHEDULE A. The hardware sets listed below represent the design intent and direction of the owner and architect. They are a guideline only and should not be considered a detailed hardware schedule. Discrepancies, conflicting hardware and missing items should be brought to the attention of the architect with corrections made prior to the bidding process. B. Existing Conditions: Where doors/frames are to be reused verify existing door conditions and notify Architect of any required changes to specified hardware prior to ordering hardware. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 - 10 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 01 DOOR NUMBER: 101 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 6 EA HINGE 5BB1HW 4.5 X 4.5 NRP 630 IVE 2 EA MANUAL FLUSH BOLT FB457 626 IVE 1 EA STOREROOM LOCK AU 5405LN (VERIFY CYLINDER 626 YAL REQUIRED) 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 2 EA WALL STOP/HOLDER WS45X 626 IVE 1 EA RAIN DRIP 142AA AA ZER OPERATION: DOOR NORMALLY CLOSED AND LOCKED. ACCESS VIA KEY. DOOR HELD OPEN AT 180 DEG. ALWAYS FREE EGRESS. HARDWARE SET: 02 DOOR NUMBER: 104 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 6 EA HINGE 5BB1HW 4.5 X 4.5 NRP 630 IVE 1 EA MAGNETIC LOCK M492P 12/24 VDC 628 SCE 2 EA PUSH PLATE 8200 6"X 16" 630 IVE 2 EA PULL PLATE 8303 10"4"X 16" 630 IVE 2 EA SURFACE CLOSER 4040XP EDA 689 LCN 2 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE 1 EA FLOOR STOP FS439 630 IVE 1 EA WALL STOP WS406/407CCV 630 IVE 1 EA DOOR SWEEP 39A A ZER 1 EA THRESHOLD 655A-223 A ZER 1 EA PUSH BUTTON 621ALRDEX DA 12/24 VDC 630 SCE 1 EA MOTION SENSOR SCANII 12/24 VDC WHT SCE 1 EA CARD READER BY SECURITY SYSTEM INTEGRATOR 1 EA POWER SUPPLY BY SECURITY SYSTEM INTEGRATOR OPERATION: DOOR NORMALLY CLOSED AND LOCKED. VALID CARD READ FROM PULL SIDE ALLOWS TEMPORARY ACCESS. PUSH SIDE ALWAYS FREE FOR EGRESS VIA MOTION SENSOR OR EMERGENCY PUSHBUTTON. DOOR TO UNLOCK UPON FIRE ALARM OR LOSS OF POWER. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 - 11 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 03 DOOR NUMBER: 105 106 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 1 EA MORTISE LOCK AUR 8862FL IND 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA SURFACE CLOSER 4040XP 689 LCN 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA RAIN DRIP 142AA AA ZER 1 EA GASKETING 488SBK PSA BK ZER 1 EA DOOR SWEEP 381A A ZER 1 EA THRESHOLD 655A-223 A ZER HARDWARE SET: 04 DOOR NUMBER: EX107 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 1 EA MORTISE LOCK AUR 8862FL IND 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA SURFACE CLOSER 4040XP RW/PA 689 LCN 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CCV 630 IVE 1 EA GASKETING 488SBK PSA BK ZER 1 EA DOOR SWEEP 381A A ZER 1 EA THRESHOLD 655A-223 A ZER HARDWARE SET: 05 DOOR NUMBER: 202 203 204 205 206 207 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 652 IVE 1 EA MORTISE LOCK AUR 8862FL IND 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA SURFACE CLOSER 4040XP RW/PA 689 LCN 1 EA KICK PLATE 8400 10"X 2"LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CCV 630 IVE 3 EA SILENCER SR64 GRY IVE NOTE: OMIT WALL STOP ON DOORS 205, 206, 207 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 - 12 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 06 DOOR NUMBER: EX108 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 630 IVE 1 EA STOREROOM LOCK AU 5405LN 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA ELECTRIC STRIKE 6400 FSE 12/24 VAC/VDC 630 VON 1 EA OH STOP 90S 630 GLY 1 EA SURF. AUTO OPERATOR 4642 WMS 120 VAC 689 LCN 2 EA ILLUMINATED ACTUATOR CM-2520/4855SE1 630 CAM 2 EA ILLUMINATED ACTUATOR CM-45/455SE1 630 CAM 1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE 3 EA SILENCER SR64 GRY IVE 1 EA DOOR CONTACT 679-05HM BLK SCE 1 EA POWER CX-33PS WHT CAM SUPPLY/CONTROLLER OPERATION: DOOR NORMALLY CLOSED AND UNLOCKED. PRESSING OUTSIDE ACTUATOR OPENS DOOR. PRESSING LOCK BUTTON ON INSIDE OF RESTROOM LOCKS DOOR AND ILLUMINATES ACTUATORS RED. PRESSING INSIDE ACTUATOR UNLOCKS AND OPENS DOOR, RESETTING SYSTEM. DOOR MAY BE SECURED VIA KEYSWITCH. ALWAYS FREE EGRESS. HARDWARE SET: 07 DOOR NUMBER: 103A EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 4 EA HINGE 5BB1HW 4.5 X 4.5 NRP 630 IVE 1 EA DUTCH DOOR BOLT 054 626 IVE 1 EA OFFICE LOCK AU 5407LN 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE 2 EA WALL STOP WS406/407CCV 630 IVE 1 EA GASKETING 488SBK PSA BK ZER 1 EA DOOR SWEEP 381A A ZER 1 EA THRESHOLD 655A-223 A ZER 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 - 13 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 08 DOOR NUMBER: 102 103B EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1HW 4.5 X 4.5 652 IVE 1 EA STOREROOM LOCK AU 5405LN 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA PRIMUS CORE 20-740 626 SCH 1 EA ELECTRIC STRIKE 6400 FSE 12/24 VACNDC 630 VON 1 EA SURFACE CLOSER 4040XP RW/PA 689 LCN 1 EA KICK PLATE 8400 10"X 2"LDW B-CS 630 IVE 1 EA FLOOR STOP FS439 630 IVE 3 EA SILENCER SR64 GRY IVE 2 EA WIRE HARNESS CON X LENGTH REQ'D SCH 1 EA DOOR CONTACT 679-05HM BLK SCE 1 EA CARD READER BY SECURITY SYSTEM INTEGRATOR 1 EA POWER SUPPLY BY SECURITY SYSTEM INTEGRATOR OPERATION: DOOR NORMALLY CLOSED AND LOCKED. ACCESS VIA VALID CARD READ. ALWAYS FREE EGRESS. NOTE: LOCATE FLOOR STOP NEXT TO WALL TO AVOID TRIPPING HAZARD. CONFIRM LOCATION WITH OWNER PRIOR TO INSTALLATION. HARDWARE SET: 09 DOOR NUMBER: 103C 103D GT01 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 1 EA NOTE REMAINDER OF HARDWARE BY DOOR SUPPLIER NOTE: BALANCE OF HARDWARE BY DOOR MANUFACTURER HARDWARE SET: 10 DOOR NUMBER: EX109 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 1 EXISTING DOOR, FRAME AND HARDWARE TO REMAIN END OF SECTION 087100 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 - 14 Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 09 96 10 COATINGS FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. High performance coatings for the following: 1. Swimming pools. B. Preparation of new surfaces for coating. 1.02 RELATED SECTIONS A. Section 13 11 15-Cast-in-Place Concrete: Concrete finishing: walls and floors. B. Section 13 11 63- Miscellaneous Metals: Shop priming. 1.03 REFERENCES A. ASTM D 16-Terminology Relating to Paint, Varnish, Lacquer, and Related Products; 2000. B. ASTM D 4263- Indicating Moisture in Concrete by the Plastic Sheet Method; 1999. C. ASTM F 1869- Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride; 1998. 1.04 DEFINITIONS A. Definitions of Painting Terms: ASTM D 16, unless otherwise specified. B. Dry Film Thickness (DFT): Thickness of a coat of paint in fully cured state measured in mils (1/1000 inch). 1.05 SUBMITTALS A. See Administrative Requirements section for submittal procedures. B. Product Data: Manufacturer's data sheets on each coating product to be used, including: 1. Product characteristics. 2. Preparation instructions and recommendations. 3. Primer requirements and recommendations. 4. Storage and handling requirements and recommendations. 5. Application methods. C. Selection Samples: For each finish product specified, two complete sets of color chips representing manufacturer's full range of available colors and sheens. D. Manufacturer Qualifications: Submit manufacturer's certification that coatings comply with specified requirements and are suitable for intended application. E. Applicator Qualifications: Submit list of a minimum of 5 completed projects of similar size and complexity to this Work. Include for each project: 1. Project name and location. 2. Name of owner. 3. Name of contractor. 4. Name of architect. 5. Name of coating manufacturer. 6. Approximate area of coatings applied. 7. Date of completion. F. Warranty: Submit manufacturer's standard warranty. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Company specializing in manufacturing the Products specified in this section with minimum five years documented successful experience. 2. Able to demonstrate successful performance on comparable projects. 02-02-24- Construction Documents COATINGS FOR POOLS 09 96 10-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3. Single Source Responsibility: Coatings and coating application accessories shall be products of a single manufacturer. B. Applicator Qualifications: 1. Company specializing in application of Products specified in this section with minimum five years documented experience on projects of similar size and complexity to this Work. 2. Applicator's Personnel: Employ persons trained for application of specified coatings and provide a letter or qualification statement supplied by the paint manufacturer. 1.07 PRE-INSTALLATION MEETING A. Convene two weeks before starting work of this section. B. Require attendance of parties directly affecting work of this section, including Contractor, Engineer, applicator, and manufacturer's representative. Review the following: 1. Environmental requirements. 2. Protection of surfaces not scheduled to be coated. 3. Surface preparation. 4. Application. 5. Repair. 6. Field quality control. 7. Cleaning. 8. Protection of coating systems. 9. One-year inspection. 10. Coordination with other work. 1.08 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: 1. Coating or material name. 2. Manufacturer. 3. Color name and number. 4. Batch or lot number. 5. Date of manufacture. 6. Mixing and thinning instructions. B. Storage: 1. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions. 2. Store products in manufacturer's unopened packaging until ready for installation. 3. Do not use materials beyond manufacturer's shelf life limits. 4. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. C. Handling: Protect materials during handling and application to prevent damage or contamination. 1.09 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation)within limits recommended by manufacturer for optimum results. Do not apply coatings under environmental conditions outside manufacturer's absolute limits. 1.10 ENVIRONMENTAL REQUIREMENTS A. Weather: 1. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer's instructions. 2. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew point. 3. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions. 4. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. 02-02-24- Construction Documents COATINGS FOR POOLS 09 96 10-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 5. Wind: Do not spray coatings if wind velocity is above manufacturer's limit. B. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with manufacturer's instructions. C. Dust and Contaminants: 1. Schedule coating work to avoid excessive dust and airborne contaminants. 2. Protect work areas from excessive dust and airborne contaminants during coating application and curing. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Specified Manufacturer, unless noted otherwise: Tnemec Company Incorporated: 6800 Corporate Drive, Kansas City, Missouri 64120-1372; Tel: (800) 863-6321 or(816)483-3400; Fax (816)483-3969; www.tnemec.com. B. Acceptable Manufacturer: Diamond Vogel Paints: 105 63rd Street, Des Moines, IA, 50312; Tel: (515) 255-5500. 2.02 SWIMMING POOLS A. Swimming Pools, Immersion- Floors and Walls: 1. System Type: Epoxy. 2. Surface Preparation: See Part 3 of this section on surface preparation for this procedure. 3. Prime Coat: Series 66 Hi-Build Epoxoline or Series 161 Tneme-Fascure. 4. Intermediate Coat: Series 66 Hi-Build Epoxoline or Series 161 Tneme-Fascure. 5. Finish Coat: Series 66 Hi-Build Epoxoline or Series 161 Tneme-Fascure. 6. Application Rate (each coat): 200 sq. ft. per gallon. 7. Color: As selected by Owner from manufacturer's standard pool colors with "P" designation. B. Swimming Pools, Immersion - Painted Gutter Surface, Lane Stripes, and Targets: 1. System Type: Epoxy. 2. Surface Preparation: Same as A (above). 3. Prime Coat: Series 66 Hi-Build Epoxoline or Series 161 Tneme-Fascure. 4. Intermediate Coat: Series 66 Hi-Build Epoxoline or Series 161 Tneme-Fascure. 5. Finish Coat: Series 66 Hi-Build Epoxoline or Series 161 Tneme-Fascure. 6. Application Rate (each coat): 200 sq. ft. per gallon. 7. Color: As selected by Owner from manufacturer's standard pool colors with "P"designation. C. Non-Skid Surfaces: 1. Paint gutter wall top surfaces, submerged steps, pool floors 30 inches deep and shallower, pool change of slope, all painted surfaces on pool deck, and all surfaces indicated on drawings non-skid. Mix dry 50 mesh white silica sand in final two coats at a rate of 5 pounds per gallon of paint used. D. Note: Series 161 Tneme-Fascure shall be used when temperatures are expected to be below 50 degrees F and above 35 degrees F. 2.03 ACCESSORIES A. Coating Application Accessories: 1. Accessories required for application of specified coatings in accordance with manufacturer's instructions, including thinners. 2. Products of coating manufacturer. 2.04 MATERIALS -GENERAL REQUIREMENTS A. Coatings- General: 1. Unless otherwise indicated, provide factory-mixed coatings. When required, mix coatings to correct consistency in accordance with manufacturer's instructions before application. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. 2. Supply each coating material in quantity required to complete entire project's work from a single production run. 02-02-24- Construction Documents COATINGS FOR POOLS 09 96 10-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as"best" by the manufacturer. C. Coating Application Accessories: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, brushes, rollers, containers, and clean-up materials required. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer. B. Examine areas and conditions under which coating systems are to be applied. Notify Engineer of areas or conditions not acceptable. Do not begin surface preparation or application until unacceptable areas or conditions have been corrected. C. Test shop-applied primer for compatibility with subsequent cover materials. 3.02 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED A. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixture trim, escutcheons, fittings, and all items not scheduled to be coated prior to preparing surfaces or finishing. B. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and application of coatings. C. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. 3.03 SURFACE PREPARATION OF NEW POOL WALLS AND FLOORS A. Wall and floor surfaces should be previously finished as described in specifications associated with pool concrete (typically section 03 30 05 or section 13 11 15). B. Remove contaminants that could impair coating performance or appearance by high pressure water blast at a minimum of 3,000 psi at the tip utilizing 3 ounces per gallon TSP (trisodium phosphate). C. If contaminants remain it may be necessary to heat the water up to 140 degrees F and repeat procedure. D. Rinse with clean water to provide a clean, contaminant free surface. E. Allow concrete and mortar to cure for a minimum of 28 days before coating. F. Test concrete for moisture in accordance with ASTM D 4263 and ASTM F 1869. 3.04 PREPARATION OF EXISTING CONCRETE SURFACES FOR RE-COATING A. Existing Pool Coatings: Unless specifically noted otherwise on the Drawings, all existing pool coatings shall be completely removed by sand blasting or other specific and appropriate method. B. Abrasive Blast all pool surfaces, including top of painted gutter, in accordance with SSPC SP-13 Surface Preparation of Concrete. Abrasive blast to entirely remove existing coating and to scarify bare concrete to an ICRI CSP 3 surface profile. Remove all blast material and waste products. Vacuum all surfaces to remove all dust. Do not allow debris in main drains. Wash all pool surfaces. Test for moisture, as described below, before starting the painting process. C. Contractor shall abide by all federal, state, local, and applicable governing bodies regulations. D. Rout out all cracks to a depth of'A" and profile per coating manufacturer. Fill all routed cracks with Tnemec Series 215 Surfacing Epoxy to create a smooth surface that is flush with surface around the cracks; feather repaired crack surface to blend with adjacent surfaces. E. Identify deteriorated coating areas (corners, structure joints, etc.) and grind, abrasive blast or use other acceptable and appropriate method to remove coating to expose concrete; repair using Tnemec Series 215 Surfacing Epoxy to create a smooth surface that is flush with adjacent surfaces; feather repaired surface to blend with adjacent surfaces. F. Identify any areas that need to be patched as a result of sand-blasting. Float walls with Tnemec Series 215 Surfacing Epoxy, or equivalent, as required to fill holes or other defects in concrete, if any, that will not be sufficiently covered by new epoxy coating. G. Provide additional surface preparation as required by coating manufacturer. 02-02-24- Construction Documents COATINGS FOR POOLS 09 96 10-4- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO H. Cleaning shall remove contaminants that could impair coating performance or appearance by high pressure water blast at a minimum of 3,000 psi at the tip utilizing 3 ounces per gallon TSP (trisodium phosphate). I. If contaminants remain it may be necessary to heat the water up to 140 degrees F and repeat procedure. J. Rinse with clean water to provide a clean, contaminant free surface. K. Test concrete for moisture in accordance with ASTM D 4263 and ASTM F 1869. 3.05 APPLICATION A. Apply coatings in accordance with manufacturer's instructions B. Mix and thin coatings, including multi-component materials, in accordance with manufacturer's instructions. C. Keep containers closed when not in use to avoid contamination. D. Do not use mixed coatings beyond pot life limits. E. Use application equipment, tools, pressure settings, and techniques in accordance with manufacturer's instructions. F. Uniformly apply coatings at spreading rate required to achieve specified DFT. G. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of coating systems. H. Stripe paint with brush at critical locations on steel such as welds, corners, and edges using specified primer. 3.06 REPAIR A. Materials and Surfaces Not Scheduled To Be Coated: Repair or replace damaged materials and surfaces not scheduled to be coated. B. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Recoat entire surface where touch-up result is visibly different, either in sheen, texture, or color. C. Coating Defects: Repair in accordance with manufacturer's instructions coatings that exhibit film characteristics or defects that would adversely affect performance or appearance of coating systems. 3.07 FIELD QUALITY CONTROL A. Manufacturer's Field Services: Manufacturer's representative shall provide technical assistance and guidance for surface preparation and application of coating systems. 3.08 CLEANING A. Remove temporary coverings and protection of surrounding areas and surfaces. 3.09 PROTECTION OF COATING SYSTEMS A. Protect surfaces of coating systems from damage during construction. END OF SECTION 09 96 10 02-02-24- Construction Documents COATINGS FOR POOLS 09 96 10-5- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 14 WATERSTOP FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Provisions of waterstops embedded in concrete and spanning control, expansion, and/or construction joints to create a continuous diaphragm to prevent fluid migration. B. Waterstops for pipe penetrations. 1.02 RELATED SECTIONS A. Section 03 30 05- Cast-in-Place Concrete. 1.03 REFERENCES A. ASTM D 412- Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension; 1998a. B. ASTM D 570- Standard Test Method for Water Absorption of Plastics; 1998. C. ASTM D 624- Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers; 2000. D. ASTM D 638- Standard Test Method for Tensile Properties of Plastics; 1999. E. ASTM D 746- Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact; 1998. F. ASTM D 747- Standard Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam; 1999. G. ASTM D 792-Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement; 1998. H. ASTM D 1149- Standard Test Method for Rubber Deterioration-Surface Ozone Cracking in a Chamber; 1999. I. ASTM D 1203- Standard Test Method for Volatile Loss From Plastics Using Activated Carbon Methods; 1994. J. ASTM D 2240- Standard Test Method for Rubber Property-Durometer Hardness; 2000. K. COE CRD-C 572- Corps of Engineers Specifications for Polyvinylchloride Waterstop; Corps of Engineers; 1974. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Samples: Submit two waterstop samples, each 6 inches long. C. Product Data: Submit data of complete physical properties. 1.05 DELIVERY, STORAGE, AND PROTECTION A. Store waterstops under cover and elevated above grade to protect from oil, dirt, sunlight, and premature exposure to water. PART 2 PRODUCTS 2.01 PVC WATERSTOPS A. 4"Wide Waterstop: 1. Manufacturers and Products: a. Greenstreak profile style number 702. b. Vinylex Corporation profile style number RB4-316. 2. Applications: Use at floor and wall construction joints in water retaining structures. B. Flexible PVC type waterstop, COE CRD-C 572. C. The PVC waterstop shall be extruded from an elastomeric plastic material of which the basic resin is prime virgin polyvinyl chloride. The PVC compound shall not contain any scrapped or reclaimed material or pigment whatsoever. 02-02-24- Construction Documents WATERSTOP FOR POOLS 13 11 14-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO D. Performance requirements as follows: 1. Water Absorption, ASTM D 570: 0.15 percent maximum. 2. Tear Resistance, ASTM D 624: 300 lbs per inch minimum. 3. Ultimate Elongation, ASTM D 638: 300 percent minimum after accelerated extraction. 4. Tensile Strength, ASTM D 638: 2,000 psi minimum after accelerated extraction. 5. Low Temperature Brittleness, ASTM D 746: No failure at minus 35 degrees F. 6. Stiffness in Flexure, ASTM D 747: 600 psi minimum. 7. Specific Gravity, ASTM D 792: 1.4 maximum. 8. Ozone Resistance, ASTM D 1149: No Failure. 9. Volatile Loss, ASTM D 1203: 0.60 percent maximum. 10. Hardness (Shore A), ASTM D 2240: 75 to 82. 11. Tensile Strength after accelerated extraction, CRD-C 572: 1,600 psi minimum. 12. Elongation after accelerated extraction, CRD-C 572: 300 percent minimum. 13. Effect of Alkalies after 7 days, CRD-C 572: a. Weight change: -0.10 to 0.25 percent. b. Hardness change: plus or minus 5 maximum. 2.02 HYDROPHILIC WATERSTOPS A. Manufacturers and Products: 1. Construction Joints: a. Greenstreak"Hydrotite" profile number CJ-0725-3K. b. Applications: Use at all construction joints where called for on the drawings. 2. Penetrations: a. Greenstreak"Hydrotite" profile number DSS-0420. b. Applications: Use at all pipe or other penetrations through water holding concrete structures. B. The waterstop shall be a combination of chloroprene rubber and chloroprene rubber modified to impart hydrophilic properties. C. The waterstop shall have a delay coating to inhibit initial expansion due to moisture present in fresh concrete. D. Performance requirements as follows: 1. Chloroprene Rubber: a. Tensile Strength, ASTM D 412: 1,300 psi minimum. b. Ultimate Elongation, ASTM D 412: 400 percent minimum. c. Hardness(Shore A), ASTM D 2240: 50 plus or minus 5. d. Tear Resistance, ASTM D 624: 100 lb/inch minimum. 2. Modified Chloroprene (Hydrophilic) Rubber: a. Tensile Strength, ASTM D 412: 350 psi minimum. b. Ultimate Elongation, ASTM D 412: 600 percent minimum. c. Hardness(Shore A), ASTM D 2240: 52 plus or minus 5. d. Tear Resistance, ASTM D 624: 50 lb/inch minimum. e. Expansion Ratio, Volumetric Change- Distilled Water @ 70 degrees F: 3 to 1 minimum. 2.03 ACCESSORIES A. PVC Waterstops: 1. Provide factory made waterstop fabrications for all changes of direction, intersections, and transitions leaving only straight butt joint splices for the field. 2. Provide hog rings spaced at 12 inches on center along both sides and along length of waterstop. Location per mftr. 3. Provide Teflon coated thermostatically controlled waterstop splicing irons for field butt splices. B. Hydrophilic Waterstops: 1. Provide Greenstreak Rubber Adhesive to secure "Hydrotite"to smooth, dry concrete. 2. Provide Greenstreak"Epoxy 7300"two component epoxy gel to secure"Hydrotite"to rough, wet (or dry) concrete. 02-02-24- Construction Documents WATERSTOP FOR POOLS 13 11 14-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3. Provide"Leakmaster LV-1" single component hydrophilic sealant to secure"Hydrotite"to rough, dry concrete. 4. Provide cyanacrylate adhesive (super glue)for all splices. 5. Provide"Leakmaster LV-1" as addition to cyanacrylate adhesive at all splices for added insurance. PART 3 EXECUTION 3.01 INSTALLATION A. PVC Waterstop: 1. Field butt splices shall be heat fused welded using a Teflon covered thermostatically controlled waterstop splicing iron at approximately 380 degree F. Follow approved manufacturer recommendations. 2. Lapping of waterstop, use of adhesives, or solvents shall not be allowed. 3. Center waterstop in joint and secure waterstop in correct position. Secure with wire tie to adjacent reinforcing steel at 12 inch on centers along both sides and along the length of the waterstop. B. Hydrophilic Waterstop: 1. Cut coil ends square (or at proper angle for mitered corners)with shears or sharp blade to fit splices together without overlaps. 2. Splices shall be sealed using cyanacrylate adhesive (super glue) and "Leakmaster LV-1". 3. Seal watertight any exposed cells of"Hydrotite" using "Leakmaster LV-1". 4. Follow approved manufacturer recommendations. C. PVC and Hydrophilic Intersections: 1. Maintain continuity of waterstops at all intersections and transitions. 2. Joinery between PVC and"Hydrotite" shall be sealed using "Leakmaster LV-1". 3. Follow approved manufacturer recommendations. END OF SECTION 13 11 14 02-02-24- Construction Documents WATERSTOP FOR POOLS 13 11 14-3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 14 WATERSTOP FOR POOLS/SPLASH PART 1 GENERAL 1.01 SECTION INCLUDES A. Provisions of waterstops embedded in concrete and spanning control, expansion, and/or construction joints to create a continuous diaphragm to prevent fluid migration. B. Waterstops for pipe penetrations. 1.02 RELATED SECTIONS A. Section 13 11 15 - Cast-in-Place Concrete for Pools/Splash B. Section 13 11 18 - Pools- Shotcrete 1.03 REFERENCES A. ASTM D 412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers- Tension; 1998a. B. ASTM D 570 - Standard Test Method for Water Absorption of Plastics; 1998. C. ASTM D 624 - Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers; 2000. D. ASTM D 638 - Standard Test Method for Tensile Properties of Plastics; 1999. E. ASTM D 746 - Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact: 1998. F. ASTM D 747 - Standard Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam; 1999. G. ASTM D 792 - Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement; 1998. H. ASTM D 1149 - Standard Test Method for Rubber Deterioration-Surface Ozone Cracking in a Chamber; 1999. I. ASTM D 1203 - Standard Test Method for Volatile Loss From Plastics Using Activated Carbon Methods: 1994. J. ASTM D 2240 - Standard Test Method for Rubber Property-Durometer Hardness; 2000. K. COE CRD-C 572 - Corps of Engineers Specifications for Polyvinylchloride Waterstop; Corps of Engineers; 1974. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Samples: Submit two waterstop samples, each 6 inches long. C. Product Data: Submit data of complete physical properties. 1.05 DELIVERY, STORAGE, AND PROTECTION A. Store waterstops under cover and elevated above grade to protect from oil, dirt, sunlight, and premature exposure to water. PART 2 PRODUCTS 2.01 PVC WATERSTOPS A. 4" Wide Waterstop: 1. Manufacturers and Products: a. Greenstreak profile style number 702. b. Vinylex Corporation profile style number RB4-316. 2. Applications: Use at floor and wall construction joints in water retaining structures. B. Flexible PVC type waterstop, COE CRD-C 572. 02-02-24- Construction Documents WATERSTOP FOR POOLS/SPLASH 13 11 14 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO C. The PVC waterstop shall be extruded from an elastomeric plastic material of which the basic resin is prime virgin polyvinyl chloride. The PVC compound shall not contain any scrapped or reclaimed material or pigment whatsoever. D. Performance requirements as follows: 1. Water Absorption, ASTM D 570: 0.15 percent maximum. 2. Tear Resistance, ASTM D 624: 300 lbs per inch minimum. 3. Ultimate Elongation, ASTM D 638: 300 percent minimum after accelerated extraction. 4. Tensile Strength, ASTM D 638: 2,000 psi minimum after accelerated extraction. 5. Low Temperature Brittleness, ASTM D 746: No failure at minus 35 degrees F. 6. Stiffness in Flexure, ASTM D 747: 600 psi minimum. 7. Specific Gravity, ASTM D 792: 1.4 maximum. 8. Ozone Resistance, ASTM D 1149: No Failure. 9. Volatile Loss, ASTM D 1203: 0.60 percent maximum. 10. Hardness(Shore A), ASTM D 2240: 75 to 82. 11. Tensile Strength after accelerated extraction, CRD-C 572: 1,600 psi minimum. 12. Elongation after accelerated extraction, CRD-C 572: 300 percent minimum. 13. Effect of Alkalies after 7 days, CRD-C 572: a. Weight change: -0.10 to 0.25 percent. b. Hardness change: plus or minus 5 maximum. 2.02 HYDROPHILIC WATERSTOPS A. Manufacturers and Products: 1. Construction Joints: a. Greenstreak"Hydrotite" profile number CJ-0725-3K. b. Applications: Use at all construction joints where called for on the drawings. 2. Penetrations: a. Greenstreak"Hydrotite" profile number DSS-0420. b. Applications: Use at all pipe or other penetrations through water holding concrete structures. B. The waterstop shall be a combination of chloroprene rubber and chloroprene rubber modified to impart hydrophilic properties. C. The waterstop shall have a delay coating to inhibit initial expansion due to moisture present in fresh concrete. D. Performance requirements as follows: 1. Chloroprene Rubber: a. Tensile Strength, ASTM D 412: 1,300 psi minimum. b. Ultimate Elongation, ASTM D 412: 400 percent minimum. c. Hardness (Shore A), ASTM D 2240: 50 plus or minus 5. d. Tear Resistance, ASTM D 624: 100 lb/inch minimum. 2. Modified Chloroprene (Hydrophilic) Rubber: a. Tensile Strength, ASTM D 412: 350 psi minimum. b. Ultimate Elongation, ASTM D 412: 600 percent minimum. c. Hardness(Shore A), ASTM D 2240: 52 plus or minus 5. d. Tear Resistance, ASTM D 624: 50 lb/inch minimum. e. Expansion Ratio, Volumetric Change-Distilled Water @ 70 degrees F: 3 to 1 minimum. 2.03 ACCESSORIES A. PVC Waterstops: 1. Provide factory made waterstop fabrications for all changes of direction, intersections, and transitions leaving only straight butt joint splices for the field. 2. Provide hog rings spaced at 12 inches on center along both sides and along length of waterstop. Location per mftr. 3. Provide Teflon coated thermostatically controlled waterstop splicing irons for field butt splices. B. Hydrophilic Waterstops: 02-02-24- Construction Documents WATERSTOP FOR POOLS/SPLASH 13 11 14-2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 1. Provide Greenstreak Rubber Adhesive to secure"Hydrotite"to smooth, dry concrete. 2. Provide Greenstreak"Epoxy 7300"two component epoxy gel to secure"Hydrotite"to rough, wet (or dry) concrete. 3. Provide"Leakmaster LV-1" single component hydrophilic sealant to secure"Hydrotite"to rough, dry concrete. 4. Provide cyanacrylate adhesive (super glue) for all splices. 5. Provide"Leakmaster LV-1" as addition to cyanacrylate adhesive at all splices for added insurance. PART 3 EXECUTION 3.01 INSTALLATION A. PVC Waterstop: 1. Field butt splices shall be heat fused welded using a Teflon covered thermostatically controlled waterstop splicing iron at approximately 380 degree F. Follow approved manufacturer recommendations. 2. Lapping of waterstop, use of adhesives, or solvents shall not be allowed. 3. Center waterstop in joint and secure waterstop in correct position. Secure with wire tie to adjacent reinforcing steel at 12 inch on centers along both sides and along the length of the waterstop. B. Hydrophilic Waterstop: 1. Cut coil ends square (or at proper angle for mitered corners)with shears or sharp blade to fit splices together without overlaps. 2. Splices shall be sealed using cyanacrylate adhesive (super glue) and "Leakmaster LV-1". 3. Seal watertight any exposed cells of"Hydrotite" using "Leakmaster LV-1". 4. Follow approved manufacturer recommendations. C. PVC and Hydrophilic Intersections: 1. Maintain continuity of waterstops at all intersections and transitions. 2. Joinery between PVC and"Hydrotite" shall be sealed using "Leakmaster LV-1". 3. Follow approved manufacturer recommendations. END OF SECTION 13 11 14 02-02-24- Construction Documents WATERSTOP FOR POOLS/SPLASH 13 11 14-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 15 CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH PART 1 GENERAL 1.01 SECTION INCLUDES A. Concrete for swimming pool, splash pad slab, and water-containing pits and tank B. Concrete formwork. C. Elevated concrete slabs. D. Concrete reinforcement. E. Joint devices associated with concrete work. F. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 13 11 14 -Waterstops. 1.03 REFERENCE STANDARDS A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; American Concrete Institute International; 1991 (Reapproved 2002). B. ACI 224R- Control of Cracking in Concrete Structures; 2001. C. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2010. D. ACI 302.1R-Guide for Concrete Floor and Slab Construction; American Concrete Institute International; 2004 (errata 2007). E. ACI 304R- Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. F. ACI 304.2R- Placing Concrete by Pumping Methods; 1991. G. ACI 308R-Guide to Curing Concrete; American Concrete Institute International; 2001 (Reapproved 2008). H. ACI 309R- Guide for Consolidation of Concrete; American Concrete Institute International; 1987. I. ACI 318- Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International; 2011. J. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement; 2012. K. ASTM C 31 - Making and Curing Concrete Test Specimens in the Field; 2000. L. ASTM C33/C33M -Standard Specification for Concrete Aggregates; 2011a. M. ASTM C94/C94M -Standard Specification for Ready-Mixed Concrete; 2012. N. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or(50-mm) Cube Specimens); 2011b. O. ASTM C143/C143M - Standard Test Method for Slump of Hydraulic-Cement Concrete; 2010a. P. ASTM C150/C150M - Standard Specification for Portland Cement; 2012. Q. ASTM C171 -Standard Specification for Sheet Materials for Curing Concrete; 2007. R. ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2010b. S. ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method; 1997. T. ASTM C 1064-Test Method for Temperature of Freshly Mixed Portland Cement Concrete; 1999. U. PS 1 - Construction and Industrial Plywood; National Institute of Standards and Technology (Department of Commerce); 1995. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: 1. Submit data on formwork, reinforcing, and reinforcing accessories. 2. Submit data on all concrete materials including cement and fine and coarse aggregates. Testing shall be completed by an independent testing agency and shall be less than 12 months old. The costs for material tests shall be paid for by the Contractor. 3. Submit data on all admixtures and concrete accessories. 4. Submit concrete mix design. C. Manufacturer's Installation Instructions: For concrete accessories, indicate installation procedures and interface required with adjacent construction. D. Fabrication details of the tool proposed to be used to form the top pool gutter wall and lip including written instructions, descriptions, and/or illustrations showing how the tool will be used and how the vertical and horizontal dimensions will be controlled. 1.05 DESIGN OF FORMWORK A. Design and engineering of formwork, as well as its construction shall be the responsibility of the Contractor and shall comply with chapters 2 and 3 of ACI-347, and applicable requirements of the controlling local building code. 1.06 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. B. Acquire cement from same source and aggregate from same source for entire project. C. Cold Weather Concreting: Cold weather concreting shall comply with ACI 306R. 1. The temperature of concrete at the time of placement shall be as follows: a. Section size (minimum dimension) less than 12 inches: 55 to 75 degrees F. b. Section size (minimum dimension) 12 to 36 inches: 50 to 70 degrees F. 2. The concrete temperature shall be maintained above the minimum identified above for a period of 6 days after placement. D. Hot Weather Concreting: Except as modified herein, hot weather concreting shall comply with ACI 305R. 1. At air temperatures of 90 degrees F or above, concrete shall be kept as cool as possible during placement and curing. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. 2. Plastic shrinkage cracking due to rapid evaporation of moisture shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305R. E. Concrete materials shall be selected and concrete shall be proportioned, handled, placed, and cured in a manner that will minimize shrinkage and cracking in accordance with Chapters 3 and 8 of ACI 224R. Concrete temperatures shall be controlled both before and after placement to minimize cracking. Any rise in concrete temperature caused by environmental conditions that will be conductive to excessive shrinkage shall be controlled with blankets or other acceptable means of insulation. 1.07 MOCK-UP A. Construct a mock-up panel for each type of concrete surface finish for review and acceptance by Engineer. 1. Panel Size: Sufficient to illustrate finish required. 2. Mock-up panels shall include, but not necessary limited to, illustrating the following: a. Pool bottom including roughened construction joint, keyway placement, horizontal and vertical waterstop placement, placement of reinforcing, and broom finish. b. Pool deck and sidewalk broom finish. c. Pool bathhouse and filter building floor finish. d. Pool gutter wall including reinforcing placement, waterstop placement, horizontal and vertical control methods for construction of the top of gutter, repair of tie holes, and grout cleaned finish including sandblasting and rubbing. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO B. Accepted mock-up panel is considered basis of quality for the finished work. Keep mock-up exposed to view for duration of concrete work. C. Mock-up shall not remain as part of the Work. PART 2 PRODUCTS 2.01 FORMWORK A. Form Materials: Contractor's choice of standard products with sufficient strength to withstand hydrostatic head without distortion in excess of permitted tolerances. 1. Form Facing for Exposed Finish Concrete: Contractor's choice of materials that will provide smooth, stain-free final appearance. 2. Prefabricated: Simplex "Industrial Steel Frame Forms", Symons"Steel Ply", or Universal "Uni-form". 3. Plywood: Product Standard PS 1, waterproof, resin-bonded, exterior type Douglas fir, Panel Grade Designation B-B (concrete form), Class I. 4. Fiberboard: ANSI/AHA A135.4, Class 1, tempered, water-resistant, concrete form hardboard. 5. Lumber: Straight, uniform width and thickness, and free from knots, offsets, holes, dents, and other surface defects. 6. Chamfer Strips: Clear white pine, surface against concrete planed or Vinylex Corporation chamfer strips made from plastic material. 7. Radius Formers: Vinylex Corporation radius formers made from plastic material. 8. Form Coating: Release agent that will not adversely affect concrete or interfere with application of coatings. a. Burke"Spectrum Release Agent", L&M Chemical "Debond", Master Builders"Pro Cote", Nox-Crete "Chembeton", or Symons"Thrift Kote". 9. Form Ties: Cone snap type, with 1-1/2 inch long cone and waterproofing washer, that will leave no metal within 1-1/2 inches of concrete surface. 2.02 SPECIAL CONCRETE TOOLS &ACCESSORIES A. Groover: 1. Manufacturer: Kraft Tool Company; Tel: (913)422-4848; Fax: (913)422-1018; www.krafttool.com. 2. Product No. CF131. 3. Size: 6-inch by 6-inch; 1/4-inch deep. 4. Use: For creating roughened surface with full 1/4-inch amplitude at base of walls. 2.03 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M Grade 60 (420). 1. Deformed billet-steel bars. Use plain billet-steel bars only where indicated on the drawings. 2. Finish: Unfinished, unless otherwise indicated. B. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 3. Precast Concrete Reinforcement Supports: Concrete supports that are not less than 4 inches square having a compressive strength equal to or greater than the specified compressive strength of the concrete being placed may be used for supporting reinforcing from the ground per ACI 301. 4. Provide stainless steel or all-plastic (no plastic-tipped components allowed) components for placement within 1-1/2 inches of surfaces exposed to weather or water. 2.04 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal Portland type. 1. Acquire all cement for entire project from same source. B. Fly Ash: Shall not be allowed. C. Fine and Coarse Aggregates: ASTM C 33, unless modified herein. 1. Acquire all aggregates for entire project from same source. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2. Fine Aggregate: a. Clean natural sand. Artificial or manufactured sand will not be acceptable. b. Shall not contain any materials that are deleteriously reactive with the alkalies in the cement. c. Sulfate Soundness Test: ASTM C 88. 1) Fine aggregate subjected to five cycles of the soundness test shall have a weighted average loss not greater than 10 percent when sodium sulfate is used or 15 percent when magnesium sulfate is used. d. Organic Impurities Test: ASTM C 40. 1) Fine aggregate shall be free of injurious amounts of organic impurities. 2) Aggregates subjected to the test for organic impurities and producing a color darker than the standard shall be rejected. e. Limits for Deleterious Substances: 1) Clay lumps and friable particle, ASTM C 142: 3.0 percent. 2) Materials finer than No. 200 sieve, ASTM C 117: 5.0 percent. 3) Coal and lignite, ASTM C 123: 0.2 percent. f. Sieve Analysis (percent passing), ASTM C 136: 1) 3/8 inch: 100 2) No. 4: 95 to 100 3) No. 8: 80 to 100 4) No. 16: 50 to 85 5) No. 30: 25 to 60 6) No. 50: 15 to 30 7) No. 100: 3 to 10 g. Fineness Modulus, ASTM C 136: Shall not be less than 2.3 nor more than 3.1. 3. Coarse Aggregate: a. Crushed rock, washed gravel, or other inert granular material, having ASTM C 33 Class Designation 5S and as modified herein. b. Shall not contain any materials that are deleteriously reactive with the alkalies in the cement. c. Upper Limits for Deleterious Substances and Physical Property Requirements: 1) Clay lumps and friable particles, ASTM C 142: 2.0 percent. 2) Chert(less than 2.40 sp gr SSD), ASTM C 123: 0.5 percent. 3) Material finer than No. 200 sieve, ASTM C 117: 1.0 percent. 4) Coal and lignite, ASTM C 123: 0.2 percent. 5) Abrasion, ASTM C 131: 50. 6) Soundness Test, ASTM C 88: (a) Magnesium sulfate (5 cycles): 18 percent. (b) Sodium sulfate: 12 percent. d. Grading Requirements: 1) Type A Concrete Mix Design: ASTM C 33, Table 2 Size Number: 67, which has the following gradation (percent passing): (a) 1 inch: 100 (b) 3/4 inch: 90 to 100 (c) 3/8 inch: 20 to 55 (d) No. 4: 0 to 10 (e) No. 8: 0 to 5 2) Type B Concrete Mix Design: ASTM C 33, Table 2 Size Number: 8, which has the following gradation (percent passing): (a) 1/2 inch: 100 (b) 3/8 inch: 85 to 100 (c) No. 4: 10 to 30 (d) No. 8: 0 to 10 (e) No. 16: 0 to 5 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-4- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 4. Percentage of Fine to Total Aggregates: The ratio of fine to total aggregates, based on solid volumes (not weights), multiplied by 100 shall be based upon the following coarse aggregate sizes: a. For 1 inch maximum coarse aggregate size: Ratio of fine to total aggregates is 30%to 46%. b. For 1/2 inch maximum coarse aggregate size: Ratio of fine to total aggregates is 40(1/0 to 55%. D. Water: Clean and not detrimental to concrete. 2.05 CHEMICAL ADMIXTURES A. No calcium chloride or admixture containing chloride from sources other than impurities in admixture ingredients will be acceptable. Admixtures classified as Class 1 or Class 2 in ACI 212R or containing any lignosulfonic acids ("lignins") or their salts will not be acceptable. B. Air Entrainment Admixture: ASTM C 260. 1. Products: a. Grace"Daravair" or"Darex". b. BASF "MB-VR"or"MB-AE 90". c. Sika Chemical "AER". 2. An air-entraining admixture shall be included in all concrete. C. Chemical Admixtures: ASTM C 494/C 494M, Type A-Water Reducing, Type B- Retarding, and Type D- Water Reducing and Retarding. 1. Provide products manufactured by Grace, BASF, or Sika. 2. A water reducing admixture shall be included in all concrete. 3. A retarding admixture may be used only when approved by Engineer. 2.06 ACCESSORY MATERIALS A. Manhole Steps: 1. Products: a. H. Bowen "BOWCO No. 93813". b. M.A. Industries"PS2-PF". 2. Steel-reinforced plastic; 1/2 inch deformed steel bar, ASTM A 615, Grade 60 minimum, totally encapsulated in copolymer polypropylene, ASTM D 4101. B. Surfacing epoxy patch material/compound: Application for swimming pool basin and water-containing structures. 1. Manufacturer/Product: Tnemec Series 215 Surfacing Epoxy, or approved equivalent. a. For thicknesses more than 1/8", and up to 2": Include addition of Series 211 Glass Beads as filler, per manufacturer's recommendations. C. Non-Shrink, Non-Metallic Grout: ASTM C 1107, Grades A, B, C; premixed compound consisting of non-metallic aggregate and portland cement. 1. Minimum Compressive Strength at 28 Days: 7,000 psi. 2. Products: a. Carter Waters"CW 100 Precision Grout". b. BASF "Masterflow 713 Plus". c. Dayton Superior"1107 Advantage Grout". d. Sonneborn "Sonogrout 10K". D. Epoxy Grout for Reinforcing Bars and Threaded Rod Anchors: 1. Adhesive: Moisture-insensitive. a. For Floors and Horizontal Surfaces: 1) Low Viscosity Products: (a) Hilti "HIT RE 500". (b) Master Builders"Brutem AB (Parts A & B)". (c) Sika"Sikadur 35, Hi-Mod LV"or"Sikadur 35, Hi-Mod LV LPL". 2) Medium Viscosity Products: (a) Master Builders"Concresive Liquid LPL". (b) Sika"Sikadur 32, Hi-Mod"or"Sikadur 32, Hi-Mod LPL". 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-5- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO b. For Vertical Surfaces and Overhead Applications: Nonsag consistency. 1) Master Builders"Concresive 1441". 2) Sika "Sikadur 31, Hi-Mod Gel". E. Epoxy Grout for Headed Anchor Bolts: 1. Adhesive: Moisture-insensitive; Master Builders"Ceilcote 648CP". 2. Aggregate: As recommended by the epoxy grout manufacturer. F. Moisture-Retaining Cover: ASTM C 171; clear polyethylene, white polyethylene, white burlap-polyethylene sheet, or low permeability and high moisture retention non-staining natural cellulose fabric with a non-perforated reflective (white) polyethylene coating. 1. UltraCure NCF by Sika Greenstreak, St. Louis, MO. 800-325-9504; usa.sika.com. 2.07 BONDING AND JOINTING PRODUCTS A. Waterstops: See Section 13 11 14. B. Joint Filler: As specified in Section 07 90 10. C. Backer Rod: As specified in Section 07 90 10. D. Sealant and Primer: As specified in Section 07 90 10. 2.08 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Concrete Strength: Establish required average strength for each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301. 1. For trial mixtures method, employ independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. D. Normal Weight Concrete, Type A: 1. Type A concrete shall be used at all locations unless noted otherwise. 2. Compressive Strength: The minimum acceptable compressive strength, when tested in accordance with ASTM C 39, shall be as follows: a. 7 days: 3,000 psi. b. 28 days: 4,000 psi. 3. Cement Content: Minimum 530 lb per cubic yard. 4. Water-Cement Ratio: Maximum 0.462 by weight. 5. Total Air Content: 6 percent plus or minus 1 percent, per ASTM C 173. 6. Slump: 3 inches plus or minus 1 inch. 7. Maximum Aggregate Size: 1 inch. E. Normal Weight Concrete, Type B: 1. Type B concrete shall be used only at specific locations shown. 2. Compressive Strength: The minimum acceptable compressive strength, when tested in accordance with ASTM C 39, shall be as follows: a. 7 days: 3,000 psi. b. 28 days: 4,000 psi. 3. Cement Content: Minimum 628 lb per cubic yard. 4. Water-Cement Ratio: Maximum 0.462 by weight. 5. Total Air Content: 6 percent plus or minus 1 percent, per ASTM C 173. 6. Slump: 6 inches plus or minus 1 inch. 7. Maximum Aggregate Size: 1/2 inch. 2.09 MIXING A. Transit Mixers: Comply with ASTM C94/C94M. 1. Delivery Tickets: 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-6- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO a. A delivery ticket shall be prepared for each load of ready-mixed concrete and a copy of the ticket shall be handed to the Contractor by the truck operator at the time of delivery before unloading at the site. b. Copies of delivery tickets shall be given to the Engineer upon request. c. Tickets shall indicate the following: 1) Name and location of the concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Project name and location. 7) Numerical sequence of the delivery. 8) Specific class or designation of the concrete. 9) Amount of concrete in cubic yards. 10) Time loaded or of first mixing of cement and aggregates. 11) Reading of revolution counter at the first addition of water. 12) Type and brand and amount of cement. 13) Type and brand and amount of admixtures. 14) Information necessary to calculate the total mixing water added by the producer. Total mixing water includes free water on the aggregates, water, and ice batched at the plant. 15) Maximum size of aggregate. 16) Weights of fine and coarse aggregate. 17) Outdoor temperature in the shade at the time at which the cement was added. 18) Signature or initials of ready-mix representative. 2. Water from the truck water system or elsewhere shall not be added after the initial introduction of mixing water for the batch. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all applied loads until concrete is cured, and for easy removal without damage to concrete. B. Verify that forms are clean before applying release agent. C. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. D. Where new concrete is to be bonded to previously placed concrete, prepare existing surface by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. E. In locations where new concrete is doweled to existing work, drill holes and epoxy dowels in existing concrete. 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. Unless otherwise indicated on the drawings, the details of fabrication shall conform to ACI 318. B. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and accurately position, support, and secure in place to achieve not less than minimum concrete coverage required for protection. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with concrete placement. D. For all items subject to corrosion, including tie wires, provide the same concrete cover as is required for reinforcement under the same condition. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-7- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Place concrete for floor slabs in accordance with ACI 302.1R. C. Concrete placed by pumping methods shall be done in accordance with ACI 304.2R. D. Mixing Time: The time from initial introduction of mixing water to discharge shall not exceed the following computation: Time = 1 hour at concrete temperature of 75 degrees F +/- 15 minutes per 5 degree F drop/rise in concrete temperature. Examples follow: 1. At concrete temperature of 50 degrees F, the time to discharge shall not exceed 2 hours and 15 minutes. 2. At concrete temperature of 60 degrees F, the time to discharge shall not exceed 1 hours and 45 minutes. 3. At concrete temperature of 70 degrees F, the time to discharge shall not exceed 1 hours and 15 minutes. 4. At concrete temperature of 80 degrees F, the time to discharge shall not exceed 45 minutes. E. Notify Engineer not less than 24 hours prior to commencement of placement operations. F. Before concrete is placed, forms, reinforcement, waterstops, anchor bolts, and embedments shall be rigidly secured in proper position; all dirt, mud, water, and debris shall be removed from the space to be occupied by concrete; all surfaces encrusted with dried concrete from previous placements shall be cleaned. G. Ensure reinforcement, inserts, waterstops, embedded parts, and formed construction joint devices will not be disturbed during concrete placement. H. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below. 3.05 SLAB JOINTING A. Locate joints as indicated on the drawings. B. Anchor joint fillers and devices to prevent movement during concrete placement. C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. D. Prior to concrete placement, the subgrade shall be well-dampened. E. All exterior pool walls and interior pool floor slabs shall be in place and shall have obtained the design compressive strength prior to backfilling. F. Conveying Concrete: 1. Methods of conveying concrete to the point of final deposit shall prevent segregation or loss of ingredients. 2. The free drop of concrete shall be limited to 5 feet. 3. Drop chutes shall be used for placement of concrete in walls. Drop chutes shall be positioned in walls 5 feet or less from wall corners and at 10 feet maximum centers. 4. After placement in the forms, concrete shall not be moved laterally more than 5 feet. G. Consolidation/Compaction: 1. Consolidate in accordance with ACI 309R. 2. For proper consolidation/compaction, concrete shall be placed in approximately horizontal layers not to exceed 24 inches. Each layer of concrete shall be plastic when covered with the following layer, and the rate of vertical rise of the concrete in the forms shall be not less than 24 inches per hour. 3. During and immediately after placement, concrete shall be thoroughly compacted and worked around all reinforcement and embedments and into the corners of the forms. 4. The number and type of vibrators shall be acceptable to the Engineer. 5. When using internal vibrators, the"field of action" shall overlap. When placing concrete in lifts, the vibrator shall penetrate the previous lift by a few inches. 6. The use of"jitterbug"tampers to compact concrete flatwork will not be permitted. H. Placement of Concrete on Slopes: Place, consolidate, and finish concrete from the bottom of the slope to the top of the slope. I. Separate slabs on grade from vertical structure surfaces with joint filler. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-8- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO J. Place joint filler in floor slab pattern placement sequence where indicated. Set top to required elevations. Secure to resist movement by wet concrete. K. Install joint devices in accordance with manufacturer's instructions. L. Apply sealants in joint devices in accordance with Section 07 90 10. M. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. N. Place concrete continuously between predetermined expansion, control, and construction joints. O. Do not interrupt successive placement; do not permit cold joints to occur. P. Place floor slabs in checkerboard or saw cut pattern indicated. Q. Saw cut joints within 12 hours after placing. Unless noted otherwise, use 3/16 inch thick blade, cut into 1/4 depth of slab thickness. R. Screed floors and slabs on grade to slope as indicated, maintaining surface flatness of maximum 1/4 inch in 10 ft. 3.06 Tolerances: A. As specified in ACI 301 unless noted otherwise. B. All concrete areas shall slope to drain. Water shall not be allowed to pond at any location. C. Pool Gutter Tolerance: Levelness of the pool gutter shall be plus or minus 1/16 inch in 10 feet. D. Lap Swimming Lanes: The lap swimming lane length tolerance shall meet the requirements of competitive swimming organization standards(e.g. FINA, US Swimming, or National Federation of State High School Association). 3.07 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. 1. Tie holes in formed surfaces shall be cleaned, wetted, and filled with non-shrink grout. 2. The patches shall be finished flush and shall match the texture of the adjacent concrete. B. Unexposed form finish including pit interiors and pool gutter channels: Rub down or chip off fins or other raised areas 1/8 inch or more in height. C. Exposed form finish including, but not necessary limited to, pool walls, foundations&footings above grade, and retaining walls: Rub down or chip off and smooth all fins, offsets, or other raised areas 1/8 inch or more in height. Provide finish as follows: 1. Grout Cleaned Finish: Grout cleaned finish shall conform to Paragraph 5.3.3.4.b of ACI 301. Grout cleaning shall not result in an overall plastering of the concrete surface, but shall produce a smooth, uniform surface free of marks, voids, surface glaze, and cement dust. a. Sandblast surface to expose air voids, sand aggregate, and to remove all form marking. Abrasive blast to scarify bare concrete to an ICRI CSP 5 surface profile and no more than an ICRI CSP 6 profile. Sandblast material shall be No. 4 Flint rock particles or"Black Beauty" or"Black Magic" (a boiler/coal slag). b. Mix 1 part portland cement and 1-1/2 parts fine sand with sufficient water to produce a grout having the consistency of thick paint. c. Wet the surface of the concrete sufficiently to prevent absorption of water from the grout and apply the grout uniformly with brushes or a spray gun. d. Immediately after applying the grout, scrub the surface vigorously with a cork float or stone to coat the surface and fill all air bubbles and holes. e. While the grout is still plastic, remove all excess grout by working the surface with a rubber float, burlap, or other means. f. After the surface whitens from drying (about thirty minutes at normal temperatures), rub vigorously with clean burlap to provide a uniform sandy textured surface. For lazy river walls, the top 18 inches of the wall shall be rubbed sufficiently to provide a relatively smooth surface. g. The finish shall be kept damp for at least 36 hours after final rubbing. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-9- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO D. Finishing Unformed Surfaces: 1. General: a. Buried concrete blocking and encasement will require no finishing except as necessary to obtain the required surface elevations or contours. b. The unformed surfaces of all other concrete shall be screeded and given an initial float finish followed by additional floating, and troweling where required. c. Water shall not be applied to the concrete during finishing operations. 2. Screeding: Screeding shall produce a concrete surface conforming to the proper elevation and contour, with all aggregates completely embedded in mortar. 3. Floating: a. Bull Floating: Screeded surfaces shall be given an initial float finish immediately following screeding and shall be completed before any excess moisture or bleeding water is present on the surface. Any piece of coarse aggregate which is disturbed by the float or which causes a surface irregularity shall be removed and replaced with mortar. Initial floating shall produce a surface of uniform texture and appearance, with no unnecessary working of the surface. b. Initial floating shall be followed by a second floating at the time of initial set(when foot pressure will mark concrete to about 1/4 inch depth). Do no floating with bleed water present. If conditions permit, wait out the bleeding period before floating. If not, remove bleed water before starting floating operations per ACI 302.1R. The second floating shall produce a finish of uniform texture and color. c. Floating shall be done with hand floats or suitable mechanical compactor-floats. 4. Finishing: Finish to requirements of ACI 302.1R, and as follows: a. Pool Basin Floor Slabs: Broom finish to provide a uniform medium to heavy non-slip surface. Brooming shall be done after the second floating and at right angles to the normal direction of traffic. b. Top of Pool Walls: Broom finish to provide a uniform medium to heavy non-slip surface. Broom parallel to the inside face of the pool walls. c. Surge Tanks or Wet Pits: Light broom finish. Brooming shall be done after the second floating. d. Pump Pits: Broom finish to provide a uniform medium non-slip surface. Brooming shall be done after the second floating. e. Concrete Decks and Walks: Broom finish to provide a uniform medium non-slip surface. Brooming shall be done after the second floating and at right angles to the normal direction of traffic. E. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains as indicated on drawings. 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. 1. Normal concrete: Not less than 7 days. C. Formed Surfaces: Cure by moist curing with forms in place for full curing period. D. Surfaces Not in Contact with Forms: 1. Initial Curing: Start as soon as free water has disappeared and before surface is dry. Keep continuously moist for not less than seven days by water ponding, water-saturated sand, water-fog spray, saturated burlap, or low permeability and high moisture retention non-staining natural cellulose fabric with non-perforated reflective (white) polyethylene coating. 2. Final Curing: Begin after initial curing but before surface is dry. a. Moisture-Retaining Cover: Seal in place with waterproof tape or adhesive. E. Concrete shall be protected against freezing for at least 8 days after placement. 3.09 FIELD QUALITY CONTROL A. Provide free access to concrete operations at project site and cooperate with appointed firm. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-10- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO B. All concrete required for testing shall be furnished by, and at the expense of, the Contractor. C. Submit proposed mix design of each class of concrete to testing firm for review prior to commencement of concrete operations. D. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. E. When concrete is pumped, sampling at both the truck discharge and point of final placement shall be required to determine if any changes in the slump, air content, and other significant mix characteristics occur. All concrete characteristics at the point of placement shall meet the specified requirements. F. Compressive Strength Tests: 1. Compression test specimens shall be made, cured, stored, and delivered to the laboratory in accordance with ASTM C 31 and C 39. 2. One set of concrete test cylinders shall be cast for each concrete pour unless approved otherwise by Engineer. A set of test cylinders shall consist of four cylinders, two to be broken and to have compressive strengths averaged at 7 days, and two to be broken and to have compressive strengths averaged at 28 days. 3. One additional test cylinder shall be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. 4. Each set of compression test cylinders shall be marked or tagged with the date and time of day the cylinders were made, the location in the work where the concrete represented by the cylinders was placed, the number of the delivery truck or batch, the air content, the slump, and the concrete temperature. G. Air Content: 1. Air content shall be determined in accordance with ASTM C 231. 2. An air content test shall be made on concrete from each batch of concrete from which concrete compression test cylinders are made. 3. The Contractor shall provide all equipment and supplies necessary for the testing. H. Slump: 1. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C143/C143M. 2. Pumped Concrete: a. The slump of concrete that is discharged into the pump may exceed the specified value by the amount of slump loss in the pumping system, up to a maximum of 1 inch. b. The slump loss shall be determined by tests made at each end of the pumping system. c. If tests indicate a loss greater than 1 inch, Contractor shall modify the pumping system as required to reduce the slump loss to 1 inch or less. I. Concrete Temperature: 1. A concrete temperature test shall be made on concrete from the first batch of concrete mixed each day and on concrete from each batch of concrete from which concrete compression test cylinders are made. 2. Concrete temperature shall be determined in accordance with ASTM C 1064. 3.10 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Engineer and Contractor within 24 hours of test. B. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. In water retaining structures, crack widths that exceed ACI 224R requirements of 0.004 inches shall be treated with an appropriate injection system,which is acceptable to the Engineer. D. Repair or replacement of defective concrete will be determined by the Engineer. The cost of additional testing shall be borne by Contractor when defective concrete is identified. 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15-11- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO E. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. END OF SECTION 13 11 15 02-02-24- Construction Documents CAST-IN-PLACE CONCRETE FOR POOLS/SPLASH 13 11 15 -12- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 18 POOLS-SHOTCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Pneumatically applied concrete. B. May be used for new portion of pool construction (shallow end expansion)-for floor and wall construction. 1.02 REFERENCE STANDARDS A. ACI 506.2- Specification for Materials, Proportioning, and Application of Shotcrete; American Concrete Institute International; 1995. B. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2013. C. ASTM C 42/C 42M - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete; 2003. D. ASTM C260 -Standard Specification for Air-Entraining Admixtures for Concrete; 2010a. E. ASTM C494/C494M - Standard Specification for Chemical Admixtures for Concrete; 2013. 1.03 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate formwork, and dimensions, accessories. C. Product Data: 1. Submit data on formwork, reinforcing, and reinforcing accessories. 2. Submit data on all concrete materials. Testing shall be completed by an independent testing agency and shall be less than 12 months old. The costs for material tests shall be paid for by the Contractor. 3. Submit data on all admixtures and concrete accessories. D. Proposed mix design characteristics including: 1. Proportions by weights or volumes. 2. Strength. 3. Water-cementitious materials ratio. 4. Aggregate source and grading. 5. Cement type and brand. 6. Water source if other than potable. 7. Proportions. 8. Admixture data sheets. 9. Test results. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with ACI 506.2. B. Design work of this section under direct supervision of a Professional Structural Engineer experienced in design of shotcrete structures and licensed in the State in which the Project is located. C. Applicator Qualifications: Company specializing in performing shotcrete installations, with minimum 5 years of documented experience. 1.05 MOCK-UP A. Preconstruction Testing: 1. Prepare preconstruction test panels for examination by Engineer prior to job shotcrete placement. Preparation and testing shall comply with ASTM C 1140. 2. Produce test panels for each proposed mix proportion, each anticipated shooting orientation, and each proposed nozzleman. Mixes shall meet the requirements of"Shotcrete Mix" specified under Part 2 below. In half of the test panels provide reinforcement of the same size and spacing required for the work. Obtain six test specimens from each panel, three non-reinforced specimens and three with reinforcing steel. 02-02-24- Construction Documents POOLS- SHOTCRETE 13 11 18-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3. Test nonreinforced specimens for compliance with the specified physical properties in accordance with ASTM C 42. 4. Visually grade the reinforced specimens for compliance with specified core grade per ACI 506.2. 5. Test admixtures for compatibility with cement in accordance with ASTM C 1141. 6. Only nozzlemen with a test panel mean core grade less than or equal to 2.5 (per ACI 506.2, section 1.7- Shotcrete core grade) shall be allowed to place job shotcrete. When the prequalifications test panel is rejected, a second panel may be shot. When the nozzleman's second mean core grade is greater than 2.5, the nozzleman shall not be permitted to shoot on this project. B. Construction Testing: 1. Produce a material test panel for each mix and each work day or every 50 cubic yards placed, whichever is less. Test panel shall be kept moist and at 70 degrees F +/- 10 degrees F until moved to test laboratory. Obtain test specimens from job site material test panel. Test specimens from test panels in compliance with ASTM C 1140. 2. Grade cores that include reinforcing in accordance with ACI 506.2, section 1.7- Shotcrete core grade. 3. The mean compressive strength of a set of three cores shall equal or exceed 0.85 fc with no individual core less than 0.75 fc. The mean of a set of three cubes shall equal or exceed fc with no individual cube less than 0.88 fc. C. Sample Panel: Provide mock-up of sufficient size to indicate special treatment or finish required. D. Locate mock-up where directed. E. Mock-up may not remain as part of the Work. 1.06 FIELD CONDITIONS A. Maintain material and surrounding air temperature at minimum 50 degrees F prior to and during installation and maintain material at this minimum temperature for 7 days after completion of work. Shotcrete material temperature, when shot, shall not be more than 90 degrees F. Provide equipment and cover to maintain minimum temperature. B. Suspend shotcrete operations during high winds, rainy weather, or near freezing temperatures when work cannot be protected. PART 2 PRODUCTS 2.01 MATERIALS A. Cement: ASTM C 150, Type I - Normal. B. Aggregate: Normal weight, ASTM C 33, 3/8 inch maximum size. Coarse aggregate shall meet ASTM C 33, Table 3, Class Designation 5S. C. Admixtures: Chemical type conforming to ASTM C494/C494M (wet mix only). D. Air-Entraining Admixture: Conforming to ASTM C260 (wet mix only). E. Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420). 1. Deformed billet-steel bars. Use plain billet-steel bars only where indicated on the drawings. 2. Unfinished. F. Water: Clean, potable, and not detrimental to shotcrete. G. Alignment Wire: Small gage, high strength steel wire. 2.02 SHOTCRETE MIX A. Provide wet mix design that gives good compaction and low percentage of rebound, is stiff enough not to sag. B. Conform to following requirements: 1. Compressive Strength (28 day minimum): 4,000 psi. 2. Aggregate Size(maximum): 3/8 inch. 3. Air Entrainment (plus or minus 1 percent): 6 percent/cu yd. 4. Slump (plus or minus 1/2 inch): 1 inch. C. Maintain quality control records during production of shotcrete; make records available. 02-02-24-Construction Documents POOLS- SHOTCRETE 13 11 18-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2.03 EQUIPMENT A. Mixing Equipment: Capable of thoroughly mixing aggregate, cement, and water in sufficient quantity to maintain continuous placement. B. Delivery Equipment: Capable of discharging wet mix aggregate, cement, and water accurately, uniformly, and continuously. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that conditions are acceptable and are ready to receive work. C. Verify that field measurements are as shown on drawings. D. Verify fabricated forms are: 1. True to line and dimension. 2. Adequately braced against vibration during placement. 3. Constructed to permit escape of trapped air during gunning operations. 4. Constructed to minimize rebound during gunning operations. E. Verify correct placement of reinforcement with sufficient clearances to permit complete encasement. F. Ensure easy access to shotcrete surfaces for screeding and finishing, and to permit uninterrupted application. 3.02 PREPARATION A. Determine operating procedures for placement in close quarters, extended distances, or around unusual obstructions where placement velocities and mix consistency may be adjusted during application. B. Clean and wet cementitious or absorptive substrate surfaces prior to receiving shotcrete. Keep porous surfaces damp for several hours prior to placement of shotcrete. C. Protect adjacent surfaces not receiving shotcrete. 3.03 ALIGNMENT CONTROL A. Provide alignment wire to establish thickness and plane of required surfaces. B. Install alignment wire at corners and offsets not established by forms. C. Tighten alignment wire true to line. Position adjustment devices to permit additional tightening. 3.04 APPLICATION A. Place reinforcement in accordance with ACI 506.2. B. Use mixing and delivery equipment capable of thoroughly mixing aggregate, cement, and water in sufficient quantity to maintain continuous and uniform placement. C. Do not apply shotcrete more than 45 minutes after adding Portland cement to the mix. D. Do not place shotcrete on surfaces that are frozen, spongy, or where there is free water. E. Achieve maximum compaction with minimum rebound. F. Build-up to required thickness in multiple passes to achieve layering. Encase reinforcement with the first pass. G. Allow each layer to take initial set before applying succeeding layers. H. Do not permit applied shotcrete to sag, slough, or displace. I. After initial set of final layer, remove excess material outside of forms and alignment lines. J. Sandblast to remove laitance. Clean with air/water pressure jet. K. Finish surface of final layer with wood float finish. L. Remove rebound at construction and expansion joints. M. Remove rebound material that does not fall clear of work; discard salvaged rebound. 02-02-24- Construction Documents POOLS- SHOTCRETE 13 11 18 -3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO N. Maintain shotcrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of shotcrete. O. Immediately after placement, protect shotcrete from premature drying, excessively hot or cold temperatures, and mechanical injury. P. Maintain surfaces wet for a minimum of 7 days. Q. Sound test the applied material with hammer for voids. Expose voids and replace with new shotcrete ensuring full bond with adjacent work. 3.05 FIELD QUALITY CONTROL A. Provide additional test panels, as specified for mock-up, during the course of the work as may be requested by the testing agency. 3.06 PROTECTION A. Do not permit applied work to damage adjacent surfaces. END OF SECTION 13 11 18 02-02-24- Construction Documents POOLS- SHOTCRETE 13 11 18 -4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 55 POOL ACCESSORIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Diving stands. B. Diving boards. C. Anchor sockets. D. Anchor cover plates. E. Escutcheon covers. F. Ladders. G. Buoy lines and wall anchors. H. Stair rails. I. Pool markers. 1.02 RELATED SECTIONS A. Section 13 11 85- Swimming Pool Equipment. 1.03 REFERENCES 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's catalog data, detail sheets, and specifications. C. Shop Drawings: Prepared specifically for this project; show dimensions of swimming pool accessories and interface with other products. D. Operating and Maintenance Data: Operating and maintenance instructions, parts lists, and wiring diagrams. PART 2 PRODUCTS 2.01 SUPPLIERS A. Swimming Pool Supply Company, 5292 N.W. 111th Street Drive, Grimes, Iowa 50111. Tel: (515) 986-3931; Fax: (515) 986-3805. B. United Industries, Inc., 202 E. Cleveland, PO Box 58, Sterling, Kansas 67579. Tel: (800) 835 3272; Fax: (800) 500-3115; www.swimtime.com. C. Spectrum Pool Products, 7100 Spectrum Lane, Missoula, Montana 59808. Tel: (800) 776-5309; Fax: (800) 728-7143; www.spectrumproducts.com. D. Recreation Supply Company, P.O. Box 2757, Bismarck, ND 58502. Tel: (800)437-8072; Fax: (701) 255-7895; www.recsupply.com. E. S.R. Smith, LLC; 1017 S.W. Berg Parkway, Canby, Oregon 97013; Tel: (503) 266-2231; Fax: (503) 266-4334; www.srsmith.com. F. Paragon Aquatics, Inc; 1351 Route 55, LaGrangeville, NY 12540; Tel: (845)463-7200; Fax: (845) 463 7291 ; www.paragonaquatics.com. 2.02 DIVING STANDS A. One-Meter Stand: 1. Manufacturers: a. Duraflex International Corp.; Catalog No. 70-231-400. b. Substitutions: Not permitted. 2. Guard Rails: a. Top and intermediate guard rails on both sides. b. Fabricated of Type 304 stainless steel tubing. 02-02-24- Construction Documents POOL ACCESSORIES 1311 55-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO c. Fasteners: Secure to structure with stainless steel strap clamps. 3. Stand shall feature hinged board anchors which allow easy tilting of the board up, to 180 degrees, to clear pool edge during other activities. 4. All fulcrum bearings shall be nylon and adjustable for wear. 5. Lubrication devices shall be mounted on the roller blocks for the roller and slide bearings. 6. Hinge and rear support assembly shall be adjustable vertically in seven one-inch increments to make simple leveling of the board on different deck slopes. 7. All structural members shall be individually coated with epoxy. 8. Deck Anchors (8 total): Silicon-bronze castings; Catalog No. 70-231-900. 2.03 DIVING BOARDS A. Manufacturers: 1. Duraflex International Corp. 2. Substitutions: Not permitted. B. "Duraflex"; Catalog No. 66-231-326: 16-foot long aluminum alloy, modified taper design with uniform thickness between fulcrum area and back end; 24 inch fulcrum range; two coats oven cured epoxy resin, grit surface embedded in top face. Predrill mounting holes in board for 5/8 inch bolts. 2.04 ANCHOR SOCKETS A. Cast bronze body, 4-1/4 inches long, made to receive outside diameter of tube. 1. Locking Wedge: Bronze. 2. Bolt: Stainless steel. 2.05 ANCHOR COVER PLATES A. Provide an anchor cover plate for each anchor socket. B. Material: Stainless steel or brass. C. The plate shall be 0.25 inch thick machined to the size and in a shape to match the specified anchor sockets and with a top surface in a polished finish. D. A 1/2 inch hole shall be provided which is counter-bored on the top in a diameter of 3/4 inch and to a depth of 3/16 inch to allow the head of the anchor's wedge bolt to be at or below the top of the plate. E. Edges and corners of the plate shall be ground smooth for safety. 2.06 ESCUTCHEON COVERS A. Stamped stainless steel. 2.07 LADDERS A. Frames: Fabricated from one continuous length of stainless steel tube, 1.9 inches outside diameter. 1. Cross Bracing: Type 304 stainless steel tube, welded. 2. Tube Wall Thickness: 0.109 inch. 3. Rubber Bumpers: White, attached to lower ends of frame. 4. Steps: a. Injection molded ABS, UV stabilized, 19 inches long by 4 inches wide, raised non-skid tread. b. Steps shall be spaced at 12 inches on center. c. Number of Steps: Provide the following number of steps unless shown otherwise on drawings. 1) Where water depth is less than 3'-6", provide a 2-step ladder. 2) Where water depth is equal to or greater than 3'-6", provide a 3-step ladder. d. First Step Water Level: 6 inches. 5. Frame Width: 35 inches. 6. Height of Frame Above Deck: 28 inches. 7. The distance between the swimming pool wall and the vertical rails of the ladder shall be no greater than 6 inches and no less than 3 inches. 8. Connecting Nuts and Bolts: Stainless steel, flat round heads, underside curved to fit frame tubes. 02-02-24- Construction Documents POOL ACCESSORIES 13 11 55 -2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2.08 BUOY FLOATS &ACCESSORIES A. Application: For use at the water slide plunge area or other areas noted on the Drawings. B. Buoy Float: 1. Specified Manufacturer: Polyform U.S.: Tel: (800) 423-0664 or(253) 872-0300; Fax: (253) 395-4650. 2. Model (Size): F-3 (9 inch diameter by 30 inch length). 3. Construction: a. The primary components are PVC resin, plasticiser, UV stabilizer, pigments, and fillers(calcium carbonate). b. Buoys are rotationally molded with heat as the catalyst to transform the liquid plastisal to a solid. c. Wall Thickness: 3/16 to 3/8 inch. d. Eyes are molded into the buoy: one on each end. 4. Color: Blue. C. Accessories: 1. Shackles: a. Specified Manufacturer: Polyform U.S.: Tel: (800) 423-0664 or(253) 872-0300; Fax: (253) 395-4650. b. Polyform U.S. Item #53. c. Stainless steel with 1-inch bushing. 2. Anchors: (Cup Type): Chrome plated bronze, 3 inches in diameter with a 1/2 inch chrome plated bronze eyebolt. Eyebolt shall not protrude beyond cup anchor face. 3. Hardware: a. Buoy Rope to Anchor: Stainless steel or chrome-plated bronze swivel eye snap with chrome-plated bronze two-piece rope clamp (3/4"). b. Buoy Rope to Shackle: Stainless steel or chrome-plated bronze swivel eye snap with chrome-plated bronze two-piece rope clamp (3/4"). 4. Buoy Rope: a. The rope shall be heavy duty, polypropylene, twisted rope and shall have a low flammability, have great resistance to sunlight, be waterproof, rot resistant, light weight, strong, and shall float. b. Size: 3/4 inch diameter. c. Quantity: As required. d. Color: As selected by Owner from manufacturer's standard available colors. 2.09 BUOY LINES A. Rope: 1. The rope shall be heavy duty, polypropylene, twisted rope and shall have a low flammability, have great resistance to sunlight, be waterproof, rot resistant, light weight, strong, and shall float. 2. Each end of the rope shall be fitted with a stainless steel or chrome-plated bronze swivel eye snap with chrome-plated bronze two-piece rope clamp (3/4") 3. Size: 3/4 inch diameter. 4. Quantity: As required. 5. Color: As selected by Owner from manufacturer's standard available colors. B. Floats: 1. The floats shall be made of durable polyethylene. a. Provide two nylon float positioners at each float. 2. Size: 5 inches by 9 inches. 3. Quantity: As required to provide one float every 5 feet on center. 4. Color: As selected by Owner from manufacturer's standard available colors. C. Wall Anchors(Cup Type): Chrome plated bronze, 3 inches in diameter with a 1/2 inch chrome plated bronze eyebolt. Eyebolt shall not protrude beyond cup anchor face. 2.10 RAILS A. Stair and Ramp Rails: 02-02-24- Construction Documents POOL ACCESSORIES 13 11 55-3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 1. Continuous length of Type 304 stainless steel tube, 1.90 inches outside diameter by 0.109 inch wall thickness, bends smooth and wrinkle free. 2. Finish: a. All welds shall be hand cleaned. b. All stainless steel shall be mechanically buffed to a near#7 or 320 grit surface finish. c. All units shall be hand passivated to ASTM A 967. 3. Configuration: As shown on drawings. 2.11 CERAMIC POOL MARKERS A. Manufacturers: 1. Aquatic Technology, Inc.; 26 Duane Drive, Liberty, ME 04949; Tel: (800)446-6416; Fax: (207) 589-3940; www.poolsigns.com. 2. Daltile; 7834 C.F. Hawn Freeway, Dallas, TX 75217; Tel: (800) 933-TILE or(214) 398-1411; www.daltile.corn. 3. Inlays, Inc.; 3333 Commodity Lane, Green Bay, WI 54304; Tel: (800)426-6873; Fax: (920) 337-4681; www.inlaysinc.com. B. General: Pool markers shall be skid resistant, frost proof ceramic tiles and shall be installed in the concrete deck. C. Depth Markers: 1. Markers shall include"FT" and "IN" up and to the right of the number. 2. Tile and Print: 6 inches by 6 inches with 4 inch high numerals. 3. Color: Black lettering with white background. D. Multiple Tile Messages: 1. Tile and Print: 6 inches by 6 inches with 4 inch high numerals. 2. Color: Black lettering with white background. E. Single Tile Messages: 1. Single tile with a symbol and text. 2. Size: 6 inches by 6 inches. 3. Color: Black lettering, red and black symbol, and a white background. PART 3 EXECUTION 3.01 EXAMINATION A. Coordinate with other trades for proper installation of plumbing and electrical services. B. Verify that required utilities are in correct location and are of correct capacities for specified products. C. Verify equipment rough-in before proceeding with work. 3.02 INSTALLATION A. Install swimming pool accessories in accordance with shop drawings and manufacturer's printed installation instructions; comply with standards required by authorities having jurisdiction. B. Schedule installation to ensure that utility connections are achieved in an orderly and expeditious manner. C. Connection to utilities is specified in Sections of Divisions 15 and 16. D. Install equipment plumb, square, and straight, without distortion; securely anchor. 3.03 ADJUSTING AND CLEANING A. Touch up minor damaged surfaces caused by installation. 3.04 PROTECTION A. Provide protective measures to prevent equipment and surfaces from damage by other construction activity. END OF SECTION 13 11 55 02-02-24- Construction Documents POOL ACCESSORIES 13 11 55-4- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 63 MISC. METALS FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel and related items. 1.02 RELATED SECTIONS A. Section 03 30 05-Cast-In-Place Concrete: Placement of metal fabrications in concrete. 1.03 REFERENCES A. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel; 1997a. B. ASTM A 53/A 53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless; 1999b. C. ASTM A 153/A 153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 1998. D. ASTM A 240/A 240M - Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications; 2003a. E. ASTM A 276- Standard Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels; 2001. F. ASTM A 283/A 283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 1998. G. ASTM A 325- Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 1997. H. ASTM A 500- Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 1999. I. AWS A2.4- Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society; 1998. J. AWS D1.1 - Structural Welding Code- Steel; American Welding Society; 2000. K. SSPC-Paint 20-Zinc-Rich Primers(Type I, "Inorganic,"and Type II, "Organic"); Society for Protective Coatings; 1991 (Part of Steel Structures Painting Manual, Vol. Two). 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. PART 2 PRODUCTS 2.01 MATERIALS A. Steel: 1. Steel Sections: ASTM A 36/A 36M. 2. Steel Tubing: ASTM A 500, Grade B cold-formed structural tubing. 3. Plates: ASTM A 283. 4. Pipe: ASTM A 53/A 53M, Grade B Schedule 40, hot-dip galvanized finish. 5. Bolts, Nuts, and Washers: ASTM A 325 (ASTM A 325M) galvanized to ASTM A 153/A 153M for galvanized components. 6. Welding Materials: AWS D1.1; type required for materials being welded. 7. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic. B. Stainless Steel: 1. Handrails: 02-02-24- Construction Documents MISC. METALS FOR POOLS 13 11 63-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO a. Rails and Posts: 1.90 inch outside diameter Type 304 stainless steel tubing with 0.065 inch wall thickness; welded joints. b. Exposed Fasteners: Flush countersunk screws or bolts; consistent with design of railing. c. Splice Connectors: Steel concealed spigots. 2. Plates: ASTM A 240, Type 304L. 3. Shapes: ASTM A 276, Type 304L. 4. Bolts: ASTM F 593, Alloy Group 1 or 2. 5. Nuts: ASTM F 594, Alloy Group 1 or 2. 6. Washers: a. Flat: ANSI B18.22.1. b. Lock: ANSI/ASME B18.21.1, helical spring type. 2.02 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Continuously seal joined members by intermittent welds and plastic filler. D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. E. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. F. Handrails: 1. Provide spigots and sleeves to accommodate site assembly and installation. 2. Provide anchors and plates required for connecting railings to structures. 3. Exposed Mechanical Fastenings: Provide flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. 4. Exterior Components: Continuously seal joined pieces by intermittent welds and plastic filler. Drill condensate drainage holes at bottom of members at locations that will not encourage water intrusion. 2.03 FABRICATED ITEMS A. Steel Handrails: As detailed; 1.90 inch diameter; Schedule 40 pipe; hot-dipped galvanized finish. 1. A safety chain shall be provided across each opening in the railings where indicated. The chain length shall be as required by the width of the opening. B. Stainless Steel Handrails: As detailed; polished to No. 7 / 320 grit finish. 1. A safety chain shall be provided across each opening in the railings where indicated. The chain length shall be as required by the width of the opening. 2.04 SAFETY SWING GATE A. Manufacturer: SafeRack, 730 Electric Drive, Sumter, SC 29153, 866-761-7225, www.SafeRack.com B. Product: YellowGate, Universal Safety Gate. C. Adjusts from 16"wide to 36" wide. D. Adjustable swing direction (left-hand or right-hand). E. Powder-coated aluminum. F. Malbec tensioner (no spring). G. Universal mount. H. Meets OSHA Regulation 1910.23, Guarding floor and wall openings and holes. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 02-02-24- Construction Documents MISC. METALS FOR POOLS 13 11 63 -2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Obtain approval prior to site cutting or making adjustments not scheduled. D. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. E. Anchor railings securely to structure. 3.04 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out-of-Position: 1/4 inch. END OF SECTION 13 11 63 02-02-24- Construction Documents MISC. METALS FOR POOLS 13 11 63-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 65 POOLS-ALT. TREAD METAL STAIRS PART 1 GENERAL 1.01 SECTION INCLUDES A. Prefabricated aluminum stairs with integral handrails. 1.02 RELATED SECTIONS A. Section 05 45 00-Anchors for Concrete and Masonry: Anchorage. 1.03 REFERENCES A. ASTM A 307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength; 2000. B. ASTM A 563- Standard Specification for Carbon and Alloy Steel Nuts; 2000. C. ASTM A 563M - Standard Specification for Carbon and Alloy Steel Nuts(Metric); 2000. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's installation instructions. C. Shop Drawings: Submit dimensioned prints showing critical dimensions,jointing and connections, and fasteners provided by manufacturer. PART 2 PRODUCTS 2.01 MANUFACTURER A. Specified Manufacturer: Lapeyre Stair, Inc; 5117 Toler Street, Harahan, LA 70123. Tel: 800-535-7631 or 504-733-6009; Fax: 504-733-4393;www.lapeyrestair.com. 2.02 MANUFACTURED UNITS A. Alternating Tread Stairs: Pre-engineered; alternating treads with center stringer; aluminum. 1. Stair Treads: Capable of withstanding a single concentrated 1,000 pound load without permanent deformation; or 100 pounds per square foot or 300 pounds on an area of 4 square inches without exceeding the design working stress of the material. 2. Risers spaced equally to within 3/16 inch for adjacent risers and to within 3/8 inch for any two non-adjacent risers. 3. Handrail: a. Capable of withstanding a single concentrated load of 200 pounds or a uniform load of 50 pounds per linear foot applied in any direction at any point on the rail without exceeding the allowable working stress of the material. b. Handrails contoured for body guidance and underarm support. c. Provide standard handrail design with handrail extending 42"above the landing. 4. Stair Stringers: Capable of withstanding a single concentrated load of 1,000 pounds at any point on the stair without permanent deformation; or a uniform live loading of 100 pounds per square foot applied in a downward direction to all tread surfaces or a or a 300 pound load on an area of 4 square inches without exceeding the design working stress of the material. 5. Stair angle: 68 degrees from horizontal. 6. Vertical Drop: Distance between upper finished floor surface where top landing will be attached and lower finished floor surface as indicated on Drawings. B. Aluminum Landings, Treads, and Foot Castings: Aluminum Alloy F356F. C. Aluminum Stringer: Aluminum Alloy 6063-T52, box shape, 1-3/4 inch by 4 inch by 1/8 inch. D. Aluminum Handrails: Aluminum Alloy 6063-T4 Tube, 1-1/2 inches OD by 1/8 inch. E. Aluminum Platforms: Aluminum alloy 5086 (H112 or equivalent), 1/4 inch diamond safety plate. F. Aluminum Platform Handrail Clamps: Cast aluminum (F356F). G. Miscellaneous Materials: 02-02-24- Construction Documents POOLS-ALT. TREAD METAL STAIRS 13 11 65-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Rubber spine: Hollow neoprene. 2. Rubber foot divider: Santoprene (Type 101-73). 3. Bolts: ASTM A 307. 4. Nuts: ASTM A 563 (ASTM A 563M). 2.03 FABRICATION A. Fabricate components to comply with performance and design requirements specified and in accordance with approved shop drawings. Fabricate to minimize field assembly. B. Aluminum Stairs: Provide all welded construction, using gas metal arc welding or gas tungsten arc welding. Fabricate using cast aluminum treads and cast aluminum mounting plates; shop weld handrails to stair assembly. C. Platforms: Provide cut, formed, and punched platforms with kickplates, configured and sized as indicated on drawings. 1. Aluminum construction: Fabricate using gas tungsten arc welding or gas metal arc welding. 2. Handrails: Provide bolt-on handrails of same material as platform construction. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that dimensions are correct and substrate is in proper condition for installation of metal stair components. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Install handrails to stair unit, using bolts furnished with stair unit by manufacturer. B. Prepare mounting holes, using drawings supplied by stair manufacturer. 3.03 INSTALLATION A. Position stair units with top tread at same elevation as finished floor or roof surface. B. Verify that stairs are properly aligned with building construction, at correct angle, and free from distortion. Secure in position using not fewer than two bolts or studs at top and two at bottom. C. Install crossover or landing platform with stair, securing with two bolts and handrail clamps. Bolt handrails in place. D. Do not field cut or alter members. 3.04 ADJUST AND CLEAN A. Clean work area of debris associated with installation of alternating tread metal stairs. END OF SECTION 13 11 65 02-02-24- Construction Documents POOLS-ALT. TREAD METAL STAIRS 13 11 65-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 70 PVC FABRICATIONS FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Pool gutter grating. B. Deck trench drain grating. 1.02 RELATED SECTIONS 1.03 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Manufacturer's Information: Published literature including material data, corrosion resistance data, and concrete anchor systems. C. Shop Drawings: Indicate material sizes, types, styles, color, part or catalog numbers, complete details for the fabrication of and erection of components including, but not limited to, location, lengths, type and sizes of fasteners, clip angles, member sizes, and connection details. D. Samples: Submit sample pieces of each item specified herein for acceptance by the Engineer as to quality and color. Sample pieces shall be manufactured by the method to be used in the Work. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. 1.05 DELIVERY, STORAGE, AND PROTECTION A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. B. Storage of Products: All materials shall be carefully handled to prevent them from abrasion, cracking, chipping, twisting, other deformations, and other types of damage. Store items in an enclosed area and free from contact with soil and water. PART 2 PRODUCTS 2.01 POOL GUTTER and DECK TRENCH DRAIN GRATING -PERPENDICULAR DESIGN A. Manufacturers: 1. Specified Manufacturer: Lawson Aquatics; Tel: (800) 897-6160; www.lawsonaquatics.com. 2. Acceptable Manufacturers: a. Daldorado, LLC; Tel: (888) 509-8128; www.daldorado.com. b. RenoSys Corporation "DuraTech- Pool Grating"; Tel: (800) 783-7005; www.renosys.com. B. Modular, interlocking pieces of PVC, U.V. stabilized grating. C. The top surfaces shall have a raised, diamond ridge design to create good friction, wet or dry and be 5/8 inch wide with a depth of 1 inch. D. The space between the pieces shall not exceed 3/8 inch. E. Each piece of grate shall have a slotted hole at the ends for insertion of a concealed Type 304 stainless steel fastener clip and anchor screws at least every 3 feet and shall be easily removable. F. Grating surface bars shall run perpendicular to the pool wall or trench drain. G. Grating shall provide at least 37.5 percent open space per foot for unrestricted water flow. H. Manufactured Angled Corners: 1. Angled corners, including 90 degree, 45 degree, and all other angles, shall be mitered and provided by the grating manufacturer. 2. Corners shall come factory made and mounted on a 1/2 inch thick plate of PVC with holes drilled for water flow. 02-02-24- Construction Documents PVC FABRICATIONS FOR POOLS 13 11 70-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO I. Color: To be selected by Owner from manufacturer's standard colors. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that Work is ready to receive grating. 3.02 INSTALLATION A. Install gratings in accordance with manufacturer's instructions. B. Field cutting or modifications to grating shall not be permitted without Engineer's prior approval. END OF SECTION 13 11 70 02-02-24- Construction Documents PVC FABRICATIONS FOR POOLS 13 11 70-2- Waters Edge Aquatic Design Riverside. MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 72 FRP FABRICATIONS FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. FRP grating. B. FRP structural shapes. 1.02 RELATED SECTIONS A. Section 13 11 70 - PVC Fabrications. 1.03 REFERENCES A. ASME A112.19.8 - Suction Fittings for Use in Swimming Pools, Wading Pools; Spas, and Hot Tubs; The American Society of Mechanical Engineers; 2007. B. ASTM D 638-Standard Test Method for Tensile Properties of Plastics; 2000. C. ASTM D 696- Standard Test Method for Coefficient of Linear Thermal Expansion of Plastics Between -30 Degrees C and 30 Degrees C With a Vitreous Silica Dilatometer; 1998. D. ASTM D 790 - Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials: 2000. E. ASTM D 2344 - Standard Test Method for Short-Beam Strength of Polymer Matrix Composite Materials and Their Laminates; 2000e1. F. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2000. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Manufacturer's Information: Published literature including structural design data, structural properties data, grating load/deflection tables. corrosion resistance tables, certificates of compliance; test reports as applicable; concrete anchor systems and their allowable load tables, and design calculations for systems not sized or designed in the contract documents. C. Shop Drawings: Indicate material sizes, types, styles, color, part or catalog numbers, complete details for the fabrication of and erection of components including, but not limited to. location, lengths. type and sizes of fasteners, clip angles, member sizes, and connection details. D. Samples: 1. Submit samples of available grit textures for selection by Engineer. 2. If requested, submit sample pieces of each item specified herein for acceptance by the Engineer as to quality and color. Sample pieces shall be manufactured by the method to be used in the Work. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. 1.06 DELIVERY, STORAGE, AND PROTECTION A. Delivery of Materials: Manufactured materials shall be delivered in original, unbroken pallets, packages, containers, or bundles bearing the label of the manufacturer. Adhesives, resins and their catalysts and hardeners shall be crated or boxed separately and noted as such to facilitate their movement to a dry indoor storage facility. B. Storage of Products: All materials shall be carefully handled to prevent them from abrasion, cracking. chipping, twisting, other deformations, and other types of damage. Store items in an enclosed area and free from contact with soil and water. Store adhesives, resins and their catalysts and hardeners per manufacturers instructions. 02-02-24- Construction Documents FRP FABRICATIONS FOR POOLS 13 11 72 -1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO PART 2 PRODUCTS 2.01 MANUFACTURERS A. Delta Composites, L.L.C.; Tel: (866) 361-2100; Fax: (281)449-4600; www.deltacomposites.com. B. Fibergrate Composite Structures Incorporated; Tel: (800) 527-4043; Fax: (972) 250-1530; www.fibergrate.com. C. Seasafe, Inc.; Tel: (800) 326-8842; Fax: (318) 234-7758; www.seasafe.com. D. Strongwell; Tel: (540) 645-8000; Fax: (540) 645-8132; www.strongwell.com. 2.02 FRP GRATING A. General: 1. All FRP items furnished under this section shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions. 2. Fiberglass reinforcement shall be a combination of continuous roving, continuous strand mat, and surfacing veil in sufficient quantities as needed by the application and/or physical properties required. 3. Resins shall be fire retardant polyester with chemical formulations as necessary to provide the corrosion resistance, strength and other physical properties as required. 4. All finished surfaces of FRP items and fabrications shall be smooth, resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. 5. All pultruded structural shapes shall be further protected from ultraviolet (UV) light with 1) integral UV inhibitors in the resin and 2) a synthetic surfacing veil to help produce a resin rich surface. 6. All grating clips/anchors shall be manufactured of Type 316SS (stainless steel). Anchoring hardware for grating used on pool suction outlets shall meet the requirements of the Virginia Graeme Baker Pool and Spa Safety Act and ASME A112.19.8. B. I-Bar Style; 1 Inch Deep: 1. Approved Products: a. Delta Composites"DeltaSpan 1-4010". b. Fibergrate "1-4010 Safe-T-Span". c. Seasafe"GatorDeck GD-I4010". d. Strongwell "Duragrid 1-4000". 2. Manufacture: Grating components shall be high strength and high stiffness pultruded elements having a maximum of 70 percent and a minimum of 60 percent glass content (by weight) of continuous roving and continuous strand mat fiberglass reinforcements. The finished surface of the product shall be provided with a surfacing veil to provide a resin rich surface which improves corrosion resistance and resistance to ultraviolet degradation. Bearing bars shall be interlocked and epoxied in place with a two piece cross rod system to provide a mechanical and chemical lock. 3. Non-slip surfacing: Grating shall be provided with a quartz grit bonded and baked to the top surface of the finished grating product. Surface texture shall be low grit. 4. Fire rating: Grating shall be fire retardant with a tested flame spread rating of 25 or less when tested in accordance with ASTM E 84. 5. Resin system: The resin system used in the manufacture of the grating shall be polyester. 6. Color: Yellow. 7. Depth: 1 inch deep load bars with a tolerance of plus or minus 1/32 inch. 8. Mesh Configuration: 1 inch load bar spacing, 6 inch tie bar spacing on centers. 9. Load/Deflection: Grating shall meet manufacturers published safe recommended loadings with deflection not to exceed the following: a. Uniform distributed load over a 48 inch span: 100 pounds per square foot, with a maximum deflection of 0.235 inch. C. FRP Grating Fabrication: 1. Measurements: Grating supplied shall meet the minimum dimensional requirements as shown or specified. The Contractor shall provide and/or verify measurements in field for work fabricated to fit field conditions as required by grating manufacturer to complete the work. 02-02-24- Construction Documents FRP FABRICATIONS FOR POOLS 13 11 72-2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO a. Determine correct size and locations of required holes or cutouts from field dimensions before grating fabrication. 2. Layout: Each grating section shall be readily removable, except where indicated on drawings. Manufacturer to provide openings and holes where located on the contract drawings. Grating supports shall be provided at openings in the grating by Contractor where necessary to meet load/deflection requirements specified herein. Grating openings which fit around protrusions (pipes, cables, machinery, etc.) shall be discontinuous at approximately the centerline of opening so each section of grating is readily removable. Gratings shall be fabricated free from warps, twists, or other defects which affect appearance and serviceability. 3. Sealing: All shop fabricated grating cuts shall be coated with vinyl ester resin to provide maximum corrosion resistance. All field fabricated grating cuts shall be coated similarly by the contractor in accordance with the manufacturer's instructions. 4. Hardware: Type 316 stainless steel hold-down clips shall be provided and spaced at a maximum of four feet apart with a minimum of four per piece of grating, or as recommended by the manufacturer. 2.03 FRP STRUCTURAL SHAPES A. General: 1. All structural shapes are to be manufactured by the pultrusion process with a glass content minimum of 45 percent, maximum of 55 percent by weight for maximum sunlight and chemical resistance. The structural shapes shall be composed of fiberglass reinforcement and resin in qualities, quantities, properties, arrangements and dimensions as necessary to meet the design requirements and dimensions as specified. 2. Fiberglass reinforcement shall be a combination of continuous roving, continuous strand mat, and surfacing veil in sufficient quantities as needed by the application and/or physical properties required. 3. Resins shall be fire retardant isophthalic polyester with chemical formulation necessary to provide the corrosion resistance, strength and other physical properties as required. 4. All finished surfaces of FRP items and fabrications shall be smooth, resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. 5. Color: To be selected from manufacturer's standards. 6. All pultruded structural shapes shall be further protected from ultraviolet (UV) attack with 1) integral UV inhibitors in the resin and 2) a synthetic surfacing veil to help produce a resin rich surface. 7. All FRP products shall have a tested flame spread rating of 25 or less per ASTM E84 Tunnel Test. B. Pultruded structural shapes are to have the minimum longitudinal mechanical properties listed below: 1. Tensile Strength, ASTM D 638: 30,000 psi. 2. Tensile Modulus, ASTM D 638: 2.5 x 106 psi. 3. Flexural Strength, ASTM D 790: 30,000 psi. 4. Flexural Modulus, ASTM D 790: 1.8 x 106 psi. 5. Flexural Modulus(Full Section): 2.8 x 106 psi. 6. Short Beam Shear(Transverse), ASTM D 2344: 4,500 psi. 7. Shear Modulus(Transverse): 4.5 x 105 psi. 8. Coefficient of Thermal Expansion, ASTM D 696: 8.0 x 10-6 in/in/°F. 9. Flame Spread, ASTM E 84: 25 or less. C. Fabrication: 1. Measurements: Structural Shapes supplied shall meet the minimum dimensional requirements as shown or specified. The Contractor shall provide and/or verify measurements in field for work fabricated to fit field conditions as required by manufacturer to complete the work. Determine correct size and locations of required holes or coping from field dimensions before structural shape fabrication. 2. Sealing: All shop fabricated cuts or drilling shall be coated with vinyl ester resin to provide maximum corrosion resistance. All field fabricated cuts or drilling shall be coated similarly by the Contractor in accordance with the manufacturer's instructions. 3. Hardware: Type 316 stainless steel connection hardware shall be provided. 02-02-24- Construction Documents FRP FABRICATIONS FOR POOLS 13 11 72-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO PART 3 EXECUTION 3.01 EXAMINATION A. Verify that supports and openings are ready to receive grating and structural shapes. 3.02 INSTALLATION A. FRP Grating: 1. Install gratings in accordance with manufacturers assembly drawings. 2. Lock grating panels securely in place with hold-down fasteners as specified herein. 3. Field cut and drill fiberglass reinforced plastic products with carbide or diamond tipped bits and blades. 4. Seal cut or drilled surfaces in accordance with manufacturer's instructions. 5. Follow manufacturer's instructions when cutting or drilling fiberglass products or using resin products; provide adequate ventilation. B. Structural Shapes: 1. Install structural shapes in accordance with manufacturers assembly drawings. 2. Secure in place with fasteners as specified. 3. Field cut and drill fiberglass reinforced plastic products with carbide or diamond tipped bits and blades. 4. Seal cut or drill surfaces in accordance with manufacturer's instructions. 5. Follow manufacturer's instructions when cutting or drilling fiberglass products or using resin products; provide adequate ventilation. END OF SECTION 13 11 72 02-02-24- Construction Documents FRP FABRICATIONS FOR POOLS 13 11 72-4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 85 POOL EQUIPMENT PART 1 GENERAL 1.01 SECTION INCLUDES A. Pumps. B. Dual cell vertical pressure sand filters. C. Stainless steel gutters. D. Chemical feeders. E. Ultraviolet light. F. Flow measuring devices. 1.02 RELATED SECTIONS A. Section 05 45 00-Anchors for Concrete and Masonry: Mounting hardware for pumps. B. Section 13 11 55- Swimming Pool Accessories. C. Section 13 11 90 - Pool Piping, Valves, and Related Items: Filter face piping. 1.03 REFERENCES A. SSPC-SP 10- Near White Blast Cleaning; Society for Protective Coatings; 1994. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Pumps and Motors: The data and specifications for each unit shall include, but shall not be limited to, the following: 1. Pumps: a. Name of manufacturer. b. Type and model. c. Rotative speed. d. Size of suction nozzle. e. Size of discharge nozzle. f. Net weight of pump. g. Complete performance curves showing capacity versus head, NPSH required, pump efficiency, and BHP. 2. Motors: a. Name of manufacturer. b. Type and model. c. Type of bearing and lubrication. d. Rated size of motor, HP. e. Temperature rating. f. Full load rotative speed. g. Net weight. h. Efficiency at full, 3/4, and 1/2 load. i. Full load current. j. Locked rotor current. C. Product Data: Manufacturer's catalog data, detail sheets, and specifications. D. Shop Drawings: Prepared specifically for this project; show dimensions of swimming pool equipment and interface with other products. E. Manufacturer's Instructions: Indicate installation methods and procedures. F. Operating and Maintenance Data: Operating and maintenance instructions, parts lists, and wiring diagrams. 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO G. Warranty: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Perform in accordance with applicable codes and health department regulations , as required for location of project. B. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than 10 years of documented experience. C. Supplier's Field Representative: Individual specializing in the start-up and training of the equipment specified in this section, with not less than 5 years experience. D. Installer Qualifications: Company specializing in performing the work of this section with minimum five years of experience. E. Products Requiring Electrical Connection: Listed and classified by UL as suitable for the purpose specified and indicated. 1.06 DELIVERY, STORAGE, AND PROTECTION A. Deliver materials and equipment to project site in manufacturer's original packaging.. B. Store all materials and equipment under cover and elevated above grade or as instructed by manufacturer. 1.07 WARRANTY A. See Section 01 71 10 for Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 SUPPLIERS A. Swimming Pool Supply Company, 5292 N.W. 111th Street Drive, Grimes, Iowa 50111. Tel: (515) 986-3931; Fax: (515) 986-3805. B. United Industries, Inc., 202 E. Cleveland, PO Box 58, Sterling, Kansas 67579. Tel: (800) 835 3272; Fax: (800) 500-3115; www.swimtime.com. C. Spectrum Pool Products, 7100 Spectrum Lane, Missoula, Montana 59808. Tel: (800) 776-5309; Fax: (800) 728-7143; www.spectrumproducts.com. D. Recreation Supply Company, P.O. Box 2757, Bismarck, ND 58502. Tel: (800)437-8072; Fax: (701) 255-7895; www.recsupply.com. 2.02 END SUCTION CENTRIFUGAL PUMPS A. Manufacturers: 1. Specified Manufacturer: Aurora: Tel: (630) 859-7000; Fax: (630) 859-7060. 2. Provided the specified requirements are met, the following manufacturers are acceptable: a. ITT Marlow: Tel: (866)484-0040; Fax: (847) 966-4628. b. PACO: Tel: (916) 416-7823; Fax: (916) 984-7567. B. Pump shall be close coupled type LC, high performance end suction pump meeting the following: 1. Models: a. Pool Recirculation Pump: Model 3801 - 3x4x13.5. 2. Performance Criteria: As indicated on the drawings. 3. Pumps shall be NSF-50 certified. C. Motors: 1. All motors shall conform to the latest applicable requirements of NEMA, IEEE, ANSI, UL, CSA, and NEC standards. a. NEMA Premium Efficient. 2. All motors with variable frequency drives (VFDs) shall be"inverter duty rated". Contractor shall verify that the motor and the variable frequency drive match with each other and are suitable for the driven load. In addition, each motor coupled with VFD's shall have an internal Aegis grounding ring to protect the motor shaft. 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85 -2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3. Motors shall be provided with Class F insulation but shall operate within Class B temperature rise limits, based on a maximum ambient temperature of 40 degrees C, and shall have a 1.15 service factor but shall be selected for operation within their full load rating without applying the service factor. 4. TEFC motors shall be provided on pumps in indoor locations. 5. TEFC motors shall be provided on pumps in outdoor installations including remote pits located outdoors. 6. Size and Speed: As indicated on the drawings. 7. Voltage: As indicated on the drawings based on the following: a. 120 volt systems: Provide 110 volt motors. b. 208 volt systems: Provide 200 volt motors. Tri-volt motors will not be acceptable. c. 240 volt systems: Provide 230 volt motors. d. 480 volt systems: Provide 460 volt motors. D. NPSH(R): To insure cavitation-free operation, the pumps NPSH Requirement must be low enough to permit stable, continuous operation at 120 percent or greater of best efficiency point. E. Noise: The pump shall be capable of continuous operation without producing noise in excess of the Hydraulic Institute and OSHA guidelines. F. Casing: 1. Pump casing shall be close grain cast iron fitted with replaceable lead-free bronze case wear ring. 2. All pumps shall be of the back pull-out design so that the rotating element can be removed from the casing without disconnecting the suction or discharge piping. 3. Provide taps on suction and discharge flanges for installation of pressure gauges. If pump casing cannot accommodate a tap, provide a separate tapped PVC or stainless steel flange. 4. Provide drain plugs at low point of volute for winterization. G. Impeller: 1. Pump impeller shall be of the enclosed type of cast zinc-free and lead-free bronze and shall be statically and dynamically balanced. 2. Alloy shall be heat treated Nickel Aluminum Bronze with a Copper Alloy UNS No. C95400 or C95800. 3. The name and location of the foundry that produces the impeller shall be identified in the submittal. 4. Impeller diameter shall be trimmed for the specified design condition. H. Mechanical Seal: 1. Manufacturers: a. Specified Manufacturer: John Crane; Type 21; www.johncrane.com. b. Acceptable Manufacturer: A.W. Chesterton Company; www.chesterton.com. 2. Materials: a. Rotary Faces: Carbon. b. Stationary Faces: Ceramic. c. Elastomers: Buna. d. All Metal Parts: 316 Stainless Steel. I. Shaft and Shaft Sleeve: 1. Steel shaft shall be isolated from the liquid being pumped. 2. Shaft sleeve shall be bronze. J. Coatings: 1. Exterior Pump: Scotchkote 134. 2. Motor Coating: Manufacturer's standard finish coat. 3. Interior Volute and Interior Bracket Coating (all wetted parts except impeller and wear rings): a. Product: Scotchkote 134 Fusion Bonded Epoxy Coating manufactured by 3M or approved equivalent. b. Surface Preparation: SSPC-SP 10 near white metal. c. Total DFT: 8.0 mils. 2.03 END SUCTION CENTRIFUGAL PUMPS (SMALL PUMPS) A. Specified Manufacturer: Pentair Pools, Integral strainer pump: Tel: (800) 831-7133, www.pentairpool.com. 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO B. Pump Schedule: 1. Spray Ground Features System 1: Model WhisperFloXF 2. Spray Ground Features System 2: Model WhisperFloXF 3. Spray Ground Recirculation: Model Max-E-ProXF with integral strainer C. Pumps shall be high performance end suction pump meeting the following: 1. Housing: Thermoplastic 2. Shaft: Stainless Steel 3. Performance Criteria: As indicated on the drawings 4. Pumps shall be NSF-50 certified D. Motor: 1. Size and Speed: As indicated on drawings 2. Voltage/Phase: As indicated on the drawings. E. General: 1. IntelliFro and IntelliPro pumps shall be provided with Intellicom system when required to be connected to remote Start-Stop-Timers. 2.04 POOL DRAIN SUMP PUMP A. Specified Manufacturer: Tsurumi Pump; Model VANCS 50PUA2.4S: Tel: (801) 563-5910; www.tsurumipump.com. B. General: 1. Submersible pump to deliver 65 gpm against a total head of 10 feet or 30 gpm against a total head of 25 feet. 2. Motor shall be 1/2 HP and 3600 rpm. 3. Voltage; Phase: 115/230 volt; single phase. 4. Pump discharge shall be 2 inch. C. Materials of Construction: 1. Casing (Upper/Lower): FRP/ABS. 2. Impeller: FRP. 3. Shaft: Type 403 stainless steel. 4. Motor Frame: Type 304 stainless steel. 5. Fasteners: Type 304 stainless steel. D. Pump Features: 1. Impeller: Semi-vortex, fiberglass reinforced plastic(FRP), impeller passes solids and stringy material without clogging. 2. Mechanical Seal: Double inside mechanical seals with silicon carbide faces running in an oil filled chamber and further protected by a lip seal. Elastomers to be nitrite buna rubber. 3. Bearings: Double shielded, permanently lubricated. 4. Solids Handling Capability: 1-1/2 inch. 5. Operation Mode: Automatic. E. Motor Features: 1. Highly efficient, continuous duty, air filled, copper wound motor with class E insulation. 2. Built in thermal and amperage sensing protector prevents motor failure due to overloading or accidental run-dry conditions. 3. Power Cable: 32 feet of submersible power cable. 2.05 DUAL CELL VERTICAL PRESSURE SAND FILTERS A. Specified Manufacturers: 1. Neptune Benson, Inc.; Model 54 SDC-4: Tel: (800) 832-8002; Fax: (401) 821-7129 2. Paddock Industries, Inc.; Model 6726-V-2C; Tel: (803) 324-1111; Fax: (803) 324-1116; www.paddockindustries.com B. Acceptable Manufacturers: 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Miami Tank Manufacturing, Inc.: Tel: (407)466-1440; Fax: (407)466-0364. 2. United Industries, Inc.: Tel: (800) 835-3272; Fax: (800) 500-3115. 3. Whitten Commercial Pool Products represented by Aquatic Development Group: Tel: (518) 783-0038; Fax: (518) 783-0474; www.aquaticgroup.com. C. General: 1. It is the intent of this specification to describe a water filtration system complete with all necessary items. 2. It is the further intent of these specifications that all required accessories be supplied and guaranteed by one manufacturer. 3. Any filter offered under these specifications shall be NSF listed. 4. The filter shall be a product of a manufacturer regularly engaged in the fabrication of water filtration equipment and who has a minimum of five (5) years experience in manufacturing this type of filter. D. Carbon Steel Filter Tank(s), Non-Code: 1. The tank(s) shall be constructed for a working pressure of 50 psi and tested to 75 psi. 2. The tank side shell shall be offset to form a backing strip for the fillet weld to standard dished and flanged tank heads. 3. The cells shall be separated by a shallow dished head of the same material as the tank heads. 4. The tank heads shall be welded to the side shell by an automatic submerged arc process weld. Hand welding will not be permitted. 5. Located in the top head for the upper cell and in the side shell for the lower cell(s)there shall be a 14" x18" manhole complete with gasket, yoke, and bolt. 6. A'/." coupling for air release shall be welded to the top head of each tank. 7. Two 3/4' pressure equalizing orifices with strainers shall interconnect each cell. E. Coating/Lining Systems: 1. General: a. All coatings shall be factory applied. b. The first application shall be applied within three hours after blasting to prevent oxidation to prepared surfaces. c. The finished and cured coating/lining system shall be spark tested to ensure against pinholes or voids. 2. Interior(tank manufacturer's choice of one of the following): a. PVC Liner: 1) System Type: Heat-set PVC lining. 2) Total DFT: 40 to 60 mils. 3) Warranty: Provide a 15-year manufacturer warranty for the filter tank lining. b. Rubber Sheet Membrane: 1) System Type: Rubber sheet membrane. 2) Thickness: 125 mils. 3) Warranty: Provide a 15-year manufacturer warranty for the filter tank membrane. c. Urethane Lining: 1) Product: Flexsol 3000. 2) System Type: Polyurethane elastomeric lining. 3) Total WFT: 90 to 110 mils. 4) Warranty: Provide a 15-year manufacturer warranty for the filter tank lining. 3. Exterior(tank manufacturer's choice of one of the following): a. PVC Liner: 1) System Type: Heat-set PVC lining. 2) Total DFT: 40 to 60 mils. 3) Warranty: Provide a 15-year manufacturer warranty for the filter tank lining. b. Rubber Sheet Membrane: 1) System Type: Rubber sheet membrane. 2) Thickness: 125 mils. 3) Warranty: Provide a 15-year manufacturer warranty for the filter tank membrane. 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-5- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO F. Internal Distribution System: 1. Each filter shall be supplied with a pressure equalizing overdrain system consisting of a Schedule 80 PVC Header with PVC laterals. Orifices shall be pointed upward. 2. Each filter shall also be supplied with a pressure equalizing underdrain system consisting of a Schedule 80 PVC header drilled and tapped for 2"diameter molded ABS laterals. 3. Non-clogging, self-cleaning orifice slots not to exceed 0.1985 inches on center shall be pointed downward. G. Face Piping and Valves: At Contractor's option, all face piping and valves can be supplied by filter manufacturer provided the configuration conforms to the Drawings and all piping and valves meet the specifications of Section 15145. H. Single Lever Linkage: 1. A clevis and rod linkage shall connect the butterfly valves provided with the face piping. Assembly shall be designed so that filter and backwash cycles can be accomplished by simply raising or lowering the operating handle. 2. Connecting pieces shall vary with size of face piping in order to operate with suitable mechanical advantage. 3. All linkage parts shall be Type 304 stainless steel. 4. Linkage shall be designed so that all valves operate simultaneously eliminating the possibility of water hammer action. Each valve shall be adjustable to provide for accurate positioning and tight shut off. 5. All linkage components shall be grit blasted to a 1.2 mil profile. Blast media shall be completely non-ferric. 6. All linkage components shall be finish coated with 3-4 mils DFT of Type 316 pigmented stainless steel paint. I. Accessories: There shall be supplied an influent and effluent pressure gauge in a common gauge holder. J. Filter Media: 1. Each tank shall be supplied with a single grade of filter media supported upon a layer of 1/8"to 1/4" gravel. 2. The filter sand shall be No. 20 with a particle size of.45 mm with a uniformity coefficient of 1.6 maximum. 3. The gravel shall be placed in the bottom of the tank to a point 1/2" above the laterals. 4. The media shall be supplied in separate bags, each containing approximately 1 cubic foot. 2.06 STAINLESS STEEL GUTTER A. Manufacturers: 1. Specified Manufacturer: Paddock Industries, Inc.; Model R300; Tel: (803) 324-1111; Fax: (803) 324-1116; www.paddockindustries.com. 2. Acceptable Manufacturer: Natare Corporation; Tel: (800) 336-8828 or(317)290-8828; Fax: (317) 290-9998; www.natare.com. B. General Description: 1. A factory fabricated perimeter overflow system consisting of a PVC covered stainless steel overflow channel and integral filtered water supply channel. C. Anchorage: 1. The entire perimeter overflow system section shall be anchored to the pool structure with commercial quality threaded stainless steel rods and fastened to the pool reinforcing steel, thus forming a continuous perimeter section. 2. These anchors shall be placed at the corners and on a maximum of 4-foot centers around the pool. D. Filtered Water Supply Channel: 1. The filtered water return tube shall be fitted with variable sized nylon jet inlet nozzles placed in a continuous"V" notch formed into the perimeter. 2. Inlets shall be spaced not more than 36" on center around the entire pool perimeter except where expressly deleted. 3. These inlet jets shall be installed so as to provide a stream of filtered chlorinated water on a fixed 45° angle directed toward the bottom of the pool. 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-6- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 4. The filtered water supply conduit shall be machine welded using the TIG process by the manufacturer in his plant and pressure tested prior to shipment. 5. Field welded pressure conduits shall not be acceptable. E. Overflow Channel: 1. The main overflow channel shall be fitted with jet flow nozzles to provide a constant stream of filtered chlorinated water in the channel to prevent any stagnation or build-up of dirt. 2. All areas of the gutter shall be accessible for inspection and cleaning. 3. Grating: a. The overflow channel shall be covered by a protective grating formed of extruded PVC sections comprised of 5/8"wide, 1" deep extruded I-beam ribs placed perpendicular to the pool perimeter for maximum efficiency in quelling waves. b. The top shall be serrated to create a non-skid surface. c. The open area of the grating shall not be less than 32%. d. The grating shall be white. F. Materials: 1. The perimeter sections shall be fabricated entirely from Type 316L stainless steel with a finish similar or equal to a#3 polished (100 mesh abrasive)finish. 2. The 1 1/2"X 3/16" angle anchors and all stiffener brackets shall be stainless steel. G. Finish: 1. The low carbon stainless steel components shall be cleaned and polished as required to present a substantially uniform finish. 2. An integral, sandblasted, non-skid strip shall be provided on the top surface of the overflow lip. H. Accessories: The perimeter system shall be fitted with stainless steel converters,jet wash fittings, lane line anchors, buoy line anchors, and water surface agitators as necessary to achieve proper performance and design. I. Guarantee: The equipment manufacturer shall guarantee in writing that if the system is operated in accordance with written instructions given and accepted by the Owner, it will perform in complete accord with the specifications. J. Installation: 1. All work covered under this section shall be performed by an authorized licensee of the manufacturer or by the manufacturer acting as a subcontractor to the Contractor. 2. All installation is to be performed by a welder with at least five years experience in the field welding stainless steel recirculating systems. 3. Strict procedures for welding, brushing, blending, testing, and cleaning shall be provided by the manufacturer. 4. Perform all required grouting and caulking. K. Engineering Services: Supply the services of a competent and experienced field engineer to test and inspect the completed installation, place it in operation, and given operating instructions relative to its care and use. 2.07 CHEMICAL FEEDERS -PERISTALTIC TYPE A. Manufacturers: 1. Specified Manufacturer: Stenner& Company, Inc.; Tel: (800)683-2378 or(904)641-1666; Fax: (904) 642-1012; www.stenner.com. 2. Acceptable Manufacturer: Blue-White; Tel: (714) 893-8529; Fax: (714) 894-9492; www.bluwhite.com. B. General: Chemical feed pumps shall be peristaltic type pumps that are UL approved. C. Voltage: 120 VAC, US Plug. D. Accessories: 1. Corrosion resistant mounting hardware and accessories including corrosion resistant mounting bracket and rain roof. 2. Provide complete suction assembly including lead tubing, connecting nut, ferrule, and clay weight. 3. Provide complete discharge assembly including lead tubing, connecting nuts, and injection fitting. 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-7- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 4. Provide five (5) tube assemblies with ends. E. Schedule: 1. Spray Pad-Sodium Hypochlorite Feeder: Model 45M2; 10.0 gpd; 25 psi. 2. Spray Pad- Muriatic Acid Feeder: Model 45M1; 3.0 gpd; 25 psi. 2.08 ULTRAVIOLET LIGHT (LOW PRESSURE, HIGH OUTPUT) A. Specified Manufacturer: Sentry Ultraviolet, Inc.; Model SAG 240-A-PVC; Tel: (866) 226-0820 or(706) 379-2670; Fax: (706) 379-1428; www.sentryuv.com. B. System shall be capable of providing a dosage of 45 mJ/cm2 at the end of lamp life. C. Lamps: 1. Type: Low pressure, high output (amalgam). 2. Maximum Lamp Power: 120 watts. 3. Number of Lamps: 2. 4. Lamp Life: 13,000 hours. 5. Extra stock: Provide 2 additional lamps for spares. D. Chamber: 1. Provide quick disconnects at each sleeve. 2. Maximum Operating Pressure: 50 psi. 3. Connection: Stainless steel flanges. 4. Chamber Material: 316L stainless steel. 5. Provide a drain plug that allows draining the unit for winterization. 6. Provide with a safety cover that when removed turns all lamps off before they can be removed. E. Control Panel: 1. Power: 120 or 240 volt, as indicated on the electrical drawings. 2. Safety Features: a. Terminally protected automatically shuts down if abnormal operating temperature are reached. b. A pressure switch shall shut the system off if the water flow stops. c. Sensor monitors fowling and loss of 254nm sterilizing wave length. LED lights on control alerts of this condition. d. Sensor detect lamp outage. Glow fitting on top of lamp will alert of lamp outage. 3. Switch: Lighted on/off switch showing whether power is on or off. F. Strainer: Provide a strainer for installation downstream of unit to capture broken glass. 2.09 FLOW MEASURING DEVICES A. Electromagnet Flowmeters: 1. Specified Manufacturer: Seametrics iMAG 4700 Series: Tel: (253) 872-0284; www.seametrics.com. 2. Model: a. iMAG 4700r(remote indicator) 3. Flanges: ANSI 150-lb. drilled fittings. 4. Pressure: 150 psi working pressure. 5. Operating Temperature: 10 deg F to 130 deg F. 6. Accuracy: +/- 0.75%. 7. Low Flow Cutoff: 0.5% of maximum flow rate. 8. Materials: a. Body: Welded steel with epoxy coating. b. Liner: Santoprene flange/Polypropylene liner body. c. Electronics Housing: Powder-coated diecast aluminum. d. Electrodes: 316 stainless steel. 9. Display: a. Type: 128x64 dot-matrix LCD. b. Digits: 8 digit total. c. Units: 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-8- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1) Rate of Flow: GPM. 2) Total: Gallons x 1000. 10. Power: a. AC Power: 85-264 Vac, 50/60Hz, 0.12A. b. Output: 4-20mA current loop and one pulse. c. Power Supply: 1) Provide manufacturer's power supply model PC3 if 4-20mA output is not used. 11. Cable: Polyurethane jacketed cable for power and outputs. Length as required. 12. Environmental: IP68. 13. Grounding Rings: Provide grounding rings per manufacturer. 14. Installation: Provide rotated installation as recommended by manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Coordinate with other trades for proper installation of plumbing and electrical services. B. Verify that required utilities are in correct location and are of correct capacities for specified products. C. Verify equipment rough-in before proceeding with work. 3.02 INSTALLATION A. Install swimming pool equipment specified in this section in accordance with manufacturer's printed installation instructions; comply with standards required by authorities having jurisdiction. B. Schedule installation to ensure that utility connections are achieved in an orderly and expeditious manner. C. Install equipment plumb, level, square, and straight, without distortion; securely anchor. 3.03 STARTING EQUIPMENT AND SYSTEMS A. Adjust for proper operation within manufacturer's published tolerances. B. Provide supplier's field representative to prepare, start, adjust, and demonstrate proper operation of equipment to Owner's designated staff. 3.04 CLEANING A. Touch up minor damaged surfaces caused by installation. B. Replace damaged components as directed by Engineer. C. Clean all equipment. D. Protect installed equipment from subsequent construction operations. END OF SECTION 13 11 85 02-02-24- Construction Documents POOL EQUIPMENT 13 11 85-9- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 87 POOL CHEMICAL CONTROLLER PART 1 GENERAL 1.01 SECTION INCLUDES A. A programmable chemical automation system for continuous monitoring and control of pH and disinfectant. 1.02 RELATED SECTIONS A. Section 13 11 55 - Pool Accessories B. Section 13 11 85- Pool Equipment 1.03 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's descriptive literature for specified systems, including all components. C. Shop Drawings: Indicate component connection details and details of interface with adjacent construction. D. Manufacturer's Instructions: Indicate installation instructions for specified equipment, including each component. E. Operation and Maintenance Data: The manufacturer shall supply a complete instruction, operating and maintenance manual. F. Warranty: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section with minimum three years of experience. C. Products Requiring Electrical Connection: Listed and classified by UL as suitable for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND PROTECTION A. Delivery: Deliver materials to site in manufacturer's original, unopened packaging. B. Storage: Store all equipment and materials under cover and elevated above grade. C. Protection: Protect equipment and materials to prevent damage. 1.06 WARRANTY A. The controller shall be covered by a standard manufacturer warranty of five (5)years. B. All sensors will be covered by a standard one (1) year warranty. C. Other parts shall be covered by their own manufacturer's warranty. D. The controller shall not require a service technician for annual calibration, seasonal start up, or whenever chemicals supplier or type are changed. PART 2 PRODUCTS 2.01 CONTROLLER A. Specified Manufacturer: ProMinent Fluid Controls, Inc.; Model: DCM 5 Series; 136 Industry Drive, Pittsburgh, PA 15275; Tel: (412) 787-2484; www.prominent.us. B. Operator Interface: 1. Remote: Fully interactive Ethernet TCP/IP graphical interface with security access codes. 2. Local: 4 line, 20 character LED display, 12 buttons, multicolor status and output LED's (Red and Blue) 3. Ethernet and WiFi status LED's. C. Sensors: 02-02-24- Construction Documents POOL CHEMICAL CONTROLLER 13 11 87-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Included Sensors: pH, ORP, Temperature, total chlorine D. Inputs: 1. Digital Inputs: 8, (7 fully configurable). 2. Analog Inputs: 10 (configurable options) + 4 virtual (LSI, Combined Chlorine, GPM, etc.) E. Outputs: 1. Nine (9)fully assignable control relays for: Acid, Oxidant Feed, Chlorine Boost/Caustic Feed, Probe Wash/Alarm, Filter Aid/Flow switch test&verify, Auto Fill, Heater Control, UV Control. Also, interlocked with sample and recirculation flow when used for chemical feed. 2. Four(4)fully assignable digital outputs (as dry contact sets or variable frequency pump) for: UV, PumpNFD Control, Chlorine/Ozone Generator, Alarm/Eco! mode for recirc pump. Also, base feed is available if sensor disconnected. 3. Two (2) optional isolated 4-20mA analog outputs. F. Controls: On/Off, ORP assisting Residual, P/PI/PID, Eco! Mode, Event Timers, UV BoostNFD Control, Chlorine Boost/Ozone Control, adjustable flow restored delay, Emergency Off for Recirculation Pump, Autofill, optional Chem Feed Verification, and Pulsed Pump Speed. G. Communication 1. HTML server on board (standard). 2. 10Base T, TCP/IP ethernet, optional wireless 3G cellular. 3. HTML, micro web server with DHCP or user definable IP address. 4. Standard built-in WiFi router(smartphone/iPad/Tablet) 5. USB port for Datalog extraction, configuration savings, configuration uploading, and field software updates. H. Security: Local and remote access protected by access codes. I. System: 1. Power: 120 or 230 VAC, 60/50 Hz, 7.9Amp, single phase. 2. Fusing: Outputs fused @ 6.3 Amps total @ 120/250 VAC, Internal circuits fused at 1.6 Amps. 3. Surge Suppression: Integral surge suppression - Relays 1-5. 4. Accessory Power: 15 VDC, Thermally Fused @ 60 mA, NAMUR inputs U-V thermally fused at 20mA. 5. Enclosure: Non-metallic, NEMA 4x, 18"x30" x 6.5" (WxHxD). 6. Convenience: Field Software upgrades via USB flash drive, Configuration cloning via flash drive. 7. Warranty: 5 years on electronics; 2 years on ORP and pH sensors; 1 year on all other parts. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install all equipment in accordance with shop drawings and manufacturer's printed installation instructions; comply with standards required by authorities having jurisdiction. C. Schedule installation to ensure that utility connections are achieved in an orderly and expeditious manner. D. Install equipment plumb, square, and straight, without distortion; securely anchor. 3.02 INTERFACE WITH OTHER WORK A. Coordinate with other trades for proper installation of plumbing. 3.03 STARTING EQUIPMENT AND SYSTEMS A. Adjust for proper operation within manufacturer's published tolerances. B. Provide manufacturer's field representative to check-out installation, provide start up, and instruct operating personnel on proper operation and maintenance of equipment. 3.04 ADJUSTING AND CLEANING A. Adjust equipment, including water requirements, for smooth operation. B. Touch up minor damaged surfaces caused by installation. 02-02-24- Construction Documents POOL CHEMICAL CONTROLLER 13 11 87-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO C. Replace damaged components as directed by Engineer. 3.05 CLEANING and PROTECTION A. Clean all pieces of equipment. B. Protect installed equipment from subsequent construction operations. END OF SECTION 13 11 87 02-02-24- Construction Documents POOL CHEMICAL CONTROLLER 13 11 87-3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 90 POOL PIPING, VALVES, AND RELATED ITEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Pipe, pipe fittings, valves, and connections for piping systems. B. Chlorinated polyvinyl chloride (CPVC) pipe. C. Polyvinyl chloride (PVC) pipe. D. Flexible connectors. E. Saddles. F. Pipe hangers and supports. G. Valve extension stems and stem guides. H. Valves. I. Pressure gauges. J. Compound pressure gauges. 1.02 RELATED REQUIREMENTS A. Section 05 43 00-Slotted Channel Framing (Strut Systems): Pipe support material. B. Section 05 45 00-Anchors for Concrete and Masonry: Pipe support anchors. C. Section 13 11 94-Splash Pad Mechanical Identification. 1.03 REFERENCE STANDARDS A. ASME B16.5- Pipe Flanges and Flanged Fittings; 1996. B. ASME B31.9- Building Services Piping; The American Society of Mechanical Engineers; 2011 (ANSI/ASME B31.9). C. ASME (BPV IX) - Boiler and Pressure Vessel Code, Section IX-Welding and Brazing Qualifications; The American Society of Mechanical Engineers; 2010. D. ASTM A 123/A 123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 1997a. E. ASTM D 1784- Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds; 1999a. F. ASTM D 2467- Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80; 1999. G. ASTM D2855- Standard Practice for Making Solvent-Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings; 1996 (Reapproved 2010). H. ASTM F 593- Standard Specifications for Stainless Steel Bolts, Hex Cap Screws, and Studs; 1998. I. ASTM F 656- Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings; 1996a. J. ASTM F708- Standard Practice for Design and Installation of Rigid Pipe Hangers; 1992 (Reapproved 2008). K. ASTM F 593- Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs; 2001. L. ASTM F 594- Standard Specification for Stainless Steel Nuts; 2001. M. AWWA C651 - Disinfecting Water Mains; American Water Works Association; 2005 (ANSI/AWWA C651). N. MSS SP-58- Pipe Hangers and Supports- Materials, Design, Manufacture, Selection, Application, and Installation; Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.; 2009. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data/Submittals: 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Provide data on pipe materials, pipe fittings, valves, and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. 2. For PVC piping, provide manufacturer's recommended installation procedures, including solvent weld jointing procedures. C. Project Record Documents: Record actual locations of piping and valves. D. Training and certification documentation as indicated below. 1.05 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. Training and Certification: PVC Pipe Installer. 1. PVC piping installers must be trained by manufacturer to install and join piping. Submit written certification from manufacturer for each individual performing pipe installation, prior to installing pipe. C. Valves: Manufacturer's name and pressure rating marked on valve body. D. Welding Materials and Procedures: Conform to ASME (BPV IX) and applicable state labor regulations. E. Identify pipe with marking including size, ASTM material classification, ASTM specification, potable water certification, water pressure rating. 1.06 REGULATORY REQUIREMENTS A. Perform Work in accordance with local plumbing code. B. Conform to applicable code for installation of backflow prevention devices. C. Provide certificate of compliance from authority having jurisdiction indicating approval of installation of backflow prevention devices. 1.07 DELIVERY, STORAGE, AND HANDLING A. Accept valves on site in shipping containers with labeling in place. Inspect for damage. B. Provide temporary protective coating on cast iron and steel valves. C. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. D. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system. 1.08 FIELD CONDITIONS A. Do not install underground piping when bedding is wet or frozen. PART 2 PRODUCTS 2.01 CHLORINATED POLYVINYL CHLORIDE (CPVC) PIPE A. CPVC, Schedule 80 Pipe and Fittings: 1. Pipe and fittings shall be manufactured from CPVC compound with a cell class of 24448 for pipe '/," through 8" and 23447 for fittings and 10" & 12" pipe per ASTM D 1784 and conform with National Sanitation Foundation (NSF) standards 14 and 61. 2. Pipe shall be iron pipe size (IPS) conforming to ASTM F 441. 3. Socket fittings shall conform to ASTM F 439. B. Solvent Weld Joints: 1. Solvent Cement: ASTM F 493. 2. Primer: ASTM F 656. 2.02 POLYVINYL CHLORIDE (PVC) PIPE A. PVC Pipe, Schedule 80: 1. Pipe: ASTM D 1785, Cell Classification 12454-B, bearing NSF seal. 2. Fittings: ASTM D 2467, Cell Classification 12454-B, bearing NSF seal. a. All fittings for pipe diameters less than 16" shall be molded. Fabricated fittings will not be allowed unless approved by Engineer. Contractor shall be responsible for verifying that the use of fabricated fittings will not affect critical dimensional requirements. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO b. For pipe diameters of 16"or greater: Fabricated fitting are allowed. 3. Push-on Joints: ASTM F 477 elastomeric gaskets. 4. Solvent Weld Joints: a. Solvent Cement: ASTM D 2564. b. Primer: ASTM F 656. 5. Flanges: Diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. 6. Flange Hardware: a. Bolts: Stainless steel, ASTM F 593, Alloy Group 1 or 2; chamfered or rounded ends projecting 1/8 to 3/8 inch beyond outer face of nut. b. Nuts: Stainless steel, ASTM F 594, Alloy Group 1 or 2. c. Flat Washers: Stainless steel, ANSI B18.22.1. 7. Flange Gaskets: Full face, 1/8 inch thick, chemical resistant elastomeric material suitable for the specified service. B. PVC Pipe, Schedule 40: 1. Pipe: ASTM D 1785, Cell Classification 12454-B, bearing NSF seal. 2. Fittings: ASTM D 2466, PVC. All fittings for pipe diameters of less than 16" shall be molded. Fabricated fittings will not be allowed unless approved by Engineer. Contractor shall be responsible for verifying that the use of fabricated fittings will not affect critical dimensional requirements. For pipe diameters of 16" or greater: Fabricated fitting are allowed. 3. Push-on Joints: ASTM F 477 elastomeric gaskets. 4. Solvent Weld Joints: a. Solvent Cement: ASTM D 2564. b. Primer: ASTM F 656. C. PVC Heavy Wall Sewer Pipe, SDR 26: 1. Pipe: ASTM D 3034 SDR 26. 2. Fittings: PVC. 3. Joints: Push-on, using ASTM F 477 elastomeric gaskets. 2.03 ADAPTER FLANGE FOR PVC PIPE A. Van Stone Style: 1. Specified Manufacturer: Spears Manufacturing Company: www.spearsmfg.com. 2. Two-piece design with rotating flange ring in socket or spigot configuration. 3. Conformance Standards: a. Socket and Spigot: ASTM D 2467. b. Bolt Hole Pattern: ASME B16.5. c. Material: ASTM D 1784; PVC Cell Classification 12454-B. 2.04 SPECIAL REINFORCED FITTINGS A. Specified Manufacturer: Spears Manufacturing Company: www.spearsmfg.com. B. All threaded plastic connections and threaded plastic-to-metal transition connections shall be made with Spears Special Reinforced (SR) Fittings. C. All fittings shall be Schedule 80 PVC, conforming to ASTM D 2467. D. All fittings shall be approved for potable water service. 2.05 FLANGES, UNIONS, AND COUPLINGS A. A union or a flanged connection shall be provided within 2 feet of each threaded end valve unless the valve can be easily removed from the piping. B. Unions for Pipe Sizes 3 Inches and Under: 1. Copper tube and pipe: Class 150 bronze unions with soldered joints. C. Flanges for Pipe Size Over 1 Inch: 1. Copper tube and pipe: Class 150 slip-on bronze flanges; preformed neoprene gaskets. D. Dielectric Fittings: 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder-joint, plain, or weld-neck end connections that match piping system materials. 2. Insulating Material: Suitable for system fluid, pressure, and temperature. 3. Dielectric Unions: a. Manufacturers: 1) Capitol Manufacturing Co. 2) Central Plastics Company. 3) Eclipse, Inc. 4) Epco Sales, Inc. 5) Hart Industries, International, Inc. 6) Watts Industries, Inc.; Water Products Div. 7) Zurn Industries, Inc.; Wilkins Div. b. Factory-fabricated, union assembly, for 250-psig minimum working pressure at 180 degrees F. 4. Dielectric Flanges: a. Manufacturers: 1) Capitol Manufacturing Co. 2) Central Plastics Company. 3) Epco Sales, Inc. 4) Watts Industries, Inc.; Water Products Div. b. Factory-fabricated, companion-flange assembly, for 150-psig minimum working pressure as required to suit system pressures. 5. Dielectric-Flange Kits: a. Manufacturers: 1) Advance Products& Systems, Inc. 2) Calpico, Inc. 3) Central Plastics Company. 4) Pipeline Seal and Insulator, Inc. b. Companion-flange assembly for field assembly. Include flanges, full-face-or ring-type neoprene or phenolic gasket, phenolic or polyethylene bolt sleeves, phenolic washers, and steel backing washers. c. Separate companion flanges and steel bolts and nuts shall have 150-psig minimum working pressure where required to suit system pressures. 6. Dielectric Couplings: a. Manufacturers: 1) Calpico, Inc. 2) Lochinvar Corp. b. Galvanized-steel coupling with inert and noncorrosive, thermoplastic lining; threaded ends; and 300-psig minimum working pressure at 225 degrees F. 7. Dielectric Nipples: a. Manufacturers: 1) Perfection Corp. 2) Precision Plumbing Products, Inc. 3) Sioux Chief Manufacturing Co., Inc. 4) Victaulic Co. of America. b. Electroplated steel nipple with inert and noncorrosive, thermoplastic lining; plain, threaded, or grooved ends; and 300-psig minimum working pressure at 225 degrees F. 2.06 FLEXIBLE CONNECTORS A. Manufacturers: 1. Specified Manufacturer: Elasto-Valve Rubber Product, Inc.: Tel: (705) 523-2026; Fax: (705) 523-2033; www.evrproducts.com. 2. Acceptable Manufacturers: a. Flexicraft Industries: Tel: (800) 533-1024; Fax: (312) 421-6327; www.flexicraft.com. b. Garlock Sealing Technologies: Tel: (800) 448-6688; Fax: (315) 597-3216; www.garlock.com. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO c. General Rubber Corporation: Tel: (800) 233-6294; Fax: (201)641-4710; www.general-rubber.com. d. Proco Products, Inc.; Model RC-231 (concentric) and RE-231 (eccentric): Tel: (800) 344-3246; Fax: (209) 943-0242; www.procoproducts.com. B. Pump Connectors: 1. Type: PC-35- Spool Type, CC-15- Concentric Reducer, or EC-25- Eccentric Reducer as indicated on the drawings. 2. Flexible connectors shall be designed specifically to reduce and isolate noise and vibration from pumps and other operating equipment. 3. Flange and Retaining Ring: a. Rings shall be galvanized to prevent corrosion. b. Drilled to ANSI 125/150#standards. 4. Material: EPDM. 5. Length: 8" maximum. 6. Provide PVC spacer flange upstream and downstream of flexible connector when connecting to a lug or wafer style valve, to prevent wrinkles in flexible connector flange. 7. Note: Flexible connectors are not intended to correct misalignment of plastic pipe. The intent for the flexible connectors is to allow pipe size reduction at pump and to minimize vibration. Piping at pumps shall to be aligned correctly, without regard for flexible connectors. 2.07 PVC SADDLES A. Specified Manufacturer: Spears Manufacturing Company: www.spearsmfg.com. B. All plastic saddle fittings shall be clamp-on type with 0-ring seal constructed from PVC Schedule 80. C. All 0-rings shall be EPDM. D. All saddles shall be piloted at 0-ring area for positive positioning in pipe. E. All bolt clamping hardware shall be stainless steel. F. All threaded saddle outlets shall be Steel Reinforced (SR) design. G. Saddles shall have a maximum internal pressure rating of 235 psi for pipe sizes through 4 inch, 200 psi for 6 inch pipe, and 150 psi for 8 through 12 inch pipe at 73 degrees F. 2.08 PIPE SUPPORTS A. Provide hangers and supports that comply with MSS SP-58. 1. If type of hanger or support for a particular situation is not indicated, select appropriate type using MSS SP-58 recommendations. B. Automatic Locking Tube/Pipe Support: 1. Specified Manufacturer: Litchfield International, Inc.; Product"CLIC" Pipe Hangers; Tel: (800) 345-2542; www.li-clic.com. 2. Description: Pipe clamp that allows lateral mounting adjustments and automatic locking mechanism. 3. Material: Polyamide Nylon PA 12. 4. Sizes: For pipe sizes up to 4 inches. 5. Accessories: As required for a complete installation. 6. Anchoring: See Section 05 45 00. C. Floor Mount Horizontal Strap: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Channel: 1) B-Line Type BFV22SH. 2) Material: Fiberglass. b. Post Base: 1) B-Line Type B280FL. 2) Material: Steel. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-5- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3) Finish: Hot-dipped galvanized. 4) Anchoring Hardware: Self threading bolt anchors as specified in Section 05 45 00. c. Pipe Strap: 1) B-Line Series BFP2400. 2) Material: Fiberglass. d. Hardware: 1) Material: Stainless steel type 304 per ASTM F 593. 2) Nut: B-Line Systems, Inc.; Model N225WO. 3. See Section 05 43 00- Slotted Channel Framing (Strut Systems). D. Floor Mount Saddle: 1. Specified Manufacturer: Material Resources: Tel: (877)693-0727; Fax: (503) 693-0636. 2. Provide Model S92 as shown on drawings. 3. Materials: a. Saddle Strap: ASTM A 36. b. Collar/Base Cups: ASTM A 53 D.O.M. tubing. c. Thread Stud: ASTM A 36, rolled thread, grade ASTM A 307. d. Base Plate: ASTM A 36 sheet steel, 1/4 inch thickness. 4. Fabrication: a. All Welds: 100 percent MIG welding, electrode E70XX. b. Saddles: Formed to ductile iron or IPS steel radius. 5. Finish: Corrosion resistant, hot-dipped galvanized. E. Floor Mount Vertical Clamp: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Channel: 1) B-Line Type BFV22SH. 2) Material: Fiberglass. b. Post Base: 1) B-Line Type B280FL. 2) Material: Steel. 3) Finish: Hot-dipped galvanized. 4) Anchoring Hardware: Self threading bolt anchors as specified in Section 05 45 00. c. Pipe Clamp: 1) B-Line Series BFP2400. 2) Material: Fiberglass. 3. See Section 05 43 00-Slotted Channel Framing (Strut Systems). F. Floor Mount Vertical Strap: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Channel: 1) B-Line Type BFV22SH. 2) Material: Fiberglass. b. Post Base: 1) B-Line Type B280FL. 2) Material: Steel. 3) Finish: Hot-dipped galvanized. 4) Anchoring Hardware: Self threading bolt anchors as specified in Section 05 45 00. c. Pipe Strap: 1) B-Line Series BFP2400. 2) Material: Fiberglass. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-6- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO d. Hardware: 1) Material: Stainless steel type 304 per ASTM F 593. 2) Nut: B-Line Systems, Inc.; Model N225WO. 3. See Section 05 43 00 -Slotted Channel Framing (Strut Systems). G. Clamp-Hanger: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Pipe Clamp: 1) B-Line Series B386. 2) Material: Steel. 3) Finish: Hot-dipped galvanized. b. Pipe Hanger: 1) B-Line Series B1400. 2) Material: Steel. 3) Finish: Hot-dipped galvanized. 3. See Section 05 43 00- Slotted Channel Framing (Strut Systems). H. Dual Split Clamp: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Split Pipe Clamp: 1) B-Line Series B3198R. 2) Material: Stainless steel type 304. 3. See Section 05 43 0- Slotted Channel Framing (Strut Systems). I. Parallel Strut Strap: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Channel Support: 1) B-Line Type BFV22SH. 2) Material: Fiberglass. b. Pipe Strap: 1) B-Line Series BFP2400. 2) Material: Fiberglass. c. U-Bolt: 1) B-Line Series B3501. 2) Material: Steel. 3) Finish: Hot-dipped galvanized. d. Hex Nut: 1) Size: As required. 2) Material: Steel. 3) Finish: Hot-dipped galvanized. 3. See Section 05 43 00- Slotted Channel Framing (Strut Systems). J. Perpendicular Strut Strap: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Channel Support: 1) B-Line Type BFV22SH. 2) Material: Fiberglass. b. Pipe Strap: 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-7- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 1) B-Line Series BFP2400. 2) Material: Fiberglass. c. Band: 1) Size: As required. 2) Material: Stainless steel. 3. See Section 05 43 00- Slotted Channel Framing (Strut Systems). K. Truss Mount Horizontal Strap: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Pipe Strap: 1) B-Line Series BFP2400. 2) Material: Fiberglass. 3. See Section 05 43 00- Slotted Channel Framing (Strut Systems). L. Wall Mount Bracket: 1. Manufacturers: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Adjustable Strut Bracket: B-Line Systems, Inc.; Model B3064-1-HDG. a. Material: Steel. b. Finish: Hot-dip galvanized after fabrication in accordance with ASTM A 123. c. Dimensions: 1) Vertical Arm: 15 inches. 2) Horizontal Arm: 12 inches. d. Design Load: 1,200 pounds. 3. Pipe Clamp: a. Pipe Clamp: B-Line Systems, Inc.; Model B2400-HDG. b. Material: Steel. c. Finish: Hot-dip galvanized after fabrication in accordance with ASTM A 123. 4. Hardware: a. Material: Stainless steel type 304 per ASTM F 593. b. Nut: B-Line Systems, Inc.; Model N225WO. c. Hex Head Cap Screws: B-Line Systems, Inc.; Model HHCS. 5. Anchoring Hardware: As specified in Section 05 45 00. M. Wall Mount Strap: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Channel: 1) B-Line Type BFV22SH. 2) Material: Fiberglass. b. Pipe Strap: 1) B-Line Series BFP2400. 2) Material: Fiberglass. c. Anchoring Hardware: As specified in Section 05 45 00. 3. See Section 05 43 00- Slotted Channel Framing (Strut Systems). N. Clevis Hangers: 1. Specified Manufacturer: Cooper B-Line; 509 West Monroe Street, P.O. Box 326, Highland, Illinois 62249; Tel: (800) 851-7415; www.cooperindustries.com. 2. Materials: a. Hot-dipped galvanized steel, adjustable, clevis b. Hot-dipped galvanized or Type 304 stainless steel heavy duty ceiling flange. c. Anchoring Hardware: As specified in Section 05 45 00. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-8- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO O. Plumbing Piping-Water: 1. Conform to ASME B31.9. 2. Copper Pipe Support: Carbon steel ring, adjustable, copper plated. 2.09 VALVE EXTENSION STEMS AND STEM GUIDES A. Manufacturers: 1. Specified Manufacturer: Trumbull Industries, Inc.; Tel: (800) 677-1799; www.trumbull.com. 2. Acceptable Manufacturers: a. M & H; Tel: (256) 237-3521; www.mh-valve.com. b. Clow; Tel: (800) 829-2569; www.clowvalve.com. c. Waterman Industries, Inc.; Tel: (800) 331-0808; www.watermanusa.com. B. Extension Stems: 1. Material: Type 304 stainless steel. 2. The extension stem shall be made up of an extension rod, a wrench nut coupling at the bottom, and at the top a 2 inch square wrench nut or handwheel as indicated on the drawings. 3. The wrench nut coupling shall fit over the 2 inch square nut of the valve stem being raised and shall be held to the nut by a set screw threaded in the wrench nut coupling. 4. The wrench nut or handwheel and wrench nut coupling shall be pinned to the extension rod which is drilled to receive steel pins. 5. The wrench nut and wrench nut couplings shall be stainless steel, Type 316. C. Stem Guides: 1. Stem guides shall be installed as wall brackets to support extension stems. 2. Valve stem guides shall be fully adjustable and made of Type 316 stainless steel. 3. The guide shall be bronze bushed where the extension stem passes through. 2.10 PVC BALL VALVES A. Manufacturers: 1. Spears Manufacturing Company: www.spearsmfg.com. 2. Nibco, Inc; Model U-45TB: www.nibco.com. 3. Hayward Industries, Inc.: www.haywardflowcontrol.com. B. Construction: 1. True Union type constructed from PVC Type I Cell Classification 12454 conforming to ASTM D 1784. 2. 0-rings shall be EPDM. 3. All valves shall have Safe-T-Shear stem and double stop polypropylene handle. 4. All valve union nuts shall have Buttress threads. 5. All valve seal carriers shall be Certified for potable water use by NSF International. 6. All 1/2 inch through 2 inch valves shall be pressure rated at 235 psi and all 2-1/2 inch through 6 inch valves shall be pressure rated at 150 psi for water at 73 degrees F. 2.11 PVC BUTTERFLY VALVES A. Manufacturers: 1. Specified Manufacturer: Spears Manufacturing Company; Style Wafer or Lug: www.spearsmfg.com. 2. Acceptable Manufacturers: a. ASAHI/AMERICA: www.asahi-america.com. b. Hayward Industries, Inc.: www.haywardflowcontrol.com. c. Nibco, Inc: www.nibco.com. B. Construction: 1. Valve body and disc shall be constructed from PVC Type I Cell Classification 12454 conforming to ASTM D 1784. 2. Valve seats and 0-rings shall be EPDM. Seat shall be a non-liner type interlocked to valve body. 3. Lug Style: Bolt hole patterns shall conform to ANSI/ASME B16.5 CL 150. 4. Wafer Style: Designed for mounting between two flanges having bolt hole pattern that conform to ANSI/ASME B16.5 CL 150. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-9- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 5. Disc shall be offset design with Type 316 stainless steel stem. 6. Lever operated valves shall be equipped with high impact polypropylene handle having built-in lockout capability. 7. Gear operated valves shall be equipped with position indicator and high impact polypropylene handwheel. 8. All submerged valves shall have submersible gear operators. 9. Valves shall be pressure rated at 150 psi for water at 73 degrees F. 2.12 BRASS SOLENOID VALVES A. 3/4 to 2 Inch: 1. Specified Manufacturer: Granzow; Model 21W; www.granzow.com. 2. Description: Two-way, internally piloted, normally closed or normally open (as indicated on the drawings), solenoid valve. 3. Sealing Material: FKM (Viton). 4. Pipe Size: As indicated on the drawings. 5. Materials of Construction: a. Body: Brass. b. Armature Tube: Stainless Steel 300. c. Fixed Core: Stainless Steel 400. d. Plunger: Stainless Steel 400. e. Spring: Stainless Steel 300. f. Shading Ring: Copper. g. Orifice: Brass. 6. Provide with nickel plated finish. 7. Coil Specifications: a. BDU Molding Material: PET- Black polyester- Class F (312 degrees F). b. PowerNoltage: 8 watt/110-120 volt or 8 watt/24 volt as indicated on the drawings. 8. Electrical Connection: a. Rating: NEMA 4. b. Provide with 1/2" conduit connector. 2.13 DOUBLE DISC CHECK VALVES A. Manufacturers: 1. Specified Manufacturer: Crane Valve; Model Duo-Chek II: www.cranevalve.com. 2. Acceptable Manufacturers: a. Apco Valve & Primer Corporation; Model 9000 Series: Tel: (847) 524-9000; Fax: (847) 524-9007; www.apcovalves.com. b. Techno Corporation; Model Technocheck: Tel: (814) 838-4551; Fax: (814) 838-6963. B. Style: Double flange or wafer. C. Pressure Class: ANSI Class 150. D. Materials: 1. Body and Plate: Aluminum bronze, ASTM B 148 Alloy 952 or 316 stainless steel. 2. Seal: EPDM. 3. Hinge Pin: 316 stainless steel. 4. Spring: 316 stainless steel. 5. Stop Pin: 316 stainless steel. 6. Retainer: 316 stainless steel. 2.14 AIR RELEASE VALVES A. Specified Manufacturer: A.R.I. USA, Inc.; Model S-050-P-V-01: Tel: (559) 269-9653; www.ariusa.com. B. Materials of Construction: 1. Body: Reinforced Nylon. 2. Discharge Outlet: Polypropylene. 3. Rolling Seal: EPDM. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-10- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 4. Clamping Stem: Reinforced Nylon. 5. Float: Foamed Polypropylene. 6. 0-Ring: NBR 70. 7. Base: Reinforced Nylon. C. Size: As noted on Drawings. D. For air release only valves provide with vacuum guard to allow air discharge only, preventing air intake. 2.15 PRESSURE GAUGES A. Manufacturers: 1. Ashcroft; Model 1009AW. B. Provide with 'PLUS" performance option-liquid filled performance in a dry gauge. C. Accuracy: 1°/a full-scale accuracy ASME grade 1A. D. Construction: 1. Case & Ring Material: 304 stainless steel. 2. Connection: Bronze. 3. Tube Material: Stainless steel. 4. Window: Polycarbonate. E. Sensing Element: Bourdon tube. F. Dial Standard: psi. G. Dial: Brushed aluminum. H. Dial Size: 3-1/2 inch. I. Lower Connection: 1/4 inch NPT. J. Range: 0 to 60 psi. K. Smallest Gradation: 1 psi. 2.16 COMPOUND PRESSURE GAUGES A. Manufacturers: 1. Ashcroft; Model 1009AW. B. Provide with "PLUS" performance option -liquid filled performance in a dry gauge. C. Accuracy: 1% full-scale accuracy ASME grade 1A. D. Construction: 1. Case & Ring Material: 304 stainless steel. 2. Connection: Bronze. 3. Tube Material: Stainless steel. 4. Window: Polycarbonate. E. Sensing Element: Bourdon tube. F. Dial Standard: psi. G. Dial: Brushed aluminum. H. Dial Size: 3-1/2 inch. I. Lower Connection: 1/4 inch NPT. J. Range: 30" Hg VAC to 60 psi. K. Smallest Gradation: 1 psi. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that excavations are to required grade, dry, and not over-excavated. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-11- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3.02 PREPARATION A. Ream pipe and tube ends. Remove burrs. B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. In all piping except air and gas piping, insulating fittings shall be provided to prevent contact of dissimilar metals, including but not limited to, contact of copper, brass, or bronze pipe, tubing, fittings, valves, or appurtenances, or stainless steel pipe, tubing, fittings, valves, or appurtenances with iron or steel pipe, fittings, valves, or appurtenances. Insulating fittings shall also be provided to prevent contact of copper, brass, or bronze pipe, tubing, fittings, valves or appurtenances with stainless steel pipe, tubing, fittings, valves, or appurtenances. C. To prevent thread galling, apply anti-galling lubricant to all stainless steel hardware. D. Route piping in orderly manner and maintain gradient. Install piping free of sags, bends, and kinks. Route parallel and perpendicular to walls. E. Install fittings in changes in direction and branch connections in hard drawn copper tube. F. All piping within structures shall be arranged, and facilities provided, for complete drainage. G. Tee fitting sizes shall match that of the largest connecting pipe size. H. Install piping to maintain headroom, conserve space, and not interfere with use of space. I. All piping serving metering equipment shall be uniformly graded so that air traps are eliminated and complete venting is provided. J. Taps for pressure gauge connections on the suction and discharge of pumping units shall be provided with a nipple and a ball type shutoff valve. K. Buried PVC piping shall be"snaked" in the trench and shall be kept as cool as possible during installation. PVC pipe shall be kept shaded and shall be covered with backfill immediately after installation. L. All chemical piping shall be installed so that lines are readily accessible for cleaning. Tees shall be provided at changes in direction in all chemical piping except chlorine piping, with extra openings plugged, to facilitate cleaning. Teflon thread tape or teflon thread sealer shall be applied to the threads of the plugs so that they can be easily removed. At each point where hose or reinforced plastic tubing is connected to rigid piping, a quick-disconnect coupling shall be provided. M. Group piping whenever practical at common elevations. N. Install piping to allow for expansion and contraction without stressing pipe,joints, or connected equipment. O. Establish elevations of buried water supply piping outside the building to ensure not less than 3.5 ft of cover. P. Provide support for utility meters in accordance with requirements of utility companies. Q. Excavate in accordance with Section 31 23 16. R. Backfill in accordance with Section 31 23 23. S. Install bell and spigot pipe with bell end upstream. T. Install valves with stems upright or horizontal, not inverted, unless indicated on the plans. U. Install water piping to ASME B31.9. V. PVC Pipe: Make solvent-welded joints in accordance with ASTM D2855. W. All pipes passing through structures shall be cast-in-place unless specifically noted otherwise on Drawings. X. Inserts: 1. Provide inserts for placement in concrete formwork. 2. Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-12- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 3. Provide hooked rod to concrete reinforcement section for inserts carrying pipe over 4 inches. 4. Where concrete slabs form finished ceiling, locate inserts flush with slab surface. Y. Pipe Hangers and Supports: 1. Install in accordance with ASME B31.9. 2. Support Schedule 40 PVC and CPVC piping as scheduled following: a. 1/4" Diameter: Every 3'-0"minimum. b. 1/2" Diameter: Every 3'-6" minimum. c. 3/4" Diameter: Every 4'-0" minimum. d. 1" Diameter: Every 4'-6" minimum. e. 1-1/4" Diameter: Every 4'-6" minimum. f. 1-1/2" Diameter: Every 5'-0" minimum. g. 2" Diameter: Every 5'-0" minimum. h. 2-1/2" Diameter: Every 5'-6" minimum. i. 3" Diameter: Every 6'-6" minimum. j. 4" Diameter: Every 6'-6" minimum. k. 6" Diameter: Every 7'-6" minimum. I. 8" Diameter: Every 8'-6" minimum. m. 10" Diameter: Every 9'-0" minimum. n. 12" Diameter: Every 9'-6" minimum. 3. Support Schedule 80 PVC and CPVC piping as scheduled following: a. 1/4" Diameter: Every 4'-0" minimum. b. 1/2" Diameter: Every 4'-6" minimum. c. 3/4" Diameter: Every 4'-6" minimum. d. 1" Diameter: Every 5'-0" minimum. e. 1-1/4" Diameter: Every 5'-0" minimum. f. 1-1/2" Diameter: Every 5'-6" minimum. g. 2" Diameter: Every 6'-0" minimum. h. 2-1/2" Diameter: Every 6'-0" minimum. i. 3" Diameter: Every 7'-0" minimum. j. 4" Diameter: Every 7'-6" minimum. k. 6" Diameter: Every 9'-0" minimum. I. 8" Diameter: Every 9'-6" minimum. m. 10" Diameter: Every 10'-0" minimum. n. 12" Diameter: Every 11'-6" minimum. o. 14" Diameter: Every 12'-6" minimum. 4. Place hangers within 12 inches of each horizontal elbow. 5. Provide copper plated hangers and supports for copper piping. Z. Auxiliary Drill &Tap Connections: 1. Sch 80 fittings may be drilled and tapped for auxiliary connections provided the following limitations are adhered to in order to ensure proper fitting and joint integrity are maintained. a. 1/8"and 1/4"tapped connections may be made only on 2" and larger nominal size fittings. 1/2" tapped connections may be made only on 4" and larger fittings. 3/4"tapped connections may be made only on 6"and larger fittings. b. Tapped connections must be located in the double-walled solvent cement joint between the fittings and pipe. Do not tap through the fitting wall at any other location. c. Tap center must be located at the lower 1/3 of the fittings socket depth. Do not locate tap center in the upper 2/3 of the joint or at the very bottom of the socket. d. Drill appropriate pilot hole squarely through the fitting and pipe wall using moderate speed to prevent distortion of the plastic material. Hand tapping is recommended to likewise prevent distortion and possible thread damage. Do not use a drill for tapping. e. Tap dry or with water only. Do not use any cutting oils in the tapping process. These can induce stress cracking in plastics. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-13- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO f. Threaded connections must be made using a thread sealant as approved by the pipe manufacturer. The use of thread sealants not approved by the pipe manufacturer may cause stress cracking in plastics. 3.04 APPLICATION A. Install unions downstream of valves and at equipment or apparatus connections. B. Install brass male adapters each side of valves in copper piped system. Solder adapters to pipe. C. Install gate or ball valves for shut-off and to isolate equipment, part of systems, or vertical risers. D. Install ball or butterfly valves for throttling, bypass, or manual flow control services. E. Provide plug valves in natural gas systems for shut-off service. 3.05 TOLERANCES A. When pipe elevations are shown on the Drawings, the pipe shall uniformly slope between the given elevations. If Contractor believes additional change in direction fittings are required in order to achieve the slopes shown, then Contractor shall notify Engineer prior to installation. B. Drainage Piping: Establish invert elevations within 1/2 inch vertically of location indicated and slope to drain at minimum of 1/4 inch per foot slope. C. Water Piping: Slope at minimum of 1/32 inch per foot and arrange to drain at low points. 3.06 PRESSURE AND LEAKAGE TESTING A. All specified tests shall be made by and at the expense of the Contractor in the presence, and to the satisfaction of the Engineer. B. Each piping system shall be tested for at least 1 hour and with no loss of pressure. C. Piping shall be tested at the following pressures: 1. Swimming Pool Recirculation Piping: a. Test Pressure: 1-1/2 times working pressure but not less than 50 psi. b. Test Medium: Water. 2. Water Supply: a. Test Pressure: 1-1/2 times working pressure but not less than 120 psi. b. Test Medium: Water. 3. Gas Supply: a. Test Pressure: 1-1/2 times working pressure but not less than 60 psi. b. Test Medium: Compressed air. 4. Other Piping: a. Test Pressure: 1-1/2 times working pressure but not less than 50 psi. b. Test Medium: Suitable fluid or gas. D. Compressed air or pressurized gas shall not be used for testing plastic piping unless specifically recommended by the pipe manufacturer. E. Leakage may be determined by loss-of-pressure, soap solution, chemical indicator, or positive and accurate method acceptable to the Engineer. All fixtures, devices, or accessories which are to be connected to the lines and which would be damaged if subjected to the specified test pressure shall be disconnected and the ends of the branch lines plugged or capped as required during the testing. F. All necessary testing equipment and materials, including tools, appliances and devices, shall be furnished and all tests shall be made by and at the expense of the Contractor and at the time directed by the Engineer. G. All joints in piping shall be tight and free of leaks. All joints which are found to leak, by observation or during any specified test, shall be repaired, and the tests repeated. 3.07 CLEANING A. The interior of all pipe, valves, and fittings shall be smooth, clean, and free of blisters, loose mill scale, sand, dirt, and other foreign matter when installed. Before being placed in service, the interior of all lines shall be thoroughly cleaned, to the satisfaction of the Engineer. 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90-14- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3.08 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting work, verify system is complete, flushed and clean. B. Ensure pH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash) or acid (hydrochloric). C. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, throughout system to obtain 50 to 80 mg/L residual. D. Bleed water from outlets to ensure distribution and test for disinfectant residual at minimum 15 percent of outlets. E. Maintain disinfectant in system for 24 hours. F. If final disinfectant residual tests less than 25 mg/L, repeat treatment. G. Flush disinfectant from system until residual equal to that of incoming water or 1.0 mg/L. H. Take samples no sooner than 24 hours after flushing, from 10 percent of outlets and from water entry, and analyze in accordance with AWWA C651. 3.09 SERVICE CONNECTIONS A. Provide new sanitary and storm sewer services. Before commencing work check invert elevations required for sewer connections, confirm inverts and ensure that these can be properly connected with slope for drainage and cover to avoid freezing. B. Provide new water service complete with approved reduced pressure backflow preventer and water meter with by-pass valves, pressure reducing valve, and sand strainer. C. Provide new gas service complete with gas meter and regulators. Gas service distribution piping to have initial minimum pressure of 11 inch wg or as required for the equipment. Provide regulators on each line serving gravity type appliances, sized in accordance with equipment. END OF SECTION 13 11 90 02-02-24- Construction Documents POOL PIPING, VALVES, AND RELATED ITEMS 13 11 90 -15- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 92 PLUMBING SPECIALTIES FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Area and floor drains. B. Hose bibbs. C. Drain valves. D. Water meter for pool fill or water make-up. E. Utility sink. F. Emergency eye/face wash and shower. 1.02 RELATED REQUIREMENTS A. Section 13 11 90- Piping, Valves, and Related Items for Pools. 1.03 REFERENCE STANDARDS A. ASME A112.21.2M - Roof Drains; The American Society of Mechanical Engineers; 1983. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. • 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with not less than three years documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Accept specialties on site in original factory packaging. Inspect for damage. PART 2 PRODUCTS 2.01 DRAINS A. Floor Drains: 1. Manufacturer: a. Jay R. Smith Manufacturing Company; Model 2005Y: www.jayrsmith.com. b. Zurn Industries, Inc; Model Z-415: www.zurn.com. 2. Assembly: ASME A112.21.2M. 3. Body: Duco cast iron. 4. Strainer: Round nickel-bronze, 5-inch. 5. Outlet: Type appropriate for the connecting pipe material. B. Trap Seal for Floor Drains: 1. Manufacturer: a. RectorSeal; Tel: (713)263-8001; www.rectorseal.com 2. Model: SureSeal Inline floor drain trap sealer 3. Materials: HDPE housing with heavy duty silicone diaphram and soft EPDM rubber sealing gasket. 4. Function: Installs into the outlet of drain bodies or hubs. Creates a physical barrier that blocks sewer gases and their odors from escaping, providing waterless trap seal protection. 2.02 HOSE BIBBS A. Deck Hose Bibbs: 1. Specified Manufacturer: Woodford Manufacturing Company; Model Y24: Tel: (719) 574-1101; Fax: (719) 574-7621; www.woodfordmfg.com. 2. Automatic draining with anti-siphon vacuum breakers. 3. Vacuum Breaker-Anti-Siphon: Nidel Model 34HF with 3/4 inch male hose thread, approved under ASSE Standard 1011. 02-02-24- Construction Documents PLUMBING SPECIALTIES FOR POOLS 13 11 92-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 4. Packing: EPDM. 5. Packing Nut: Adjustable brass nut with deep stem guard. 6. Valve Seat: Standard "O" size washer. 7. Handles: Furnished with metal wheel handle. 8. Inlets: 3/4 inch, unless noted otherwise. 9. Finish: Rough brass. 2.03 DRAIN VALVES A. Specified Manufacturer: Woodford Manufacturing Company; Model 21CP: Tel: (719) 574-1101; Fax: (719) 574-7621; www.woodfordmfg.com. B. Exterior Finish: Brass. C. Packing: Teflon impregnated packing. D. Packing Nut: Adjustable brass nut with deep stem guard. E. Valve Seat: Standard "O"size washer. F. Handles: Furnished with polycarbonate wheel handle. 2.04 HORIZONTAL BACKWATER VALVE A. Manufacturers: 1. Specified Manufacturer: Spears Manufacturing: www.spearsmfg.com. Utility Backwater Valve. 2. Acceptable Manufacturer: Sioux Chief Manufacturing Company; Series 869; Tel: (800) 821-3944; Fax: (800)758-5950; www.siouxchief.com. B. Construction: 1. Constructed from PVC Type I Cell Classification 12454 conforming to ASTM D 1784. 2. Seats shall be EPDM. 3. Threaded top plug for convenient service. 4. Snap-in internal flapper assembly for easy replacement. 5. Valves shall have external arrow flow indicator. 6. Pressure rated at 50 psi for water at 73 degrees F. C. Service-Access Extension Kit: Provide factory assembled service-access extension kit where required for servicing or where called for on the Drawings. 2.05 UTILITY SINK A. Sink Manufacturer: BK Resources 1. Model: BKR-APHS-W1410-1B 2. Tub Size: 10" x 14" x 5"deep. B. Plumbing Components: 1. 4" Chrome pull-out faucet and 54" hose faucet assembly. 2. Tail piece and p-trap drain hardware. 2.06 EMERGENCY EYE/FACE WASH AND SHOWER A. Specified Manufacturer: Guardian Equipment; Model G1993: Tel: (312) 447-8100. 1. Application: a. All PVC and PVC-coated combination eye/face wash and shower safety station. 2. Shower: a. Head: 10"-diameter orange ABS plastic. b. Valve: 1) 1" IPS PVC-coated brass stay-open ball valve. 2) Chrome-plated brass ball. 3) Teflon seals. 4) Stainless steel actuating arm and 29" stainless steel pull rod. c. Spray head assembly: Internal flow control and filter to remove impurities from water. 3. Eye/Face Wash: 02-02-24- Construction Documents PLUMBING SPECIALTIES FOR POOLS 13 11 92-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO a. Bowl: 11-3/4" orange ABS plastic. b. Valve: 1) 1/2" IPS PVC-coated brass stay-open ball valve. 2) Chrome-plated brass ball. 3) Teflon seals. 4. Pipe and Fittings: Schedule 80 PVC. 5. Supply: 2" IPS socket weld top female inlet. 6. Waste: 2" IPS socket weld female outlet. 7. Sign: Furnished with ANSI-compliant identification sign. 2.07 EMERGENCY EYE/FACE WASH -WALL MOUNT A. Specified Manufacturer: Guardian Equipment; Model G1848: Tel: (312)447-8100. 1. Application: a. Wal mounted eye/face wash to be added to sink. B. A. EW-17*—Wall mounted AutoFlowTM swing-down eyewash less bowl with 1/2' IPS plug-type valve with PTFE coated 0-ring seals and stainless steel enclosure. Supplied with in-line strainer to protect valve and spray heads from debris in water line. Unit shall have (2) polypropylene GS-PlusTM spray heads with integral "flip-top" dust covers, filters and 1.6 GPM flow control orifices mounted on a chrome plated brass eyewash assembly (Specify spray head configuration). Activate valve by rotating 90°from stored position. Unit shall include ANSI compliant sign. C. B. Performance: Unit shall be fully factory assembled and hydrostatically tested to meet or exceed ANSI Z358.1 —2014, and come with a full 2-year warranty. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Extend cleanouts to finished floor or wall surface. Lubricate threaded cleanout plugs with mixture of graphite and linseed oil. Ensure clearance at cleanout for rodding of drainage system. C. Encase exterior cleanouts in concrete flush with grade. D. Install floor cleanouts at elevation to accommodate finished floor. E. Install approved potable water protection devices on all plumbing lines where contamination of domestic water may occur. F. A reduced pressure zone backflow preventer shall be installed at each cross connection to prevent backsiphonage and back-pressure backflow of hazardous materials into the potable water supply. G. Pipe relief from backflow preventer to nearest drain with approved air-gap. H. Install water hammer arrestors complete with accessible isolation valve on hot and cold water supply piping to lavatories sinks . I. Install air chambers on hot and cold water supply piping to each fixture or group of fixtures(each washroom). Fabricate same size as supply pipe or 3/4 inch minimum, and minimum 18 inches long. 02-02-24- Construction Documents PLUMBING SPECIALTIES FOR POOLS 13 11 92-3- Waters Edge Aquatic Design Riverside; MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 11 94 SPLASH PAD MECHANICAL IDENTIFICATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Nameplates. B. Tags. C. Pipe Markers. 1.02 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. List: Submit list of wording, symbols, letter size, and color coding for mechanical identification. C. Product Data: Provide manufacturers catalog literature for each product required. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Brady Corporation: www.bradycorp.com. B. Champion America, Inc.: www.Champion-America.com. C. Kolbi Pipe Markers, Inc.: www.kolbipipemarkers.com. D. Marking Services Inc. (MSI): www.markserv.com. E. Seton Identification Products: www.seton.com/aec. 2.02 NAMEPLATES A. Description: Laminated three-layer plastic with engraved letters. 2.03 VALVE TAGS A. Plastic Tags: Laminated three-layer plastic with engraved letters. Tag size minimum 1-1/2 inch diameter. B. Valve Tag Securing Devices: Plastic zip tie; provide one securing device for each tag. 2.04 PIPE MARKERS A. Plastic Pipe Markers: Factory fabricated, flexible, semi- rigid plastic, preformed to fit around pipe or pipe covering; minimum information indicating flow direction arrow and identification of fluid being conveyed. PART 3 EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. 3.02 INSTALLATION A. Install plastic nameplates with corrosive-resistant mechanical fasteners, or adhesive. Apply with sufficient adhesive to ensure permanent adhesion and seal with clear lacquer. B. Install tags with corrosion resistant chain. C. Install plastic pipe markers in accordance with manufacturer's instructions. D. Identify all pumps, pool heaters, pool filters, surge pits, and backwash pits with plastic nameplates. Small devices may be identified with tags if approved by Engineer. E. Identify all valves in exposed pool recirculation piping and remote pits with tags. F. Identify exposed piping with plastic pipe markers. Use tags on piping 3/4 inch diameter and smaller. Identify service and flow direction. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet on straight runs including risers and drops, adjacent to each valve and Tee, at each side of penetration of structure or enclosure, and at each obstruction. 02-02-24- Construction Documents SPLASH PAD MECHANICAL IDENTIFICATION 13 11 94 -1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3.03 SCHEDULES A. Nameplates: 1. Pool Filters: a. Identification: Filter No. #(e.g. Filter No. 1, Filter No. 2). b. Background: 1) Size: As required. • 2) Color: Aqua. c. Lettering: 1) Color: White. 2) Height: 1 inch. 2. Pumps: a. Identification: "PUMP NAME" Pump (e.g. Main Pool Recirculation Pump, Water Features Pump, Water Slide Pump, etc...) b. Background: 1) Size: As required. 2) Color: Black. c. Lettering: 1) Color: White. 2) Height: 1/2 inch. B. Valve Tags: 1. Identification: Each valve tag shall have the words identified below. Valve tags with codes or abbreviations are not acceptable. a. Air Release Valve: Located on all ball valves used to release air from hydraulic system. b. Automatic Air Release Valve: Located on top of filters and at high points of piping system to automatically release air. c. Backwash Isolation Valve: Located on the filter face piping to backwash filter. d. Backwash Throttling Valve: Located on the pipe run from the filter face piping to the backwash pit. e. Bypass Valve: Located on a pump discharge pipe to bypass water flow back into a wet pit. f. Check Valve: Locate on all check valves. g. Drain Valve or Drain Plug: Locate on all valves or plugs used for drainage. h. Filter Effluent Valve: Located on discharge side of filters. i. Filter Influent Valve: Located on filter face piping directly before filter. j. Isolation Valve: Located before and after equipment including pumps, strainers, pool heater, etc. k. Manual Fill Valve: Locate on valve used to fill pool and pit. I. Pool Drain Valve: Used to drain water out of the pool basin, generally through the main drain. m. Pool Heater Throttling Valve: Located on the pool heater discharge. n. Recirculation Throttling Valve: Located on recirculation piping after the filters. o. Solenoid Valve: Valve that is electrically operated. p. "WATER FEATURE NAME"Throttling Valve (e.g. Open Flume Slide Throttling Valve, Drop Slide Throttling Valve, Bubbler): Located on individual water feature valves downstream of pump. q. Other: Provide valve tags for all other valves not specifically identified above. Verify wording with Engineer. 2. Background: a. Size: As required. b. Color: To match color of pipe markers for the respective pipe-see pipe marker schedule below. 3. Lettering: a. Color: To match color of pipe markers for the respective pipe-see pipe marker schedule below. b. Height: 1/4 inch. C. Pipe Markers: Unless otherwise required by local codes, the color codes for pool piping shall be as follows. 1. Air Release Piping: All piping used to manually or automatically release air. a. Identification: Air Release. b. Background: 02-02-24- Construction Documents SPLASH PAD MECHANICAL IDENTIFICATION 13 11 94 -2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1) Size: As required. 2) Color: (a) Piping on filter influent piping or top of filters: Olive Green. (b) Piping on filter effluent piping: Aqua. c. Lettering: 1) Color: White. 2) Height: 1/2 inch. 2. Chemical Controller Sample Lines: a. Chemical Controller Return: Sample coming from the pool chemical controller. 1) Identification: Chemical Controller Return. 2) Background: (a) Size: As required. (b) Color: Aqua. 3) Lettering: (a) Color: White. (b) Height: 1/2 inch. b. Chemical Controller Supply: Sample line going to the pool chemical controller. 1) Identification: Chemical Controller Supply. 2) Background: (a) Size: As required. (b) Color: Aqua. 3) Lettering: (a) Color: White. (b) Height: 1/2 inch. 3. Chemical Piping: a. Identification: "CHEMICAL NAME" (e.g. Muriatic Acid, Sodium Hypochlorite, Chlorine Gas, Caustic Soda). b. Background: 1) Size: As required. 2) Color: (a) Chlorine (gas or solution): Yellow. (b) Soda Ash: White. (c) Acid: Pink. (d) Caustic: Yellow with Green Band. c. Lettering: 1) Color: Black. 2) Height: 1/2 inch. 4. Domestic Water: a. Deck Hose Bibb Supply: Locate on exposed pool deck hose bibb supply pipes where exposed for distances of greater than 5' or when pipe penetrates multiple structures. 1) Identification: Pool Deck Hose Bibb. 2) Background: (a) Size: As required. (b) Color: Dark Blue. 3) Lettering: (a) Color: White. (b) Height: 1/2 inch. b. Pool Fill: Locate on all manual pool fill piping. 1) Identification: Pool Fill. 2) Background: (a) Size: As required. (b) Color: Dark Blue. 3) Lettering: 02-02-24- Construction Documents SPLASH PAD MECHANICAL IDENTIFICATION 13 11 94-3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO (a) Color: White. (b) Height: 1 inch. c. Water Make-Up: Locate on all automatic pool water make-up piping. 1) Identification: Pool Water Make Up. 2) Background: (a) Size: As required. (b) Color: Dark Blue. 3) Lettering: (a) Color: White. (b) Height: 1/2 inch. d. Water Service: Locate on potable water service piping only where exposed for distances of greater than 3' or when pipe penetrates multiple structures. 1) Identification: Water Service. 2) Background: (a) Size: As required. (b) Color: Dark Blue. 3) Lettering: (a) Color: White. (b) Height: 1 inch. 5. Filter Backwash: Filter backwash piping. a. Identification: Filter Backwash. b. Background: 1) Size: As required. 2) Color: Dark Brown. c. Lettering: 1) Color: White. 2) Height: 2 inch. 6. Pool Overflow: Piping used to carry pool overflow water. Locate at top of exposed overflow piping and when pipe penetrates multiple structures. a. Identification: Pool Overflow. b. Background: 1) Size: As required. 2) Color: Light Brown. c. Lettering: 1) Color: White. 2) Height: 2 inch. 7. Pool Recirculation Piping: a. Filter Effluent Piping: Piping after pool filters. 1) Identification: Filter Effluent. 2) Background: (a) Size: As required. (b) Color: Aqua. 3) Lettering: (a) Color: White. (b) Height: 2 inch. b. Filter Influent Piping: Piping between pool recirculation pump and filter. 1) Identification: Filter Influent. 2) Background: (a) Size: As required. (b) Color: Olive Green. 3) Lettering: (a) Color: White. (b) Height: 2 inch. 02-02-24- Construction Documents SPLASH PAD MECHANICAL IDENTIFICATION 13 11 94-4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 8. Sump Pump Discharge Piping: a. Sump Pump Discharge Piping: Exposed piping on sump pump discharge piping to storm sewer. 1) Identification: Sump Pump. 2) Background: (a) Size: As required. (b) Color: Light Brown. 3) Lettering: (a) Color: White. (b) Height: 1/2 inch. 9. Water Feature Piping: Piping to water features. a. Identification: "WATER FEATURE NAME" (e.g. Open Flume Water Slide, Drop Slide, Bubbler). b. Background: 1) Size: As required. 2) Color: Olive Green. c. Lettering: 1) Color: White. 2) Height: 1/2 inch on small pipe, 2 inch on large pipe. END OF SECTION 13 11 94 02-02-24- Construction Documents SPLASH PAD MECHANICAL IDENTIFICATION 13 11 94-5- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 14 20 WATER SPRAY FEATURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Water spray features. B. Activation devices for water spray features. C. Controllers for water spray features. 1.02 PRE-QUALIFICATION REQUIREMENTS A. The Contract Documents are based on providing the products of the Specified Manufacturer. Acceptable Manufacturers shall have their proposed substitute products submitted to Engineer at least 14 days prior to bidding in order to be considered for this project. If approved by Engineer, notification will be indicated in an Addendum. B. Acceptable Manufacturers shall submit their proposed substitute for each of the products specified including the following: 1. A point-by-point comparison of the proposed substitute products to that of the Specified Manufacturer's products. Comparison shall include, but not necessary limited to, materials of construction, flow requirements, operating pressure requirements, installation requirements, and anchor base details. 2. Specific written notice of any and all variations of the proposed substitute with that of the Specified Manufacturer. 3. A colored picture of each product or feature while in use or operation. 4. A list of references including project location, project completion date, and contact name and phone number. C. Substitute products shall provide the same water effect and similar hydraulic performance as the product specified. D. All quantities of each product shall match that being provided by the Specified Manufacturer. E. All piping, fittings, valves, and appurtenances shall be as indicated on the drawings and all costs for materials and installation for a complete and operating piping system shall be included in the Bid. If deviations are required for a specific manufacturer's product, the Engineer will indicate such deviation in an Addendum as part of the manufacturer's approval. The necessary cost add or deduct for such indicated changes shall be included in the bid. F. If this section includes a wireless systems by the Specified Manufacturer and the Acceptable Manufacturer can not provide a wireless system, then the Acceptable Manufacturer shall indicate so in the pre-qualification submittal. If a hard-wired system is approved by Engineer, Contractor shall be responsible for providing all necessary conduit, conductors,junction boxes, etc. for a complete and operating system in accordance with the Acceptable Manufacturers requirements. 1.03 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's descriptive literature for specified systems, including all components. C. Shop Drawings: Indicate component connection details and details of interface with adjacent construction. D. Certificates: Certify that products of this section meet or exceed specified requirements. E. Manufacturer's Instructions: Indicate installation instructions for specified equipment, including each component. F. Operation and Maintenance Data: Submit manufacturer's maintenance instructions and parts lists for specified equipment. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. 02-02-24- Construction Documents WATER SPRAY FEATURES 13 14 20-1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO B. Installer Qualifications: Company specializing in performing the work of this section with minimum 3 years of experience. C. Products Requiring Electrical Connection: Listed and classified by UL as suitable for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND PROTECTION A. Delivery: Deliver materials to site in manufacturer's original, unopened packaging. B. Storage: Store all equipment and materials under cover and elevated above grade. C. Protection: Protect equipment and materials to prevent damage. 1.06 WARRANTY A. Stainless steel pipe and anchor bases shall be warranted against structural failure for a period of 25 years. B. Coatings shall be warranted for a period of 2 years against peeling or fading, under normal environmental conditions. C. Controllers, Valve Boxes, and Fiberglass Components: 1. Dynamic Sequencing Control Module 02-6210 shall be warranted against defects for a period of 3 years. All other dynamic sequencing controllers shall be warranted against defects for a period of 1 year. 2. Valve boxes and fiberglass components shall be warranted against defects for a period of 3 years. D. Nozzles shall be warranted for a period of 5 years. E. Polyurethane components shall be warranted for a period of 2 years. PART 2 PRODUCTS 2.01 MANUFACTURER A. Basis of Original Design Manufacturer: Aquatix Inc.; Tel: (877)632-0503; aquatix.playlsi.com. B. Acceptable Manufacturers: Acceptable Manufacturers shall have their proposed substitute products submitted to Engineer in accordance with Part 1 - Pre-Qualification Requirements of this Section. 1. Aquatix by Landscape Structures; 6500 Eden Prairie, MN 55346-1729: Tel: (877) 632-0503; Fax: (952) 345-6444. 2. Vortex Aquatic Structures International; Tel: (514) 694-3868; Fax: (514) 335-5414; www.vortex-intl.com. 3. Waterplay Manufacturing Inc.; 1451 B. Ellis St., Kelowna, BC V1Y 2A3: Tel: (800) 590-5552 or(250) 712-3393; Fax: (250) 861-4814; www.waterplay.com. 4. Water Odyssey play elements manufactured by The Fountain People, Inc.: Tel: (512) 392-1155; www.waterodyssey.com. 2.02 WATER SPRAY FEATURES A. Features listed below include descriptions of desired features, and model of basis of design. Final selection will be based upon submission of features package to align with Water Features Allowance. B. Interactive Water Table (Aquagather Station) 1. Housing: Stainless steel. 2. Water Element: Acrylic. 3. Collar: Urethane. 4. Skirt: Fiberglass. 5. Hydraulic: 10 gpm at 10 psi. 6. Activator: As noted on the drawings. 7. Color: Selected by Engineer from manufacturer's standard colors. C. Dumping Buckets(Canopy Cluster) 1. Model No. AQ100796-B 2. Materials: Stainless steel construction with acrylic dumping buckets. 3. Hydraulics: 60 gpm at 8 psi. 4. Color: Selected by Engineer from manufacturer's standard colors. D. Curved Ground Shaped Spray Feature (Curvy Jet Manifold) 02-02-24- Construction Documents WATER SPRAY FEATURES 13 14 20 -2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Model: AQ100473-A. 2. Materials: stainless steel. 3. Hydraulics: 8 gpm to 80 gpm at 4 psi. E. Arched Water Sheet Spray (Fan Spray) 1. Model: 100101 2. Materials: PVC 3. Hydraulics: 15 gpm at 3 psi. F. Large Dumping Tower Spray (FlashFlood) 1. Model: AQ100743-A 2. Materials: Stainless steel structure with acrylic roof structure. 3. Hydraulics: 20 gpm to 40 gpm at 15 psi for a 30 foot diameter splash zone. 4. Color: Selected by Engineer from manufacturer's standard colors. G. Funnel Water Sheet (Ground Funnel) 1. Model No. 100235 2. Materials: Stainless steel 3. Hydraulics: 5 gpm at 3 psi for an 8 foot diameter splash zone. 4. Color: Selected by Engineer from manufacturer's standard colors. H. Outward Arched Stream Spray (Junior Water Jewel) 1. Manufacturer: Aquatix Inc.; Tel: (877)632-0503; aquatix.playlsi.com. 2. Materials: Stainless steel. 3. Hydraulics: 7 gpm at 4 psi for a 12 foot diameter splash zone. I. Ring Shaped Ground Spray (Mini Outward Spray Ring) 1. Model No. AQ101121-A. 2. Material: Stainless Steel. 3. Hydraulics: 12 gpm to 120 gpm at 6 psi for a 20 foot diameter splash zone. J. Bollard Sheet Spray (Spray Shroud) 1. Materials: Stainless steel 2. Hydraulics: 20 gpm to 30 gpm at 4 psi for a 10 foot diameter splash zone. 3. Colors: Selected by Engineer from manufacturer's standard colors. 2.03 ACTIVATORS A. Motion Pole or Button Activation Bollard: 1. Features: Utilizes option of motion detection technology, push button activation to detect the presence of patrons within range to activate the spray features. 2.04 CONTROLLERS A. General: Provide the required quantity and types of controllers to provide the required operation of the spray features. B. Dynamic Sequencing Controller 1. Functions: Timed duration, dynamic sequencing and programmed sequencing, field adjustable. 2. Housing: NEMA 4X with lockable hasp. 3. Input Voltage: 120 volts AC, 60 hertz, 20 Amps. 4. Output Voltage: 24 volts AC, 60 hertz, 150 max VA. 5. Wired Activator Input: 12 volts DC. 6. Power Cord: 6 foot, 18-3 type SJT with grounded plug. 7. Time Clock: Integral, electronic, 7 day, single channel, 6 program. 8. Capacity: 32 wireless inputs, 8 hard wire inputs, 16 outputs-timed duration from 1 second to 4 hours or dynamically sequenced - up to 24 outputs may be show sequenced. 9. Display: LCD backlit, 4 x 20 characters. 10. Output Control Modes: Timed duration, dynamic sequencing, show sequencing. 11. Maximum Number Wireless Activator Inputs: 32. 12. Maximum Number Wired Activator Inputs: 8. 02-02-24- Construction Documents WATER SPRAY FEATURES 13 14 20-3- Waters Edge Aquatic Design Riverside. MO - Pool & Restroom Improvements 21-529 Riverside, MO 13. Maximum Number Solenoid Outputs: 16. 14. UL listed. 15. Number of Units Required: As required for a complete and operating system. 2.05 ACCESSORIES A. Decorative Drain: 1. Vortex Model No. VOR 1004, or approved equal. 2. Housing: Type 304 stainless steel. 3. Top Plate: Type 304 stainless steel with a UV stabilized non-skid polymer coating. 4. Fasteners: No. 10-24 tamper resistant, type 18/8 stainless steel. 5. Anchor Bolts: 3/8-inch by 18-inch by 2-inch, type 18/8 stainless steel with leveling nuts and washers. 6. Hydraulic: 240 gpm gravity drain to waste. 7. Color: Selected by Engineer from manufacturer's standard red, orange, blue, yellow. green, dark blue, or purple PART 3 EXECUTION 3.01 EXAMINATION A. Verify that required utilities are in correct location and are of correct capacities for specified products. B. Verify equipment rough-in before proceeding with work. 3.02 INSTALLATION A. Install all equipment in accordance with shop drawings and manufacturer's printed installation instructions; comply with standards required by authorities having jurisdiction. B. Schedule installation to ensure that utility connections are achieved in an orderly and expeditious manner. C. Install equipment plumb, square. and straight, without distortion; securely anchor. 3.03 INTERFACE WITH OTHER WORK A. Coordinate with other trades for proper installation of plumbing and electrical services. 3.04 STARTING EQUIPMENT AND SYSTEMS A. Provide manufacturer's field representative to prepare and start equipment. B. Adjust for proper operation within manufacturer's published tolerances. C. Demonstrate proper operation of equipment to Owner's designated representative. 3.05 ADJUSTING AND CLEANING A. Adjust equipment, including water requirements, for smooth operation. B. Touch up minor damaged surfaces caused by installation. C. Replace damaged components as directed by Engineer. 3.06 CLEANING AND PROTECTION A. Clean all pieces of equipment. B. Protect installed equipment from subsequent construction operations. C. Do not permit traffic over unprotected surfaces. END OF SECTION 13 14 20 02-02-24- Construction Documents WATER SPRAY FEATURES 13 14 20 -4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 13 31 51 SHADE STRUCTURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Commercial prefabricated shade structures. 1.02 RELATED SECTIONS A. Section 03 30 05-Cast-In-Place Concrete: footings. 1.03 REFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 1996. B. ACI 318- Building Code Requirements for Reinforced Concrete and Commentary; American Concrete Institute International; 1999. C. ASTM A 135- Standard Specification for Electric-Resistance-Welded Steel Pipe; 2001. D. ASTM A 500- Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 1999. E. ASTM E 8-Test Methods for Tension Testing of Metallic Materials; 2004. F. CRSI (DA4) - Manual of Standard Practice; Concrete Reinforcing Steel Institute; 1997, 26th Edition. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's descriptive literature for specified systems, including all components. C. Shop Drawings: Indicate layout heights, component connection details, and details of interface with adjacent construction. D. All shop drawings shall be certified and sealed by a Professional Engineer registered in the State where the shade structure is being constructed. E. Selection Samples: Two sets of color chips representing manufacturer's full range of available colors. F. Certificates: 1. Contractor's certification that manufacturer of products of this section meet specified qualifications. 2. Manufacturer's certification that installer of this section is approved. G. Manufacturer's printed installation instructions for specified systems, including each component. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Minimum five(5)years of documented experience producing systems of the types specified in this section. B. Installer Qualifications: Minimum three (3) years documented experience installing systems of the types specified in this section, and approved by manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store system components in accordance with manufacturer's instructions until installation. 1.07 WARRANTY A. See Section 01 71 10-Closeout Submittals, for additional warranty requirements. B. Warrant that the equipment sold will conform in kind and quality to the specifications listed and will be free of defects in workmanship or materials. Shade manufacturer shall further warrant the following: 1. LIMITED 20 YEAR WARRANTY on all upright posts, and support structure frames against failure due to rust-through corrosion. 2. LIMITED 10 YEAR WARRANTY on all fabrics and stitching threads against degradation, cracking or material breakdown resulting from ultra-violet exposure. 3. LIMITED 1 YEAR WARRANTY for structural failure of any part not covered by one of the above warranties. 02-02-24- Construction Documents SHADE STRUCTURES 13 31 51 -1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO PART 2 PRODUCTS 2.01 MANUFACTURERS A. Specified Manufacturer: Shade Systems, Inc.: Tel: (800) 609-6066, Fax: (954) 971-1208; www.shadesystemsinc.com. B. Acceptable Manufacturers: As long as the shade manufacturer meets all minimum requirements in this section, the following manufacturers will be approved. 1. Hendee Enterprises, Inc.: Tel: (800) 231-7275 or (713) 796-2322, Fax: (713) 796-0494; www.hendee.com. 2. Solar Shade USA, LLC: Tel: (660) 679-5123; Fax: (660) 679-6231. 3. Superior Shade, Inc.; Tel: (888) 829-8997; Fax: (770) 834-2764; www.superiorshadeinc.com. C. Unless otherwise specified for an individual product or material, supply all products specified in this section from the same manufacturer. 2.02 GENERAL A. All materials shall be structurally sound and appropriate for safe use. B. Product durability shall be ensured by the use of corrosion-resistant metals such as stainless steel, and coatings such as zinc-plating, galvanizing, and powder-coating on steel parts, subject to the project specific requirements below. C. Fabrics used shall include UV-stabilizers and fire retardants for longevity and safety. 2.03 DESIGN A. Styles: Square. B. Size and Height: As indicated on the Drawings. C. Engineering Data: Structures are engineered to meet or exceed the requirements of the International Building Code (IBC), and the following standard specifications: 1. Wind Speed (Frame Only): 150 miles per hour. 2. Wind Speed (Frame with Canopy): 90 miles per hour. 3. Live Load: None. 4. Snow Load: None. 2.04 WELDMENTS A. All tubing members shall be factory-welded by Certified Welders to American Welding Society (AWS) specifications and to the highest standards of quality workmanship. B. Weldments shall be finished with a zinc-rich galvanized coating. C. No field welding shall be permitted. 2.05 POSTS, STRUCTURAL FRAME TUBING, AND HARDWARE A. All tubing used shall be cold-formed and milled per ASTM A 135 and ASTM A 500. B. Material testing shall be in accordance with ASTM E 8. C. Minimum yield shall be 40,000 psi with a minimum tensile strength of 45,000 psi on all posts. D. All tubing shall be pre-cut to appropriate lengths, and all outside surfaces shall be galvanized, with an interior corrosion-resistant zinc-rich coating. E. Support pipes shall be schedule 40 hot-dip galvanized steel. F. Finish: All steel posts and structural frame tubing shall have a powder coat finish. G. All fastening hardware shall be stainless steel. 2.06 POLYESTER POWDER-COATING PROCESS A. All steel shall receive a powder coating. B. All powder-coated parts shall be completely cleaned and a hot zinc phosphate pretreatment with non-chromic sealer shall be applied. C. Powder-coating shall be electrostatically applied and oven-cured at 375 to 425 degrees Fahrenheit. 02-02-24- Construction Documents SHADE STRUCTURES 13 31 51 -2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO D. Polyester powders shall meet or exceed ASTM standards for Adhesion, Hardness, Impact, Flexibility, Overbake Resistance, and Salt Spray Resistance. 2.07 FOOTINGS A. Footings shall be designed and constructed to local building codes and good construction practices and shall meet the requirements of Section 03 30 05. B. Columns shall be provided as direct embedment unless shown otherwise on the Drawings. C. Concrete shall meet the requirements of Section 03 30 05. D. Reinforcing: 1. Reinforcing shall meet the requirements of Section 03 30 05. 2. All reinforcing steel shall be designed, detailed, fabricated, and place in accordance with ACI 301, ACI 318, and CRSI Manual of Standard Practice. 2.08 ROOFING A. Structural frames shall be designed for use with shade fabric. B. Fabric shall be attached to frame using a vinyl covered minimum 1/4 inch diameter galvanized cables, pre-cut to fixed lengths with ends looped at the factory and pre-inserted into canopy hems. C. A separate cable shall be provided for each side of the structure for precision tensioning and ease of installation. D. Cable fasteners shall be zinc-plated copper for maximum corrosion resistance. E. Continuous one-piece cables, cables which are not independent per side and pre-looped and clamped at the factory, and/or cables which must be tensioned with the use of turnbuckles or tools not provided by the manufacturer are not acceptable. 2.09 TURN-N-SLIDE FASTENING SYSTEM A. Fastening system shall consist of the Turn-N-Slide fastening device factory installed at each roof rafter corner. The Turn-N-Slide features a concealed mechanism which allows the attachment hook at each rafter corner to move along a track in the rafter. Such moving hook allows the looped ends of each cable to slide over the hook when the hook is at its upper position, and then by turning the concealed fastener within the rafter, moves the hook outward (toward end of the rafter), thereby tensioning the cables and securing the fabric at the proper tautness. B. A locking cap shall be secured at the end of each rafter with a vandal-resistant bolt(special wrench provided by the manufacturer) to prevent unauthorized access to the Turn-N-Slide mechanism. C. To remove the canopy, the cap is removed, and the mechanism rotated counter-clockwise. The hook moves inward (toward peak of roof), thereby de-tensioning the cables, and allows fast removal of the canopy. 2.10 SHADE FABRIC A. Knitted of monofilament and tape construction high density polyethylene with Ultra Violet (U.V.) stabilizers and flame retardant. B. UV-Block Factor varies by standard color offered from 91% to 99%. C. Fabric Characteristics: 1. Nominal Thickness: 0.057 inches. 2. Fabric Mass: Min. 337 g/m2. 3. Light Fastness: 7-8 (Blue Wool Scale). 4. Weather Fastness: 4-5 (Grey Scale Test). 5. Tear Resistance: a. Warp 210N. b. Weft 276N. 6. Breaking Force: a. Warp 786N. b. Weft 1544N. 7. Bursting Pressure: Mean 3125kPa. 02-02-24- Construction Documents SHADE STRUCTURES 13 31 51 -3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 8. Bursting Force: Mean 1775N. D. All hems and seams shall be double row lock stitched using exterior grade UV-stabilized polyethylene GORE TENARA®sewing thread. E. Flammability: Shade fabric shall be treated with fire retardants, and pass the requirements established under the NFPA 701 Test Method 2 test standards for flammability, including the accelerated water leaching protocol. F. Colors: Selected from manufacturer's full range of available colors. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are as indicated on shop drawings. B. Installer's Examination: 1. Have installer of this section examine conditions under which construction activities of this section are to be performed, then submit written notification if such conditions are unacceptable. 2. Beginning construction activities of this section before unacceptable conditions have been corrected is prohibited. 3. Beginning construction activities of this section indicates installer's acceptance of conditions. 3.02 PREPARATION A. Ensure that adjacent surfaces, structures, and finishes are protected from damage by construction activities of this section. 3.03 INSTALLATION A. Install systems specified in accordance with shop drawings and manufacturer's installation instructions. B. Placing of concrete for post bases is specified in Section 03 30 05. 3.04 CLEANING A. Remove dust or other foreign matter from component surfaces; clean finishes in accordance with manufacturer's instructions. 3.05 PROTECTION OF INSTALLED PRODUCTS A. Ensure that finishes and structure of installed systems are not damaged by subsequent construction activities. B. If minor damage to finishes occurs, repair damage in accordance with manufacturer's recommendations; provide replacement components if repaired finishes are unacceptable to Engineer. END OF SECTION 13 31 51 02-02-24- Construction Documents SHADE STRUCTURES 13 31 51 -4- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 14 96 50 HOISTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Hoists. 1.02 RELATED SECTIONS A. Section 05 45 00-Anchors for Concrete and Masonry: Mounting hardware. 1.03 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Product Data: Provide data on winches, wire rope, and related items. PART 2 PRODUCTS 2.01 HOISTS (1,000 LBS MAX LOAD) A. Specified Manufacturer: Halliday Products, Inc.; Model D2B36D: 6401 Edgewater Drive, Orlando, FL 32810; Tel: (407) 298-4470; Fax: (407) 298-4534; www.hallidayproducts.com. B. Application: Use for lifting pumps. C. Features: 1. Type 316 stainless steel construction. 2. Adjustable reach from 24 to 36 inches. 3. Stainless steel cable (30 feet minimum). 4. Stainless steel safety hook. 5. Dutton-Lainson marine grade, stainless steel, hand winch. 6. Mounting Option: Stainless steel embed socket. 7. Mast diameter: 3-1/2 inches. 8. Unit Weight: 96 pounds. PART 3 EXECUTION 3.01 EXAMINATION A. Coordinate with other trades for proper installation of electrical services. B. Verify that required utilities are in correct location and are of correct capacities. C. Verify equipment rough-in before proceeding with work. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. See section 05450 for mounting hardware. END OF SECTION 14 96 50 02-02-24- Construction Documents HOISTS 14 96 50-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 31 22 00 GRADING PART 1 GENERAL 1.01 SECTION INCLUDES A. Removal of topsoil. B. Rough grading the site for site structures. C. Finish grading. 1.02 RELATED REQUIREMENTS A. Section 31 23 16 - Excavation. B. Section 31 23 23 - Pool Fill and Backfill: Filling and compaction. 1.03 PROJECT CONDITIONS A. Protect above- and below-grade utilities that remain. B. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from grading equipment and vehicular traffic. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Topsoil excavated on-site. 1. Graded. 2. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign matter. B. Other Fill Materials: See Section 31 23 23. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench mark and intended elevations for the Work are as indicated. B. Verify the absence of standing or ponding water. 3.02 PREPARATION A. Identify required lines, levels, contours, and datum. B. Stake and flag locations of known utilities. C. Locate, identify, and protect from damage above- and below-grade utilities to remain. D. Notify utility company to remove and relocate utilities. E. Provide temporary means and methods to remove all standing or ponding water from areas prior to grading. 3.03 ROUGH GRADING A. Remove topsoil from areas to be further excavated, re-landscaped, or re-graded, without mixing with foreign materials. B. Do not remove topsoil when wet. C. Remove subsoil from areas to be further excavated, re-landscaped, or re-graded. D. Do not remove wet subsoil, unless it is subsequently processed to obtain optimum moisture content. E. When excavating through roots, perform work by hand and cut roots with sharp axe. F. See Section 31 23 23 for filling procedures. G. Benching Slopes: Horizontally bench existing slopes greater than 1:4 to key fill material to slope for firm bearing. H. Stability: Replace damaged or displaced subsoil to same requirements as for specified fill. 02-02-24- Construction Documents GRADING 31 22 00 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO I. Remove and replace soils deemed unsuitable by classification and which are excessively moist due to lack surface water control. 3.04 SOIL REMOVAL and STOCKPILING A. Stockpile topsoil to be re-used on site; remove remainder from site. B. Stockpile subsoil to be re-used on site; remove remainder from site. C. Stockpiles: Use areas designated on site; pile depth not to exceed 8 feet; protect from erosion. 3.05 FINISH GRADING A. Before Finish Grading: 1. Verify building and trench backfilling have been inspected. 2. Verify subgrade has been contoured and compacted. B. Remove debris, roots, branches, stones, in excess of 1/2 inch in size. Remove soil contaminated with petroleum products. C. Where topsoil is to be placed, scarify surface to depth of 3 inches. D. In areas where vehicles or equipment have compacted soil, scarify surface to depth of 6 inches. E. Place topsoil in areas where seeding, sodding, and planting are indicated. F. Place topsoil where required to level finish grade. G. Place topsoil to the following compacted thicknesses: 1. Areas to be Seeded with Grass: 6 inches. 2. Areas to be Sodded: 4 inches. 3. Shrub Beds: 18 inches. 4. Flower Beds: 12 inches. H. Place topsoil during dry weather. I. Remove roots, weeds, rocks, and foreign material while spreading. J. Near plants and buildings spread topsoil manually to prevent damage. K. Fine grade topsoil to eliminate uneven areas and low spots. Maintain profiles and contour of subgrade. L. Lightly compact placed topsoil. M. Maintain stability of topsoil during inclement weather. Replace topsoil in areas where surface water has eroded thickness below specifications. 3.06 TOLERANCES A. Top Surface of Subgrade: Plus or minus 0.10 foot(1-3/16 inches)from required elevation. B. Top Surface of Finish Grade: Plus or minus 0.04 foot (1/2 inch). C. Top Surface of Subgrade: Plus or minus 1/10 foot from required elevation. D. Top Surface of Finish Grade: Plus or minus 1/2 inch. 3.07 FIELD QUALITY CONTROL A. See Section 31 23 23 for compaction density testing. 3.08 CLEANING A. Remove unused stockpiled topsoil and subsoil. Grade stockpile area to prevent standing water. B. Leave site clean and raked, ready to receive landscaping. END OF SECTION 31 22 00 02-02-24- Construction Documents GRADING 31 22 00-2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 31 23 16 EXCAVATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Excavating for pool volume below grade, building volume below grade, footings, slabs-on-grade, paving, and site structures. 1.02 RELATED REQUIREMENTS A. 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. General requirements for dewatering of excavations and water control. B. Section 31 22 00 - Grading: Soil removal from surface of site. C. Section 31 22 00 - Grading: Grading. D. Section 31 23 23 - Pool Fill and Backfill: Fill materials, backfilling, and compacting. E. Section 33 41 00 - SUBDRAINAGE FOR POOLS: Filter aggregate and filter fabric for foundation drainage systems. 1.03 PROJECT CONDITIONS A. Protect plants, lawns, rock outcroppings, and other features to remain. B. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. PART 2 PRODUCTS PART 3 EXECUTION 3.01 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. See Section 31 22 00 for topsoil removal. C. Locate, identify, and protect utilities that remain and protect from damage. D. Grade top perimeter of excavation to prevent surface water from draining into excavation. Provide temporary means and methods, as required, to maintain surface water diversion until no longer needed, or as directed by Engineer. 3.02 EXCAVATING A. Classification of Excavated Materials: No classification of excavated materials will be made. Excavation and trenching work shall include the removal and subsequent handling of all materials excavated or otherwise removed in performance of the work, regardless of the type, character, composition, or condition thereof. B. Blasting: Blasting or other use of explosives for excavation will not be permitted. C. Excavate to accommodate new structures and construction operations. D. Notify Engineer in writing of unexpected subsurface conditions. Do not further disturb such condition or perform any Work in connection therewith until receipt of written order to do so. E. Design any excavation slopes or temporary shoring. F. Slope height, slope inclination, and excavation depths, including utility trench excavations, should in no case exceed those specified in federal, state, or local safety regulations, such as OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926, or successor regulations. G. Do not interfere with 45 degree bearing splay of foundations. H. Dewatering: 1. Dewatering equipment shall be provided to remove and dispose of all surface water and groundwater entering excavations, trenches, or other parts of the work. 02-02-24- Construction Documents EXCAVATION 31 23 16 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. 3. All excavations for concrete structures or trenches which extend down to or below groundwater shall be dewatered by lowering and keeping the groundwater level beneath such excavations 12 inches or more below the bottom of the excavation. For Contractor's convenience and at Contractor's cost, Contractor may stabilize saturated soils using means other than dewatering, with prior approval of Engineer. Other methods may include over-excavation and/or application of fill materials. Under no circumstance shall Contractor employ fill materials that results in open voids in the subgrade, which could be later filled in with silts and fines causing settlement of the subgrade. 4. Surface water shall be diverted or otherwise prevented from entering excavations or trenches to the greatest extent possible without causing damage to adjacent property. 5. The Contractor shall be responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipe or conduit shall be left clean and free of sediment. I. Provide temporary means and methods, as required, to remove all water from excavations until directed by Engineer. Remove and replace soils deemed suitable by classification and which are excessively moist due to lack of dewatering or surface water control. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 10-Testing Laboratory Services and Third Party Observation for field inspection and testing. B. Provide for visual inspection of load-bearing excavated surfaces by Engineer before placement of foundations. 3.04 PROTECTION A. Divert surface flow from rains or water discharges from the excavation. B. Prevent displacement of banks and keep loose soil from falling into excavation; maintain soil stability. C. Protect open excavations from rainfall, runoff, freezing groundwater, or excessive drying so as to maintain foundation subgrade in satisfactory, undisturbed condition. D. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. E. Keep excavations free of standing water and completely free of water during concrete placement. END OF SECTION 31 23 16 02-02-24- Construction Documents EXCAVATION 31 23 16-2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 31 23 23 POOL FILL AND BACKFILL PART 1 GENERAL 1.01 SECTION INCLUDES A. Filling, backfilling, and compacting for pool volumes below grade, building volume below grade, footings, slabs-on-grade, paving, site structures, and utilities within the building. 1.02 RELATED REQUIREMENTS A. Section 03 30 05 - Cast-in-Place Concrete. B. Section 13 11 15 - Cast-in-Place Concrete for Pools. C. Section 13 11 18 - Pools- Shotcrete D. Section 13 11 90 - Pool Piping, Valves, and Related Items E. Section 33 41 00 - Subdrainage: Filter fabric for drainage systems. 1.03 REFERENCE STANDARDS A. ASTM C 33 - Standard Specification for Concrete Aggregates; 1999a. B. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)); 2012. C. ASTM D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method; 2007. D. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN m/m3)); 2012. E. ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method; 2008. F. ASTM D 2922 - Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth); 2005. G. ASTM D 4253 - Standard Test Methods for Maximum Index Density and Unit Weight Soils Using a Vibratory Table; 2000. H. ASTM D 4254 - Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density; 2000. I. ASTM D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity; 2009. J. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles; 2008. K. ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile; 2004. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Soil Samples: 10 pounds sample of each type of fill; submit in air-tight containers to testing laboratory. C. Materials Sources: Submit name of imported materials source. D. Fill Composition Test Reports: Results of laboratory tests on proposed and actual materials used, including manufactured fill. E. Compaction Density Test Reports. F. Testing shall be completed by an independent testing agency and shall be less than 12 months old. The costs for material tests shall be paid for by the Contractor. 1.05 DELIVERY, STORAGE, AND HANDLING A. Provide sufficient quantities of fill to meet project schedule and project requirements. When necessary, store materials on site in advance of need. B. When fill materials are stored on site: 02-02-24- Construction Documents POOL FILL AND BACKFILL 31 23 23 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Protect stockpiles from erosion and deterioration of materials. C. Verify that survey bench marks and intended elevations for the Work are as indicated. PART 2 PRODUCTS 2.01 FILL MATERIALS A. General Fill: Imported borrow meeting all of the following requirements: 1. Free of lumps larger than 3 inches, rocks larger than 2 inches, organics and debris. 2. Conforming to ASTM D 2487 Group Symbol SC, CL, ML, SM, or GC. B. Structural Fill: Imported borrow meeting all of the following requirements: 1. Free of lumps larger than 1.5 inches, rocks larger than 1.5 inches, organics, and debris. 2. Fill shall consist of low-plasticity cohesive material or granular material containing at least 18 percent fines. 3. Low-plasticity cohesive fill shall have a liquid limit (LL) less than 40 and a plasticity index (PI) between 10 and 20 in accordance with ASTM D 4318 by the wet preparation method. 4. Conforming to ASTM D 2487 Group Symbol CL. C. Concrete for Fill: See Section 03 30 05; compressive strength of 2,500 psi. D. Granular Fill: Granular fill for compacted backfill shall be free-draining, poorly graded, clean, angular crushed stone; free of shale, clay, friable material and debris. 1. Gradation: Comply with ASTM C 33, Table 2 Grading Requirements for Coarse Aggregate, size No. 57 or 67 aggregate. 2. The fraction passing the No. 200 sieve shall not exceed 5 percent. E. Underdrain Aggregate- Pea Gravel : Natural stone; washed, free of clay, shale, organic matter. 1. Graded in accordance with ASTM C 136, within the following limits: a. Minimum Size: 3/8 inch. b. Maximum Size: 3/4 inch. F. Topsoil: See Section 31 22 00. 2.02 ACCESSORIES A. Geotextile Fabric: 1. Manufacturers and products: a. Contech C60NW. b. Propex Geotex 601. c. Mirafi 160N. 2. Properties: a. Tensile Strength (Grab), ASTM D 4632: 160 lbs. b. Apparent Opening Size, ASTM D 4751: 70 US Standard Sieve. c. Water Flow Rate, ASTM D 4491: 110 gpm/sq. ft. 2.03 SOURCE QUALITY CONTROL A. See Section 01 33 00- Submittals, for general requirements for testing and analysis of soil material. B. All fill materials shall be approved by Engineer. C. Where fill materials are specified by reference to a specific standard, test and analyze samples for compliance . The costs for material tests shall be paid for by the Contractor. D. If tests indicate materials do not meet specified requirements, change material and retest. PART 3 EXECUTION 3.01 EXAMINATION A. Identify required lines, levels, contours, and datum locations. B. See Section 31 22 00 for additional requirements. 02-02-24- Construction Documents POOL FILL AND BACKFILL 31 23 23-2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO C. Verify subdrainage, piping, dampproofing, or waterproofing installation has been inspected. D. Verify structural ability of unsupported walls to support imposed loads by the fill. E. Verify areas to be filled are not compromised with surface or ground water. 3.02 PREPARATION A. Proof roll subgrade surface with a loaded tandem-axle dump truck, with a minimum gross weight of 25 tons, to identify soft spots. Construction equipment equipped with flotation tires, such as scrapers, skid-steers, and pay loaders, are not suitable for use in proof rolling. B. Cut out soft areas of subgrade not capable of compaction in place. Backfill with structural fill. C. In areas to accept fill, the top 10 inches of the ground surface shall be scarified, moisture conditioned to -1 to 3 percent of the material's optimum moisture content. The scarified soils should then be recompacted to at least 95 percent of the material's standard Proctor dry density (ASTM D 698). D. Until ready to fill, maintain excavations and prevent loose soil from falling into excavation. 3.03 FILLING A. Fill to contours and elevations indicated using unfrozen materials. B. Fill up to subgrade elevations unless otherwise indicated. C. Employ a placement method that does not disturb or damage other work. D. Systematically fill to allow maximum time for natural settlement. Do not fill over porous, wet, frozen or spongy subgrade surfaces. E. In areas where a finer material is placed over or beside a coarser material and migration of one into the other can occur, such as when structural fill, general fill, or topsoil is placed over or beside granular fill, geotextile fabric shall be placed over or beside the granular fill or coarser material to separate the fill materials and prevent migration. F. Fill at Pool Walls: Carefully place and compact fill materials along pool walls in order to protect piping and conduit from damage due to material and equipment loading. G. Upon completion of excavation and filling operations, care shall be taken to prevent subgrade disturbance and maintain the subgrade moisture content prior to construction of foundations and slabs. If the subgrade becomes saturated, desiccated, or disturbed, the affected material shall be removed and replaced, or these materials shall be scarified, moisture-conditioned as necessary, and recompacted prior to construction of foundations or slabs. If two (2) days elapses or a significant weather event occurs between subgrade preparation and further construction, subgrades shall be retested prior to placement of structures. H. Compaction Method: 1. The method of compaction and the equipment used shall be appropriate for the material to be compacted and the work location. 2. Sheep's foot roller, smooth drum rollers, pneumatic tired rollers, jumping jacks, vibratory equipment, small rollers, tampers, or other appropriate equipment shall be used for compaction. 3. Compaction using loaded trucks, bulldozer tracks, backhoe buckets, or similar construction equipment shall not be allowed. I. Moisture content, at the time of compaction, shall be controlled to between 1 percent below and 3 percent above the optimum moisture content. J. For cohesionless fill materials, where the percent passing the No. 200 sieve is less than 10 percent and the moisture-density curve indicates only slight sensitivity to changing moisture content, compaction requirements should be changed to 75 percent relative density as determined by ASTM D 4253 and ASTM D 4254. K. General Fill: 1. Deposit in uniform layers not exceeding 8 inches in uncompacted thickness. 2. Compact to 95 percent of maximum density at 1 percent below and 3 percent above the optimum moisture content, as determined by ASTM D 698 when that test is appropriate. L. Structural Fill: 1. Deposit in uniform layers not exceeding 8 inches in uncompacted thickness. 02-02-24- Construction Documents POOL FILL AND BACKFILL 31 23 23 -3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2. Compact to 98 percent of maximum density at 1 percent below and 3 percent above the optimum moisture content, as determined by ASTM D 698 when that test is appropriate. M. Granular Fill: 1. Granular material shall be deposited in uniform layers not exceeding 8 inches in uncompacted thickness. 2. The granular backfill shall be compacted with a suitable vibratory roller or platform vibrator to at least 98 percent of the materials standard Proctor dry density (ASTM D 698). N. Slope grade away from building minimum 2 inches in 10 feet, unless noted otherwise. Make gradual grade changes. Blend slope into level areas. O. Correct areas that are over-excavated. 1. Load-bearing foundation surfaces: Fill with concrete. 2. Other areas: Use structural fill, flush to required elevation, compacted to minimum 95 percent of maximum dry density. P. Reshape and re-compact fills subjected to vehicular traffic. Q. Maintain temporary means and methods, as required, to remove all water while fill is being placed as required, or until directed by the Engineer. Remove and replace soils deemed unsuitable by classification and which are excessively moist due to lack of dewatering or surface water control. 3.04 FILL AT SPECIFIC LOCATIONS, UNLESS NOTED OTHERWISE ON DRAWINGS A. General Fill: Use in landscape areas only. B. Structural Fill: Use under all structures, where indicated, including but not necessarily limited to, slabs-on-grade, footings, and foundations. C. Granular Fill: Use under all structures and at all other locations where indicated on the Drawings. D. Underdrain Aggregate: Use for the subdrainage system only. E. Buried Conduits and Piping in Trenches : 1. Where pipe or conduit is not located under a structure: a. Bedding: Use granular fill up to top of pipe or conduit. b. Cover with general fill. c. Fill up to subgrade elevation. 2. Where pipe or conduit is located under a structure: a. Bedding: Use granular fill up to top of pipe or conduit. b. Place separation geotextile fabric over granular fill. c. Cover with structural fill. d. Fill up to subgrade elevation. 3.05 TOLERANCES A. Top Surface of General Filling: Plus or minus 1 inch from required elevations, unless noted otherwise on the drawings. 3.06 FIELD QUALITY CONTROL A. See Section 01 41 00-Testing Laboratory Services and Third Party Observation, for general requirements for testing and analysis of soil material. B. Perform compaction density testing on compacted fill in accordance with ASTM D1556, ASTM D2167, ASTM D2922, or ASTM D3017. C. Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D698 ("standard Proctor") or ASTM D1557 ("modified Proctor"). D. If tests indicate work does not meet specified requirements, remove work, replace and retest. E. Frequency of Tests: As noted below unless requested otherwise by Engineer. 1. All Areas Except Under Pavements: a. Fill Materials: At least one (1) test per fill type per 1,000 cubic yards of fill placed. Each test shall include sieve, P.I., and moisture density relationship when appropriate for the fill type. Provide other testing required to determine conformance. 02-02-24- Construction Documents POOL FILL AND BACKFILL 31 23 23 -4- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO b. Compaction: At least one (1) field density test for each 2,000 square feet of fill lift, but no less than three (3) tests per lift. 2. Under Pavements: a. Fill Materials: At least one (1) test per fill type per 2,500 cubic yards of fill placed. Each test shall include sieve, P.I., and moisture density relationship when appropriate for the fill type. Provide other testing required to determine conformance. b. At least one (1) field density test per 5,000 square feet of fill lift, but no less than three (3) tests per lift. F. Backfill operations shall be monitored full time by the testing and inspection agency. G. Proof roll compacted fill at surfaces that will be under slabs-on-grade and paving. 3.07 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to prevent standing surface water. END OF SECTION 31 23 23 02-02-24- Construction Documents POOL FILL AND BACKFILL 31 23 23 -5- Waters Edge Aquatic Design Riverside, MO—Pool &Restroom Improvements 21-529 Riverside, MO SECTION 32 12 16 ASPHALT PAVEMENT REPAIR PART 1 -GENERAL 1.1 SCOPE OF WORK A. Under this section of the Specifications, the Contractor shall provide all labor, materials, tools and equipment necessary to complete the following items of work: 1. Bituminous concrete pavements. PART 2-MATERIALS 2.1 ASPHALT MATERIALS A. Asphalt Cement:Asphaltic cement shall conform to ASTM D946. B. Coarse Aggregate: Coarse aggregate shall be in accordance with MCIB Section 4- Paragraph 2, except that the total shale, clay, coal and lignite content shall not exceed 0.5 percent by weight. C. Fine Aggregate: Fine aggregate shall be in accordance with MCIB Section 4 -Paragraph 3. 2.2 AUXILIARY MATERIALS A. Joint Sealant: ASTM 6690, hot-applied, single-component, polymer-modified bituminous sealant. 2.3 ASPHALT ACCESSORIES A. Primer: Homogeneous, medium curing, liquid asphalt, Type MC-70. B. Tack Coat: Homogeneous, medium curing, liquid asphalt, Type RC-70. C. Sand Cover: Sand cover used for blotting excess primer shall be clean granular mineral meeting the following gradation: Sieve Size Percent Passing No. 4 100 No. 200 0-2 The moisture content of the sand shall not exceed 3 percent by weight. 2.4 ASPHALT PAVING MIX A. Use dried and heated material to avoid foaming. Mix uniformly. B. Asphaltic Concrete Base Course Type 1: Asphalt base shall contain 4 to 6 percent of asphalt cement by weight in mixture. Mineral aggregates shall conform to the following gradation: 02-02-24-Construction Documents ASPHALT PAVEMENT REPAIR 32 12 16 -1- Waters Edge Aquatic Design Riverside, MO— Pool & Restroom Improvements 21-529 Riverside, MO Sieve Size Percent Passing By Weight 1 1/2" 100 1" 75-100 3/4" 60-85 1/2" 3/8" 40-65 No. 4 30-50 No. 10 17-33 No. 40 No. 80 5-12 No. 200 2-10 1. In addition to the above limits,the difference between the"percent passing"of successive sieve sizes shall not exceed 25 percent. 2. At the Contractor's option Asphalt Base may contain up to 50 percent Reclaimed Asphalt Pavement (RAP) and/or Reclaimed Aggregate Materials (RAM). 3. Recycled Asphaltic Concrete Material shall have the following additional tests performed: a. ASTM C-117 Standard Test Method for Material Finer than No. 200 Sieve in Mineral Aggregates by Washing. b. ASTM C-136 Standard Method for Sieve Analysis of Fine and Coarse Aggregates. c. ASTM D-2172 Standard Test Methods for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures, Method "A". 4. The extracted asphalt from Method "A"ASTM D-2172 shall be reclaimed from solution in accordance with ASTM D-1856 Standard Test Method for Recovery of Asphalt from Solution by Abson Method. a. The consistency of the asphalt shall be determined on the basis of viscosity at 140 degrees F in accordance with ASTM D-2171 Standard Test Method for Viscosity of Asphalts by Vacuum Capillary Viscometer. b. The grade of asphalt used in recycled mixes shall be the same grade as for virgin mixes. 5. New asphalt cement added to recycled asphalt shall meet the requirements of ASTM D- 3381, Standard Specification for Viscosity-Graded Asphalt Cement for use in Pavement Construction or ASTM D-946, Standard Specification for Penetration-Graded Asphalt Cement for use in Pavement Construction. 6. Any material obtained from cut-back asphaltic concrete streets or road-oil- chip seal streets is unacceptable for recycled asphaltic concrete. 7. Recycling Agents, if used, shall meet the requirements of ASTM D-4552 Standard Practice for Classifying HOT MIX Recycling Agents. 8. The blend of RAP and/or RAM and virgin aggregates shall be checked for resistance to stripping. Use ASTM D-1075 Standard Test Method for effect of Water on Cohesion of Compacted Bituminous Mixtures. The index of retained strength shall exceed 75 percent. 9. Maintain stockpiles of RAM and RAP at the plant separated on the basis of mix type-surface, binder and base. Stockpiles shall be free of foreign matter. RAM and/or RAP shall be processed such that 100 percent passes the 1 1/2 inch sieve and 90 percent passes the 1 inch sieve. 02-02-24-Construction Documents ASPHALT PAVEMENT REPAIR 32 12 16 -2- Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO 10. RAP and/or RAM stockpiles shall be free of all foreign matter, including but not limited to ice, wood, soil, broken sewer castings, loop detector wire,joint filler material, lane markers, trash and debris. 11. Mix Design Requirements: Mix design for recycled mixtures shall be in accordance with the Asphalt Institute's Manual Series No. 20 (MS-20) titled Asphalt Hot-Mix Recycling Section 3.00. 12. All delivery tickets of asphaltic pavement material shall designate the type of recycled mix(RC-Type 1, RC-Type 2, RC-Type 3, or RC-Type 4). C. Asphaltic Concrete Surface Course Type 3: Surface course Type 3 shall consist of all virgin material with 4 to 7 percent of asphalt cement by weight in mixture. Mineral aggregates shall conform to the following gradation: Sieve Size Percent Passing By Weight 3/4" 100 1/2" 85-100 3/8" 70-90 No. 4 50-70 No. 10 34-43 No. 40 16-27 No. 80 7-16 No. 200 4-10 In addition to the above limits,the difference between the"percent passing"of successive sieve sizes shall not exceed 20 percent. 2.5 AGGREGATE BASE COURSE A. Coarse aggregate base shall be crushed stone free of lumps or balls of clay and any other soft or objectionable material. Gradation shall be in accordance with ASTM C- 136 and the following: Sieve Size Percent Passing By Weight 1 1/4" 100 1" 72-100 3/4" 60-90 3/8" 43-74 No. 4 28-60 No. 10 16-40 No. 40 3-22 No. 200 0-15 The difference between the percent passing of successive sieve sizes shall not exceed 25 percent. B. The coarse aggregate base material shall be angular particles with a minimum of 90 percent of the stones having two or more fractured surfaces. C. The specific gravity for base coarse aggregate shall not be less than 2.54(S.S.D. Bulk). 02-02-24-Construction Documents ASPHALT PAVEMENT REPAIR 32 12 16-3- Waters Edge Aquatic Design Riverside, MO— Pool & Restroom Improvements 21-529 Riverside, MO D. The abrasion loss for the aggregate when subjected to 500 revolutions in a Los Angeles abrasion machine, according to ASTM C-131, shall be no more than 35 percent. E. That portion of the aggregate passing the 1 inch sieve and retained on the No.4 sieve shall have, by weighted average, a loss not greater than 10 percent when subjected to five cycles of the Soundness Test, ASTM C-88. Also this same potion of the material shall contain less than 20 percent by weight particles which have a thickness to least width ratio of 1 to 3 and least width to length ratio of 1 to 3. F. That portion of the material passing the No. 40 sieve shall have a maximum plasticity index of 8 when tested in accordance with ASTM D-4318. 2.6 SOURCE QUALITY CONTROL A. Provide tests of mix design for asphalt. B. Submit proposed mix design of each class of mix for review prior to commencement of work. C. Asphaltic concrete test samples shall be taken according to ASTM D-979 and tested for Bitumen content according to ASTM D-2172. PART 3 - EXECUTION 3.1 TESTING A. The Contractor shall utilize the independent testing laboratory to insure that the bituminous concrete mix designs and in-place thicknesses and densities of base and surface courses are in compliance with all the provision of the specifications. 3.2 SUBGRADE PREPARATION A. The paving contractor shall proof roll the entire subbase area which is to be paved with a fully loaded tandem dump truck before application of base material. If any portion is unsatisfactory, that area shall be removed and shall have suitable fill replaced, recompacted and retested before paving shall commence. 3.3 INSTALLATION OF BITUMINOUS CONCRETE PAVEMENT A. Bituminous concrete pavements shall be constructed in accordance with the applicable section of KC-APWA except as herein amended. B. Apply a prime coat to the aggregate base of 0.3 gallons per square yard of AC-30 liquid emulsified asphalt. C. Apply a prime coat of emulsified asphalt to all vertical contact surfaces of existing 02-02-24-Construction Documents ASPHALT PAVEMENT REPAIR 32 12 16 -4- Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO pavement, manholes, catch basins, curbs and all other contact surfaces prior to paving. 3.4 CLEAN-UP A. Upon completion of the work, all surplus materials, debris, tools and equipment shall be removed from the site. END OF SECTION 32 12 16 02-02-24-Construction Documents ASPHALT PAVEMENT REPAIR 32 12 16 -5- Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO SECTION 32 13 16 DECORATIVE CONCRETE PAVING PART 1 -GENERAL 1.1 SUMMARY A. Section includes integrally colored and exposed concrete pavement. B. Related Requirements: 1. Section 131115 "Cast-In-Place-Concrete for Pools/Splash"for concrete paving 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference with the Owner's Representative at least seven (7)days before beginning work at the project site. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product: 1. Stain B. Design Mixes: For each type of decorative concrete specified. C. Care and Maintenance Manual D. Samples: 1. Submit sample chip for each type of decorative concrete specified. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Minimum 5 years of documented experience with work of similar scope and complexity required by the Project and acceptable to, or certified by, manufacturer of decorative concrete paving systems. B. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready- mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. C. Mockups: Build field mockups to verify colors and textures specified receive approval from Owner's representative prior to beginning work. 1. Build mockups of decorative concrete paving in the location and of the size indicated or, if not indicated, build mockups where directed by Owner's representative and not less than 24 inches by 24 inches. 1.5 PROJECT CONDITIONS A. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. B. Do not place concrete if rain, frost, or snow is forecast within 24 hours of placement. Protect fresh concrete from moisture and freezing conditions. C. Do not place concrete when base surface or ambient temperature is less than 40 degrees Fahrenheit or if base surface is wet or frozen. D. Substrates shall be uniformly dry, and free of standing water. E. In hot weather, perform work in early morning or when surfaces are shaded. PART 2- PRODUCTS 2.1 STAIN MATERIALS A. Stain: Chemically reactive stain that etches and permanently colors cementitious surfaces with color effects that are variegated, mottled, and natural looking. 1. Product: Lithochrome®Chemstain®Classic or an approved equal. 2. Colors: 02-02-24 Construction Documents DECORATIVE CONCRETE PAVING 32 13 16- 1 Landworks Studio Riverside, MO— Pool &Restroom Improvements 22-076 Riverside, MO a. Color 1 —To be determined after bid b. Color 2—To be determined after bid 3. Substitutions: Must be approved by owner's representative prior to purchase. B. Water: Potable. 2.2 STAIN SEALING MATERIALS A. Clear, Solvent-Borne, Membrane-Forming Sealing Compound: ASTM 309, non-yellowing, VOC- compliant, high-gloss, clear liquid. PART 3-EXECUTION 3.1 EXAMINATION A. Refer to Specification 131115 Cast-In-Place-Concrete for Pools/Splash 3.2 PREPARATION A. Refer to Specification 131115 Cast-In-Place-Concrete for Pools/Splash 3.3 EDGE FORMS AND SCREED CONSTRUCTION A. Refer to Specification 131115 Cast-In-Place-Concrete for Pools/Splash 3.4 STEEL REINFORCEMENT INSTALLATION A. Refer to Specification 131115 Cast-In-Place-Concrete for Pools/Splash 3.5 JOINTS A. Refer to Specification 079010 Joint Sealers for Pools and Decks 3.6 CONCRETE PLACEMENT A. Refer to Specification 131115 Cast-In-Place-Concrete for Pools/Splash 3.7 CONCRETE FINISHING A. Decorative Concrete Finish:After final floating, apply the following finish: 1. Medium-Textured Broom Finish: Draw a soft-bristle broom across float-finished concrete surface, perpendicular to line of traffic,to provide a uniform, fine-line texture. 3.8 STAINING A. Optional Pre-wetting of surface. Many artisans prefer to pre-wet the concrete prior to stain application. This maximizes color penetration and variegations. Spray clean water to saturate the concrete surface. Remove puddles by spreading water or soaking up with a clean mop. The surface should now be cool, damp to the touch, yet not allow a towel to readily absorb water. B. Apply the stain. This can be done with an acid resistant low pressure garden sprayer, mop or broom. Apply in a circular motion to just saturate the surface. Stain should fizz or effervesce when it first comes in contact with the concrete. C. Immediately work in stain. Use a foam, Iamb's wool, or soft nylon bristle broom working in circular motions to avoid the creation of lap marks. Do not walk on recently stained areas or footprints will result. D. Allow surfaces to dry. This will take about 4 hours depending on weather conditions and water used in step 1. E. Apply a second coat if desired and allow it to dry. F. Neutralize the surface: Use a solution of 1 pound of baking soda per 5 gallons of water. Apply this with a clean garden sprayer. Move neutralization liquid across the surface with a wet mop 02-02-24 Construction Documents DECORATIVE CONCRETE PAVING 32 13 16-2 Landworks Studio Riverside, MO— Pool & Restroom Improvements 22-076 Riverside, MO or soft broom in a circular motion. Neutralization is complete when surfaces are saturated and no effervescence is seen. G. Remove pigment residue. Use a soft broom or mop and a wet-dry vacuum moving in circular motions to avoid creating lap lines. Rinse surfaces until all easy to remove residue is removed. if a second complimentary color is to be used, apply it at this stage. Failure to remove all residue prior to sealing the surface can cause loss of adhesion, peeling, or reduced sealer durability. When complete, little to no residue should appear after rubbing with a clean cloth. H. Allow to dry and apply sealer. 3.9 SEALING A. When applying to fresh concrete, apply evenly at the recommended rate with a solvent resistant sprayer, a roller may also be used if concrete is hard enough to walk on without marring the surface. For existing concrete, apply evenly from can or other metal container with appropriate roller. Use a long nap roller for exposed aggregate, a medium nap roller for textured surfaces and a short nap roller for smooth surfaces. Do not pour directly from can to concrete. Wait until the surface is tack-free before applying a second coat. Apply perpendicular to the first coat. Cross-rolling allows for an even application. If spraying, use a solvent resistant sprayer holding tip no more than 8"from surface during application. Back rolling is recommended while spraying. Clean up immediately with A-1 SOLVENT, Xylene or Acetone. Foot traffic should be avoided for 4 hours. Brush may be used where roller won't reach. Vehicle traffic should be avoided for 48 hours. Cooler temperatures or increased humidity will slow the dry time 3.10 CONCRETE PROTECTION AND CURING A. Refer to Specification 321313 Concrete Paving 3.11 PAVING TOLERANCES A. Refer to Specification 321313 Concrete Paving 3.12 REPAIR AND PROTECTION A. Remove and replace decorative concrete paving that is broken or damaged or does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Owner's representative. B. Protect decorative concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. C. Maintain decorative concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 32 13 16 02-02-24 Construction Documents DECORATIVE CONCRETE PAVING 32 13 16 - 3 Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 32 17 00 PAVEMENT MARKINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. Parking lot markings, including parking bays and handicapped symbols. 1.02 SUBMITTALS A. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. PART 2 PRODUCTS 2.01 MATERIALS A. Paint shall be compatible with surface material and not bleed or discolor when applied. B. Use permanent traffic paint that can be applied under the temperature conditions existing at the time of application. Paint shall be free of lead, chromium, and other toxic heavy metals as defined by the U.S. EPA. Select from the following types: 1. Acrylic resin waterborne traffic paint. 2. VOC compliant alkyd resin traffic paint. C. Paint shall be fast dry, unless otherwise specified. D. Paint shall be fresh, furnished ready-mixed and shall not be diluted or thinned. It shall be suitable for applying by the Contractor's chosen method of application. E. Paint used for markings on pavements exposed to traffic shall have suitable binders for drop-on or spray-on glass beads, providing good adhesion and refraction. This is not required for parking lot striping. F. Color: 1. Parking lot striping: Color selection by Owner. 2. ADA Symbol: Color selection by Owner. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Engineer of unsatisfactory preparation before proceeding. 3.02 PREPARATION A. Allow new pavement surfaces to cure for a period of not less than 14 days before application of marking materials. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Clean surfaces thoroughly prior to installation. 1. Remove dust, dirt, and other granular surface deposits by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods. D. Where oil or grease are present, scrub affected areas with several applications of trisodium phosphate solution or other approved detergent or degreaser, and rinse thoroughly after each application; after cleaning, seal oil-soaked areas with cut shellac to prevent bleeding through the new paint. E. Establish survey control points to determine locations and dimensions of markings; provide templates to control paint application by type and color at necessary intervals. 02-02-24- Construction Documents PAVEMENT MARKINGS 32 17 00-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3.03 INSTALLATION A. Begin pavement marking as soon as practicable after surface has been cleaned and dried. B. Do not apply paint if temperature of surface to be painted or the atmosphere is less than 50 degrees F or more than 95 degrees F. C. Apply in accordance with manufacturer's instructions using an experienced technician that is thoroughly familiar with equipment, materials, and marking layouts. D. Comply with FHWA MUTCD manual (http://mutcd.fhwa.dot.gov) for details not shown. E. Apply markings in locations determined by measurement from survey control points; preserve control points until after markings have been accepted. F. Apply uniformly painted markings of color(s), lengths, and widths as indicated on the drawings true, sharp edges and ends. 1. Apply paint in one coat only. 2. Wet Film Thickness: 0.015 inch, minimum. 3. Width Tolerance: Plus or minus 1/8 inch. G. Parking Lots: Apply parking space lines, entrance and exit arrows, painted curbs, and other markings indicated on drawings. 1. Mark the International Handicapped Symbol at indicated parking spaces. 2. Hand application by pneumatic spray is acceptable. H. Symbols: Use a suitable template that will provide a pavement marking with true, sharp edges and ends, of the design and size indicated. END OF SECTION 32 17 00 02-02-24- Construction Documents PAVEMENT MARKINGS 32 17 00-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 32 17 10 PARKING WHEEL STOPS PART 1 GENERAL 1.01 SECTION INCLUDES A. Wheel stops and anchorage. 1.02 SUBMITTALS A. See Section 01 33 00- Submittals, for procedures relating to submitting product data. B. Product Data: Provide unit configuration, dimensions. PART 2 PRODUCTS 2.01 MATERIALS A. Parking Wheel Stops 1. Manufacturer: Traffic Safety Store; recycled plastic parking blocks; www.trafficsafetystore.com. 2. Size: 4" height; 70.5" length; 5.75"width; 16Ib weight. 3. Type: Commercial plastic parking block. 4. Color: Yellow for standard parking stalls; blue for handicapped parking stalls. 5. Material: Recycled HDPE. 6. Warranty: 4 years. 7. Anchoring: Wedge anchors. PART 3 EXECUTION 3.01 INSTALLATION A. Install units without damage to shape or finish. Replace or repair damaged units. B. Install units in alignment with adjacent work. C. Install in accordance with manufacturer's instructions. END OF SECTION 32 17 10 02-02-24- Construction Documents PARKING WHEEL STOPS 32 17 10-1- Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO SECTION 321813 SYNTHETIC GRASS SURFACING PART 1 -GENERAL 1.1 SUMMARY A. Section includes synthetic grass surfacing. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference with the Owner's Representative at least seven (7)days before beginning work at the project site. 1.3 DESCRIPTION OF WORK: A. The contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of a synthetic grass surface with a stable draining base.The complete synthetic grass system shall consist of,but not necessarily be limited to, the following: 1. Area of construction with the extent of artificial turf work as shown on the drawings. 2. Subgrade, base, and drainage construction as specified in Section 2 and Section 3 of this document. 3. Quality synthetic grass product manufactured in the USA according to specifications in Section 2 of this document. Product shall be a knitted synthetic grass product(not tufted) and contain an antimicrobial agent while meeting or exceeding all guidelines as established herein. For characteristics not specifically stated, shall meet or exceed all guidelines published by the Synthetic Turf Council. 4. The synthetic grass surface shall be specifically designed,manufactured and installed for the intended use in high foot traffic applications. 5. Plastic perimeter boards (typically 2" x 4" set vertically) are to surround the entire area for anchoring of the turf. The top edge of this surface is to be a minimum of '/2" below any adjacent solid surfaces where there could be foottraffic. 6. Stainless steel staples, 1" in length, are to be used to anchor the synthetic turf to the perimeter boards. 1.4 SYSTEM PERFORMANCE: A. Contractor shall ensure that products for the turf system meet the following performance requirements: 1. The components, as well as the installation methods utilized, shall be designed and executed in a manner to hold up to the unique challenges of a high foot traffr appicalion The materials as hereinafter specified shall withstand full climatic exposure in the location of the turf, be resistant to insect infestation, rot,fungus, mold and mildew, shall also withstand ultra-violet rays and extreme heat, and allow the free flow of water vertically through the surface and into the drainage system below. 2. The seams of all system components shall provide a permanent,tight,secure, and hazard free surface. 3. The installed synthetic grass and drainage system shall allow for drainage and water flow through the system at a rate of not less than 348.57 inches per square foot per hour. 1.5 SERVICE AND QUALITY ASSURANCE: A. Synthetic grass vendor shall provide ongoing service quality assurance and warranty consisting of,but not necessarily be limited to,the following: 1. The synthetic grass vendor must provide competent workmen skilled in this type of surface installation. The synthetic grass vendor shall provide a qualified installation foreman to 02-02-24—Construction Documents SYNTHETIC GRASS SURFACING 32 18 13- 1 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO coordinate and review the component parts of the synthetic grass system. Foreman shall be introduced to owner or owner's representative prior to start of construction. 2. The synthetic grass vendor and installer must be experienced with no less than six completed high foot traffic public installations (2500sf or greater) where a knitted synthetic grass surface was installed. Installer must be competent in the installation of this material,including attachment of seams and proper trimming and attaching techniques prior to the start of turf installation. 3. The synthetic grass vendor shall submit its manufacturer's warranty, which warrants the synthetic grass product: a. Provide coverage of synthetic grass for a minimum of eight(8)years from the date of substantial completion. b. Warrant that the materials installed meet or exceed the product specifications. c. Be from a single source (certified by manufacturer) covering workmanship and all materials. d. Assure the availability of exact or substantially the same replacement materials for the synthetic grass system for the full warrantyperiod. e. Include general wear and damage caused by UV degradation. The warranty may specifically exclude vandalism and Acts of God beyond the control of the manufacturer or installer. 1.6 SUBMITTALS: A. Synthetic grass vendor must submit the following to owner or owner's representative with the official bid package: 1. One(1)copy of the most recent installation reference list for projects of similar scope to this project completed in last five years. 2. One(1)12"x12"loose sample of proposed synthetic grass product. 3. One(1)of the product warranty for proposed synthetic grass product. 4. One(1)copy of their maintenance instructions.These instructions will include all necessary instructions forthe proper care and maintenance of the newly installed synthetic turf system. 5. One(1)copy of edge details of proposed installation and terminations of synthetic grass playground system. 6. One(1)copy of a signed letter from synthetic grass vendor certifying that the proposed synthetic grass product is manufactured in theUSA. 7. One(1)copy(if requested)of independent laboratory test reports on system or components. 8. Recommend there is drainage/water permeability test of sub base. PART 2 -PRODUCTS 2.1 SYNTHETIC GRASS SYSTEM: A. Synthetic grass—Synlawn Syntipede X43, or approved equalc 1. Pile Weight: 100 oz/sy 2. Face Yarn Type: Primary: Polyethylene; Secondary: Polyethylene 3. Thatch Zone Denier: 5000/8 4. Pile Height: 1 1/2' 5. Color: Grass: Field Green/Apple; Thatch: Field Green/Beige 6. Antimicrobial Protection: Sanitized Antimicrobial 7. Tufting Gauge: 3/8" 8. Backing: 13PP/18PET 2pt//22oz.EnhviroLoc+ 9. Total Product Weight: 128 oz. 10. Finished Roll Width: 15 feet 02-02-24—Construction Documents SYNTHETIC GRASS SURFACING 32 18 13-2 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 11. The synthetic grass shall be delivered in 15-foot-wide rolls. The rolls will be laid out and installed as specified in the site layout and equipment placement drawings. 12. All seams shall be installed and secured with approved turf adhesive. Seams secured with stitching alone shall not be acceptable. 13. No Infill material is to be used. B. Base and Attaching Components: Base is to be prepared using plastic 2" x 4" plastic board and secured using 1"length-3i"crown stainless steel staples.Turf is to be secured around all edges. PART 3-EXECUTION 3.1 BASE AND DRAINAGE CONSTRUCTION: A. The synthetic grass base contractor shall strictly adhere to the installation procedures outlined under this section and by the engineer's drawings.Any variance from these requirements must be accepted in writing, by the synthetic grass vendor, and submitted to the owner or owner's representative, verifying that the changes do not adversely affect the performance or warranty. B. Excavation: Existing ground cover shall be excavated to the depth established on the excavation plan.The subgrade shall also be compacted to a minimum of a 90%compaction rate. C. Plastic nailer board: The synthetic turf perimeter fastening structure shall be installed before the drainage aggregate. 1. Install a synthetic nailer board around perimeter and all penetrating objects.Nailer board shall be flush to grade (or as specified in site detail drawings) when adjacent to soft surface (i.e. natural grass, mulch). Nailer board shall be '/z" below grade when adjacent to hard surface(i.e. concrete ortile). 2. This shall be the responsibility of the synthetic turf base contractor. See synthetic turf edge attachment detail. D. Base Drainage Aggregate: Installation of the free draining base aggregate of 3/8" to 5/8" clean compactable angular stone (any mix with fines in excess of 20% must be approved by manufacturer), shall follow procedures provided. If the sub-base does not permit liquids to freely percolate,auxiliary drainage is required.Base material must be installed to a minimum depth of 3'/ inches. The drainage network and its existing elevations shall not be disrupted through ground pressures from trucks, dozers or by any other means. 1. The stone shall be left firm and compacted while allowing the porosity and drainage capabilities of the aggregate profile. 2. The free draining base course should be designed to meet local soil and weather conditions. It must be installed to a minimum depth of 3 %"with an overall compaction rate of at least 90%. 3.2 SYNTHETIC GRASS SYSTEM INSTALLATION: A. After a final inspection of the stone base by the synthetic grass contractor and the Owner's Representative, the synthetic turf installation shall begin. The synthetic grass product shall be delivered in 15-foot-wide rolls. B. Synthetic grass rolls shall be joined via adhesive bond seaming and reinforced with specialty turf adhesive where necessary. 1. Seams shall be flat,tight and permanent with no separation or fraying. 2. Grass rolls must be installed with pile leaning the same direction. C. Synthetic Turf Perimeter Attachment: 1. After final layout and seaming of the synthetic grass product,the synthetic turf material shall at a minimum be secured to the top of plastic nailer board firmly anchored to sidewalk, curb, wall or by re-bar making up the perimeter of the synthetic turf area.As an alternate installation 02-02-24—Construction Documents SYNTHETIC GRASS SURFACING 32 18 13-3 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO method, the synthetic turf may be wrapped over the edge of the curb nailer board and secured the full depth of the nailer board. 2. The turf shall be attached to plastic nailer board by stainless steel staples, screws, and/or nails. 3. Soil or surfacing material outside of the defined synthetic turf area shall be backfilled against turf wrapped perimeter edge and have zero transition edge to synthetic turf unless otherwise specified. 4. Concrete and solid surfaces should be'/"higher than the top of the board. D. Infill Application: 1. It is imperative that no in-fill is utilized with synthetic turf. 3.3 CLOSEOUT A. The synthetic grass vendor must verify that a qualified representative has inspected the installation and that the finished surface conforms to the manufacturer's requirements. B. Extra materials: Owner shall be given option to retain and store excess materials such as excess turf for project, but not installed. 3.4 CLEAN UP A. Contractor shall provide the labor, supplies and equipment as necessary for final cleaning of surfaces and installed items. B. During the contract and at intervals as directed by the owner or owner's representative and as synthetic grass system installation is completed,clear the site of all extraneous materials,rubbish, or debris and leave the site in a clean, safe,well-draining,neat condition. C. Surfaces, recesses, enclosures, etc. shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the owner. END OF SECTION 321813 02-02-24—Construction Documents SYNTHETIC GRASS SURFACING 32 18 13-4 Waters Edge Aquatic Design Riverside; MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 32 31 19 DECORATIVE METAL FENCING (ALUMINUM) PART 1 GENERAL 1.01 SECTION INCLUDES A. Component type aluminum pipe railing and fencing systems, including connectors, fasteners, and required accessories. 1.02 SUBMITTALS A. Product Data: Manufacturer's specifications and installation instructions for all components of each product type specified. B. Samples: Submit samples for each railing type, profile, and color specified, not less than 6 inches long. C. Shop Drawings: Prepared specifically for this project. 1. Show complete layout; plan views, elevations, connections, details for fabrication and attachment to other elements, and other installation details. 2. Include sealed drawings by the registered engineer responsible for structural design of system. 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer and craftsmen having resources to provide consistent quality in appearance and physical properties, without delaying the work. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver components in protective packaging. Inspect materials to ensure that specified products have been received. B. Store components to avoid damage from abrasion and other construction activities. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Specified Manufacturer: Superior Aluminum Products, Inc.; 555 E. Main Street, PO Box 430, Russia, Ohio 45363; Tel: (937) 526-4065; Fax: (937) 526-3904; www.superioraluminum.com., or approved equal. B. Acceptable Manufacturers: 1. Ameristar Fencing Products; 1555 N. Mingo Road, Tulsa, OK 74116; Tel: (888) 333-3422; Fax: (918) 835-0899; www.ameristarfence.com. C. Provide all ornamental aluminum handrails, guardrails, and railing systems as approved by manufacturer. 2.02 PIPE RAILINGS A. General: Provide all aluminum components of same alloy; provide components free from surface blemishes where exposed to view in the finished installation. B. Ornamental Aluminum Railing System: 1. Railing System Height: 36 inches. 2. Structural Performance: Engineer, fabricate, and install handrails, guardrails, and railing systems to withstand the structural loading required by applicable codes. 3. Finish: Factory-applied baked on enamel or anodized. 4. Color: Selected from manufacturer's standards. C. Design Selection: Series 500 Pipe Railing. D. Posts and Rails Material: 6063-T6 extruded aluminum alloys of 1-1/2 inch Schedule 40 pipe size, except where there are formed elbows, whereby, 6063-T4 is used. E. Railing Accessories: Cast from ANSI 713 Alloy. F. All fasteners used in the system shall be aluminum or stainless steel. 02-02-24- Construction Documents DECORATIVE METAL FENCING (ALUMINUM) 32 31 19 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2.03 PICKET RAILINGS A. General: Provide all aluminum components of same alloy; provide components free from surface blemishes where exposed to view in the finished installation. B. Ornamental Aluminum Railing System: 1. Railing System Height: As shown on drawings. 2. Structural Performance: Engineer, fabricate, and install handrails, guardrails, and railing systems to withstand the structural loading required by applicable codes. 3. Finish: Factory-applied baked on enamel or anodized. 4. Color: Selected from manufacturer's standards. C. Design Selections: 1. Design: Series 900. 2. Post Size: 2-1/2 inch square. 3. Top Rail: Profile No. 901 -2-1/2"W. x 1-5/8" H.. 4. Bottom Rail: Profile No. 903. 5. Picket Size and Spacing: 3/4" square-4-1/2 inch centers. 6. Straight Rails Design Selection: PP. 7. Gates: a. Standard gate with 4-1/2 inch picket centers. b. Provide standard hinge and latch. c. Options to be included: self-closing hinge. D. Posts, Rails, and Picket Material: 6063-T6 extruded aluminum alloys. E. Railing Accessories: Cast from ANSI 713 Alloy. F. Anchors and Inserts: As required to support work specified in accordance with approved shop drawings. G. Fittings and Fasteners: Same basic material as parts being joined. Do not use metals corrosive or incompatible with materials being fastened. H. Exposed Fasteners: Aluminum. I. Screws: Color matched, cadmium plated. 2.04 ACCESSORIES A. Exit Hardware: 1. Manufacturer: DAC Industries; Tel: (800) 888.9768; www.dacindustries.com. 2. Provide on all gates where noted on the Drawings. 3. Provide with "DETEX" exit bar with alarm, guard, lock box, and adjustable receiver bracket. 4. Color to be black. B. Emergency Gate Sign: 1. Manufacturer: Seton Identification Products; Tel: (203)488-8059; www.seton.com. 2. Product: Custom exit sign. 3. Material: Aluminum. 4. Size: 10 inches wide by 14 inches high. 5. Legend: "ATTENTION EMERGENCY GATE ONLY". 2.05 FABRICATION A. Fabricate to comply with manufacturer's printed requirements, project design requirements, details, dimensions, finish and member sizes, including post spacing and anchorage, but not less than the structural requirements to support loading. B. Clearly mark component units for site assembly and installation. C. Use connections that maintain structural capacity of joined members. 02-02-24- Construction Documents DECORATIVE METAL FENCING (ALUMINUM) 32 31 19-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO PART 3 EXECUTION 3.01 EXAMINATION A. Examine system components, substrate, and conditions where railing systems are to be installed. B. Notify Engineer in writing of unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Prepare surrounding construction to receive railing installations to comply with manufacturer's requirements. B. Review and coordinate setting drawings, shop drawings, templates, and instructions for assembly and installation of railing system and related items to be embedded in concrete and masonry. 3.03 INSTALLATION A. Install in strict accordance with manufacturer's printed installation instructions and project shop drawings. B. Preassemble railings, including posts, pickets, and panels where shown, in easy to lift sections whenever possible. 1. Provide for thermal expansion and contraction by use of expansion joints or gaps in rails. Strictly adhere to manufacturer's instructions for locations of expansion joints and fastening of expansion sleeves. 2. Separate aluminum from building materials where electrolytic action may occur by means of asphaltic paint or other approved method. C. Adjust, level, and securely install railing system components. D. Align rails so that variations from level for horizontal members, and from parallel with rake of steps and ramps for sloping members, do not exceed 1/4 inch in 12 feet. E. Pipe Railings: 1. Workmanship: a. All pipe cuts shall be square and accurate for minimal joint-gap. b. Cuts shall be clean and free of chamfer, from deburring, nicks, and burrs. c. Holes shall be drilled for proper size for a tight flush fit of rivets and screws. d. All posts grouted in concrete must have 1/4 inch diameter weep hole, 1/2 inch above post collar, in the plane of the rail. 2. Rigidity: a. Post spacing shall not exceed 6'-0"center-to-center. b. All posts shall be unspliced single pipe length. c. Lower rails shall be a single unspliced length between posts. d. All top rails shall be continuous whenever possible. e. All fasteners shall be tightened so that completed railing is rigid and free of play at joints and component attachments. F. Install all bolts and objects with sharp edges to the outside of fenced area and away from patron traffic area. Install plastic caps on bolts and objects with sharp edges if fencing is installed with patron traffic on both sides. 3.04 CLEANING A. Immediately upon completion of installation, clean all railing system surfaces using clean water and mild soap or detergent. B. Do not use abrasive agent or harsh chemicals. END OF SECTION 32 31 19 02-02-24- Construction Documents DECORATIVE METAL FENCING (ALUMINUM) 32 31 19 -3- Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 32 91 13 SOIL PREPARATION PART 1 -GENERAL 1.1 SUMMARY A. Section includes planting soils specified by composition of the mixes. B. Related Requirements: 1. Section 32 93 00"Plants"for plants and mulches. 1.2 DEFINITIONS A. Amendment: material added to Topsoil to produce Planting Soil Mix. Amendments are classified as general soil amendments, fertilizers, biological, and pH amendments. B. Biological Amendment: Amendments such as Mycorrhizal additives, compost tea or other products intended to change the soil biology. C. Compost: well decomposed stable organic material as defined by the US Composting Council. D. Existing Soil: Mineral soil existing at the locations of proposed planting after most of the construction within and around the planting site is completed and just prior to the start of work to prepare the planting area for soil modification and/or planting. E. Fertilizer: Amendment used for adjusting soil nutrient composition and balance. F. Fine grading: The final grading of the soil to achieve exact contours and positive drainage, often accomplished by hand rakes or drag rakes other suitable devices, and further defined in this specification, and further defined in this specification. G. Finished Grade: Surface or elevation of Planting Soil after final grading and 12 months of settlement of the soil. H. Imported Soil: Soil that is transported to Project site for use. I. Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil amendments, and other materials to produce planting soil. J. Owner's Representative: The person or entity, appointed by the Owner to represent their interest in the review and approval of the work and to serve as the contracting authority with the Contractor. The Owner's Representative may appoint other persons to review and approve any aspects of the work. K. Ped: a clump or clod of soil held together by a combination of clay, organic matter, and fungal hyphae, retaining the original structure of the harvested soil. L. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified as specified in Part 2 of this section to produce a soil mixture best for plant growth. M. Soil Horizons: as defined in the USDA National Soil Survey Handbook N. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 0. Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. P. Topsoil: Naturally produced and harvested soil from the"A" horizon or upper layers of the soil, excluding any duff, decayed leaves, twigs, and organic detritus. Q. Undisturbed soil: Soils with the original A horizon intact that have not been graded or compacted. Soils that have been farmed, subjected to fire or logged but not graded, and natural forested land will be considered as undisturbed. R. USCC: U.S. Composting Council. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference with the Owner's Representative at least seven (7)days before beginning work at the project site. 02-02-24 Construction Documents SOIL PREPARATION 32 91 13- 1 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 1.4 SUBMITTALS A. Product Data and certificates: For each type of manufactured product, submit data and certificates that the product meets the specification requirements, signed by the product manufacturer. B. Samples: Submit samples of each product and material, where required by Part 2 of the specification, to the Owner's Representative for approval. Label samples to indicate product, characteristics, and locations in the work. Samples will be reviewed for appearance only. 1. Submit samples a minimum of 4 weeks prior to the anticipated date of the start of soil installation. 2. Samples of all Planting Soil Mixes shall be submitted at the same time as the soil test results of that material. C. Soil Testing for Topsoil, Existing Soil, Compost, and Planting Mixes 1. Submit soil test analysis report for each sample of Topsoil, Existing Soil, Compost and Planting Soil from an approved soil-testing laboratory, as follows: a. Submit Topsoil, Existing Soil, and Compost for testing at least 8 weeks before scheduled installation of Planting Soil Mixes. Submit Planting Soil Mix test no more than 2 weeks after the approval of the Topsoil, Existing Soil, and Compost. Do not submit Planting Soil Mixes to the testing laboratory for testing until all Topsoil, Existing Soil, and Compost results have been approved. b. If tests fail to meet the specifications, obtain other sources of material, retest and resubmit until accepted by the Owner's Representative. c. All soil testing will be at the expense of the Contractor. 2. For each Topsoil, Existing Soil, and Planting Soil Mix sample, submit the following analyses: a. Particle size analysis(% dry weight) b. USDA soil texture c. pH and buffer pH. d. Percent organic content by oven dried weight. e. Nutrient levels by parts per million including: phosphorus, potassium, magnesium, manganese, iron, zinc and calcium. Nutrient test shall include the testing laboratory recommendations for supplemental additions to the soil for optimum growth of the plantings specified. f. Soluble salt by electrical conductivity of a 1:2 soil water sample measured in Milliohm per cm. g. Cation Exchange Capacity(CEC). 3. For each Compost product, submit the following analyses: a. pH b. Salt concentration (electrical conductivity) c. Moisture content%, wet weight basis d. Particle size% passing a selected mesh size, dry weight basis e. Stability carbon dioxide evolution rate mg CO2-C per g OM per day f. Physical contaminants(inerts)%, dry weight basis g. US EPA Class A standard, 40CFR§503.13, Tables 1 and 3 levels Chemical Contaminants mg/kg(ppm) 1.5 OBSERVATION OF WORK A. The Owner's Representative may observe the work at any time. They may remove samples of materials for conformity to specifications. Rejected materials shall be immediately removed from 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-2 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO the site and replaced at the Contractor's expense.The cost of testing materials not meeting specifications shall be paid by the Contractor. 1. The Owner's Representative may utilize the Contractor's penetrometer and moisture meter at any time to check soil compaction and moisture. B. The Owner's Representative shall be informed of the progress of the work so the work may be observed at the following key times in the construction process. The Owner's Representative shall be afforded sufficient time to schedule visit to the site. Failure of the Owner's Representative to make field observations shall not relieve the Contractor from meeting all the requirements of this specification. 1. COMPLETION of SOIL MODIFICATIONS REVIEW: Upon completion of all soil modification and installation of planting soil. 2. COMPLETION OF FINE GRADING AND SURFACE SOIL MODIFICATIONS REVIEW: Upon completion of all surface soil modifications and fine grading but prior to the installation of shrubs, ground covers, or lawns. 1.6 QUALITY ASSURANCE A. Installer Qualifications: The installer shall be a firm having at least 5 years of experience of a scope like that required for the work, including the preparation, mixing and installation of soil mixes to support planting. B. Soil testing laboratory qualifications: an independent laboratory, with the experience and capability to conduct the testing indicated and that specializes in USDA agricultural soil testing, Planting Soil Mixes, and the types of tests to be performed. Geotechnical engineering testing labs shall not be used. 1.7 SITE CONDITIONS A. It is the responsibility of the Contractor to be aware of all surface and subsurface conditions, and to notify the Owner's Representative, in writing, of any circumstances that would negatively impact the health of plantings. Do not proceed with work until unsatisfactory conditions have been corrected. 1. Should subsurface drainage or soil conditions be encountered which would be detrimental to growth or survival of plant material, the Contractor shall notify the Owner's Representative in writing, stating the conditions and submit a proposal covering cost of corrections. If the Contractor fails to notify the Owner's Representative of such conditions, they shall remain responsible for plant material under the warrantee clause of the specifications. 2. This specification requires that all Planting Soil and Irrigation (if applicable) work be completed and accepted prior to the installation of any plants. 1.8 DELIVERY, STORAGE, AND HANDLING A. Weather: Do not mix, deliver, place or grade soils when frozen or with moisture above field capacity. B. Protect soil and soil stockpiles, including the stockpiles at the soil blender's yard, from wind, rain and washing that can erode soil or separate fines and coarse material, and contamination by chemicals, dust and debris that may be detrimental to plants or soil drainage. Cover stockpiles with plastic sheeting or fabric at the end of each workday. C. All manufactured packaged products and material shall be delivered to the site in unopened containers and stored in a dry enclosed space suitable for the material and meeting all environmental regulations. Biological additives shall be protected from extreme cold and heat. 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-3 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO All products shall be freshly manufactured and dated for the year in which the products are to be used. D. Deliver all chemical amendments in original, unopened containers with original labels intact and legible, which state the guaranteed chemical analysis. Store all chemicals in a weather protected enclosure. E. Bulk material: Coordinate delivery and storage with Owner's Representative and confine materials to neat piles in areas acceptable to Owner's Representative. 1.9 EXCAVATING AND GRADING AROUND UTILITES A. Contractor shall carefully examine the civil, record, and survey drawings to become familiar with the existing underground conditions before digging. B. Determine location of underground utilities and perform work in a manner that will avoid damage. Hand excavate as required. Maintain grade stakes set by others until parties concerned mutually agree upon removal. C. Notification of the Missouri One Call System at 1-800-DIG-RITE, or 811, is required for all planting areas: The Contractor is responsible for knowing the location and avoiding utilities that are not covered by the Missouri One Call System. PART 2-PRODUCTS 2.1 PLANTING SOIL MIX A. General definition: A mix of Existing Soil, Topsoil, and Compost to make a new soil that meets the project goals for the indicated planting areas. These will be mixed on-site, and will consist of the mix components and in the proportions as indicated. B. Planting Mix 1. A Mix of Existing Soil, Topsoil, and Compost in the following ratio:_ Mix component% by moist volume Existing Soil 65-70% Topsoil (unscreened) 25-30% Compost 5% 2. Final tested organic matter between 2.75 and 4% (by dry weight). 3. Final planting mix weight between 76 and 86 pounds per cubic foot(by dry weight). 4. Mix the Topsoil and Compost together first and then add to the Existing Soil. Mix with a loader bucket to loosely incorporate the Topsoil/Compost Mix into the Existing Soil. 5. At the time of final grading, add lime or other inorganic amendments, only if required, at rates recommended by the testing results for the plants to be grown. 6. Provide a two-gallon sample with testing data that includes recommendations for chemical additives for the types of plants to be grown. Samples and testing data shall be submitted at the same time. 2.2 COMPOST A. Compost: Blended and ground leaf, wood and other plant-based material, composted for a minimum of 9 months and at temperatures enough to break down all woody fibers, seeds and leaf structures, free of toxic material at levels that are harmful to plants or humans. Source material shall be yard waste trimmings blended with other plant or manure-based material designed to produce Compost high in fungal material. Compost shall be commercially prepared Compost and meet US Compost Council STA/TMECC criteria or as modified in this section for"Compost as a Landscape Backfill Mix Component". 1. Compost shall comply with the following parameters: 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-4 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO a. pH: 5.5-8.0. b. Soil salt(electrical conductivity): maximum 5 dS/m(mmhos/cm). c. Moisture content%, wet weight basis: 30—60. d. Particle size, dry weight basis: 98% pass through 3/4 inch screen or smear. e. Stability carbon dioxide evolution rate: mg CO2-C/g OM/day<2. f. Solvita maturity test: > 6. g. Physical contaminants(inerts), %, dry weight basis: <1%. h. Chemical contaminants, mg/kg (ppm): meet or exceed US EPA Class A standard, 40CFR§503.13, Tables 1 and 3 levels. i. Biological contaminants select pathogens fecal coliform bacteria, or salmonella, meet or exceed US EPA Class A standard, 40 CFR § 503.32(a) level requirements. B. Provide a one quart sample with manufacturer's literature and material certification that the product meets the requirements. 2.3 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through a No. 8 sieve and a minimum of 75 percent passing through a No. 60 sieve. 2. Form: Provide lime in form of ground dolomitic limestone. PART 3-EXECUTION 3.1 SITE EXAMINATION A. Prior to installation of Planting Soil, examine site to confirm that existing conditions are satisfactory for the work of this section to proceed. 1. Confirm that the subgrade is at the proper elevation and compacted as required. 2. Confirm that the surface of all areas to be filled with Planting Soil are free of construction debris, refuse, compressible or biodegradable materials, stones greater than 2 inches diameter, soil crusting films of silt or clay that reduces or stops drainage from the Planting Soil into the subsoil; and/or standing water. Remove unsuitable material from the site. 3. Confirm that no adverse drainage conditions are present. 4. Confirm that no conditions are present which are detrimental to plant growth. 5. Confirm that utility work has been completed per the drawings. B. If unsatisfactory conditions are encountered, notify the Owner's Representative immediately to determine corrective action before proceeding. 3.2 SITE PREPARATION A. Excavate to the proposed subgrade. Maintain all required angles of repose of the adjacent materials as shown on the drawings or as required by this specification. Do not over excavate compacted subgrades of adjacent pavement or structures. Maintain a supporting 1:1 side slope of compacted subgrade material along the edges of all paving and structures where the bottom of the paving or structure is above the bottom elevation of the excavated planting area. B. Remove all construction debris and material including any construction materials from the subgrade. C. Confirm that the subgrade is at the proper elevation and compacted as required. Subgrade elevations shall slope approximately parallel to the finished grade and/or toward the subsurface drain lines as shown on the drawings. D. In areas where Planting Soil is to be spread, confirm subgrade has been scarified. 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-5 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO E. Protect adjacent walls, walks and utilities from damage or staining by the soil. Use 1/2-inch plywood and or plastic sheeting as directed to cover existing concrete, metal and masonry work and other items as directed during the progress of the work. 1. At the end of each working day, clean up any soil or dirt spilled on any paved surface. 2. Any damage to the paving or site features or work shall be repaired at the Contractor's expense. 3.3 PLANTING SOIL MIX INSTALLATION A. Prior to installing any Planting Soil from stockpiles or Planting Soil Mixes blended off site, the Owner's Representative shall approve the condition of the subgrade and the previously installed subgrade preparation and the installation of subsurface drainage. B. All equipment utilized to install, or grade Planting Soils shall be wide track or balloon tire machines rated with a ground pressure of 4 psi or less. All grading and soil delivery equipment shall have buckets equipped with 6-inch-long teeth to scarify any soil that becomescompacted. C. In areas of soil installation above existing subsoil, scarify the subgrade material prior to installing Planting Soil. 1. Scarify the subsoil of the subgrade to a depth of 3—6 inches with the teeth of the back hoe or loader bucket, tiller or another suitable device. 2. Immediately install the Planting Soil. Protect the loosened area from traffic. DO NOT allow the loosened subgrade to become compacted. 3. If the loosened area becomes overly compacted, loosen the area again prior to installing the Planting Soil. D. Install the Planting Soil in 12 - 18-inch lifts to the required depths. Apply compacting forces to each lift as required to attain the required compaction. Scarify the top of each lift prior to adding more Planting Soil by dragging the teeth of a loader bucket or backhoe across the soil surface to roughen the surface. E. Phase work such that equipment to deliver or grade soil does not have to operate over previously installed Planting Soil. Work in rows of lifts the width of the extension of the bucket on the loader. Install all lifts in one row before proceeding to the next.Work out from the furthest part of each bed from the soil delivery point to the edge of each bed area. F. Where possible place large trees first and fill Planting Soil around the root ball. G. Installing soil with soil or mulch blowers or soil slingers shall not be permitted due to the over mixing and soil ped breakdown cause by this type of equipment. H. Where travel over installed soil is unavoidable, limit paths of traffic to reduce the impact of compaction in Planting Soil. Each time equipment passes over the installed soil it shall reverse out of the area along the same path with the teeth of the bucket dropped to scarify the soil. Comply with the paragraph "Compaction Reduction" (Section 3.9) if soil becomes over compacted. I. The depths and grades shown on the drawings are the final grades after settlement and shrinkage of the compost material. The Contractor shall install the Planting Soil at a higher level to anticipate this reduction of Planting Soil volume. A minimum settlement of approximately 10 - 15% of the soil depth is expected. All grade increases are assumed to be as measured prior to addition of surface Compost till layer, mulch, or sod. 3.4 COMPACTION REQUIREMENTS A. Compact installed Planting Soil to the compaction rates indicated and using the methods approved for the soil mockup. Compact each soil lift as the soil is installed. B. Installed Planting Soil Mix and re-spread existing soil shall have a soil density through the required depth of the installed layers of soil, such that the penetrometer reads approximately 75 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-6 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO to 250 psi at soil moisture approximately the mid-point between wilt point and field capacity. This will be approximately between 75 and 82% of maximum dry density standard proctor. C. Planting Soil compaction shall be tested at each lift using a penetrometer calibrated to the mockup soil and its moisture level. The same penetrometer and moisture meter used for the testing of the mockup shall be used to test installed soil throughout the work. D. Maintain moisture conditions within the Planting Soil during installation or modification to allow for satisfactory compaction. Suspend operations if the Planting Soil becomes wet. Apply water if the soil is overly dry. E. Provide adequate equipment to achieve consistent and uniform compaction of the Planting Soils. Use the smallest equipment that can reasonably perform the task of spreading and compaction. Use the same equipment and methods of compaction used to construct the Planting Soil mockup. F. Do not pass motorized equipment over previously installed and compacted soil except as authorized below. 1. Light weight equipment such as trenching machines or motorized wheelbarrows are permitted to pass over finished soil work. 2. If work after the installation and compaction of soil compacts the soil to levels greater than the above requirements, follow the requirements of the paragraph "Over Compaction Reduction" below. 3.5 OVER COMPACTION REDUCTION A. Any soil that becomes compacted to a density greater than the specified density and/or the density in the approved mockup shall be dug up and reinstalled. This requirement includes compaction caused by other sub-contractors after the Planting Soil is installed and approved. B. Surface roto tilling shall not be considered adequate to reduce over compaction at levels 6 inches or greater below finished grade. 3.6 INSTALLATION OF CHEMICAL ADDITIVES A. Following the installation of each soil and prior to fine grading and installation of the Compost till layer, apply chemical additives as recommended by the soil test, and appropriate to the soil and specific plants to be installed. B. Types, application rates and methods of application shall be approved by the Owner's Representative prior to any applications. 3.7 FINE GRADING A. The Owner's Representative shall approve all rough grading prior to the installation of Compost, fine grading, planting, and mulching. B. Grade the finish surface of all planted areas to meet the grades shown on the drawings, allowing the finished grades to remain higher(10 — 15% of depth of soil modification) than the grades on the grading plan, as defined in paragraph Planting Soil Installation, to anticipate settlement over the first year. C. Utilize hand equipment, small garden tractors with rakes, or small garden tractors with buckets with teeth for fine grading to keep surface rough without further compaction. Do not use the flat bottom of a loader bucket to fine grade, as it will cause the finished grade to become overly smooth and or slightly compressed. D. Provide for positive drainage from all areas toward the existing inlets, drainage structures and or the edges of planting beds. Adjust grades as directed to reflect actual constructed field conditions of paving, wall and inlet elevations. Notify the Owner's Representative if conditions make it impossible to achieve positive drainage. 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-7 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO E. Provide smooth, rounded transitions between slopes of different gradients and direction. Modify the grade so that the finish grade before adding mulch and after settlement is one or two inches below all paving surfaces or as directed by the drawings. F. Fill all dips and remove any bumps in the overall plane of the slope. The tolerance for dips and bumps in shrub and ground cover planting areas shall be a 2-inch deviation from the plane in 10 feet. The tolerance for dips and bumps in lawn areas shall be a 1-inch deviation from the plane in 10 feet. 3.8 INSTALLATION OF COMPOST TILL LAYER A. After Planting Soil Mixes are installed in planting bed areas and just prior to the installation of shrub or groundcover plantings, spread 3 inches of Compost over the beds and roto till into the top 6 inches of the Planting Soil. This step will raise grades slightly above the grades required in paragraph "Fine Grading". This specification anticipates that the raise in grade due to this tilling will settle within a few months after installation as Compost breaks down. Additional settlement as defined in paragraph "Planting Soil and Planting Soil Mix installation" must still be accounted for in the setting of final grades. 3.9 CLEAN UP A. During installation, keep the site free of trash, pavements reasonably clean and work area in an orderly condition at the end of each day. Remove trash and debris in containers from the site no less than once a week. 1. Immediately clean up any spilled or tracked soil, fuel, oil, trash or debris deposited by the Contractor from all surfaces within the project or on public right of ways and neighboring property. B. Once installation is complete, wash all soil from pavements and other structures. Ensure that mulch is confined to planting beds and that all tags and flagging tape are removed from the site. The Owner's Representative seals are to remain on the trees and removed at the end of the warranty period. 1. Make all repairs to grades, ruts, and damage to the work or other work at the site. 2. Remove and dispose of all excess Planting Soil, subsoil, mulch, plants, packaging, and other material brought to the site by the Contractor. 3.10 PLANTING SOIL AND MODIFIED EXISTING SOIL PROTECTION A. The Contractor shall protect installed and/or modified Planting Soil from damage including contamination and over compaction due to other soil installation, planting operations, and operations by other Contractors or trespassers. Maintain protection during installation until acceptance. Utilize fencing and matting as required or directed to protect the finished soil work. Treat, repair or replace damaged Planting Soil immediately. B. Loosen compacted Planting Soil and replace Planting Soil that has become contaminated as determined by the Owner's Representative. Planting Soil shall be loosened or replaced at no expense to the Owner. 1. Till and restore grades to all soil that has been driven over or compacted during the installation of plants. 2. Where modified existing soil has become contaminated and needs to be replaced, provide imported soil that is of similar composition, depth and density as the soil that was removed. 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-8 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 3.11 PROTECTION DURING CONSTRUCTION A. The Contractor shall protect planting and related work and other site work from damage due to planting operations, operations by other Contractors or trespassers. 1. Maintain protection during installation until the date of plant acceptance (see specifications section—Planting). Treat, repair or replace damaged work immediately. 2. Provide temporary erosion control as needed to stop soil erosion until the site is stabilized with mulch, plantings or turf. B. Damage done by the Contractor, or any of their sub-contractors to existing or installed plants, or any other parts of the work or existing features to remain, including large existing trees, soil, paving, utilities, lighting, irrigation, other finished work and surfaces including those on adjacent property, shall be cleaned, repaired or replaced by the Contractor at no expense to the Owner. The Owner's Representative shall determine when such cleaning, replacement or repair is satisfactory. Damage to existing trees shall be assessed by a certified arborist. 3.12 SUBSTANTIAL COMPLETION ACCEPTANCE A. Upon written notice from the Contractor, the Owners Representative shall review the work and decide if the work is substantially complete. B. The date of substantial completion of the planting soil shall be the date when the Owner's Representative accepts that all work in Planting, Planting Soil, and Irrigation installation sections is complete. 3.13 FINAL ACCEPTANCE/SOIL SETTLEMENT A. At the end of the plant warrantee and maintenance period, (see Specification section -Planting) the Owner's Representative shall observe the soil installation work and establish that all provisions of the contract are complete, and the work is satisfactory. 1. Restore any soil settlement and or erosion areas to the grades shown on the drawings. When restoring soil grades remove plants and mulch and add soil before restoring the planting. Do not add soil over the root balls of plants or on top of mulch. B. Failure to pass acceptance: If the work fails to pass final acceptance, any subsequent observations must be rescheduled as per above. The cost to the Owner for additional observations will be charged to the Contractor at the prevailing hourly rate of the Owner's Representative. END OF SECTION 329113 02-02-24 Construction Documents SOIL PREPARATION 32 91 13-9 Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 32 92 21 SEEDING PART 1 GENERAL 1.01 SECTION INCLUDES A. Preparation of subsoil. B. Placing topsoil. C. Fertilizing. D. Seed installation. E. Maintenance. 1.02 RELATED SECTIONS A. Section 31 22 00 - Grading: Topsoil material. B. Section 31 22 00 - Grading: Preparation of subsoil and placement of topsoil in preparation for the work of this section. 1.03 DEFINITIONS A. Weeds: Includes Dandelion, Jimsonweed; Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.04 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Invoices and Analysis Labels: Submit a copy of the supplier's invoices for all seed, mulch, and fertilizer, showing the quantity purchased for the project, and representative labels bearing the grower's, manufacturer's, or vendor's guaranteed statement of analysis to assure compliance with specified requirements for quality and application rates. C. Planting Schedule: Submit a proposed planting schedule indicating dates for each type of landscape work during optimum seasons for such work. Once accepted, dates shall be revised only as approved in writing, after documentation of reasons for delays has been submitted. 1.05 QUALITY ASSURANCE A. Personnel and Equipment: 1. Employ only experienced personnel who are familiar with, and regularly engaged in, the type of work required. 2. Provide adequate supervision by a qualified supervisor at all times when construction is in progress. 3. Use equipment of proper size and capacity to perform the work as specified and within the limits disturbed by construction. 1.06 TIME AND CONDITIONS A. Seeding work shall progress as rapidly as portions of the site become available, working within seasonal limitations. B. Seeding dates shall be defined as late summer and early fall, generally between the dates of August 15 and September 30, or in mid to late winter or early spring, from as soon as the ground can be worked to April 20. C. Perform planting activities only during periods within the planting season, when weather and soil conditions are suitable. Planting activities shall not be done during periods of severe drought, high winds, excessive moisture, or frozen ground, as determined by the Engineer. Seeding work in any areas shall not be started until all earthwork has been substantially completed. Backfill and fills shall be allowed to settle, topsoil shall be spread and bound, and finish grading and mechanical compaction shall be completed and accepted before commencing work in any area. 02-02-24- Construction Documents SEEDING 32 92 21 -1- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 1.07 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Packaged materials shall be delivered in containers showing weight, analysis, and name of manufacturer. Materials shall be protected from deterioration during delivery and while they are stored at the site. 1.08 GUARANTEE AND ACCEPTANCE A. Seeded areas shall be uniform in density; reasonably free of weeds, disease, or other visible imperfections; and at least 2 inches tall and growing for acceptance. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil: Type as specified in Section 31 23 23. B. Seed: 1. Seed shall comply with seed laws and noxious weed restrictions of the State and applicable State Rules and Regulations pertaining to the sale and shipment of seed. Seed shall be furnished in sealed standard containers of the vendor bearing the date of last germination, which shall be within 6 months prior to planting. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be acceptable. 2. Seed shall be turf type tall fescue, shall be Blue Tag Certified, and shall contain at least three fescue cultivars in the mixture. Each cultivar shall have a minimum visual quality average of 5.5 or higher according to Table 1, page 2 of the 2003 Kansas State University Turfgrass Research Report. C. Mulch: 1. Materials acceptable for mulching shall include wheat straw, oat straw, and other small stemmed straws that are acceptable to the Engineer, including sweet clover hay, prairie hay, smooth bromegrass hay, cane and sorghum hay, soybean hay, or sudan grass hay. Sawdust, wood chips shredded wood, peat moss, or pulverized corn cobs may be used with the Engineer's permission. 2. Prairie hay shall consist chiefly of the Bluestem grasses, Switchgrass, Indiangrass and other desirable native perennial grasses which are normally growing in Bluestem pastures. 3. Mulching material shall be baled, dry, and unweathered, and shall show no signs of discoloration or mold damage. Mulching material shall be free of field bindweed, Johnson grass, hoary cress, Russian knapweed, or other weeds declared noxious by the State Board of Agriculture. D. Wood Cellulose Fiber: Wood cellulose fiber shall be prepared from virgin wood fibers containing no substance or factor which might inhibit germination or growth of grass seed. Mulch shall be dyed an appropriate color, preferably green, to allow visual monitoring of its application and shall contain a tacking agent either combined with the product or added in the tank when making the slurry. The wood cellulose fibers shall have the property of becoming evenly dispersed and suspended when agitated in water. When sprayed uniformly on the surface of the soil, the fibers shall form a blotter-like ground cover which readily absorbs water and allows infiltration to the underlying soil. Weight specifications from suppliers, and for all applications, shall refer only to air dry weight of the fiber, at a standard equivalent of 12 percent nominal moisture content. The mulch material shall be supplied in packages having a gross weight not in excess of 100 pounds and shall be marked by the manufacturer to show the air dry weight content. E. Fertilizer: 1. Fertilizer shall be pelleted or granulated, uniform in composition, free flowing, suitable for application with approved equipment, fully labeled according to state fertilizer laws, and bearing the name, trade name or trademark, and warranty of the producer. 2. Fertilizer shall have an analysis in a 1-1-1 (N-P202-K20) ratio of available nitrogen, phosphorous, and potassium such as a 10-10-10 or 12-12-12, in percent by weight, in order to supply a specified number of pounds of the pure chemical per acre. F. Water: Clean, fresh and free of substances or matter which could inhibit vigorous growth of grass. 02-02-24- Construction Documents SEEDING 32 92 21 -2- Waters Edge Aquatic Design Riverside. MO - Pool & Restroom Improvements 21-529 Riverside, MO PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this section. 3.02 SEQUENCE A. Unless otherwise requested in writing and acceptable to the Engineer, the sequence of work shall be clearing. grading, application of fertilizer, tilling, seeding, covering and firming, mulching, stabilizing mulch, cleanup, protection, and maintenance. 3.03 PREPARATION A. Clearing: Prior to grading and tilling, vegetation that may interfere with operations shall be mowed, grubbed, and raked. The collected material shall be removed from the site. The surface shall be cleared of stumps, stones, roots, cable, wire, and other materials that might hinder the work or subsequent maintenance. B. Prepare subgrade in accordance with Section 31 23 23. Establish grades shall be maintained in a true and even condition. Eroded areas and areas having inadequate drainage, as indicated by ponding of water, shall be filled. Ruts, deep tracks, dead furrows, and ridges shall be eliminated. C. Place topsoil in accordance with Section 31 22 00. 3.04 FERTILIZING A. Apply fertilizer uniformly at the rate necessary to provide 43 pounds of each pure chemical per acre. such as 430 pounds of 10-10-10 or 360 pounds of 12-12-12. B. Apply fertilizer no more than 24 hours before the tilling operation. 3.05 TILLAGE A. After spreading the fertilizer, areas to be seeded shall be tilled in order to incorporate the fertilizer, break up soils compacted by construction, and promote rooting. B. The finished operation should result in a well-aggregated soil to retain moisture and protect the seed against temperature fluctuations. C. Except in compacted, crusted, loose, and smooth areas. the soil shall be tilled to a depth of not less than 2 inches. In all other areas, the soil shall be tilled to a depth of not less than 6 inches. In small, inaccessible areas or on steep embankments, the minimum depth of tilling shall be 2 inches. Tilling may be required to be performed by hand methods. D. After tilling, the seedbed shall be smoothed by harrowing or dragging methods to eliminate clods and voids. E. All areas shall be brought to finished grade within a tolerance of plus or minus 0.1 foot according to the grading plan or to match existing ground surface. F. If the surface is not acceptable to the Engineer, the unacceptable portions shall be reworked. G. The finished surface shall be even and uniform, with no dirt clods, rocks, or other debris. H. If. in the opinion of the Engineer, the soil additives have not been thoroughly mixed, the Contractor shall recultivate the site at his own expense. 3.06 APPLICATION OF SEED A. Seeding equipment calibration tests shall be made in the presence of the Engineer to determine the equipment setting required to broadcast the seed at the specified rates. Markers shall be used to assure that no skips in planting occur. If unplanted skips and areas are noted after germination and growth of the grass, the unplanted areas shall be seeded at no additional costs to the Owner. The seeder shall be kept at least half full during seeding operations to ensure uniform distribution of the seed mixture over all the areas seeded and shall be adjustable so that the seeds can be planted and covered not to exceed 1/4 inch deep. B. On steep slopes and rocky terrain or other areas where seed drills cannot be operated, the seed shall be broadcast by a hand-held cyclone spreader or suitable walk behind equipment. C. Seed shall be applied at the following rates for the mixture stipulated below. 1. General Seed Mixture: Total 10 pounds of bulk seed per 1.000 sq. ft. 02-02-24- Construction Documents SEEDING 32 92 21 -3- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 3.07 COVERING AND FIRMING A. Unless a cultipacker type seeder is used, the seed shall be covered with a shallow-set spike tooth harrow or a chain, plank, or brush drag, depending on soil conditions. B. The depth of cover shall not exceed 1/4 inch. C. In small areas or on steep slopes, covering may need to be performed by hand methods. D. After covering, the areas shall be firmed by rolling or with the use of cultipacker. 3.08 APPLICATION OF MULCH A. Mulch shall be spread uniformly in a continuous blanket at the rate of 1-1/2 tons per acre (approximately 1-1/2 inches deep, loose measurement). B. Mulch shall be spread by hand or with a blower type mulch spreader. 1. Blower type mulch spreaders shall be so adjusted and operated that excessive breakage of the mulch material is avoided. 2. If excessive breakage of the mulch cannot be accomplished with the blower, the mulch shall be spread by hand methods. C. Care shall be exercised to ensure that all wire from the bales is collected as it is removed from the bale. D. Mulch shall be started at the windward side of relatively flat areas, or at the upper part of a steep slope, and continued uniformly until the area is covered. E. The mulch shall not be bunched. 3.09 STABILIZING MULCH A. All mulching materials shall be stabilized by anchoring or by applying wood cellulose fibers. B. The mulch shall be anchored to the soil to a depth of 2 to 3 inches by a mulch puncher or straight serrated coulter disk mulch anchor machine designed to force the mulch into the soil surface. The machine shall be weighted and operated in such a manner as to secure the mulch firmly in the ground to form a soil-binding mulch and to prevent loss or bunching by wind. The coulters shall be at least 10 inches in diameter. Two or more passes may be required to anchor the mulch to the satisfaction of the Engineer. No mulch shall be placed unless it can be anchored on the same day. C. Mulch shall be stabilized by applying wood cellulose fiber over the mulch at the rate of 700 pounds per acre. The wood cellulose fiber shall be mixed with water and applied by standard hydraulic mulching equipment consisting of a mixing tank and pump powered spray gun. D. Wood cellulose fiber mulch shall be spread in a uniform, visible coat, using the green color of the wood pulp as a guide. The slurry shall e applied in a sweeping motion, in an arched stream so as to fall like rain, allowing the wood pulp to build until a good coat is achieved and the material is spread at the required rate per acre. Care shall be taken to ensure that there shall be no overspray on structures, utilities, pavement, concrete, trees, plantings, and other items of construction. 3.10 PROTECTION A. Seeded areas shall be protected against traffic. If necessary, barricades or warning signs shall be erected. Such protective devices shall be maintained until acceptance of the as specified herein. 3.11 CLEANUP A. After completion of the construction operations, the entire area shall be cleared of excess soil and waste material, including, but not limited to, stones, stumps, roots, brush, wire, grade stakes, and all objects that might be a hindrance to maintenance operations or affect the visual appearance of the site. All roads over which hauling operations have been conducted, regardless of the type of surfacing, shall be kept clean, and soil clods and debris left on the surface shall be removed. The wheels of vehicles shall be cleaned to avoid leaving soil upon the surface of roads, walks, and other surfaced areas. 3.12 MAINTENANCE A. All seeded areas shall be maintained until acceptance of the work as specified herein. Maintenance shall include mowing, watering, reseeding, repair of erosion damage, and replacement of mulch. 02-02-24- Construction Documents SEEDING 32 92 21 -4- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 1. Watering: In the absence of adequate rainfall, watering shall be done daily and as often as necessary to keep the seedbed moist at all times. Watering shall continue until acceptance. 2. Reseeding: Prior to acceptance, seeded areas that show signs of substantial desiccation, as evidenced by loss of color and distinct yellowing or by lack of germination, shall be considered failed and shall be reseeded and continue to be reseeded until acceptable cover is obtained. Reseeding operations shall be as originally specified. 3. Maintenance of Grades: Original grades of seeded areas shall be maintained after commencement of planting operations and until acceptance. Any damage to the finished surface from construction operations shall be repaired within reasonable time. In the event erosion occurs from either watering operations or rainfall, such damage shall be repaired within a reasonable time. Ruts, ridges, tracks, and other surface irregularities shall be corrected, and reseeded where required. 4. Maintenance of Mulch: Mulch shall be maintained until covered with growing grass seedlings. Material that has been removed from the site by wind or other causes shall be replaced and secured. 5. Mowing: a. All seeded areas shall be mowed immediately prior to Engineer's or Owner's inspection for acceptance. Mowing is required to facilitate visual assessment of acceptability of the work. Not more than one-third of the grass leaf shall be removed. Prior to mowing, debris that would interfere with mowing, such as paper or cardboard, cans, bottles, and any other wastes that detract from the general appearance of the site, shall be collected and removed. b. Mowing equipment shall be rotary type, in good operating condition, properly adjusted, and sharp. Extra care shall be taken when mowing around trees and shrubs to prevent damage to bark. Any trees or shrubs with damaged bark as a result of mowing or other maintenance operations shall be replaced by the Contractor at his expense. Grass clippings in amounts that would smother the growing grass shall be collected and removed. END OF SECTION 32 92 21 02-02-24- Construction Documents SEEDING 32 92 21 -5- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO SECTION 32 92 23 SODDING PART 1 GENERAL 1.01 SECTION INCLUDES A. Preparation of subsoil. B. Placing topsoil. C. Fertilizing. D. Sod installation. 1.02 RELATED REQUIREMENTS A. Section 31 22 00- Grading: Topsoil material. B. Section 31 22 00-Grading: Preparation of subsoil and placement of topsoil in preparation for the work of this section. 1.03 REFERENCE STANDARDS A. TPI (SPEC) - Guideline Specifications to Turfgrass Sodding; 2006. 1.04 DEFINITIONS A. Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.05 SUBMITTALS A. See Administrative Requirements, for submittal procedures. B. Certificate: Certify grass species and location of sod source. 1.06 QUALITY ASSURANCE A. Sod Producer: Company specializing in sod production and harvesting with minimum five years experience, and certified by the State where the project is located. B. Installer Qualifications: Company approved by the sod producer. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver sod on pallets. Protect exposed roots from dehydration. B. Do not deliver more sod than can be laid within 24 hours. A. Furnish service and maintenance of sodded areas for two months from Date of Substantial Completion. PART 2 PRODUCTS 2.01 MATERIALS A. Sod: TPI (SPEC), Certified Turfgrass Sod quality; cultivated grass sod; type indicated in plant schedule on Drawings; with strong fibrous root system, free of stones, burned or bare spots; containing no more than 5 weeds per 1000 sq ft. Minimum age of 18 months, with root development that will support its own weight without tearing, when suspended vertically by holding the upper two corners. 1. St. Augustine Grass Type: 10 percent. 2. Floratam Grass Type: 10 percent. 3. Kentucky Blue Grass Type: 80 percent. B. Topsoil: Type as specified in Section 31 22 00. C. Fertilizer: FS O-F-241, Grade slow release; recommended for grass, with fifty percent of the elements derived from organic sources; of proportion necessary to eliminate any deficiencies of topsoil, to the following proportions: Nitrogen 10 percent, phosphoric acid 10 percent, soluble potash 10 percent. D. Water: Clean, fresh and free of substances or matter that could inhibit vigorous growth of grass. 02-02-24- Construction Documents SODDING 32 92 23-1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO 2.02 ACCESSORIES A. Wood Pegs: Softwood, sufficient size and length to ensure anchorage of sod on slope. 2.03 HARVESTING SOD A. Machine cut sod and load on pallets in accordance with TPI Guidelines. B. Cut sod in area not exceeding 1 sq yd, with minimum 1/2 inch and maximum 1 inch topsoil base. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this section. 3.02 PREPARATION A. Prepare subgrade in accordance with Section 31 22 00. B. Place topsoil in accordance with Section 31 22 00. 3.03 FERTILIZING A. Apply fertilizer in accordance with manufacturer's instructions. B. Apply after smooth raking of topsoil and prior to installation of sod. C. Apply fertilizer no more than 48 hours before laying sod. D. Mix thoroughly into upper 2 inches of topsoil. E. Lightly water to aid the dissipation of fertilizer. 3.04 LAYING SOD A. Moisten prepared surface immediately prior to laying sod. B. Lay sod immediately after delivery to site to prevent deterioration. C. Lay sod smooth and tight with no open joints visible, and no overlapping: stagger end joints 12 inches minimum. Do not stretch or overlap sod pieces. D. Lay smooth. Align with adjoining grass areas. E. Place top elevation of sod at same elevation as adjoining paving. F. On slopes 6 inches per foot and steeper, lay sod perpendicular to slope and secure every row with wooden pegs at maximum 2 feet on center. Drive pegs flush with soil portion of sod. G. Prior to placing sod, on slopes exceeding 8 inches per foot or where indicated, place wire mesh over topsoil. Securely anchor in place with wood pegs sunk firmly into the ground. H. Water sodded areas immediately after installation. Saturate sod to 4 inches of soil. I. After sod and soil have dried, roll sodded areas to ensure good bond between sod and soil and to remove minor depressions and irregularities. 3.05 MAINTENANCE A. Mow grass at regular intervals to maintain at a maximum height of 2-1/2 inches. Do not cut more than 1/3 of grass blade at any one mowing. B. Neatly trim edges and hand clip where necessary. C. Immediately remove clippings after mowing and trimming. D. Water to prevent grass and soil from drying out. E. Roll surface to remove irregularities. F. Control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. G. Immediately replace sod to areas that show deterioration or bare spots. 02-02-24- Construction Documents SODDING 32 92 23 -2- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO H. Protect sodded areas with warning signs during maintenance period. END OF SECTION 32 92 23 02-02-24- Construction Documents SODDING 32 92 23 -3- Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO SECTION 32 93 00 PLANTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Plants. 2. Decorative Rock B. Related Requirements: 1. Section 32 91 13"Soil Preparation"for composition of planting soils and mixes. 1.2 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Container plant: Plants that are grown in and/or are currently in a container including boxed trees. C. Defective plant: Any plant that fails to meet the plant quality requirement of this specification. D. End of Warranty Final Acceptance: The date when the Owner's Representative accepts that the plants and work in this section meet all the requirements of the warranty. It is intended that the materials and workmanship warranty for Planting, Planting Soil, and Irrigation work run concurrent with each other. E. Healthy: Plants that are growing in a condition that expresses leaf size, crown density, color; and with annual growth rates typical of the species and cultivar's horticultural description, adjusted for the planting site soil, drainage and weather conditions. F. Maintenance: Actions that preserve the health of plants after installation and as defined in this specification. G. Maintenance period: The time span, as defined in this specification, during which the Contractor is to provide maintenance. H. Normal: the prevailing protocol of industry standard(s). I. Owner's Representative: The person appointed by the Owner to represent their interest in the review and approval of the work and to serve as the contracting authority with the Contractor. The Owner's Representative may appoint other persons to review and approve any aspects of the work. J. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 32 91 13"Soil Preparation"for drawing designations for planting mix. K. Root ball: The mass of roots including any soil or substrate that is shipped with the tree within the root ball package. L. Root ball package. The material that surrounds the root ball during shipping. The root package may include the material in which the plant was grown, or new packaging placed around the root ball for shipping. M. Root collar (root crown, root flare, trunk flare, flare): The region at the base of the trunk where most of the structural roots join the plant stem, usually at or near ground level. N. Shrub: Woody plants with mature height approximately less than 15 feet. 0. Spade harvested and transplanted: Field grown trees that are mechanically harvested and immediately transplanted to the final growing site without being removed from the digging machine. P. Stem: The trunk of the tree. Q. Substantial Completion Acceptance: The date at the end of the Planting, Planting Soil, and Irrigation installation where the Owner's Representative accepts that all work in these sections 02-02-24—Construction Documents PLANTS 32 93 00- 1 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO is complete and the Warranty period has begun. This date may be different than the date of substantial completion for the other sections of the project. R. Stem girdling root: Any root more than 1/4 inch diameter currently touching the trunk, or with the potential to touch the trunk, above the root collar approximately tangent to the trunk circumference or circling the trunk. Roots shall be considered as Stem Girdling that have, or are likely to have in the future, root to trunk bark contact. S. Structural root: One of the largest roots emerging from the root collar. T. Tree: Single and multi-stemmed plants with mature height approximately greater than 15feet. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference with the Owner's Representative at least seven (7)days before beginning work at the project site. 1.4 ACTION SUBMITTALS A. Submit all product submittals four(4)weeks prior to installation of plantings. B. Product Data: Submit manufacturer product data and literature describing all products required by this section to the Owner's Representative for approval. Provide submittal four (4) weeks before the installation of plants. C. Samples of decorative rock must be provided. 1.5 INFORMATIONAL SUBMITTALS A. Plant sources: submit sources of all plants are required by Article —"Selection of Plants" to the Owner's Representative for approval. B. Sample warranty. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. B. Warranty period site visit record. If there is no maintenance during the warranty period, after each site visit during the warranty period, by the contractor, as required by this specification, submit a written record of the visit, including any problems, potential problems, and any recommended corrective action to the Owner's Representative. 1.7 SELECTION AND OBSERVATION OF PLANTS A. The Owner's Representative may review all plants subject to approval of size, health, quality, character, etc. Review or approval of any plant during the process of selection, delivery, installation, and establishment period shall not prevent that plant from later rejection if the plant quality changes or previously existing defects become apparent that were not observed. B. Plant Selection: The Owner's Representative reserves the right to select and observe all plants at the nursery prior to delivery and to reject plants that do not meet specifications as set forth in this specification. If a defect or substandard element can be corrected at the nursery, as determined by the Owner's Representative, the agreed upon remedy may be applied by the nursery or the Contractor provided that the correction allows the plant to meet the requirements set forth in this specification. Any work to correct plant defects shall be at the contractor's expense. C. The Owner's Representative may make invasive observation of the plant's root system around the root collar and the top of the root ball in general in order to determine that the plant meets the quality requirements for depth of the root collar and presence of roots above the root collar. Such observations will not harm the plant. 02-02-24—Construction Documents PLANTS 32 93 00-2 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO D. Corrections are to be undertaken at the nursery prior to shipping. E. The Contractor shall bear all cost related to plant corrections. F. All plants that are rejected shall be immediately removed from the site and acceptable replacement plants provided at no cost to the Owner. G. Submit to the Owner's Representative, for approval, plant sources including the names and locations of nurseries proposed as sources of acceptable plants, and a list of the plants they will provide. The plant list shall include the botanical and common name and the size at the time of selection. Observe all nursery materials to determine that the materials meet the requirements of this section. H. Where requested by the Owner's Representative, submit photographs of plants or representative samples of plants. Photographs shall be legible and clearly depict the plant specimen. Each submitted image shall contain a height reference, such as a measuring stick. The approval of plants by the Owner's Representative via photograph does not preclude the Owner's Representative's right to reject material while on site. 1.8 PLANT SUBSTITUTIONS FOR PLANTS NOT AVAILABLE A. Submit all requests for substitutions of plant species, or size to the Owner's Representative, for approval, prior to purchasing the proposed substitution. Request for substitution shall be accompanied with a list of nurseries contacted in the search for the required plant and a record of other attempts to locate the required material. Requests shall also include sources of plants found that may be of a smaller or larger size, or a different shape or habit than specified, or plants of the same genus and species but different cultivar origin, or which may otherwise not meet the requirements of the specifications, but which may be available for substitution. 1.9 OBSERVATION OF THE WORK A. The Owner's Representative may observe the work at any time. They may remove samples of materials for conformity to specifications. Rejected materials shall be immediately removed from the site and replaced at the Contractor's expense. The cost of testing materials not meeting specifications shall be paid by the Contractor. B. The Owner's Representative shall be informed of the progress of the work so that the work may be observed at the following key times in the construction process. The Owner's Representative shall be afforded sufficient time to schedule visit to the site. Failure of the Owner's Representative to make field observations shall not relieve the Contractor from meeting all the requirements of this specification. 1. SITE CONDITIONS PRIOR TO THE START OF PLANTING: review the soil and drainage conditions. 2. COMPLETION OF THE PLANT LAYOUT STAKING: Review of the plant layout. 3. PLANT QUALITY: Review of plant quality at the time of delivery and prior to installation. Review tree quality prior to unloading where possible, but in all cases prior to planting. 4. COMPLETION OF THE PLANTING: Review the completed planting. 1.10 QUALITY ASSURANCE A. Substantial Completion Acceptance - Acceptance of the work prior to the start of the warranty period: 1. Once the Contractor completes the installation of all items in this section, the Owner's Representative will observe all work for Substantial Completion Acceptance upon written request of the Contractor.The request shall be received at least ten calendar days before the anticipated date of the observation. 02-02-24—Construction Documents PLANTS 32 93 00-3 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 2. Substantial Completion Acceptance by the Owner's Representative shall be for general conformance to specified size, character and quality and not relieve the Contractor of responsibility for full conformance to the contract documents, including correct species. 3. Any plants that are deemed defective as defined under the provisions below shall not be accepted. B. The Owner's Representative will provide the Contractor with written acknowledgment of the date of Substantial Completion Acceptance and the beginning of the warranty period and plant maintenance period (if plant maintenance is included). C. Contractor's Quality Assurance Responsibilities: The Contractor is solely responsible for quality control of the work. D. Installer Qualifications: The installer shall be a firm having at least 5 years of successful experience of a scope similar to that required for the work, including the handling and planting of large specimen trees in urban areas. The same firm shall install planting soil (where applicable)and plant material. 1. The bidders list for work under this section shall be approved by the Owner's Representative. 2. Installer Field Supervision: When any planting work is in progress, installer shall maintain, on site, a full-time supervisor who can communicate in English with the Owner's Representative. 3. Installer's field supervisor shall have a minimum of five years' experience as a field supervisor installing plants and trees of the quality and scale of the proposed project and can communicate in English with the Owner's Representative. 4. The installer's crew shall have a minimum of 3 years experienced in the installation of Planting Soil, Plantings, and Irrigation (where applicable) and interpretation of soil plans, planting plans and irrigation plans. E. Submit references of past projects, employee training certifications that support that the Contractors meets all the above installer qualifications and applicable licensures. 1.11 SITE CONDITIONS A. It is the responsibility of the Contractor to be aware of all surface and sub-surface conditions, and to notify the Owner's Representative, in writing, of any circumstances that would negatively impact the health of plantings. Do not proceed with work until unsatisfactory conditions have been corrected. 1. Should subsurface drainage or soil conditions be encountered which would be detrimental to growth or survival of plant material, the Contractor shall notify the Owner's Representative in writing, stating the conditions and submit a proposal covering cost of corrections. If the Contractor fails to notify the Owner's Representative of such conditions, he/she shall remain responsible for plant material under the warranty clause of the specifications. B. It is the responsibility of the Contractor to be familiar with the local growing conditions, and if any specified plants will conflict with these conditions. Report any potential conflicts, in writing, to the Owner's Representative. C. This specification requires that all Planting Soil and Irrigation (if applicable) work be completed and accepted prior to the installation of any plants. 1. Planting operations shall not begin until such time that the irrigation system is completely operational for the area(s)to be planted, and the irrigation system for that area has been preliminarily observed and approved by the Owner's Representative. D. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practices. 02-02-24—Construction Documents PLANTS 32 93 00-4 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO E. Do not install plants into saturated or frozen soils. Do not install plants during inclement weather, such as rain or snow or during extremely hot, cold or windy conditions. 1.12 PLANTING AROUND UTILITIES A. Contractor shall carefully examine the civil, record, and survey drawings to become familiar with the existing underground conditions before digging. B. Determine location of underground utilities and perform work in a manner that will avoid possible damage. Hand excavate, as required. Maintain grade stakes set by others until parties concerned mutually agree upon removal. C. Notification of the Missouri One Call System at 1-800-DIG-RITE, or 811, is required for all planting areas: The Contractor is responsible for knowing the location and avoiding utilities that are not covered by the Missouri One Call System. 1.13 WARRANTY A. Plant Warranty: 1. The Contractor agrees to replace defective work and defective plants. The Owner's Representative shall make the final determination if plants meet these specifications or that plants are defective. Plants warranty shall begin on the date of Substantial Completion Acceptance and continue for the following periods, classed by plant type: a. Trees— 1 Year. b. Shrubs— 1 Year. c. Ground cover and perennial flower plants— 1 Year. 2. When the work is accepted in parts, the warranty periods shall extend from each of the partial Substantial Completion Acceptances to the terminal date of the last warranty period. Thus, all warranty periods for each class of plant warranty, shall terminate at one time. 3. All plants shall be warrantied to meet all the requirements for plant quality at installation in this specification. Defective plants shall be defined as plants not meeting these requirements. The Owner's representative shall make the final determination that plants are defective. 4. Plants determined to be defective shall be removed immediately upon notification by the Owner's Representative and replaced without cost to the Owner, as soon as weather conditions permit and within the specified planting period. 5. Any work required by this specification or the Owner's Representative during the progress of the work, to correct plant defects including the removal of roots or branches, or planting plants that have been bare rooted during installation to observe for or correct root defects shall not be considered as grounds to void any conditions of the warranty. In the event that the Contractor decides that such remediation work may compromise the future health of the plant, the plant or plants in question shall be rejected and replaced with plants that do not contain defects that require remediation or correction. 6. The Contractor is exempt from replacing plants, after Substantial Completion Acceptance and during the warranty period, that are removed by others, lost or damaged due to occupancy of project, lost or damaged by a third party,vandalism, or any natural disaster. 7. Replacements shall closely match adjacent specimens of the same species. Replacements shall be subject to all requirements stated in this specification. Make all necessary repairs due to plant replacements. Such repairs shall be done at no extra cost to the Owner. 02-02-24—Construction Documents PLANTS 32 93 00 - 5 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 8. The warranty of all replacement plants shall extend for an additional one-year period from the date of their acceptance after replacement. In the event that a replacement plant is not acceptable during or at the end of the said extended warranty period, the Owner's Representative may elect one more replacement items or credit for each item. These tertiary replacement items are not protected under a warranty period. 9. During and by the end of the warranty period, remove all tree wrap, ties, and guying unless agreed to by the Owner's Representative to remain in place. All trees that do not have sufficient caliper to remain upright, or those requiring additional anchorage in windy locations, shall be staked or remain staked, if required by the Owner's Representative. B. End of Warranty Final Acceptance -Acceptance of plants at the end of the warranty period. 1. At the end of the warranty period, the Owner's Representative shall observe all warranted work, upon written request of the Contractor. The request shall be received at least ten calendar days before the anticipated date for final observation. 2. End of Warranty Final Acceptance will be given only when all the requirements of the work under this specification and in specification sections Planting Soil and Irrigation have been met. PART 2-PRODUCTS 2.1 PLANT MATERIAL A. Standards and measurement: Provide plants of quantity, size, genus, species, and variety or cultivars as shown and scheduled in contract documents. 1. All plants including the root ball dimensions or container size to trunk caliper ratio shall conform to ANSI Z60.1 "American Standard for Nursery Stock" latest edition, unless modified by provisions in this specification. When there is a conflict between this specification and ANSI Z60.1, this specification section shall be considered correct. 2. Plants larger than specified may be used if acceptable to the Owner's Representative. Use of such plants shall not increase the contract price. If larger plants are accepted the root ball size shall be in accordance with ANSI Z-60.1. Larger plants may not be acceptable if the resulting root ball cannot be fit into the required planting space. 3. If a range of size is given, no plant shall be less than the minimum size and not less than 50 percent of the plants shall be as large as the maximum size specified. The measurements specified are the minimum and maximum size acceptable and are the measurements after pruning,where pruning is required. B. Proper Identification:All trees shall be true to name as ordered or shown on planting plans and shall be labeled individually or in groups by genus, species, variety and cultivar. C. Compliance: All trees shall comply with federal and state laws and regulations requiring observation for plant disease, pests, and weeds. Observation certificates required by law shall accompany each shipment of plants. D. Plant Quality: 1. General: Provide healthy stock, grown in a nursery and reasonably free of die-back, disease, insects, eggs, bores, and larvae. At the time of planting all plants shall have a root system, stem, and branch form that will not restrict normal growth, stability and health for the expected life of the plant 2. Plant quality above the soil line: a. Plants shall be healthy with the color, shape, size and distribution of trunk, stems, branches, buds and leaves normal to the plant type specified. Tree quality above the soil line shall comply with following: 1) Crown: The form and density of the crown shall be typical for a young specimen of the species or cultivar pruned to a central and dominant leader. 02-02-24—Construction Documents PLANTS 32 93 00-6 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO a) Crown specifications do not apply to plants that have been specifically trained in the nursery as topiary, espalier, multi-stem, clump, or unique selections such as contorted or weeping cultivars. 2) Leaves: The size, color, and appearance of leaves shall be typical for the time of year and stage of growth of the species or cultivar. Trees shall not show signs of prolonged moisture stress or over watering as indicated by wilted, shriveled, or dead leaves. 3) Branches: Shoot growth (length and diameter) throughout the crown should be appropriate for the age and size of the species or cultivar. Trees shall not have dead, diseased, broken, distorted, or otherwise injured branches. a) Main branches shall be distributed along the central leader not clustered together. They shall form a balanced crown appropriate for the cultivar/species. b) Branch diameter shall be no larger than two-thirds (one-half is preferred) the diameter of the central leader measured 1 inch above the branch union. c) The attachment of the largest branches (scaffold branches) shall be free of included bark. 4) Trunk: The tree trunk shall be relatively straight, vertical, and free of wounds that penetrate to the wood (properly made pruning cuts, closed or not, are acceptable and are not considered wounds), sunburned areas, conks (fungal fruiting bodies), wood cracks, sap leakage, signs of boring insects, galls, cankers, girdling ties, or lesions(mechanical injury). 5) Temporary branches, unless otherwise specified, can be present along the lower trunk below the lowest main (scaffold) branch, particularly for trees less than 1 inch in caliper. These branches should be no greater than 3/8- inch diameter. Clear trunk should be no more than 40% of the total height of the tree. b. Trees shall have one central leader. If the leader was headed, a new leader(with a live terminal bud)at least one-half the diameter of the pruning cut shall be present. 1) All trees are assumed to have one central leader trees unless a different form is specified in the plant list or drawings. c. All graft unions, where applicable, shall be completely closed without visible sign of graft rejection.All grafts shall be visible above the soil line. d. Trunk caliper and taper shall be sufficient so that the lower five feet of the trunk remains vertical without a stake. Auxiliary stake may be used to maintain a straight leader in the upper half of the tree. 3. Plant quality at or below the soil line: a. Plant roots shall be normal to the plant type specified. Root observations shall take place without impacting tree health. Root quality at or below the soil line shall comply with the following: 1) The roots shall be reasonably free of scrapes, broken or split wood. 2) The root system shall be reasonably free of injury from biotic (e.g., insects and pathogens) and abiotic (e.g., herbicide toxicity and salt injury) agents. Wounds resulting from proper root pruning used to produce a high-quality root system are not considered injuries. 3) A minimum of three structural roots reasonably distributed around the trunk (not clustered on one side) shall be found in each plant. Root distribution 02-02-24—Construction Documents PLANTS 32 93 00-7 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO shall be uniform throughout the root ball, and growth shall be appropriate for the species. a) Plants with structural roots on only one side of the trunk(J roots)shall be rejected. 4) The root collar shall be within the upper 2 inches of the substrate/soil. Two structural roots shall reach the side of the root ball near the top surface of the root ball. The grower may request a modification to this requirement for species with roots that rapidly descend, provided that the grower removes all stem girdling roots above the structural roots across the top of the root ball. 5) The root system shall be reasonably free of stem girdling roots over the root collar or kinked roots from nursery production practices. 6) At time of observations and delivery, the root ball shall be moist throughout. Roots shall not show signs of excess soil moisture conditions as indicated by stunted, discolored, distorted, or dead roots. 2.2 ROOT BALL PACKAGE OPTIONS: The following root ball packages are permitted. Specific root ball packages shall be required where indicated on the plant list or in this specification. Any type of root ball packages that is not specifically defined in this specification shall not be permitted. A. BALLED AND BURLAPPED PLANTS 1. All Balled and Burlapped Plants shall be field grown, and the root ball packaged in a burlap and twine and/or burlap and wire basket package. 2. Plants shall be harvested with the following modifications to standard nursery practices. a. Prior to digging any tree that fails to meet the requirement for maximum soil and roots above the root collar, carefully remove the soil from the top of the root ball of each plant, using hand tools, water, or an air spade, to locate the root collar and attain the soil depth over the structural roots requirements. Remove all stem girdling roots above the root collar. Care must be exercised not to damage the surface of the root collar and the top of the structural roots. b. Trees shall be dug for a minimum of 4 weeks and a maximum of 26 weeks prior to shipping. Trees dug 4 to 26 weeks prior to shipping are defined as hardened-off. Digging is defined as cutting all roots and lifting the tree out of the ground and either moving it to a new location in the nursery or placing it back into the same hole. Trees that are stored out of the ground shall be placed in a holding area protected from extremes of wind and sun with the root ball protected by covering with mulch or straw and irrigated sufficiently to keep moisture in the root ball above wilt point and below saturation. c. If wire baskets are used to support the root ball, a "low profile" basket shall be used. A low-profile basket is defined as having the top of the highest loops on the basket no less than 4 inches and no greater than 8 inches below the shoulder of the root ball package. 1) At nurseries where sandy soils prevent the use of "low-profile baskets", baskets that support the entire root ball, including the top, are allowable. d. Twine and burlap used for wrapping the root ball package shall be natural, biodegradable material. If the burlap decomposes after digging the tree, then the root ball shall be re-wrapped prior to shipping if roots have not yet grown to keep root ball intact during shipping. B. CONTAINER(INCLUDING ABOVE-GROUND FABRIC CONTAINERS AND BOXES)PLANTS 02-02-24—Construction Documents PLANTS 32 93 00-8 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 1. Container plants may be permitted only when indicated on the drawing, in this specification, or approved by the Owner's Representative. 2. Provided plants shall be established and well rooted in removable containers. 3. Container class size shall conform to ANSI Z60.1 for container plants for each size and type of plant. 2.3 DECORATIVE ROCK A. Decorative Rock: Sandsage Rive Rock 1-2" in size. B. Samples: Submit supplier's product specification data sheets and a one-gallon sample of each type for approval. 2.4 WEED-CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric: Polypropylene or polyester fabric, 8 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemicals, alkalis, and acids. 2.5 TREE STABILIZATION KIT AND MATERIALS A. Tree stabilization kit to contain: 1. three(3)perforated SCH. 40 PVC tubes 2. Three(3)—6' harnesses with sewn in loop 3. Three(3)cam buckles with hook 4. Three(3)zip ties) 5. Three(3)20-10-5 two year time release fertilizer tablets a. Ref: Section 2.6 of this specification for more information B. Product to be Ground Level Tree Stabilization Kit manufactured by UPI Manufacturing, or approved equal. C. Submit manufacturer's product data for approval. 2.6 CHEMICAL AND BIOLOGICAL ADDITIVES A. Fertilizer: Tightly compressed chip-type, 2-year, slow-release, commercial-grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. Product to be Leonard Fertilizer Tablets for Tree Planting supplied by A.M. Leonard, Inc., or approved equal 1. Size: 10-gram tablets. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. B. Mycorrhizal Inoculant: Granular type formulated to be applied directly to the root ball of trees, shrubs and herbaceous plants in all soil types. Product to be Myke Pro Landscape, supplied by Premier Tech Ltd., or approved equal. 2.7 PESTICIDES A. General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. 02-02-24—Construction Documents PLANTS 32 93 00-9 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO PART 3-EXECUTION 3.1 SITE EXAMINATION A. Examine the surface grades and soil conditions to confirm that the requirements of the Specification Section 329113 "Soil Preparation" and the soil and drainage modifications indicated on the Planting Soil Plan and Details (if applicable) have been completed. Notify the Owner's Representative in writing of any unsatisfactory conditions. 3.2 DELIVERY,STORAGE AND HANDLING A. Protect materials from deterioration during delivery and storage. Adequately protect plants from drying out, exposure of roots to sun, wind or extremes of heat and cold temperatures. If planting is delayed more than 24 hours after delivery, set plants in a location protected from sun and wind. Provide adequate water to the root ball package during the shipping and storage period. 1. All plant materials must be available for observation prior to planting. 2. Using a soil moisture meter, periodically check the soil moisture in the root balls of all plants to assure that the plants are being adequately watered. Volumetric soil moisture shall be maintained above wilting point and below field capacity for the root ball substrate or soil. B. Provide protective covering over all plants during transporting. 3.3 PLANTING SEASON A. Planting shall only be performed when weather and soil conditions are suitable for planting the materials specified in accordance with locally accepted practice. Install plants during the planting time as described below unless otherwise approved in writing by the Owner's Representative. Should the Contractor request planting outside the dates of the planting season, approval of the request does not change the requirements of the warranty. 1. Planting Season: March-May or September—November 3.4 ADVERSE WEATHER CONDITIONS A. No planting shall take place during extremely hot, dry,windy or freezing weather. 3.5 COORDINATION WITH PROJECT WORK A. The Contractor shall coordinate with all other work that may impact the completion of the work. B. Prior to the start of work, prepare a detailed schedule of the work for coordination with other trades. C. Coordinate the relocation of any irrigation lines, heads or the conduits of other utility lines that conflict with tree locations. Root balls shall not be altered to fit around lines. Notify the Owner's Representative of any conflicts encountered. 3.6 LAYOUT AND PLANT SEQUENCE A. Relative positions of all plants and trees are subject to approval of the Owner's Representative. B. Notify the Owner's Representative, one (1) week prior to layout. Layout all individual tree and shrub locations. Place plants above surface at planting location or place a labeled stake at planting location. Layout bed lines with paint for the Owner's Representative's approval. Secure the Owner's Representative's acceptance before digging and start of planting work. C. When applicable, plant trees before other plants are installed. D. It is understood that plants are not precise objects and that minor adjustments in the layout will be required as the planting plan is constructed. These adjustments may not be apparent until some or all the plants are installed. Adjust as required by the Owner's Representative including relocating previously installed plants. 02-02-24—Construction Documents PLANTS 32 93 00- 10 Landworks Studio Riverside, MO—Pool &Restroom Improvements 22-076 Riverside, MO 3.7 SOIL PROTECTION DURING PLANT DELIVERY AND INSTALLATION A. Protect soil from compaction during the delivery of plants to the planting locations, digging of planting holes and installing plants. 1. Where possible deliver and plant trees that require the use of heavy mechanized equipment prior to final soil preparation and tilling. Where possible, restrict the driving lanes to one area instead of driving over and compacting a large area of soil. 2. Till to a depth of 6 inches, all soil that has been driven over during the installation of plants. 3.8 INSTALLATION OF PLANTS: GENERAL A. Observe each plant after delivery and prior to installation for damage of other characteristics that may cause rejection of the plant. Notify the Owner's Representative of any condition observed. B. No more plants shall be distributed about the planting bed area than can be planted and watered on the same day. C. The root system of each plant, regardless of root ball package type, shall be observed by the Contractor, at the time of planting to confirm that the roots meet the requirements for plant root quality in Part 2 Products: Plants General: Plant Quality. The Contractor shall undertake at the time of planting, all modifications to the root system required by the Owner's Representative to meet these quality standards. 1. Modifications, at the time of planting, to meet the specifications for the depth of the root collar and removal of stem girdling roots and circling roots may make the plant unstable or stress the plant to the point that the Owner's Representative may choose to reject the plant rather than permitting the modification. 2. Any modifications required by the Owner's Representative to make the root system conform to the plant quality standards outlined in Part 2 Products: Plants General: Quality, or other requirements related to the permitted root ball package, shall not be considered as grounds to modify or void the plant warranty. 3. The resulting root ball may need additional staking and water after planting. The Owner's Representative may reject the plant if the root modification process makes the tree unstable or if the tree is not healthy at the end of the warranty period. Such plants shall still be covered under the warranty. 4. The Contractor remains responsible to confirm that the grower has made all required root modifications noted during any nursery observations. D. Container and Boxed Root Ball Shaving: The outer surfaces of ALL plants in containers and boxes, including the top, sides and bottom of the root ball shall be shaved to remove all circling, descending, and matted roots. Shaving shall be performed using saws, knives, sharp shovels or other suitable equipment that can make clean cuts on the roots. Shaving shall remove a minimum of one inch of root mat or up to 2 inches as required to remove all root segments that are not growing reasonably radial to the trunk. E. Exposed Stem Tissue after Modification: The required root ball modifications may result in stem tissue that has not formed trunk bark being exposed above the soil line. If such condition occurs, wrap the exposed portion of the stem in a protective wrapping with a white filter fabric. Secure the fabric with biodegradable masking tape. DO NOT USE string, twine, green nursery ties or any other material that may girdle the trunk if not removed. F. Excavation of the Planting Space: Using hand tools or tracked mini-excavator, excavate the planting hole into the Planting Soil to the depth of the root ball measured after any root ball modification to correct root problems, and wide enough for working room around the root ball or to the size indicated on the drawing or as noted below. 02-02-24—Construction Documents PLANTS 32 93 00- 11 Landworks Studio Riverside, MO—Pool &Restroom Improvements 22-076 Riverside, MO 1. For trees and shrubs planted in soil areas that are NOT tilled or otherwise modified to a depth of at least 12 inches over a distance of more than 10 feet radius from each tree, or 5 feet radius from each shrub, the soil around the root ball shall be loosened as defined below or as indicated on the drawings. a. The area of loosening shall be a minimum of 2 times the diameter of the root ball. b. Loosening is defined as digging into the soil and turning the soil to reduce the compaction. The soil does not have to be removed from the hole, just dug, lifted and turned. Lifting and turning may be accomplished with a tracked mini excavator, or hand shovels. 2. If an auger is used to dig the initial planting hole, the soil around the auger hole shall be loosened as defined above for trees and shrubs planted in soil areas that are NOT tilled or otherwise modified. 3. The measuring point for root ball depth shall be the average height of the outer edge of the root ball after any required root ball modification. 4. If motorized equipment is used to deliver plants to the planting area over exposed planting beds or used to loosen the soil or dig the planting holes, all soil that has been driven over shall be tilled to a depth of 6 inches. G. For trees to be planted in prepared Planting Soil that is deeper than the root ball depth, compact the soil under the root ball using a mechanical tamper to assure a firm bedding for the root ball. If there is more than 12 inches of planting soil under the root ball excavate and tamp the planting soil in lifts not to exceed 12 inches. H. Set top outer edge of the root ball at the average elevation of the proposed finish. Set the plant plumb and upright in the center of the planting hole. The tree graft, if applicable, shall be visible above the grade. Do not place soil on top of the root ball. The Owner's Representative may request that plants orientation be rotated when planted based on the form of the plant. J. Backfill the space around the root ball with the same planting soil or existing soil that was excavated for the planting space. See Specification Section Planting Soil, for requirements to modify the soil within the planting bed. K. Brace root ball by tamping Planting Soil around the lower portion of the root ball. Place additional Planting Soil around base and sides of ball in six-inch (6") lifts. Lightly tamp each lift using foot pressure or hand tools to settle backfill, support the tree and eliminate voids. DO NOT over compact the backfill or use mechanical or pneumatic tamping equipment. Over compaction shall be defined as greater than 85% of maximum dry density, standard proctor or greater than 250 psi as measured by a cone penetrometer when the volumetric soil moisture is lower than field capacity. 1. When the planting hole has been backfilled to three quarters of its depth, water shall be poured around the root ball and allowed to soak into the soil to settle the soil. Do not flood the planting space. If the soil is above field capacity, allow the soil to drain to below field capacity before finishing the planting. Air pockets shall be eliminated and backfill continued until the planting soil is brought to grade level. L. Where indicated on the drawings, build a 3-inch high, level berm of Planting Soil around the outside of the root ball to retain water. Tamp the berm to reduce leaking and erosion of the saucer. M. Thoroughly water the Planting Soil and root ball immediately after planting. N. Remove all nursery plant identification tags and ribbons as per Owner's Representative instructions. The Owner's Representative's seals are to remain on plants until the end of the warranty period. O. Remove corrugated cardboard trunk protection after planting. 02-02-24—Construction Documents PLANTS 32 93 00- 12 Landworks Studio Riverside, MO— Pool & Restroom Improvements 22-076 Riverside, MO P. Follow additional requirements for the permitted root ball packages. 3.9 PERMITTED ROOT BALL PACKAGES AND SPECIAL PLANTING REQUIREMENTS A. The following are permitted root ball packages and special planting requirements that shall be followed during the planting process in addition to the above General planting requirements. B. BALLED AND BURLAPPED PLANTS 1. After the root ball has been backfilled, remove all twine and burlap from the top two thirds of the root ball. Cut the burlap away; do not fold down onto the Planting Soil. 2. If the plant is shipped with a wire basket that does not meet the requirements of a "Low Rise" basket, remove the top two thirds of the basket wires just before the final backfilling of the tree. 3. Earth root balls shall be kept intact except for any modifications required by the Owner's Representative to make root package comply with the requirement in Part 2 Products. C. CONTAINER(INCLUDES BOXED AND ABOVE-GROUND FABRIC CONTAINERS)PLANTS 1. This specification assumes that most container plants have significant stem girdling and circling roots, and that the root collar is too low in the root ball. 2. Remove the container. 3. Perform root ball shaving as defined in Installation of Plants: General above. 4. Remove all roots and substrate above the root collar and the main structural roots according to root correction details so root system conforms to root observations detail. 5. Remove all substrate at the bottom of the root ball that does not contain roots. 6. Using a hose, power washer or air excavation device, wash out the substrate from around the trunk and top of the remaining root ball and fine and remove all stem girdling roots within the root ball above the top of the structural roots. 3.10 GROUND COVER, PERENNIAL AND ANNUAL PLANTS A. Assure that soil moisture is within the required levels prior to planting. Irrigation, if required, shall be applied at least 12 hours prior to planting to avoid planting in muddy soils. B. Assure that soil grades in the beds are smooth and as shown on the plans. C. Plants shall be planted in even, triangularly spaced rows, at the intervals called out for on the drawings, unless otherwise noted. The first row of Annual flower plants shall be 6 inches from the bed edge unless otherwise directed. D. Dig planting holes sufficiently large enough to insert the root system without deforming the roots. Set the top of the root system at the grade of the soil. E. Schedule the planting to occur prior to application of the mulch. If the bed is already mulched, pull the mulch from around the hole and plant into the soil. Do not plant the root system in the mulch. Pull mulch back so it is not on the root ball surface. F. Press soil to bring the root system in contact with the soil. G. Spread any excess soil around in the spaces between plants. H. Apply mulch to the bed being sure not to cover the tops of the plants with or the tops of the root ball with mulch. I. Water each planting area as soon as the planting is completed. Apply additional water to keep the soil moisture at the required levels. Do not over water. 3.11 TREE STABILIZATION KIT AND MATERIALS A. Trees that are have ground level stabilization shall have their straps and sewn in loops removed after one full growing season or at other times as required by the Owner's Representative. 02-02-24—Construction Documents PLANTS 32 93 00 - 13 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO B. Tree stabilization kits shall be installed per manufacturers recommendations. 1. Plants shall stand plumb after stabilization. 2. PVC tubes shall be driven to sufficient depth to hold the tree rigid. 3.12 STRAIGHTENING PLANTS A. Maintain all plants in a plumb position throughout the warranty period. Straighten all trees that move out of plumb including those not staked. Plants to be straightened shall be excavated and the root ball moved to a plumb position, and then re-backfilled. B. Do not straighten plants by pulling the trunk with guys. 3.13 PRUNING OF TREES AND SHRUBS A. Prune plants as directed by the Owner's Representative. Pruning trees shall be limited to addressing structural defects; follow recommendations in "Structural Pruning: A Guide For The Green Industry" published by Urban Tree Foundation, Visalia CA. B. All pruning shall be performed by a person experienced in structural tree pruning. C. Except for plants specified as multi-stemmed or as otherwise instructed by the Owner's Representative, preserve or create a central leader. D. Pruning of large trees shall be done using pole pruners or if needed, from a ladder or hydraulic lift to gain access to the top of the tree. Do not climb in newly planted trees. Small trees can be structurally pruned by laying them over before planting. Pruning may also be performed at the nursery prior to shipping. E. Remove and replace excessively pruned or malformed stock resulting from improper pruning that occurred in the nursery or after. F. Pruning shall be done with clean, sharp tools. G. No tree paint or sealants shall be used. 3.14 INSTALLATION OF DECORATIVE ROCK A. Decorative rock 1. Apply 3 inches of decorative rock before settlement, covering the area as indicated on the plans. 3.15 WATERING A. The Contractor shall be fully responsible to ensure that adequate water is provided to all plants from the point of installation until the date of Substantial Completion Acceptance. The Contractor shall adjust the automatic irrigation system, if available, and apply additional or adjust for less water using hoses as required. B. Hand water root balls of all plants to assure that the root balls have moisture above wilt point and below field capacity. Test the moisture content in each root ball and the soil outside the root ball to determine the water content. 3.16 CLEAN UP A. During installation, keep the site free of trash, pavements reasonably clean and work area in an orderly condition at the end of each day. Remove trash and debris in containers from the site no less than once a week. 1. Immediately clean up any spilled or tracked soil, fuel, oil, trash or debris deposited by the Contractor from all surfaces within the project or on public right of ways and neighboring property. B. Once installation is complete, wash all soil from pavements and other structures. Ensure that mulch is confined to planting beds and that all tags and flagging tape are removed from thesite. 02-02-24—Construction Documents PLANTS 32 93 00- 14 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO C. Make all repairs to grades, ruts, and damage by the plant installer to the work or other work at the site. D. Remove and dispose of all excess planting soil, subsoil, mulch, plants, packaging, and other material brought to the site by the Contractor. E. Remove all plant tags from installed plant material. Tags from nurseries are not to remain on Owner's property. Failure to remove plants tags may delay Substantial Completion Acceptance (3.18). 3.17 PROTECTION DURING CONSTRUCTION A. During the project work period and prior to Substantial Completion Acceptance, the Contractor shall maintain all plants. B. Maintenance during the period prior to Substantial Completion Acceptance shall consist of pruning, watering, cultivating, weeding, mulching, removal of dead material, repairing and replacing of tree stakes, tightening and repairing of guys, repairing and replacing of damaged tree wrap material, resetting plants to proper grades and upright position, and furnishing and applying such sprays as are necessary to keep plantings reasonably free of damaging insects and disease, and in healthy condition. Mulch areas shall be kept reasonably free of weeds, grass. 3.18 SUBSTANTIAL COMPLETION ACCEPTANCE A. Upon written notice from the Contractor, the Owners Representative shall review the work and determine if the work is substantially complete. 1. Notification shall be at least 7 days prior to the date the contractor is requesting the review. B. The date of substantial completion of the planting shall be the date when the Owner's Representative accepts that all work in Planting, Planting Soil, and Irrigation installation sections is complete. C. The Plant Warranty period begins at date of written notification of substantial completion from the Owner's Representative. The date of substantial completion may be different than the date of substantial completion for the other sections of the project. 3.19 MAINTENANCE DURING THE WARRANTY PERIOD BY OTHERS A. After Substantial Completion Acceptance, the Contractor shall make sufficient site visits to observe the Owner's maintenance and become aware of problems with the maintenance in time to request changes, until the date of End of Warranty Final Acceptance. 1. Notify the Owner's Representative in writing if maintenance, including watering, is not sufficient to maintain plants in a healthy condition. Such notification must be made in a timely period so that the Owner's Representative may take corrective action. a. Notification must define the maintenance needs and describe any corrective action required. 2. If the Contractor fails to visit the site and or notify, in writing, the Owner's Representative of maintenance needs, lack of maintenance shall not be used as grounds for voiding or modifying the provisions of the warranty. 3.20 END OF WARRANTY FINAL ACCEPTANCE/MAINTENANCE A. At the end of the Warranty and Maintenance period the Owner's Representative shall observe the work and establish that all provisions of the contract are complete, and the work is satisfactory. 02-02-24—Construction Documents PLANTS 32 93 00- 15 Landworks Studio Riverside, MO—Pool & Restroom Improvements 22-076 Riverside, MO 1. If the work is satisfactory, the maintenance period will end on the date of the final observation. 2. If the work is deemed unsatisfactory, the maintenance period will continue at no additional expense to the Owner until the work has been completed, observed, and approved by the Owner's Representative. B. Failure to pass observation: If the work fails to pass final observation, any subsequent observations must be rescheduled as per above. The cost to the Owner for additional observations will be charged to the Contractor at the prevailing hourly rate of the Owners Representative. END OF SECTION 329300 02-02-24—Construction Documents PLANTS 32 93 00- 16 Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 33 41 00 SUBDRAINAGE FOR POOLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Building Perimeter, Retaining Wall, and Under-Slab Drainage Systems. B. Underdrain aggregate and fabric and bedding. 1.02 RELATED REQUIREMENTS A. Section 31 23 16 - Excavation: Excavating for subdrainage system piping and surrounding filter aggregate. B. Section 31 23 23 - Fill and Backfill: Backfilling over underdrain aggregate; up to subgrade elevation. 1.03 REFERENCE STANDARDS A. ASTM D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity; 2009. B. ASTM D4632 - Standard Test Method for Grab Breaking Load and Elongation of Geotextiles; 2008. C. ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile; 2004. D. ASTM F 949- Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings; 1993. 1.04 SUBMITTALS A. See Section 01 33 00 - Submittals, for general requirements for submitting product data. PART 2 PRODUCTS 2.01 PIPE MATERIALS A. Manufacturers: 1. Specified Manufacturer: Contech; Product A-2000. B. Polyvinyl Chloride Pipe: ASTM F 949; 4 inch diameter; with required fittings. 1. Features: a. Pipe Stiffness: 46 psi. b. Smooth interior. c. Double wall design. d. Positive gasketed jointing system. 2. Perforation Dimensions: a. Slot Dimension (inches): 1.062L by 0.031W. b. Centers: 0.42 inches. c. Perforation Open Area: 1.90 square inches per linear foot. C. Use perforated pipe at subdrainage system; unperforated through sleeved walls and where not under pervious fill. 2.02 AGGREGATE A. Underdrain Aggregate Material: As specified in Section 31 23 23. 2.03 ACCESSORIES A. Pipe Couplings: Solid PVC. B. Filter Fabric: 1. Manufacturers and products: a. Contech C60NW. b. Propex Geotex 601. c. Mirafi 160N. 2. Properties: a. Tensile Strength (Grab), ASTM D 4632: 160 lbs. b. Apparent Opening Size, ASTM D 4751: 70 US Standard Sieve. 02-02-24- Construction Documents SUBDRAINAGE FOR POOLS 33 41 00 -1- Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO c. Water Flow Rate, ASTM D 4491: 110 gpm/sq. ft. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on layout drawings. 3.02 PREPARATION A. Hand trim excavations to required elevations. Correct over-excavation with structural fill. B. Remove large stones or other hard matter that could damage drainage piping or impede consistent backfilling or compaction. 3.03 INSTALLATION A. Place filter fabric on compacted impervious fill prior to installation of pipe. Allow adequate material to allow for required overlap over top of pipe. B. Install and join pipe and pipe fittings in accordance with pipe manufacturer's instructions. C. Install 4 inches of underdrain aggregate over fabric unless shown otherwise on the drawings. D. Place drainage pipe on underdrain aggregate. E. Lay pipe to slope gradients noted on drawings; with maximum variation from true slope of 1/8 inch in 10 feet. F. When pipe elevations are shown on the Drawings, the pipe shall uniformly slope between the given elevations. If Contractor believes additional change in direction fittings are required in order to achieve the slopes shown, then Contractor shall notify Engineer prior to installation. G. Place pipe with perforations facing down. Mechanically join pipe ends. H. Install pipe couplings and fittings. I. Install underdrain aggregate at sides and top of pipe. Provide underdrain aggregate top cover compacted thickness of 4 inches unless shown otherwise on the drawings. J. Place filter fabric over levelled top surface of underdrain aggregate cover prior to subsequent backfilling operations. K. Place underdrain aggregate in maximum 4 inch lifts, consolidating each lift. L. Refer to Section 31 23 23 for compaction requirements. Do not displace or damage pipe when compacting. M. Place fill materials indicated on drawings over underdrain assembly and compact. 3.04 FIELD QUALITY CONTROL A. See Section 01 41 00-Testing Laboratory Services and Third Party Observation, for general requirements for testing and analysis of soil material. B. Request inspection prior to and immediately after placing aggregate cover over pipe. 3.05 PROTECTION A. Protect pipe, filter fabric, and aggregate cover from damage or displacement until backfilling operation begins. END OF SECTION 33 41 00 02-02-24- Construction Documents SUBDRAINAGE FOR POOLS 33 41 00-2- Bid Addendums ADDENDUM 01 Issued: 02/27/2024 Project: Riverside Pool and Restroom Improvements PROJECT NO: (222-087, LWCF 29-01759) Engineer: Waters Edge Jeff Bartley 913.438.4338 jbartley@wedesignpools.com This addendum forms a part of the contract documents and modifies the original procurement documents dated February 9, 2024. Acknowledge receipt of this addendum in the space provided in the bid form. Failure to do so may disqualify the bidder. This Addendum consists of this cover sheet and 4 page(s). THIS IS THE END OF ADDENDUM 01 —See Attachments. 1 Pre Bid Meeting Notes Project: Riverside Pool and Restroom Improvements Meeting Location: City Hall- Riverside, MO Meeting Date& Time:February 23, 2024 @ 10:00 a.m. Discussion Items: 1) Attendees: a) Sign-up sheet with attendees attached. b) City project manager: Noel Bennion c) Project Engineer: Jeff Bartley, Waters Edge Aquatic Design d) Project Architect: Zach Bodine, SFS Architecture 2) Nothing discussed in meeting modifies bidding documents a) Any changes to bidding documents to be addressed by Addendum 3) Project is subject to the Build America,Buy America Act(BABAA)requirements under Title IX of the Infrastructure Investment and Jobs Act("IIJA"). Please become familiar with these requirements and include in bid. 4) Bid and dates discussed 5) Project has allowances to be included in bid. Refer to documents. 6) Project requires review by archeologist,which is coordinated by the contractor and paid directly by the city. See the documents for information. 7) General description of work discussed 8) Addendums: a) Addendum No. 1 will be published soon,including notes from pre-bid meeting and other clarification items 9) Outstanding clarifications items to be formally addressed via addendum: 10)Questions asked during the meeting. a) Q.Many of the prospective bidders would prefer that all base bids be awarded together, as it may be difficult for the bidders or more expensive for the city to break up or duplicate general conditions for each individual base bid. Would the city consider combining the base bids, or awarding them together? A. This will be considered. b) Q.The warranty period may call for one year,while bonds might be for two years. Can we clarify the required warranty period? A. We will review and clarify. 1 of 2 c) Q. Are specific forms required when requesting a substitution for products? A. No specific form is required. Just make a detailed comparison of the requested product compared to the specified one. d) Q.There are areas on the building facade to be demolished and fill-in brick to be placed back. Is the replacement brick to match as best as possible? A.The intent is that removed brick would be salvaged and used for the fill-in brick areas as best as possible. e) Q.There is a 12"difference in concrete elevation on areas of the deck, at fenced/guard rail areas. Can we provide a detail of the intent for this section? A. We will review this and provide clarification if missing. f) Q.For the alternate bid to replace the existing main drain piping below the pool structure, is this also to include the main drain structure as well? A. We will review this and provide clarification in an upcoming addendum. 11)The pool area and buildings were opened for a walk-through and review for anyone interested. Questions were asked individually of Jeff Bartley and Noel Bennion during the walk-through. These questions will be answered by addendum if clarification is needed in the bid documents. 2 of 2 City of Riverside-2950 NW Vivion Rd.,Riverside,MO 64150; Telephone: 816-741-3993; Fax:816-746-8349 ATTENDANCE SHEET-Project: Riverside Pool and Restroom Improvements-Pre-Bid Meetin Project Name: Riverside Pool and Restroom Improvements PROJECT NO:(222-087,LWCF 29-01759) Meeting Date: 10:00am,Friday,February 23,2024 Meeting Location: Riverside City Hall,2950 NW Vivion Road,Riverside,Missouri 64150 Meeting Purpose: Pre-bid Meeting Name Company Address Telephone E-mail Address DAL-a- L3,c47-ES Ardi>e'-. Adexand.. .- _____ 3 fel iv NI/ V,'y/oA-1 8/6 7`/J 97,63 . ✓I-t,rJ.04/lrSo-.r tiel,1,-,..s <--,r1n-1' T.IL,v'""-`',,IL K.(L c i(� S 7"ic5 5` V.Pr*.Is ickLE _ cSt(c, c •.. . I�Ice .Oft l5 bo(\di: C0161(Nc}ion .)l.uci55 vi 1fC3``' 5-� 9.1,-57lica ,Qn:c1,4s Q cionci ? , , `,1 c� Aliati,„,..A Ron6 C�s4.vc ,n C,- -113 a -1 Sa` C RI; , _ _rNki nsw kso ra-L. .Oita) Can lr'v )0T.I 6i6 Vi53 (409 ANtQ.CW,C__Q,_ N com -F>?r`L GAssb,,R-- cA tHlaS CoKa. Ca. 4o 114 WA s►rt ? -A X-C- _.-1913-29 4-Slav __ eAs,rrfee..0,v,ro-H,eisto,s 84-3,co kA-tS -'ouNln /' /r // /, // 9/,3 e99-- 8t73 yo�n�ki�f) /dt<,,,,/,,g4._ iL✓Ncfi bgp rci 7/)2-4Ft9s--/f _ '@N y@/G-wtcGde..r2Co. coa#`t_. �� `YG n wJJ S` f .+r en_cn.w - finIZ . aS f . I•C. Get -i- _ e. 4.PP1 i Zr/-fare,Ito. t'1(a-9?1-6(4L 14104� Tolle. cow. )rr i.rtI, 12.0 5 L,Goo-rfL 53b v k"..Q.y ,too,KcMa `�13-1o1-46o$ FT 1c-ross4Ct -1C,bN1jd Dsv4 . hl( t0IsT c.Tia,l. I(olD 5Wrf"i 1�K-L', I MC . 41(3•ct�v*1�s , et►hC�eU bu; 1-r- rn.31\410- a rre�/ /n.f-sir-- .SNL A 4.h v/ 9-(ra d t rvr /<C6s , 8Y6_ i 7-6 cGo .Je. -- 5h,,a -re.wvioh. ,44.1 ram, Dig X C::4h"OFCL '/7AhovD Co,u,1M fo,5 , tiZZ4 Nf'Poo' 7)R r (.51 ho &l b. g35. 0110 .G¢ktcanpkicli a „,..n.lor4/nc,,s s.c.on. LS„k,lIc. ., •k- .Ae t) r,,c P,,,k,o,a el6 sic, . 6767 It.v', . �N c- LVI- -z. 6c2.enbecon� uc- 5c4,o," 93ro pi. �✓ar -,A;:„„0 3(4 1Q66- 06¢ V,cI.✓rzie @ `ta140‘ .covh 11 i., Akk,_.-- .i_fl\Aloak I ?0 12-(LI C4v_tu .it.ic�- 'IS- SCaG ciRAlu-Q .i_. lanl..renr4 5&Lot Crbery j 6-:Ler'le1 I717, r!w FAfIly {/alt+Pri,"? 044 Pi..t c•t• l o oh Cir . feo tAp c.a., 1-40"artk..i.- CA.461fitc.Pcr4 ZatDC` °.".5C � ct � iM�� Q -g S- Iy9C �aKede;be��PlGv�lSi2cT;6�, 1, City of Riverside—2950 NW Vivion Rd.,Riverside,MO 64150; Telephone:816-741-3993; Fax:816-746-8349 ATTENDANCE SHEET—Project: Riverside Pool and Restroom Improvements— Pre-Bid Meeting Project Name: Riverside Pool and Restroom Improvements PROJECT NO:(222-087,LWCF 29-01759) Meeting Date: 10:00am,Friday,February 23,2024 Meeting Location: Riverside City Hall,2950 NW Vivion Road,Riverside,Missouri 64150 Meeting Purpose: Pre-bid Meeting I Name Company Address Telephone E-mail Address ADDENDUM 02 Issued: 03/01/2024 Project: Riverside Pool and Restroom Improvements PROJECT NO: (222-087, LWCF 29-01759) Engineer: Waters Edge Jeff Bartley 913.438.4338 jbartley©wedesignpools.com This addendum forms a part of the contract documents and modifies the original procurement documents dated February 9, 2024, and Addendum No 1 dated 02/27/24. Acknowledge receipt of this addendum in the space provided in the bid form. Failure to do so may disqualify the bidder. This Addendum consists of 4 page(s) and the following documents and drawings. a. Revised Bid Form —SECTION 00 41 00_Rev-01 b. New Drawing SP-P4a — MAIN DRAIN REPLACEMENT DETAIL (ALT) c. Revised Drawing SP-P5— POOL WALL DETAILS d. Revised Drawing AD111 — DEMOLITION PLANS e. Revised Drawing A601 - SCHEDULES AND DETAILS CHANGES TO PROJECT MANUAL 1. CONTRACT DOCUMENTS-WARRANTY PERIOD AND MAINTENANCE BOND. Clarification: A question was asked "Is there to be a one-year warranty or two- year warranty, the specifications state one year and also are asking for two year maintenance bond?" Answer from city's legal counselor: "It is a one-year warranty and two-year maintenance bond. They're similar in what they are designed to do for the City, but each provides the City different legal remedies." In summary, the City is asking for both the one year warranty and the two year maintenance bond. 2. CONTRACT DOCUMENTS-WARRANTY PERIOD AND MAINTENANCE BOND. Clarification: Questions were asked regarding responsibility for building permit plan review fees, building permit fees, electrical service fees and gas service fees. Answer: Any plan review fees will be paid by the City. A no-cost building permit will be required by the general contractor and issued by the City. The City will be responsible for any permanent electrical service and gas service fees. 1 3. EXHIBIT F—SCOPE OF WORK a. Clarification to Item 4. All 3' party testing to demonstrate compliance with project specifications shall be paid utilizing the testing allowance. Refer to SECTION 01 21 00 —ALLOWANCES. 4. SECTION 00 41 00 — BID FORM a. Replace bid form with attached document 00 41 00— BID FORM_REV.01. This bid form alters the base bids received and revises Base Bid A to include bathhouse improvements with pool improvements. 5. SECTION 01 21 00—ALLOWANCES a. Clarification: Spray features and testing allowances are to be included in base bid for Pool Renovation and Splash Pad. 6. SECTION 01 23 00 —ALTERNATIVES a. Add Item 5. Alternate #5: Provide Fire Protection Improvements. 1. Base Bid: No work 2. Alternate Bid: Construct improvements as detailed on Drawings FP101 and FP102. 7. SECTION 13 11 85— POOL EQUIPMENT a. Item 2.06 STAINLESS STEEL GUTTER, Item A. Manufacturers. Add Item 3. Acceptable Manufacturer: Superior Swim Systems; Tel: (239) 566-2060; www.superior swimsystems.com. CHANGES TO DRAWINGS 1. DRAWING SP-C1 — EXISTING SITE DEMOLITION PLAN a. Clarification to note 16. In addition to installation of new pipe, also saw cut and remove existing main drain structures and grating. Install new main drains as shown in Detail G-SP-PA (also added in Addendum 2). 2. DRAWING SP-C3— SITE DETAILS a. Detail D — Deck Barrier—Ornamental Fence Detail. Add note to detail as follows to SINGLE GATE ELEVATION AND DOUBLE GATE ELEVATION. "Gates are to include 3-rail style to match the fence style". b. Details A, B, and E. Clarification: All handrails within these details shall be steel with galvanized finish per Specification 2.03 FABRICATED ITEMS, SECTION 13 11 63 — MISC. METALS FOR POOLS. 3. DRAWING SP-P1 — POOL IMPROVEMENT PLAN. a. Clarification: All handrails located within the fenced pool and splash pad enclosures shall be stainless steel as specified in 2.03 FABRICATED ITEMS, SECTION 13 11 63 — MISC. METALS FOR POOLS. 2 4. ADD DRAWING SP-P4a— MAIN DRAIN REPLACEMENT DETAIL (ALT) a. See attached drawing for reference in alternate bid. 5. DRAWING SP-FO a. Revise P- POOL RELATED Key Note 2. To read "PVC butterfly valve", in lieu of PVC gatc valve. 6. DRAWING SP-F2— FILTER AREA SECTIONS a. Detail C — FILTER AREA SECTION. Revised note to read "FRP beam angle iron support for FRP grating at open end of surge tank". Manufacturer to size structural member to support grating. Reference Specification 13 11 72 — FRP FABRICATIONS FOR POOLS. 7. DRAWING AG004—ARCHITECTURAL SPECIFICATIONS a. Clarification regarding structural framing for gypsum board ceilings. Contractor to provide galv. metal stud ceiling framing in sufficient size/properties to meet structural design criteria listed on sheet AG004, section 09 2116, 2.02A. Ceiling joist spacing to be 16" o.c. Also, drywall grid suspension systems would be acceptable as an alternative to metal stud framed ceilings. 8. DRAWING AD111 — DEMOLITION PLANS a. See attached revised drawing sheet for revised notes regarding door frames. 9. DRAWING A601 — SCHEDULES AND DETAILS a. Clarification regarding doors, including EX107 & EX109. i. "ETR" shown in drawings indicates existing to remain. ii. EX107 is a new door(type A) in an existing to remain door frame. New hardware to be provided (set 04). Paint door and frame with high performance coating. Demo note has been updated to reflect only the frame being kept. iii. EX109 is an existing door and frame to remain (ETR). Only door hardware to be replaced (set 10). Paint door and frame with high performance coating. iv. Opening 108 is indicated to have an existing frame. This has been updated to be a new frame. v. Prior to ordering frames, doors, and hardware, contractor to confirm dimensions of existing doors and frames, including rough- ins for existing hardware and compatibility with replacement hardware. b. See attached revised drawing sheet for revisions to Door& Frame Schedule. 10. DRAWING FP101 — FIRE PROTECTON PLANS a. Clarify Note E as follows. "Fire Suppression piping may be schedule 10 piping with ASTM A135 approval, Type E, Grade A for pipe sizes 1"-10" NPS; ASTM A795, Type F, Grade A for pipe size 1-1/4"—2-1/2" NPS; 3 NFPA 13& NFPA 14 rating. Schedule 10 piping shall have working pressure of 500 psi for pipe size 1"—4"; 400 psi for 5"-6". All fire suppression piping shall be FM approved, UL & C-UL Listed." 11. DRAWING FP102— FIRE PROTECTION PLANS a. Clarify Note E as follows. "Fire Suppression piping may be schedule 10 piping with ASTM A135 approval, Type E, Grade A for pipe sizes 1"-10" NPS; ASTM A795, Type F, Grade A for pipe size 1-1/4"—2-1/2" NPS; NFPA 13 & NFPA 14 rating. Schedule 10 piping shall have working pressure of 500 psi for pipe size 1" —4"; 400 psi for 5"-6". All fire suppression piping shall be FM approved, UL & C-UL Listed." THIS IS THE END OF ADDENDUM 02—See Attachments 4 Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 00 41 00 BID FORM_REV.01 PART 1 - PROJECT IDENTIFICATION 1.01 Project Name: RIVERSIDE POOL AND RESTROOM IMPROVEMENTS PART 2 -THE BID IS SUBMITTED TO: 2.01 Owner City of Riverside, MO 2990 NW Vivion Road Riverside, MO 64150 PART 3 - DATE SUBMITTED: 3.01 Date: (BIDDER TO ENTER DATE) PART 4- BID SUBMITTED BY: 4.01 Bidder's Information: Bidder's Name: Bidder's Address: Bidder's City, State, Zip: Bidder's Telephone/Fax No.: State Contractor License No.: (if applicable) 4.02 The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 4.03 Bidder understands that the City reserves the right to reject any or all bids and to waive any informality in the bidding. 4.04 THE UNDERSIGNED BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY OF RIVERSIDE, MISSOURI BECAUSE OF SUCH REJECTION, AND THE FILING OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 4.05 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 4.06 In submitting this Bid, Bidder represents, as set forth in the Agreement,that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. 1. Addendum No. Addendum Date 2. Addendum No. Addendum Date 3. Addendum No. Addendum Date 4. Addendum No. Addendum Date 02-02-24- Construction Documents BID FORM_REV.01 00 41 00-1- Waters Edge Aquatic Design Riverside, MO- Pool &Restroom Improvements 21-529 Riverside, MO B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: 1. Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities)which have been identified in the Supplementary Conditions as provided in the pertinent article of the General Conditions,and 2. Reports and drawings of a Hazardous Environmental Condition, if any,which has been identified in the SupplementaryConditions as provided in the pertinent article of the General Conditions. E. Bidder has obtained and carefully studied(or assumes responsibility for having done so)all additional or supplemental examinations, investigations,explorations,tests,studies,and data concerning conditions(surface, subsurface, and Underground Facilities)at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods,techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations,explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s)bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts,errors,ambiguities,or discrepancies that Bidder had discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.07 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization,or corporation; Bidder has not directly or indirect induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4.O8 Base Bid Options: There are two project areas with Base Bid options. Bidder may offer bids to complete any of the base bid options. Bidder shall offer alternate bids associated with base bids offered. Owner may accept Base Bid A or B individually or accept both Base Bid options together. 4.09 Bidder will complete the Work in accordance with the Contract Documents for the following prices(discrepancies between words and figures will be resolved in favor of the words): A. Base Bid A- Pool Renovation/Splash Pad and Pool Bathhouse Renovation: 1. Base Bid dollars ($ ), in lawful money of the United States of America. 2. All specific cash allowances are included in the price(s)set forth above and have been computed in accordance with the General Conditions. B. Base Bid B- Community Center Restroom Renovation: 1. Base Bid dollars ($ ),in lawful money of the United States of America. 02-02-24-Construction Documents BID FORM_REV.01 00 41 00-2- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 2. All specific cash allowances are included in the price(s)set forth above and have been computed in accordance with the General Conditions. 3. Note: Work within the Community Center is not funded by LWCF and is not required to comply with BABAA. C. Base Bid - Combined A and B (If both Base Bids A and B are awarded together): 1. Base Bid dollars ($ ), in lawful money of the United States of America. 2. All specific cash allowances are included in the price(s)set forth above and have been computed in accordance with the General Conditions. 3. Note: Work within the Community Center is not funded by LWCF and is not required to comply with BABAA. D. Alternates: See Section 01 23 00 -Alternatives for detailed description of each alternate. 1. Alternate 1 -Add/Deduct(to Base Bid A)- Repointing and Reinforcement of South Restroom Wing El. dollars ($ ), in lawful money of the United States of America. 2. Alternate 2 -Add/Deduct(to Base Bid A)- Mini Split System for Party and Guard Room dollars ($ ), in lawful money of the United States of America. 3. Alternate 3-Add/deduct(to Base Bid A)- Limestone Form Liner for Retaining Wall. dollars ($ ), in lawful moneyof the United States of America. 4. Alternate 4-Add/deduct(to Base Bid A)- Replace main drain pipe located beneath pool floor. dollars ($ ), in lawful money of the United States of America. 5. Alternate 5-Add/deduct(to Base Bid B) - Provide Fire Protection System Improvements dollars ($ ), in lawful money of the United States of America. E. Unit Prices: If the required quantities of the items listed below are increased or decreased by Change Order, the adjustment unit price named shall apply to such increased or decreased quantities: 1. Unit Price per linear foot(LF)to provide crack repair in pool basin dollars ($ ), in lawful money of the United States of America. 2. Unit Price per each (EA)to provide a 12'x 20'shade structure dollars ($ ), in lawful money of the United States of America. 4.10 Bidder agrees that the Work will be substantially completed and completed and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 4.11 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 4.12 The following documents are to be attached to and made a condition of this Bid: A. Required Bid security in the form of a Bid Bond in the amount of 5% of Bidder's maximum Bid price and as described in the Instructions to Bidders. 02-02-24- Construction Documents BID FORM REV.01 00 41 00 -3- Waters Edge Aquatic Design Riverside, MO- Pool & Restroom Improvements 21-529 Riverside, MO 4.13 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders,the General Conditions, and the Supplementary Conditions. 4.14 Bidder is familiar with all laws and regulations that may affect cost, progress,and performance of the work, including The Build America, Buy America Act(BABAA) 4.15 If a specific manufacturer is used in the bidding, a statement that each applicable Manufacturer will comply with BABAA, must be included with the bid submission: "It is the bidder's responsibility to confirm that any specific manufacturers listed in the specifications will comply with BABAA. 4.16 Upon request, Bidder is to provide a schedule of values following the bids within 4 business days. Bid will not be awarded prior to receiving schedule of values. PART 5- BID FORM SIGNATURE(S) 5.01 If Bidder is a Corporation: A. The Corporate Seal of B. C. (Bidder-print the full name of your firm) D. was hereunto affixed in the presence of: E. F. (Authorized signing officer, Title) G. (Seal) H. I. (Authorized signing officer, Title) 5.02 If Bidder is an Individual: A. Name(typed or printed): B. C. (Bidder-print full name) D. By: E. F. (Individual's Signature) G. Doing Business As: H. I. (Authorized signing officer, Title) 5.03 If Bidder is a Partnership: A. Partnership Name: B. C. (Bidder- print the full name of your firm) D. By: E. F. (Signature of General Partner-attach evidence of authority to sign) G. H. (Printed Name of General Partner) 5.04 If Bidder is a Joint Venture: A. Joint Venturer Name: B. C. (Print the full name) 02-02-24-Construction Documents BID FORM_REV.01 00 41 00-4- Waters Edge Aquatic Design Riverside, MO-Pool &Restroom Improvements 21-529 Riverside,MO D. By: E. F. (Signature of Joint Venture Partner-attach evidence of authority to sign) G. H. (Printed Name of Joint Venture Partner) 505 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 SECTION 00 41 00 02-02-24-Construction Documents BID FORM_REV.01 00 41 00-5- Saw,end remove • III rw'a a..a.ns vb.wemr I I I 11205W.MSC A r , i A L••u.lcse�u L 813.138./77B Imilhlkialfait 9q riiiii • v.u . 7 L_ J cut m.ung aeon rwd S.fJ °...... mane man err, rloor end men dr, surnp MIS gr, MAIN DRAIN DEMO PLAN '�v grate ' saw cut am remove urp Pool w� E+Ww reel *ling P. Er•Yq Im1 ewer mwm.V. mar be prole, WaaaM OM MOWN Su,reM Tr ryw••r / I eet . 72., ...sling concrete pool �umvP .`apnb wmP ern grete T� ••• t_/ . \� 4'•' / 1 \ '��••�i • / • \ -: _ _ _ _ •f , -- ---,'.1, j I 1 I I '/ �. I r I I ceno..., s.aa.rm i.nvn ---J e.eN E---J I ..•q mmrwem to L J L J ma reed uaLLq gips rwmra C O CO LD (v MAIN DRAIN DEMO SECTION A MAIN DRAIN DEMO SECTION B1. Cl) o 0 o "a. d a o �- I_ Ce re -eppv.rminThlaness to , '1198',+e'(et)•t!l]°' St,tet lai,wound NW r rota eYa O�� -see onion pm mu. O J Detail GSvaN MAIN DRAIN IMPROVEMENT PLAN Ere,pool 1\ // r aww..m war roe mmr••o.+ew T Sees2 o.a ran...m Pipe increase , .00cra,.r, mar.a. be prole,. wwmm.m+.a.ra 1 / .nrrwn aw warov s«ar save Sees a of drain sump conned, -•..ra.Y•roc. -Itt�e tr Ma).,enr lint d.d.,wetmrmwrw o-e.r me.wssy I\11-0. , I ht—.r.7• im.rdne eu, r nr.Ir mml '..prm.Pran. ',mess m morn e.YMp/ aeu°nare aarw to ps %' t.- /ppro..Pmn. w1N.CM0F]eiie411�1.Y • I\ h eisnmr w•° MMVH Linfira n� r `COn.mcron Lint mua .5.,TEW. _`/ for 1,70,� -Sae oN...sa, T I. -Emp.JP Y � /—y - Inr.El wa.. 'MAIN DRAIN IMPROVEMENT SECTION C MAIN DRAIN IMPROVEMENT SECTION D ° `" w MAIN DRAIN O MAIN DRAIN DEMO AND IMPROVEMENT DETAIL REPLACEMENT ...,.w.ry DETAIL (ALT) SP-P4a sa. ors°° "^°1"' wale"se wlme L min SS n rr.are 1120S W I9111 St.Ramos.wr.r•p Wmer nrmarugerr T L0106.4666214 t.9t3 p39.a31B f a i wrr.WeOrgnPzb.m* Mira WY e.e.yrr —J r or nmpwry lor plop Wm.VW. \ wal0p rms pa rd.. and orloritalon Coma.lassInp Rd,elm par rMr. OacIr °i OMi DBP'0i "'•°'°'•1Mw 0 ABOVE GRADE SPRAY DETAIL bonding Pro..NO mobonding An -9..Parnell.. mar .n a:Por:aino aP,.•a.1am 9 e>.�r.mma.m coa'TEC w.e.e.wawp j • II `, S Pool mo, �enaw S-aE Pool wad ra...eft � ..+e o.pa.aa. Dotal amp ``1 EePP. s..owae.ePr Mao*la....p.a�.per: ./ E BOLLARD ACTIVATOR DETAIL I ••Roo• CC O LADDER REINSTALL DETAIL - _ 0 c E wM,r E.w. II r um•r.a.r a.�p.0 enn v.nme- I 1 _ 0 Pod p.a: ,P,..wrem1 " spr.r popm mp. o.,,..wa:<.a.1•.n:moanl O_ I. p. '...a Powm.empmr 1 [--........iiiir. T -mosailli 'IeAf�I rrvn0bondIng airs n J, __ • ' PrONO•bop. I BOW cow NEC fiep ea rEEMwMilrM a dinillIIIIIIIIII I1�r (n (22 0 ��M� 'L:.,e„rr� :aotp....boas . Batson..Oa � ra� w w o �„ art* ..•e rods Bar •t-a �...pa..vb win Nli'anp�b ....Y. OPA Ya W.. -Bw oeuX GSv-a6 `MOLone 1. MU In arca vwMl:C4d,H,.IA / CrLL (n •'i• "Kt ek- 'lpel;,r!darn. CS Ulm ©FLUSH MOUNT SPRAY DETAIL O POOL DECK STEP DOWN DETAIL c/ ce re,rnam., s.s e• ar.m.,a L PM pM-Sae en.st ePRN 1,r ODECK DRAIN TRENCH DETAIL r, ma • w�,rEw. .p.na.a m..w 1 rase,. -e..wwu c-sP-Pe • ....._ _... JJJ . oat T T 1 F—ma' I• za p®, '�.i ®POOL DECK STEPS DETAIL ,o .l QAi WT..14001EFII MENU OE-30111[12.20 POOL WALL DETAILS SP-P5 P ,,,at , GENERAL NOTES-DEMOLITION IC ..111111 ,. CENTERLINES F TR TUR[ ESS IliJ5.lnrMGl.Sh ID: OF ...ODRAWINGS o HFINISHED NOTED OTHERWISE o STRUCTURE.UNLESS Kansas CM,KS 86107 1 -- , AT LOCATXD. HERE NEW WORK IS REOu.FDNcwDNG BUT fl - r --`� ... NOTLIMITEDTOPLENUMSPACES CHASES WALLCONSTRUCTION./ u L91747Btl79 � / CARING BIOS.FEFAE MEASURES TO AMITE, INDI LT7PERFORMANCE 1 ALL ADJACENT A NOT ANDR REPAIR CONTRACTOR DEMOLISHED AMR RisT [xx� xx xx LOCATIONS WHERE PO PORTIONS RDOLING � •1 o--'1I ell j' !'XX'l "L ,A 0 ORS OR 1/ANDOWS AND THEIR FRAMES AARE TRUCTION TORND E REMOVED.OR CEIUNG CONSTRUCT..PATCH ANDNPaR ADACENT Sfn r `1-6-T-il-WJ F. L J ,.'`' i i SH ERII OIL UNLESS NOTED OTHERWISE. / "Ws a" AL CREATED BY landworks +.. Le L {¢ -..'-- '1 ° REQUIREDpFIRE RATING TioNFnESTOPAIU TO MAINTAIN �! DICJ • REFER R To MECHANICAL PLUMM,D AND ELECTRICAL DEMO�INDRAWINGS FOR AsSOCIATEDWORK. ` J , coNm.u:Toa SHALL PaovwETEMPORARY swR No AND BRACING OF PARTWAY DEMOLISHED CONSTRUCTION AND �0 7 k STRUCTURAL ELEMENTS AS REQUIRED TO MAINTAIN SAFE : t a WORKING OOOR H CONDITIONS. OBESALVAGEDORRKYCLEDWITHOWNER N0'^"°""• PRaRTDDDMM NDWORK ll Xx I I N L N L L DEMOLITION LEGEND i 1 �L EXISTING 0 0 LD vl y TINC CONSTRUCTION ' xx �xxJ Cxx1 ,:Z�. DEMOLISHED CONSTRUCTION DEMOLISHED IIIED FLOOR/CM. �__�� CONSTRUCTION o ^ II 437 j' n ` '_7 �' KErw i m reoenrER 0 12- 3 .67; LEGEND-KEYNOTES en N O a) AlDI DEIODUSH EASING WALL CONSTRUCTION -0 D2 DEMOUSH EXISTING DOOR AND FRAME AND FRAME.MOEA DPENND z N Ual IF DEMO GERUND PLAN-LEVEL I DS D. DEMOLISH CONCRETE FLOOR SPAN IREFOR NEW DOOR.SALVAGE BRICK FOR a ETn Q O Q &1r.v-cr ITIONs,AND MINER '^ L / ]S.r F.V. T•T F.Y, o REUSE RULT.0 BENCH,SALVAGE DEMOLISH°FENNO UP TO 1114. Loc�60 CLEAR NIDTH VJ 'V Ea REARED FOR INTERIORFINISH.SALVAGE BRICK FOR INFILL M RLEERE STRICT FOR INA FOR LLLL W ` US,RE STRUCT FOR LINTEL M DOOR �/> ��/ //� Fes\ L - oO CONSTRUCTIONEXISTING 11.41.0 AND GYP CEILING TO HARDWARE HARDWARE MOP..FOR REPLACEMENT Y_ LL i`/ Ll-V/7 1EXISTING CEILING TO REMAIN yr �� TER. i U_ © IC_ mi REM. I V��]Tyyq{T/•�-(os}/P�1 J� ,4,�/ CMS1315 EXISTING CLERESTORY WINDOW,PREPARE aPeauc FOR!NEILL EXISTING 00,10FIT TO FIBANN S L Y=J W_IJ_1�_ , \ I ,- `t`"1/-, I I 1`U^ I 617 CELIA.TO RE REMOVED AS IrorwrED I. 1 I io PIP' L. _ �M 4 II it - NO. p ,I Ii7i i ai ii *r-rkCGO SALVAGE ACCESS CONTROL HARDWARE FOR REUSE - -i 11 9 I Lain . 11 /�v 0111 SALVAGE WALL MOUNT STORAGE BOXES FOR REUSE 11 r r FOR REUSE.TVP �1 J -- I 9 9 _ 1 1. `,. _LL.l in P"1:. J nP J 11 I,co I a a 1., I/"I b 1 F Je-� '/ I I V t MONO Ot W.oTZA v � !l r N 1 -iv.- 1 0 ; b _: oc + _-�_ r---I I Ova 11 , . fi n M�� ! L' I IL Tad,.I I I I I. 4 I L 1 1 V L 'v0F M%"• - 1 11 I I I _ :e. r• M19 Ia"r.AA.,ITr TrP 13'.0 1, 1E.O. 1 E N jp.4 VI 1,01 R•NE }.r 1 DEMOLITION PLANS al DEMO -LEVELI :; AD111 P SIGN TYPES LEGEND-RESTROOMS DOOR A FRAME SCHEDULE SEE ILA.FOR MANAGE DETAIL AT MAIN ENTRY I ° DOOR DOOR FRAME 14.81: 70:es GLASS 09sr.dGABA 01 � ,P 101 TYPE MATERIAL WIDTH HEIGHT TNIC W TYPE MATERIAL TYPE HARDWARE REFERENCED GENERAL NOTES Kenn CN,KS 66103 �a • 8� W r•P W 6[11 'i • ,O w L9U.0.18.OII -P RxlulA,M•➢n wawa. uMAMMAL LxevINeAA - M.• ,mR w -_ r-P r-P W ,IOU W DUTCH OOOnxMTN WIRY IsmWeDewPoolGom x c +IRA I-aueoox avAAR ARMNaa — — ,III -- �r- - SE - COMO DOOR PROVIDE WITH STAINLESS STEEL JAMBS.SILL,AND HEAD MEE+-A nEE+.e IM2.A IllfiL ffiE3:.C. S TYPICAL SIGN a ,on __ CORM COOIK PROVIDE WITH INTEGRAL ETARLES.STEEL JAMBS.SILL AND HEAD o•wmo•m•memAn 104 HA SPTP ',GU CITY, On l OTT OTT I On, 105 . - Oar HA _ to W rP T. ,r.- W ■sh.: ,v HAV, T.P trA" w OPE RATOR HI a-P —---- w `-' 8Ob 86 846 SO SRA r.P landWorks yM 1W.I i STUDIO _'n" ...Ai. e..ERO1Msem .e`Re°N RN s_v D HARDWARE IN.. nEE+.r. nP[,LD I,vE U! :MOH C ITEEz.F EIDO W P - -A ETR ETR SITE AU i-r N „ HIM °TY, On, DTY, on I G N AURA m SP�FGATD III PATE X ND.°.IG GENERAL NOTES-STORAGE EXISTING BUILDING STORAGE y I�P RE ecl�n \ a6 SCXmu56� RE-CHEDu7E 1", q6.SCHEDU \ SEI EOUI y Y qE^EwyE T '�T ''I T •I1 l `c BACKFACE ALL( SHALL BE AS POLL CHILE)ADA�NAGE TO BE REPLACED A GLYPHS,AND RASTER GRADE I / / ERKLELOTOPOEDCwRUTERS.NT TE 2 TWITH OWN TEAT,PICTOGRAM ARTI AND RES FOR • 1 \ ' g I ` SC Stir. [lira COLOR O ACRYLIMERFRONOAMTEERE . QUANTITIES INDICATED BELOW DO Nor rINcLuD�NA°E O. VHS MOUNTING TAPE(AT.TEMR R.MOUNT WITH H.HEAD SCREWS, I INDICATED ON SIGN TYPES LEGEND-R b }L I. sTOIL CO An",�creo(GRADE`siANO SX:AU coMVLV WITH m,o HO RDA HAN Ban TYPE QUANTITY IS MACAIE 733.4 N. b ® b x� W g A. DE REouIREMENTS NONE w coNTRAST.CHARACTER HEGHS AND WIDTHS, ANCv NONE MOUNTING LoCATIONS..C. ,t _ 5. ARTWORK FOR PICTOGRAMSAVAKABLE UPON REouESTFROM ARCHITECT ENTRANCE YES \ \ \ \ \ \ \ \ - \ PROHIBITED /r.P 51. tl/Y-ff EI. YfY.P E'I. — O EDIT ID S NONE TwEA A♦weREA TWEE ? CAA rnEE DqpE I t LDL 0 TYPICAL ALL DOORSMTH LOWERS INDICATED PROVIDE SIGHT-PROOF TYPE LOUVERS WITH MINIMUM.5 SF NEVA AND INSECT SCREEN 0 — O TYPES-SIONAGE O TYPES•DOORS O TYPES-FRAMES CI) 1I2'=1•01 vr.ra yr•1•a X - r, I GYPSUM BOARD.Dr a) ENS..WALL TO REMAIN W F 0o AND BACKER • E ➢,m ' i LLJi,:c._.(t.)2 f, .f F°I••••••=^ THANMALL,FUSLAMINATE a)ED ACE oN ET [duns DOOR HOOD ENCLOSURE 1■::/I EaNTNGWALLT b IDJU08 SALV-FUEDLA LAMINATE > /10:STAINLESS STEEL COUNTERTOP 0?.'S'O:W TO ° ,+RBIST NG 06 TE EBRACKETS AND GROMMETS AT AC O IX r2 I +� - COILING ODOR JAMB AND TRACK :-:.� Lr-LASED WINDOW rye 131I1 , SEALANT.ANT AND �; COMPRESSIBLE FILLER AT FLUSH WITH COILING DOOR SILL WM 1 LLroT IIIM ° CABINET. ED LT DRONER WOOD B°LLOCIN,OBE EN :Mil VERTICAL+o uT WEEPSlo•moOl CONC.LED CABINET MTGE IGe �Igi cdWGDDORSLLNLLCEPTHOF WALL , 4103/ ,pel7/ + W 10SALVAGED 4203ECB0.oLGOH OF ABNET HARDWARE In COOT caNsraucTGulm O,R e i E°Uwrscrl Roo SEALANT AND SACKpR �,• RIGID uwurPO�lo>roq � �. • ,;, GROUTl MUMU SOLIDBELOW SILL • ilt FLUIDA API,.AN BARRIER .,, _ - osuR •'' •,';I I u WALL LA:TGN.RE YAeot I.�JA e'Id zmO, \ , FACE BACKMERTOP ID➢iN :: A, I,i•I SOLDIER MATCX Sntltl Oeml RF EL ]ADO NO OI k EYGE%5i ,E K,, ,H - 1 '� MM IIO34001 ;lilt WUSTA EBRG mot• CMMHSNHSA,00, WN 1IN ,� SECTION DETAIL-COILING DOOR 1�, s., • • i,Iil% E ° • DAME,.LA In AtOq ED it/ RNNL 'P'- P% J • TXDRMA . .I •Eo IIII�IN ,.A �,�il% •VERDCAL,DINa fa mODl ° • IOS HOM 2000) E ou CARNET IN°iERGR ;: ,,5 1• 1 ',i1lg STAINLEWALL SSFLASHING STEEL THROUGw - THERMALLY-FUSEDBLE SHELVING POSE i,N�,° .� GROUT SO BEO„.FLARMNG E M �. •:_:..., sr L D. H oP1,oET moc —I,7;II _ TWfELd, JI ° ° • GAL PER FLooR INN r, n+amR zwa i-_._..,� ATTACHED Eow WITH — Jjj1I1 • aw aW MASoxav NoRS P.MFR — — A • • EALED CABINET HINGE INSTRUCTIONS.PANT TO MAr°H III III GE QM -EM„,,,K,Gx...c.c. B. 1_ LLItO Stml EGSTNG SDEWALK rO aEMA1u ESI.ENf BASE R6t1®e50q 1 III I11 U COSTING FWNDATDN To REMAIN roB —Iv SCHEDULES AND M T III MASONRY III I I III— FCE p—— DETAILS MENT LocATGN6 TYR. _�_ M_r TYPICHKEYEL.DLOC ALL D°°RB A601 1 1F2'.N TAIL-BUILT-IN BENCH ®2 SEECTION DETAIL•TYPICAL EXTERIOR WALL INFILL 1®CASE WORK DETAIL-TYPICAL J ADDENDUM 03 Issued: 03/04/2024 Project: Riverside Pool and Restroom Improvements PROJECT NO: (222-087, LWCF 29-01759) Engineer: Waters Edge Jeff Bartley 913.438.4338 jbartley@wedesignpools.com This addendum forms a part of the contract documents and modifies the original procurement documents dated February 9, 2024, Addendum No 1 dated 02/27/24, and Addendum No 2 dated 03/01/2024. ITEM 1. BID DUE DATE The bid date has been extended to March 14'h at 10:00. See attached advertisement for bids. 2. REVISION OF LAST PARAGRAPH ON ADVERTISEMENT FOR BIDS The last paragraph on the attached Advertisement for Bids has been updated. THIS IS THE END OF ADDENDUM 03 — 1 Attachment 1 CITY OF RIVERSIDE, MISSOURI ADVERTISEMENT FOR BIDS Separate sealed bids for the RIVERSIDE POOL AND RESTROOM IMPROVEMENTS (222-087, LWCF 29-01759) will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 A.M., on Thursday, March 7 14,2024, and then publicly opened and read aloud at Riverside City Hall. A pre-bid meeting will be held on February,23 at 10:00 A.M. at Riverside City Hall. The Information for Bidders, Form of Bid, Agreement, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other Contract Documents may be examined at the office of the City Engineer at the above city hall address. Copies may be obtained at the office of Drexel Technologies, Inc. Planroom, located at 10840 W. 86th Street, Lenexa, KS. 66214, (913) 371-4430. Such documents will be at the contractor's expense. Such fee shall be non-refundable. Contract documents can also be viewed or downloaded at (https://planroom.drexeltech.com). The Information for bidders and advertisement can be viewed on the City of Riverside's website https://www.riversidemo.gov/bids. The City reserves the right to waive any informality or to reject any or all bids. The City of Riverside hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, businesses owned and controlled by socially and economically disadvantaged individuals will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, creed, sex, age, ancestry or national origin in consideration for an award. Federal Land and Water Conservation Funds(LWCF) are being used in this project, and all relevant federal, state, and local requirements apply. This agreement is for services related to a project that is subject to the Build America, Buy America Act(BABAA)requirements under Title IX of the Infrastructure Investment and Jobs Act("IIJA"), Pub. L. 177-58. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget's Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18, 2022. Please note that work within the Community Center is not funded by LWCF and is not required to comply with BABAA. cc cc o tion for Bidders" IEtem 29 �►�r;..ority and L'.,.. ale Participation Coals. Dated: February 9, 2024 2 ADDENDUM 04 - Issued: 03/10/2024 Project: Riverside Pool and Restroom Improvements PROJECT NO: (222-087, LWCF 29-01759) Engineer: Waters Edge Jeff Bartley 913.438.4338 jbartley©wedesignpools.com This addendum forms a part of the contract documents and modifies the original procurement documents dated February 9, 2024, and Addendum No 1 dated 02/27/24, No. 2 dated 03/01/24, and No. 3 dated 03/04/24. Acknowledge receipt of this addendum in the space provided in the bid form. Failure to do so may disqualify the bidder. This Addendum consists of 6 page(s) and the following documents and drawings. a. Revised Specifications i. 08 71 00— DOOR HARDWARE ii. 13 31 19— DECORATIVE METAL FENCING b. Revised Drawings Sheets i. MPE-2 — ME SITE PLAN ii. A601 — SCHEDULES AND DETAILS iii. FA101 — FIRE PROTECTION iv. E101 — LIGHTING & POWER PLAN v. E601 — ELECTRICAL SCHEDULES vi. E602 — ELECTRICAL DETAILS QUESTIONS 1. At the pre-bid it was asked how the minority/female participation in Section 8.0 of Exhibit T was to be tracked. The PDF link in Section 8.0 of Exhibit T provides clarification that these are goals and not quotas. Bidders are encouraged to review the linked PDF. 2. Access control system: Can the card reader use standard composite cable or will there system require a network-based reader?Wiring to card readers is owner- provided and installed. Contractor will be responsible for conduit and other items as noted on the drawings and specifcations. 3. Reference revised bid form issued with addendum #2— `Please clarify if it is the intent of the owner to have the ability to award separate contracts for base bids A and B or to award a single contract based on combination of base bids A and B'. Per line 4.08 of updated Bid Form from Addendum 2: "Owner may accept Base Bid A or B individually or accept both Base Bid options together." 4. At the pre-bid it was asked, "Will existing foundations conflict with underslab rough-in work? See structural drawings for locations of structural vs non 1 structural walls to determine routing of underslab work. Provide sleeves in new interior foundations as required for underslab work. CHANGES TO PREVIOUS ADDENDA ADDENDUM NUMBER 2. 1. FOR CHANGES TO PROJECT MANUAL - ITEM 6. SECTION 01 23 00 ALTERNATIVE. Strike the following. a. Add Item 5. Alternate#5: Provide Fire Protection Improvements. 1. Base Bid: No work 2. Alternate Bid: Construct improvements as detailed on Drawings FP101 and FP102. Replace with the following. a. Add Item 5. Alternate #5. Provide Fire Protection (Fire Alarm) Improvements. 1. Base Bid: Modify existing dry type fire protection piping as necessary for new floor plan as shown by single hatch on sheet FP101. Modify existing wet type fire protection piping as necessary for new floor plan as shown by double hatch on sheet FP101. Provide fire alarm devices as shown on E102. 2. Alternate Bid: Upgrade existing fire alarm system to present day standards for area as shown by double hatch on sheet FA101. 2. FOR CHANGES TO DRAWINGS— ITEM 4. DRAWING SP-P4a— MAIN DRAIN REPLACEMENT DETAIL (ALT). a. Add the following note to the detail: "If a new main drain is constructed, construct a 3" sch. 40 outlet and pipe, connecting to the existing pool drain at the location of the main drain." CHANGES TO PROJECT MANUAL 1. SECTION 13 11 90 — POOL PIPING, VALVES, AND RELATED ITEMS a. 2.12 BRASS SOLENOID VALVES 1. Revise title to read "BRASS/BRONZE" SOLENOID VALVES 2. Paragraph 1. Specified Manufacturer: Revise to read "Magnatrol Valve Corp.,or approved equal -assuming that products meet BABAA provisions, in lieu of Granzow. 3. Revise 5. Materials of Construction: Item a. to read "Brass/Bronze." 2. SECTION 13 31 51 —SHADE STRUCTURES a. Clarification/Question Asked: Shade manufacturers are concerned regarding lack of shade fabrics being manufactured in the U.S., and meeting BABAA. 2 Answer: Shade Structures would comply with BABAA if meeting the following. Per BABAA, for manufactured products —"Items assembled out of components, or otherwise made or processed from raw materials into finished products. Manufactured products must be manufactured (assembled) in the United States, and the cost of components that were mined, produced, or manufactured in the United States must be greater than 55 percent of the total cost of all components of the project." b. 2.01 MANUFACTURERS, Paragraph B. Acceptable Manufacturers: Add Item 4. SkyWays as supplied by Landscape Structures; www.playlsi.com. 1. SECTION 14 96 50 — HOISTS a. 2.01 HOISTS 1. Revise Item C. Features: 6. Mounting Option. Revise to read "Wall Style Socket" in lieu of embed socket. 2. Add Item D. Schedule: Furnish one portable hoist with anchors as shown on Drawing SP-F1 (Key Note P26 located on south wall of existing pit and Key Note S44 located on north wall of splash pad pit). 2. SECTION 32 31 19 — DECORATIVE METAL FENCING a. Clarification: Revising specification for fencing to be coated steel in lieu of aluminum. Replace Specification with attached SECTION 32 31 19— DECORATIVE METAL FENCING (STEEL). CHANGES TO DRAWINGS 1. DRAWING SP-C1 — EXISTING SITE DEMOLITION PLAN a. A question was asked to City staff, "When was the last time the swimming pool basin was sandblasted to bare concrete?" Answer from City Staff: The following are descriptions on maintenance invoices: 1) April 2010 the pool surface was sand-blasted, and 2 coats of paint were added with sand added to the paint at the zero-depth area for traction. 2) December 2015 power water-sand inject to profile, clean, fix, patch and fill small cracks and voids. Clean all surfaces prior to painting. Apply 2 coats of Tnemec#161 pool paint to match existing. All lanes, targets, red warning stripes and depth numbers painted. Shark Grip slip resistant additive added and applied to full width of pool beginning at zero ramp entry down to bottom of ramp and extending past the bottom of the ramp 3 to create a non-slip surface. 3 Since 2015, we do not think the pool has been sandblasted. Public Works touches up paint, as needed, each year. b. Another question was asked to City staff, "Was an area between the deep and shallow section of the pool previously sawcut? There are some visible cracks at this location." Answer from City Staff: There was a repair to that area of the pool. The repair occurred some time ago. There are no further details beyond what is visible on this repair. 2. DRAWING SP-C2 — POOL SITE & UTILITY PLAN a. A question was asked "Is there any additional information on locations of sewer and water lines?" Answer: An additional drawing from the original construction was uploaded to the Drexel website under the reference files to provide information regarding existing utilities. 3. DRAWING SP-C3— SITE DETAILS a. Clarification on Details A and B. Note that vertical wall reinforcing is to extend from stem wall into footing using #5 dowels @ 12" o.c., ea face. 4. DRAWING L100— MATERIALS PLAN a. The following question was asked. "What will be the finish coating material for the new splash pad? Answer: The splash pad finish will be acid stained as per described in the Graphic Legend. 5. DRAWING L103— DETAILS a. Detail 7— Raised Concrete Planter. Clarification to Alternate#3 — Form Liner. Please note that a 4" Cap with chamfer and form liner of exposed portion of retaining wall is only to be provided with the alternate bid. Base bid will include construction per details as shown on DRAWING SP-C3. As part of Alternate Bid #3, the form liner and cap are to be provided on all exposed portions of the raised planter and exterior portions of the retaining wall facing the parking lot. 6. DRAWING SP-P1 — POOL IMPROVEMENT PLAN a. Clarify Key Note 4 to include dimensions of shade structure as follows "12' x 12' Sunshade on existing water bench — Fabricate flanged connection. Contractor to verify existing connection of sunshade. Height of structure shall be a minimum of 8'-0" clear from the pool floor to lowest structure of fabric of frame." b. Clarify Key Note 22 to include dimensions of shade structure as follows "New 12' x 20' Sunshade — See Detail B-SP-P6. Height of structure shall be a minimum of 8'-0" clear from pool deck to lowest structure of fabric or frame." c. Clarify Key Note 37 to include dimensions of shade structure as follows "Concessions Shade shall include 7 post layered shade, custom designed to occupy approximately 290 square feet within the column footprint. 4 Height of structure shall be a minimum of 9'-0" clear from pool deck to lowest structure of fabric or frame, with no specific requirement for a peak height." d. Revise Key Note 38 as follows. "Concessions Table-to be owner- furnished (not in contract)." 7. DRAWING SP-PM1 — POOL MECHANICAL PLAN a. On GENERAL SHEET NOTES CONT., Add Note 5. as follows "For replacement of existing piping extending through the filter building, construct the pipes at the same location and elevation as the existing pipe. For base bid, new piping for the swimming pool can be connected to the existing pipe directly adjacent to the filter building footings, prior to entering the building foundations. 8. DRAWING SP-FO— FILTER AREA KEY NOTES AND DATA a. Clarify Key Note S32 as follows. "Ship Ladder. See Specification 13 11 65-POOLS-ALT TREAD METAL STAIRS for product specification. 9. DRAWING SP-F1 — FILTER AREA IMPROVEMENT PLAN a. DETAIL B- FILTER AREA IMPROVEMENT PLAN. In addition to the hoist collars shown for each of the two pump pits. Install a third collar on the wall of the southeast corner of the splash pad pump pit. 10. DRAWING SP-F3—FILTER AREA SECTIONS a. Clarification to existing shallow footings. Add the following note to the plan drawing. "For all shallow footings in close proximity to excavated area for new interior pits, contractor shall provide temporary support, shoring, or piers to protect the existing footings from settlement or being undermined. Contractor shall provide and submit a report from a licensed engineer proposing the method of shoring and protecting the existing footings prior to excavation below the footings." 11. DRAWINGS AG001, FP101, FP102 (NOW FA101) INCLUDE A NOTE THAT NEEDS TO BE CORRECTED. a. Previous note says this: Please note that work within the Community Center is not funded by LWCF and is not required to comply with the following items in the Project Manual: 1) "Information for Bidders" Item 20- BABAA Provisions 2) "Information for Bidders" Item 29- Minority and Female Participation Goals. 3) Exhibit T b. Note should be changed to this: Please note that work within the Community Center is not funded by LWCF and is not required to comply with BABAA. 12. REPLACE DRAWING SHEET MPE-2— ME SITE PLAN a. Added existing card reader conduit and scope of work. 5 b. Revised back box rough in location. c. Added plan notes 10 and 11. 13. DRAWING SHEET AD111 — FLOOR AND RCP— POOL RR a. Clarification to note 7. Contractor is responsible to determine means and methods of executing work including any temporary support or shoring required. 14. REPLACE DRAWING SHEET A601 —SCHEDULES AND DETAILS. a. Drawing clarifies hardware for Door EX109. 15. REVISE DRAWING SHEET # FP102 TO FA101 — FIRE PROTECTION, AND REPLACE SHEET WITH ATTACHED. a. Revised sheet name and number. b. Revised general notes B, Q, P, Q. c. Revised fire alarm block note. 16. REPLACE DRAWING SHEET E101 — LIGHTING & POWER PLAN a. Added access control power scope of work. b. Revised plan note 10. c. Added plan note 20. 17. REPLACE DRAWING SHEET E601 — ELECTRICAL SCHEDULES a. Removed circuit for card reader power. 18. REPLACE DRAWING SHEET E602— ELECTRICAL DETAILS a. Revised Single Door detail. b. Added Double Door with Magnetic Locks detail. c. Added Security Details Symbols detail. THIS IS THE END OF ADDENDUM 04—See Attachments 6 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO PART1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes: 1. Mechanical door hardware for the following: a. Swinging doors. 2. Cylinders for door hardware specified in other Sections. B. Related Sections: Refer to Architectural Drawings for sections noted below. 1. Section 081113 "Hollow Metal Doors and Frames" 1.3 REFERENCES A. The following reference standards and model code documents shall be used in estimating and detailing door hardware,and shall considered as a standard of quality,function,and performance,as applicable: 1. I.B.C. International Building Code(current year adopted). 2. NFPA-80 Fire Doors&Windows(current year adopted). 3. NFPA-101 Life Safety Code(current year adopted). 4. NFPA-105 Smoke Control Door Assembly. (current year adopted) 5. ANSI-117.1 2017 Accessible and Usable Buildings and Facilities. 6. A.D.A.A.G Americans with Disabilities Act Accessibility Guidelines. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction and installation details, material descriptions,dimensions of individual components and profiles,and finishes. B. Other Action Submittals: 1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware,as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand,function,and finish of door hardware. a. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. 02-02-24—Construction Documents DOOR HARDWARE 08 7100- 1 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool &Restroom Improvements 21-529 Riverside, MO b. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule."Double space entries,and number and date each page. c. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents. d. Content: Include the following information: 1) Identification number,location,hand,fire rating,size,and material of each door and frame. 2) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. 3) Complete designations,including name and manufacturer,type,style,function,size, quantity,function,and finish of each door hardware product. 4) Fastenings and other pertinent information. 5) Explanation of abbreviations,symbols,and codes contained in schedule. 6) Mounting locations for door hardware. 7) List of related door devices specified in other Sections for each door and frame. 2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are coordinated with the Contract Documents. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data:For Architectural Hardware Consultant. B. Product Test Reports: For compliance with accessibility requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency,for door hardware on doors located in accessible routes. C. Warranty:Special warranty specified in this Section. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware and keying schedule. 1.7 QUALITY ASSURANCE A. Architectural Hardware Consultant Qualifications: A person who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project and who is currently certified by DHI as follows: 1. For door hardware,an Architectural Hardware Consultant(AHC). B. Source Limitations:Obtain each type of door hardware from a single manufacturer. C. Fire-Rated Door Assemblies: Where fire-rated door assemblies are indicated, provide door hardware rated for use in assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency,for fire-protection ratings indicated,based on testing at positive pressure according to NFPA 252 or UL 10C, unless otherwise indicated. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-2 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO D. Smoke- and Draft-Control Door Assemblies: Where smoke- and draft-control door assemblies are required,provide door hardware that meet requirements of assemblies tested according to UL 1784 and installed in compliance with NFPA 105. 1. Air Leakage Rate: Maximum air leakage of0.3 cfm/sq.ft. (3 cu. m per minute/sq.m)at the tested pressure differential of 0.3-inch wg(75 Pa)of water. E. Means of Egress Doors: Latches do not require more than 15 lbf(67 N)to release the latch. Locks do not require use of a key,tool,or special knowledge for operation. F. Accessibility Requirements: For door hardware on doors in an accessible route, comply with [the U.S. Architectural&Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines. 1. Provide operating devices that do not require tight grasping,pinching,or twisting of the wrist and that operate with a force of not more than 5 Ibf(22.2 N). 2. Comply with the following maximum opening-force requirements: a. Interior, Non-Fire-Rated Hinged Doors:5 lbf(22.2 N)applied perpendicular to door. b. Fire Doors: Minimum opening force allowable by authorities having jurisdiction. 3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch(13 mm)high. 4. Adjust door closer sweep periods so that,from an open position of 70 degrees,the door will take at least 3 seconds to move to a point 3 inches (75 mm)from the latch, measured to the leading edge of the door. G. Keying Conference:Conduct conference at Project Site. In addition to Owner, Contractor,and Architect, conference participants shall also include Installer's Architectural Hardware Consultant. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including,but not limited to,the following: 1. Function of building,flow of traffic, purpose of each area, degree of security required, and plans for future expansion. 2. Preliminary key system schematic diagram. 3. Requirements for key control system. 4. Requirements for access control. 5. Address for delivery of keys. H. Preinstallation Conference:Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials,Installer's personnel, equipment,and facilities needed to make progress and avoid delays. 2. Inspect and discuss preparatory work performed by other trades. 3. Review sequence of operation for each type of electrified door hardware. 4. Review required testing,inspecting,and certifying procedures. 1.8 DELIVERY,STORAGE,AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to Project site. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-3 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. D. Deliver keys and permanent cores to Owner by registered mail or overnight package service. 1.9 COORDINATION A. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. B. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. C. Electrical System Roughing-In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. 1.10 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Structural failures including excessive deflection,cracking,or breakage. b. Faulty operation of doors and door hardware. c. Deterioration of metals,metal finishes,and other materials beyond normal weathering and use. 2. Warranty Period:One year from date of Substantial Completion, unless otherwise indicated. a. Locks:Three years from date of Substantial Completion. b. Exit Devices:Two years from date of Substantial Completion. c. Manual Closers:10 years from date of Substantial Completion. 1.11 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. B. Maintenance Service: Beginning at Substantial Completion, provide six months' full maintenance by skilled employees of door hardware Installer. Include quarterly preventive maintenance, repair or replacement of worn or defective components,lubrication,cleaning,and adjusting as required for proper door and door hardware operation. Provide parts and supplies that are the same as those used in the manufacture and installation of original products. PART 2- PRODUCTS 02-02-24—Construction Documents DOOR HARDWARE 08 7100-4 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO 2.1 SCHEDULED DOOR HARDWARE A. Provide door hardware for each door as scheduled in Part 3"Door Hardware Schedule"Article to comply with requirements in this Section. 1. Door Hardware Sets:Provide quantity,item,size,finish or color indicated,and products equivalent in function and comparable in quality to named products. B. Designations:Requirements for design,grade,function,finish,size,and other distinctive qualities of each type of door hardware are indicated in Part 3"Door Hardware Schedule"Article. Products are identified by using door hardware designations,as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3"Door Hardware Schedule"Article. 2. References to BHMA Designations: Provide products complying with these designations and requirements for description,quality,and function. 2.2 HINGES A. Hinges:BHMA A156.1.Provide template-produced hinges for hinges installed on hollow-metal doors and hollow-metal frames. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. IVES Hardware;an Allegion company. b. Baldwin Hardware Corporation. c. Bommer Industries, Inc. 2.3 MECHANICAL LOCKS AND LATCHES A. Lock Functions:As indicated in door hardware schedule. B. Lock Throw:Comply with testing requirements for length of bolts required for labeled fire doors, and as follows: 1. Cylindrical Locks: Minimum 3/4-inch(19-mm)latchbolt throw. C. Lock Backset:2-3/4 inches(70 mm),unless otherwise indicated. D. Lock Trim: 1. Operating Device: BRK Lever. E. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame;finished to match lock or latch. 1. Flat-Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-5 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO F. Mortise Locks:BHMA A156.13;Grade 1;Series 1000.Lock case shall be multi-function and field reversible for handing without opening the case. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Falcon Commercial Lock Division;T Series,MA Series Lock;an Allegion company. b. Yale Commercial Lock Division;5400 Series,8800 Series Lock;an ASSA Abloy company. 2.4 ELECTRONIC LOCKS AND LATCHES A. Lock Functions:As indicated in door hardware schedule. B. Electronic Cylindrical Locks:A156.13/A156.25;Grade 1. UL294 Listed. 2.5 LOCK CYLINDERS A. Lock Cylinders:Tumbler type,constructed from brass or bronze,stainless steel,or nickel silver. 1. Manufacturers: Match Owner's existing keyway. B. Standard Lock Cylinders:BHMA A156.5;Grade 1 cylinders;face finished to match lockset. 2.6 KEYING A. Keying System:complying with guidelines in BHMA A156.28,Appendix A. 1. Key locks and cylinders to existing Yale keyway. 2. Incorporate decisions made in keying conference. B. Keys:Brass. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation:"DO NOT DUPLICATE." 2. Quantity: In addition to one extra key blank for each lock,provide the following: a. Cylinder Change Keys:Three. b. Master Keys: Five for each master key system. c. Grand Master Keys: Five. d. Control Keys:Three. 2.7 OPERATING TRIM A. Operating Trim: BHMA A156.6;brass,unless otherwise indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. IVES Hardware;an Allegion company. b. Rockwood Manufacturing Company. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-6 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO c. Trimco. 2.8 ACCESSORIES FOR PAIRS OF DOORS A. Coordinators: BHMA A156.3; consisting of active-leaf, hold-open lever and inactive-leaf release trigger; fabricated from steel with nylon-coated strike plates; with built-in, adjustable safety release;and with internal override. B. Astragals: BHMA A156.22. 2.9 SURFACE CLOSERS A. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves,cast iron body,and forged-steel main arm. B. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather,and anticipated frequency of use.Provide factory-sized closers,adjustable to meet field conditions and requirements for opening force. C. Provide closers with a solid forged steel main arms and factory assembled heavy-duty forged forearms for parallel arm closers. D. Closer cylinders,arms,adapter plates,and metal covers shall have a powder coating finish which has been certified to exceed 100 hours salt spray testing as described in ANSI Standard A156.4 and ASTM B117. Provide special rust inhibitive primer(SRI)where specified. E. Closers with pressure relief values will not be acceptable. F. Supplier to provide any brackets or plates required for proper Installation of door closers. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. LCN Closers;4050A Series;an Allegion company. b. Norton;7500 Series;an ASSA Abloy company. 2.10 THRESHOLDS A. Thresholds: BHMA A156.21;fabricated to full width of opening indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Reese Enterprises, Inc. b. National Guard Products. c. Zero International. 2.11 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch- (1.3-mm-) thick stainless steel; with manufacturer's standard machine or self-tapping screw fasteners. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-7 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. IVES Hardware;an Allegion company. b. Rockwood Manufacturing Company. c. Trimco. 2.12 AUXILIARY DOOR HARDWARE A. Auxiliary Hardware: BHMA A156.16. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. IVES Hardware;an Allegion company. b. Rockwood Manufacturing Company. c. Trimco. 2.13 FABRICATION A. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated,using manufacturer's standard metal alloy,composition,temper,and hardness.Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. B. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2. Fire-Rated Applications: a. Wood or Machine Screws: For the following: 1) Hinges mortised to doors or frames;use threaded-to-the-head wood screws for wood doors and frames. 2) Strike plates to frames. 3) Closers to doors and frames. b. Steel Through Bolts:For the following unless door blocking is provided: 1) Surface hinges to doors. 2) Closers to doors and frames. 3) Surface-mounted exit devices. 3. Spacers or Sex Bolts: For through bolting of hollow-metal doors. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-8 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO 4. Fasteners for Wood Doors:Comply with requirements in DHI WDHS.2,"Recommended Fasteners for Wood Doors." 5. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 2.14 FINISHES A. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work:Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable.Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3- EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire-rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Steel Doors and Frames: For surface applied door hardware,drill and tap doors and frames according to ANSI/SDI A250.6. B. Wood Doors: Comply with DHI WDHS.5 "Recommended Hardware Reinforcement Locations for Mineral Core Wood Flush Doors." 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames:ANSI/SDI A250.8. 2. Wood Doors: DHI WDHS.3,"Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions.Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing.Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location.Adjust and reinforce attachment substrates as necessary for proper installation and operation. 02-02-24—Construction Documents DOOR HARDWARE 08 7100-9 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO 2. Drill and countersink units that are not factory prepared for anchorage fasteners.Space fasteners and anchors according to industry standards. C. Hinges:Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches (750 mm)of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots,are provided. D. Lock Cylinders: 1. Coordinate installation of cylinders with owner's locksmith if applicable. E. Thresholds:Set thresholds for doors indicated in full bed of sealant complying with requirements specified in Section 079200"Joint Sealants," refer to Architectural Drawings for section. F. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. G. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. Apply soffit mounted seals prior to soffit mounted hardware. H. Meeting Stile Gasketing: Fasten to meeting stiles,forming seal when doors are closed. I. Door Bottoms:Apply to bottom of door,forming seal with threshold when door is closed. J. If existing conditions prohibit practical installation of any of the hardware scheduled in this section,notify contractor prior to proceeding. Supplier to examine onsite conditions prior to ordering hardware. 3.4 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit.Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers:Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. B. Occupancy Adjustment: Approximately three after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust each item of door hardware, including adjusting operating forces,as necessary to ensure function of doors,door hardware,and electrified door hardware. 3.5 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.6 DEMONSTRATION 02-02-24—Construction Documents DOOR HARDWARE 08 71 00-10 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool&Restroom Improvements 21-529 Riverside, MO A. Contractor to instruct owner's personnel to adjust, operate, and maintain door hardware and door hardware finishes. 3.7 DOOR HARDWARE SCHEDULE A. The hardware sets listed below represent the design intent and direction of the owner and architect. They are a guideline only and should not be considered a detailed hardware schedule.Discrepancies,conflicting hardware and missing items should be brought to the attention of the architect with corrections made prior to the bidding process. B. Existing Conditions: Where doors/frames are to be reused verify existing door conditions and notify Architect of any required changes to specified hardware prior to ordering hardware. HARDWARE SET: 01 DOOR NUMBER: 101 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 6 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 2 EA MANUAL FLUSH BOLT FB457 626 IVE 1 EA STOREROOM LOCK AU 5405LN (VERIFY CYLINDER 626 YAL REQUIRED) 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 2 EA WALL STOP/HOLDER WS45X 626 IVE 1 EA RAIN DRIP 142AA AA ZER OPERATION: DOOR NORMALLY CLOSED AND LOCKED. ACCESS VIA KEY. DOOR HELD OPEN AT 180 DEG.ALWAYS FREE EGRESS. 02-02-24—Construction Documents DOOR HARDWARE 08 71 00- 11 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 02 DOOR NUMBER: 104 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 6 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 1 EA MAGNETIC LOCK M492P 12/24 VDC 628 SCE 2 EA PUSH PLATE 8200 6"X 16" 630 IVE 2 EA PULL PLATE 8303 10"4"X 16" 630 IVE 2 EA SURFACE CLOSER 4040XP EDA 689 LCN 2 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE 1 EA FLOOR STOP FS439 630 IVE 1 EA WALL STOP WS406/407CCV 630 IVE 1 EA DOOR SWEEP 39A A ZER 1 EA THRESHOLD 655A-223 A ZER 1 EA PUSH BUTTON 621ALRDEX DA 12/24 VDC 630 SCE 1 EA MOTION SENSOR SCANII 12/24 VDC WHT SCE 1 EA CARD READER BY SECURITY SYSTEM INTEGRATOR 1 EA POWER SUPPLY BY SECURITY SYSTEM INTEGRATOR OPERATION: DOOR NORMALLY CLOSED AND LOCKED. VALID CARD READ FROM PULL SIDE ALLOWS TEMPORARY ACCESS. PUSH SIDE ALWAYS FREE FOR EGRESS VIA MOTION SENSOR OR EMERGENCY PUSHBUTTON. DOOR TO UNLOCK UPON FIRE ALARM OR LOSS OF POWER. HARDWARE SET: 03 DOOR NUMBER: 105 106 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 1 EA MORTISE LOCK AUR 8862FL IND 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA SURFACE CLOSER 4040XP 689 LCN 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CVX 630 IVE 1 EA RAIN DRIP 142AA AA ZER 1 EA GASKETING 488SBK PSA BK ZER 1 EA DOOR SWEEP 381A A ZER 1 EA THRESHOLD 655A-223 A ZER 02-02-24—Construction Documents DOOR HARDWARE 08 71 00- 12 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 04 DOOR NUMBER: EX107 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 1 EA MORTISE LOCK AUR 8862FL IND 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA SURFACE CLOSER 4040XP RW/PA 689 LCN 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CCV 630 IVE 1 EA GASKETING 488SBK PSA BK ZER 1 EA DOOR SWEEP 381A A ZER 1 EA THRESHOLD 655A-223 A ZER HARDWARE SET: 05 DOOR NUMBER: 202 203 204 205 206 207 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 652 IVE 1 EA MORTISE LOCK AUR 8862FL IND 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA SURFACE CLOSER 4040XP RW/PA 689 LCN 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 630 IVE 1 EA WALL STOP WS406/407CCV 630 IVE 3 EA SILENCER SR64 GRY IVE NOTE: OMIT WALL STOP ON DOORS 205, 206, 207 02-02-24—Construction Documents DOOR HARDWARE 08 71 00- 13 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 06 DOOR NUMBER: EX108 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 630 IVE 1 EA STOREROOM LOCK AU 5405LN 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA ELECTRIC STRIKE 6400 FSE 12/24 VAC/VDC 630 VON 1 EA OH STOP 90S 630 GLY 1 EA SURF. AUTO OPERATOR 4642 WMS 120 VAC 689 LCN 2 EA ILLUMINATED ACTUATOR CM-2520/4855SE1 630 CAM 2 EA ILLUMINATED ACTUATOR CM-45/455SE1 630 CAM 1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE 3 EA SILENCER SR64 GRY IVE 1 EA DOOR CONTACT 679-05HM BLK SCE 1 EA POWER CX-33PS WHT CAM SUPPLY/CONTROLLER OPERATION: DOOR NORMALLY CLOSED AND UNLOCKED. PRESSING OUTSIDE ACTUATOR OPENS DOOR. PRESSING LOCK BUTTON ON INSIDE OF RESTROOM LOCKS DOOR AND ILLUMINATES ACTUATORS RED. PRESSING INSIDE ACTUATOR UNLOCKS AND OPENS DOOR, RESETTING SYSTEM. DOOR MAY BE SECURED VIA KEYSWITCH. ALWAYS FREE EGRESS. HARDWARE SET: 07 DOOR NUMBER: 103A EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 4 EA HINGE 5BB1 HW 4.5 X 4.5 NRP 630 IVE 1 EA DUTCH DOOR BOLT 054 626 IVE 1 EA OFFICE LOCK AU 5407LN 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA KICK PLATE 8400 10" X 2" LDW B-CS 630 IVE 2 EA WALL STOP WS406/407CCV 630 IVE 1 EA GASKETING 488SBK PSA BK ZER 1 EA DOOR SWEEP 381A A ZER 1 EA THRESHOLD 655A-223 A ZER 02-02-24—Construction Documents DOOR HARDWARE 08 71 00 - 14 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO—Pool & Restroom Improvements 21-529 Riverside, MO HARDWARE SET: 08 DOOR NUMBER: 102 103B EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 3 EA HINGE 5BB1 HW 4.5 X 4.5 652 IVE 1 EA STOREROOM LOCK AU 5405LN 626 YAL 1 EA CYLINDER/CORE VERIFY TYPE REQUIRED 626 1 EA PRIMUS CORE 20-740 626 SCH 1 EA ELECTRIC STRIKE 6400 FSE 12/24 VAC/VDC 630 VON 1 EA SURFACE CLOSER 4040XP RW/PA 689 LCN 1 EA KICK PLATE 8400 10"X 2" LDW B-CS 630 IVE 1 EA FLOOR STOP FS439 630 IVE 3 EA SILENCER SR64 GRY IVE 1 EA MOTION SENSOR SCANII 12/24 VDC WHT SCE 2 EA WIRE HARNESS CON X LENGTH REQ'D S:;H 1 EA CARD READER BY SECURITY SYSTEM INTEGRATOR 1 EA POWER SUPPLY BY SECURITY SYSTEM INTEGRATOR OPERATION: DOOR NORMALLY CLOSED AND LOCKED. ACCESS VIA VALID CARD READ. ALWAYS FREE EGRESS. NOTE: LOCATE FLOOR STOP NEXT TO WALL TO AVOID TRIPPING HAZARD. CONFIRM LOCATION WITH OWNER PRIOR TO INSTALLATION. HARDWARE SET: 09 DOOR NUMBER: 103C 103D GTO1 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 1 EA NOTE REMAINDER OF HARDWARE BY DOOR SUPPLIER NOTE: BALANCE OF HARDWARE BY DOOR MANUFACTURER HARDWARE SET: 10 DOOR NUMBER: EX109 EACH TO HAVE: QTY DESCRIPTION CATALOG NUMBER FINISH MFR 1 EXISTING DOOR, FRAME AND HARDWARE TO REMAIN END OF SECTION 087100 02-02-24—Construction Documents DOOR HARDWARE 08 71 00- 15 ADDENDUM NO 4 Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO SECTION 32 31 19 DECORATIVE METAL FENCING (STEEL)— Rev01 PART 1 GENERAL 1.01 SECTION INCLUDES A. Component type aluminum steel pipe railing and fencing systems, including connectors, fasteners, and required accessories. 1D2 SUBMITTALS A. Product Data: Manufacturer's specifications and installation instructions for all components of each product type specified. B. Samples: Submit samples for each railing type, profile, and color specified, not less than 6 inches long. C. Shop Drawings: Prepared specifically for this project. 1. Show complete layout; plan views, elevations, connections, details for fabrication and attachment to other elements, and other installation details. 2. Include sealed drawings by the registered engineer responsible for structural design of system. 1D3 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer and craftsmen having resources to provide consistent quality in appearance and physical properties, without delaying the work. 1D4 DELIVERY, STORAGE, AND HANDLING A. Deliver components in protective packaging. Inspect materials to ensure that specified products have been received. B. Store components to avoid damage from abrasion and other construction activities. PART 2 PRODUCTS 201 MANUFACTURERS A. Specified Manufacturer: Superior Aluminum Products, Inc.; 555 E. Main Stroet, PO Box 430, Ruscia, Ohio 45363; Tel: (937)526 4065; Fax: (937)526 3904; www.superioraluminum.com., or approved equal. B. Acceptable Specified Manufacturers: 1. Ameristar Fencing Products; 1555 N. Mingo Road, Tulsa, OK 74116; Tel: (888)333-3422; Fax: (918) 835-0899; www.ameristarfence.com. C. Acceptable Specified Manufacturers: 1. Fortress Building Products; 1720 N 1st Street, Garland, TX 75040; Tel: (866)323-4766; www.fortressbp.com. 2. Seegars Fence Company; 1190 Buckner Rd, Columbia, SC 29203; Tel: (803) 708-1177; www.seegarsfence.com. D. Provide all ornamental aluminum steel handrails, guardrails, and railing systems as approved by manufacturer. 202 PIPE RAILINGS A. General: Provide all steel components of same alloy; provide components free from surface blemishes where exposed to view in the finished installation. B. Ornamental Alumin Steel Railing System: 1. Railing System Height: 36 inches. 2. Structural Performance: Engineer, fabricate, and install handrails, guardrails, and railing systems to withstand the structural loading required by applicable codes. 3. Finish: Factory-applied baked on enamel or anodized. 4. Color: Selected from manufacturer's standards. C. Design Selection: Series 500 Pipe Railing. Ameristar Montage Plus Pipe Railing. O. Posts and Rails Material:6063 T6 extruded aluminum steel alloys of 1 1/2 inch Schedule 40 pipe size, except where there arc formed elbows, whereby, 6063 T4 is used. Steel material for fence posts and rails shall conform to the requirements of ASTM A653/A653M, with a 02-02-24- Construction Documents DECORATIVE METAL FENCING STEEL 32 31 19-1- Addendum No 4 Waters Edge Aquatic Design Riverside, MO-Pool & Restroom Improvements 21-529 Riverside, MO minimum yield strength of 45,000 psi (310 MPa)and a minimum zinc(hot-dip galvanized)coating weight of 0.60 oz/ft2(184 g/m2), Coating Designation G-60. E. Railing Accessories: Cast from ANSI- Alloy. ASTM A653/A653M. F. All fasteners used in the system shall be aluminum-or stainless steel. 203 PICKET RAILINGS/FENCING A. General: Provide all aluminum steel components of same alloy; provide components free from surface blemishes where exposed to view in the finished installation. B. Ornamental Aluminum Steel Railing System: 1. Railing System Height:As shown on drawings. 2. Structural Performance: Engineer, fabricate, and install handrails, guardrails, and railing systems to withstand the structural loading required by applicable codes. 3. Finish: Factory-applied baked on enamel or anodized. 4. Color: Selected from manufacturer's standards. C. Design Selections: 1. Design:Series-900,Ameristar Montage Plus 2. Post Size:2 1/2 3 inch square. 3. Top Rail: Profile No. 901 -2-1/2"W. x 1-5/8" H.. 4. Bottom Rail: Profile No. 903. 5. Picket Size and Spacing: 3/4"square-4-1/2 inch centers. 6. Straight Rails Design Selection: PP. 7. Gates: a. Standard gate with 4-1/2-picket centers. b. Provide standard hinge and latch. c. Options to be included: self-closing hinge. 11 Posts, Rails, and Picket Material: Steel material for posts, rails and picket shall conform to the requirements of ASTM A653/A653M,with a minimum yield strength of 45,000 psi and a minimum zinc(hot-dip galvanized)coating weight of 0.60 oz/ft2(184 g/m2), Coating Designation G-60. Railing Accessories: Cast from ANSI Alley-ASTM A653/A653M. F. Anchors and Inserts:As required to support work specified in accordance with approved shop drawings. G. Fittings and Fasteners: Same basic material as parts being joined. Do not use metals corrosive or incompatible with materials being fastened. H. Exposed Fasteners: Alemi . Steel I. Screws: Color matched, cadmium plated. 204 ACCESSORIES A. Exit Hardware: 1. Manufacturer: DAC Industries;Tel: (800)888.9768; www.dacindustries.com. 2. Provide on all gates where noted on the Drawings. 3. Provide with "DETEX"exit bar with alarm, guard, lock box, and adjustable receiver bracket. 4. Color to be black. B. Emergency Gate Sign: 1. Manufacturer: Seton Identification Products;Tel: (203)488-8059; www.seton.com. 2. Product: Custom exit sign. 3. Material: Aluminum,Steel 4. Size: 10 inches wide by 14 inches high. 5. Legend: "ATTENTION EMERGENCY GATE ONLY". 205 FABRICATION A. Fabricate to comply with manufacturer's printed requirements, project design requirements, details, dimensions,finish and member sizes, including post spacing and anchorage, but not less than the structural requirements to support loading. B. Clearly mark component units for site assembly and installation. 02-02-24-Construction Documents DECORATIVE METAL FENCING STEEL 32 31 19-2- Addendum No 4 Waters Edge Aquatic Design Riverside, MO - Pool & Restroom Improvements 21-529 Riverside, MO C. The manufactured panels and posts shall be subjected to an inline electrode position coating (E-Coat) process consisting of a multi-stage pretreatment/wash, followed by a duplex application of an epoxy primer and an acrylic topcoat. The minimum cumulative coating thickness of epoxy and acrylic shall be 2 mils (0.058 mm). The color shall be Black. The coated panels and posts shall be capable of meeting the performance requirements for each quality characteristic shown in Table 2 (Note: The requirements in Table 2 meet or exceed the coating performance criteria of ASTM F2408). D. Use connections that maintain structural capacity of joined members. E. The manufactured fence system shall be capable of meeting the vertical load, horizontal load, and infill performance requirements for Commercial weight fences under ASTM F2408. PART 3 EXECUTION 3.01 EXAMINATION A. Examine system components, substrate, and conditions where railing systems are to be installed. B. Notify Engineer in writing of unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Prepare surrounding construction to receive railing installations to comply with manufacturer's requirements. B. Review and coordinate setting drawings, shop drawings, templates, and instructions for assembly and installation of railing system and related items to be embedded in concrete and masonry. C. All new installation shall be laid out by the contractor in accordance with the construction plans. 3.03 INSTALLATION A. Install in strict accordance with manufacturer's printed installation instructions and project shop drawings. B. Preassemble railings, including posts, pickets, and panels where shown, in easy to lift sections whenever possible. 1. Provide for thermal expansion and contraction by use of expansion joints or gaps in rails. Strictly adhere to manufacturer's instructions for locations of expansion joints and fastening of expansion sleeves. 2. Separate al-u-mi-Rum steel from building materials where electrolytic action may occur by means of asphaltic paint or other approved method. C. Adjust, level, and securely install railing system components. D. Align rails so that variations from level for horizontal members, and from parallel with rake of steps and ramps for sloping members, do not exceed 1/4 inch in 12 feet. E. Pipe Railings: 1. Workmanship: a. All pipe cuts shall be square and accurate for minimal joint-gap. b. Cuts shall be clean and free of chamfer, from deburring, nicks, and burrs. c. Holes shall be drilled for proper size for a tight flush fit of rivets and screws. d. Pickets shall be inserted into the pre-punched holes in the rails and shall be aligned to standard spacing using a specially calibrated alignment fixture. The aligned pickets and rails shall be joined at each picket-to-rail intersection by Ameristar's proprietary fusion welding process, thus completing the rigid panel assembly(Note: The process produces a virtually seamless, spatter-free good-neighbor appearance, equally attractive from either side of the panel). e. All posts grouted in concrete must have 1/4 inch diameter weep hole, 1/2 inch above post collar, in the plane of the rail. 2. Rigidity: a. Post spacing shall not exceed 6'-0" center-to-center. b. All posts shall be unspliced single pipe length. c. Lower rails shall be a single unspliced length between posts. d. All top rails shall be continuous whenever possible. e. All fasteners shall be tightened so that completed railing is rigid and free of play at joints and component attachments. 02-02-24- Construction Documents DECORATIVE METAL FENCING STEEL 32 31 19 -3- Addendum No 4 Waters Edge Aquatic Design Riverside, MO- Pool &Restroom Improvements 21-529 Riverside, MO F. Install all bolts and objects with sharp edges to the outside of fenced area and away from patron traffic area. Install plastic caps on bolts and objects with sharp edges if fencing is installed with patron traffic on both sides. 304 CLEANING A. Immediately upon completion of installation, clean all railing system surfaces using clean water and mild soap or detergent. B. Do not use abrasive agent or harsh chemicals. END OF SECTION 32 31 19 02-02-24-Construction Documents DECORATIVE METAL FENCING STEEL 32 31 19-4- Addendum No 4 JAPE PLAN NOTUL 154itt,e.: Irk I POOL BONDING LOOP•MO SOLID BARE COPPER POOL .NDINO LOOP BOND ALL METALLJC ITEMS AS REOURED BY THE NATIONAL ELKTRIC CODE.AMY "5.3 SSORRRIOPI 5.00, I.-TALL BONDING LOOP It.2.1 FROM KSIDE FACE OF Kars City.KS 65103 F9OL AND NO DEEPER THAN 0.BELOW TI•E FIMSHED DECK ELEVATION SEE EQUIPOTENTIAL BONDI. SCHEMATIC FOR MORE INFORMATION L 913.431.4118 2 RE IA A E SHEETS FOR FURTHER INFORMATION IMASS:611.1IABAND 3 POOL PUMP BOND•EXTE.P6 BONDING WIRE INTO FILTEMPUMP AREA ANC BOND TO PUMPS 4 CONTRACTOR TO CONFIRM THE EOSTENCE OF POOL rOVO't OE;:37%-n=lr2 fRIT"' Hi pi INDUSTRY STANDARDS AND CODES...41 roe SOLID L.i.'• BARE COPPER POOL BONDI.LOOP BOND ALL METAL.ITE.AS REQUIRED BY THE NATIONAL ,..Si NOSS. BROWN I EOUIPOTENTIAL BONDI.SCHEMATIC FOR MORE 15F41.11end Dm. INFORMATKM BINNonm.Kamm 66217 5 PROVIDE(,1 CC,NOLII I SCHEDULE*DP.CONDUR r.;;VIR l'P'f:AREAT:D COTIrEtTn3TEZURES MO...Sc..MAP...D,922 `Lif,V.1.°`L'O'c'A"T=1"N,=ZITAVX7'n LARD' ENGINEER 6 POOL IS EXISTING IF CONTRACTOR CAN VERIFY EXISTING BONDING LOOP.NO NEW BONDING LOOP WILL NEED TO BE INSTMLED. 1 PROVIDE POWER TO DOOR ACCESS CONTROLS.RE SHE.EOM FOR FURTHER INFORMATION.CONFIRM DUCT QUANTITY ANO LOCATION WITH OWNER PRPR TO ROLGH IN 6 PROVIDE ONE FOR ONE REPLACEMENT OF ALL SUMP REQUIREMENTS PRPIR TO PURCHASE , 9 HPIR AND EXISTING EILIERIOR.HT FIXTURES SHALL • BE CONTROLLED BY P.T.ELL ONLY ROUTE ORCLAT THRO.H MATING PHOTOCELL OR MO., , •EXISDNG INFRASTRUCTURE TO CONTROL ALL , EXTERIOR FIXTURES THROUGH PHOTOCELL 1 I ,N LA SE I T E TT TO EXISTI.OVERHANG.USE MO EXTEND CONDUIT / / ./ / /I El AS NKESSARY TO MEW GATE FOR CARD READER. CONTRACTOR TO INSTALL ALL NECESSARY CONDUIT . . U) ANO BACK BOXES Ct C 1 ,1 I.TALL ALL NECESSARY CONOUIT.SALVAGE ACCESS CONTROL FOR RE-USE.OWNER AT THIS GATE CONFIRM RE BUTTON WILL FIT ON COLLAIN /1 ct3 i /// w 0 > - 0 0 /' / ,/ / / Tc-„ Lu a) E 0 7 /// ,.... , 'ili—C.11C -, — (7) E , / / ) / / / , , , _/ — , C>uC— > C4(3CA r _/ , ).)/ / / I 6 0 I • I v---'-' •I •' $ : : 7 / '/ / /4 L 5 $ ... . , $ I $$ 1, L-` 4 : 1 , 1 . ........ . , I • ADDENDUM A OSSISSIN • . • , • , 4 • \ ,z__4\ „,:,..,,, -,e:.„, a 1 • 111"4, ..,...._• • l Tr it 'ID 1.P I I Lit.' :r: a. 11 ILIE(Di:ILr: a. .• OMIDOMM. MOMS Omm, ,,,ON•Wil c. .... I/ ,s, t/ `.,g RIMANBCROO IMCMLNTS ME SITE PLAN V.„./ ------ ri• ME SITE PLAN MPE-2 P•NW ,...„6„,....... P SION TYPES LEGEND-RESTROOMS DOOR A FRAME SCHEDULE W/f]ttl s f"d •ASAYP: . SEE 1.201 FOR WHALE DETAIL...NEWRY N ' t DOOR DOOR FRAME OLAEE IIASaRYEA4 Wen _-t tP ,m TYPE MATERIAL WIDTH MEANT THICKNESS TYPE MATERIAL TYPE HARD ARRE REFERENCED GENERAL NOTES Pant C%11.y,ESSi1DJ 846 8 8b T.P .! m b , tm r-P ,x 191JULIlTE Y - lam f-P r-P ,•W m OUR.OODR WITIIlEiF f-P T-P M . }- •• w - - - 103C so r - EO.AL STAINLESS STEEL JAMBS.SILL AND IEAO 0 IYPEI w s A lEt. A nai.e 1=2,4 N plc.anti SE S-! O•I as as COILINGC PR EGRAL CODA.PROVIDE WITH INT..SIAYESS STEEL JAMBS. S .AND HEAD AIRNOVTY•momoMn Ott, CITY l O,y l GT-1 CIT, IDS w 7.P T-P m III1N SRI ® OS .W,OaP91ATM F. m 303 . 80a b 80b m HA w >:r ,:P ;W OS .4lan,IIIdo orks •Am.. S•P T.P 11! m I w Al T-P ,SI.' m INEL'G DIEEt.O LIEL4 isa R.F lTIES.� P Iy! En EAR p(D�\' S µME,EEXIK YSET OT.I OTT, OTYI OTl ant Orm MATE ALL. T I r.P En aa.t V\-IC I ^ ANO PAOO.N.P.REFEREFLESPECIFICATION/2 31 ill © �.�� RE L��ut CIE SomwE YrrmA.E gESCYm qE ,ERBnYf�S OEBAL RDTER-EIrIRM E%(STING BUILDING f10MAOE L.f�P \ qE —� \ / CONSTRUCTION.SUSS AS FOLLOWS ILBTFO WORD..FROMAND POOL 1 { r-1 BACK FAA.DE/AHOY GLYPHS RASTER GRADE FACE OENFA OUAUTOESFW WOOING.CONFIRM SIGN ND BRAB. CLEAR ILLE RAKED CHARAciFATFEIA aloNTrPF O NOTRACLUDE MA A• u CLEARANCE R�LC fNCWPa NAYKR FRONT iFALµ ] DE EtlNAOE b \ MOUNTINGCRIANTIT OAT FXTE&RpR.MOUNT VTH HEX HEAD SCREWS( INOKATEO ON SIGN TAPES LEGEND•RESTROOMS 11 1. MA sHAU BE CONTRACTED(GRADE r•Aw sruuLOMPLY KIN µDAw coDE'REaLwEMErALAps ,r 8 6 n W ® '� \ A ND .LOIN NTRAST..CRi AK RACTALEA HEIGHTS AND POT. MAX OccUPAun E NONE b -MOUNTING LOCATIONS.ETCl b�- b i 5. ARTWORK FOR PETOORAMS AVMLASLE UPON RK6EST FROM AACHRECi ACCESSIBLE FRTRAUCE YES S1ry Pp� \ -\I`r P4\ \ \'\.iS c74. \ \ \ 0 FBEYMS PRONNTEo YES A,ISIIMA/ LIMA LIME IyfLD TILL II2LE SITU DM D O em.6 S NONE TYPES- TYPICAL LOANERS 0IDIDATED PROVIDE SIDM.PROOF TYPE LOUVERS METH M.wpM 5 SF NEVA ANO MKT SCREEN O1 1?•1'-0 O TYPES-• aDOORb u DOORS..Law , O,l4-I.-C FRAMES O O y , 'Y.uM mR,m STUDS.15.P COII, O . PAN BrSN a)EWT..WALLTOREMAN _ w0 >r o liii O SEALANT ANDYCNER fl STAINLESS STEEL G iE BRACKETSWALL MO"` P°" ,0S PE poe .01AND MREs SEALANT JOINT i 1]NB MEOW. � il OP of INFFcom..) CABINET.VETICAL IDOO I .LtI1WIEr TREATED W000 00OR AND ei.I�, vNR` tomsa SILL vALL 1 i *AOmMEnAnnTcoLo F• coumuDp ml>i - �% Sp m IDDOID PNwLATICN 1ST • ROD I iill APPLIED.YRRERSI .H , 107 t�GROUT AIUSOLID BELOW>4 -I PDT l`DO SOLESSURFACE S.wR I KLLWALL CONSTRUCTS.RE fAo, 1�=..I2: "'.SIM mDM y, r ,1,1 NYS g. Sow SE.MATCH r3 S. UGSURNCE COUNTERTOP J ADO NOW mnaE "/ H RE660EviH b S�E 112 mDM F STANESRpI ASNEr...ARE Im.,SR I 1,.P • ��• I,,,I� O S w .ADD Nom mnl.O. 4 SECTION DETAIL-COILING DOOR ;,Ai 1- Ia moq r. rR - A II A 0 CABINET m.1Cq PLASTICAAMINA ED L R•- A Y f A, 1 I •MORTAR_ A • THERMAL LAANN -A•'41I._____ 4 I , NA SUR •I,Silri STAWLESS STEEL I (DSO w b �A • • TT I-I GROOT SOW SING :} - • .i0q b Ir .ry H BEN.TOP ItOSOA i,?!i• _ iE r: WALL PER ROOK PLAN P`�'" •t+* gE - .� P�ux A O WAEEL BENCH LLIP.. �S % • • ` W. o. ,. SPERM. — —E- _ 0 r. • EAL.CAs.ETNwOIa mNM.IP,IDLmo.oPP F;.�_ 111jT=iTjT11 II R I,DNmI —II1- _-II 1 OUSTNG SIDEWA .T TO ;• •; REPENT BASE.Ratlmesoq -— e Q—�f a—II 8v T� SCHEDULES AND . .GROUT EARSDNyr SOU 0AT —�— !ll— \ •, y "'• mac. 1D B� DETAILS ADR6R E.ocaola PEP. �Tf rr AR" LI I IL I II1TI11 WRN PISSED LOCH HARDWAREA Er DOORS 3 SECTION DETAIL BENCH ®2 SECTION DETAIL-TYPICAL EXTERIOR WALL INFILL ®I CASEWORK DETAIL-TYPICAL A601 0E® _I P f■EMMYa•RMM FRT% EaM YFaoiEc,pR 11535WnwIt AFt SW A2 111 srwieErDuriuRcoraA�vn FRE ItSrw CA/.K5�161 �i CO t 913.UU.43k _ n�VN R\ vw.WlpelyiPaiton •�� t�FpE iaaiccipRcervcE 1}WFIRER.MARSHAL PRIOR RK orwi�ionm.m.wrn __ __ _ o o aaai EaRwK aE wiaa aaDKFtDw FRT.,....RR < C- p• O WIRDa», �•s REOD■Eo' ■sh m o may- o II II I.`..,i. II E><iEmoa wu. , p1 ©aaE.wnEGAUGE -_-_ �� �� 0 O FwnwncR ,L..FIXTURES XRaRs o n ` landWorks 1:1 II , fE ► 1: ` NEDipN u ,® o■R :ill. R:31NiCME __= I FLOOR o iaFe CF. EDa..r ra.Es KR„EE wRlw FOE saE .3.- Ilt ©iwesKREOWrevF,tvE IFwaerrl...� Ili l u IC GER c.MpaaY io sui : F7A:T" Eo m�a.�Mpoav F`, ivas Na°�s"�"Iwaoc..Ei taw c.lE aEwaErERii. III f-11 fS7 aanEu. io ou aoE ai rpvM as ro Rr-uaav FtmaoaaiR. voa.wnR °i [1 O FIRE DEPARTMENT WATER ENTRY OTHCOORDINATE A°.aa" oFtpi. ♦♦•-• NORK W,R.WSPRINKLER PIPING,�DM as DEvir9 wREaEKE �O1ii•• NOT TO SCALEMX'Mk* N N ••i111 LL •lfiiw♦ Ai NO p��11««<! c wRER.oREsotvE.RE C °rrl=w•r�f're 1•vv�r' ♦••11/ :,,..L,,c, �ii:•i1i00ii•OilieieilJifi:i'•O••O! Oi•OOOOOj - ♦ii♦♦1i♦♦if1<.•1•••1 ♦..♦♦. FY� rniEiWivpaKwir•x iREcaruRrtv I♦1•••11•fff111fff1•ff11f•1ei�!««««« •1M•««.� �� ie,CFWp®FtacF UO a:Rai F �^' O C �•1t•1i♦litiiiil-♦•••♦. �•1.•♦♦i c .1ai idieiliOfilili ilififeii�•••••«! 51♦•1•♦••««4i of*`R"EEeu.wN0T...,,......,A;c oon mEm r aEaWEoto COWL vwiR MR. E� ,^ •11f• ♦111111t••••••♦ ♦i1111• VJ �!Oi1i i•«tiilifiiii1i1i«1i10♦O•O: C. ......e«•J! OrT RillL �*sRRae aD.oeRR„edoswt 1 !tti B1F II •io' SctwEr.n,,,ARas.EMKR sssy REE:ERrirE 1.• 11. wu♦iRrRANDARDs REu Res,.N.o _„A. i o R■i• •1i iCLUDE eN/.RRURCNiOR atR O• 1• waroa,EREM s.:.Eui ia•wuaE iii«•�' N0 1 Eriuo wwraucipRFU F•naE•1111y� MORRoaEOREwieu.w,E c O � iR. EatsriRo.o REtwRURtEsc�ciRn°�w 1ToAssi!Cf�••«•««♦♦�♦����1 •�♦1•�•�•1r 1�417?41«♦«♦i��.1+���••♦•1•••• ••♦••««f1««114/41•145««!�1�r n°R^TEOW 'SC E- E L••••,�1�•�••�••�.!e��w•««•♦«•�•••��••�♦•�14f4441«*44•41f•5««1«11 ERn,iRD of iREn, «Y♦�••««••11«V:i 4•<•.•1♦.♦<♦i♦.««•••�••111««it«iiifi><1<�t«««i i i i{fib��i>{{ P� {f i E i{>i 1�:::':-:-:��:�•L-><�••••••zzatt•♦•••••♦•♦•♦• 0 «iii:•i i i4i i1i4i4i««iii� �•�•�•�i i•�•i i1i1i11i1i1i1i1i1i4i4i1i i i4i4i1i1i14i 1•i i i1i i1i1i1i1i1i1i i1i1i1i4i i1i i4-,-.-iii 4-. ❖••i iii::.*::•. •.•:•�•i i U7•�•••••«•••1114••f4a««•1•I 1•�1•♦•♦•1«4141111111411141111�•••««««�•«�1«�!♦��1«�1�141A1««1�1«1•«1/«�•♦��•�♦�i�• ♦ •1•1•1414141414141411 •♦•♦•1•1•♦ 1 WI«•1«•.•♦«•1«1111«�1•1114•��••♦•♦«•14141414111114141«««««i••«i«-i 1.111♦•1'♦•♦!•« i «««1««•1"♦"1'•�'e11 '•a1:14111411f11««41•/ •♦««•1♦1♦1♦1 .Nui aE RURnmED iR SNDe'I•000••:JOi1i40i«1f«1f1i:P••:Oi«4f«4i•00.O�r«1.O«O:••«•:01•••••.««««««•♦••4i0i40f0♦00f0«O««««« ••�!Oi1.1f4f1e144.1i10f «««O«•. s„k�RD,•e„w,ED rRDu > N'�I«�1��•i�•114141414141•11111111.1«•♦««411f11«1f1f11«1f 1f1••1«•1•♦«•♦«•�14�♦ ••1•1•♦•1•� �•1«11♦«••««••«••««•••�♦«�♦ �1f1�1111111111•♦• •••••♦♦ .I` r. •..i.i/i♦1•t1.1♦•11ti11♦♦1.11t.♦•••••♦.1♦1•♦••1.11♦4•l•••1.•4•••••••♦a♦♦••114141414141414♦4♦111�♦♦♦«•fill♦««•♦•♦••«�•1 W ••♦•111..tit♦f•.1•♦••1R1•it.+..'.•f1•••.•♦1•♦•••••••♦♦•••11••••1•••••••••♦♦.•1.1ii.1♦.1.♦♦♦♦•♦•♦•••••••I. LL 1!�1««4♦•♦«•♦•1114•««««•f«41«4•�i� 1i1««««•f4♦4141«11«••«•1•♦«««1�•«•••••••••♦•�i««•♦«•1««««•••i♦««•••••♦•••5•♦«««•4«11««•�•••««•••••♦•fill••♦«•••♦•••••••••:.11 ,uRE iR n RFw,nR0 0C 1•«11�� ♦♦111a11111••1♦.fad1111f1111111f1♦♦•111.1♦1••♦♦•d1111•♦♦•♦♦♦•♦♦♦♦♦•♦♦1♦11111•♦♦•fill♦♦♦♦•1♦11•♦• 3 ••••4«1141•41•141•11fi�11�1414111«1f11«1f1�f«•111114•••««•••f11111141♦•«•••••••••:«•1/11/«••««••««••••««•••♦«•1 ♦♦•�141•111•�•«•�•♦•♦«•••�•�•••�♦•K•«••••••11 ��••••1••.♦••111.44.111141114♦1ttfle•••1/.41••.•t..•♦•••••.•••41.1••1••••••••••••♦1.11...•••.••••••••♦♦4•••/1 ��1«•1 •• �.«1••v f««•F•1•4•141•f i i a•1414141111141111f114� .«•f1f11•�.❖••••••••�5•r1444�11�1 ••••••�1•••«•••1�1•••••••1:1«••••1�««•1•<••••«••••••«««•$1«11. i�1�.1�1�1�1�1«41.1•�o�1«««111f««1f«««««•. .4141414141i1.1.1.1.1•.111�.❖••.•••1••••«•.14141.1.1.1.1•««««•♦•«•♦«��1♦•♦�•«•1�1.1.1«�1�••♦•♦��«•1•1�•��•���11�1•�1«.�� i ♦♦111•♦1♦♦itilt..•f.•i1♦♦i♦11111111♦♦••I1.1.1•.iii1. ♦ ♦ ♦1t1♦ •1• ••11t1.1f•• ♦1♦111/♦iilf•.•1.••ilii•♦i1111.11♦♦••♦••••tf♦11i.••••ll••♦•♦�♦♦••♦1�1111••♦•«••♦•♦••.1f11111/. 110 �����♦•1•�•««111f�1•1«««41.1!5•�111«�1:111111444.1:1«��1• :•�««�♦«�1�•141«11«11•1«•••�•�••��•�•�•�•1•�••««««�1•f•1«I�««❖�4«•�♦«••«111ff141•1•1««7♦«111«•i5•�•••••«111«11.14141i1�!•1.1«4!�1i111•'/����<�13 1•.«�.«�•�•'.•r1«4141•1.1a111•�♦•♦•1��i���i•.�••1�11����•.���•««•11«•11111•.«1/•.«� DOD•1•1.1•14f•:««•1•••.1«•1•.111f114Y1'11111•11f/1«•/«•1•1•1111.4f111f11•1«•�11f111 :./1/«1f•11f//41«I♦1411•f1111«41•1�5.11♦««•1�11f f111111141f11 .::::1••♦•1.1•11.•1•1•.«� .RE.AS 000so.4.111f1♦••1.111t1f♦rltfi..**.a♦♦4.11tffl••.t1d1.141i♦•.•.♦01144..:4•••4411411f4111♦••♦♦.1.1.111 EFC®RED•♦411411••••.111.1.•4111011ii♦♦1•1111111111111i111••11•♦IPt•i•iifii•..•4••.iililiil.♦1•..•♦.••♦1••1.4f1.1••4♦41f444f./141111./1t1••♦4itiil•tifit..li•fit•••. 1d•i11it.•t.x.x4.ww...•••.•••4•l.1P IiiEo iOARDt«�1•i�a1««•••iiei•4««•1.1�.�1♦141«•1di•14.•111•1•�1 1�11.«ai1/•1«1f11411i«1YV�•:1ii«•111�•14a414O101111.1•.1��•1.1 I�i1111411f11•.• ❖•1«•••••••♦1111.•••:<w4•i••1..1•ti.i....♦♦11♦fi•it11.1.11.411•iii♦♦1♦♦111♦•i♦•11f1�1111t1111t1t•11•••♦♦•• A,.a•«•fill�.•.«•1!541««•••a•::�:1�«11•:1<««111.««1114�i ••f1i•11i•♦•1«««•i4i<•1•�1414<a1.11411«�idi•�1•♦ti.•♦•••i•.•.•••4•�1•ifai«414141•i•1•i41.1.1•,«•00•••«•i iS �T _ 1• ••�1111<•�4•••••1•••••�i ♦1.4�1•i11«•11d11•:!�:!1••«•?a/441Oi4141«1fO1i i!5••/«�141•1.1.1.141.11Oi1�<«111111104«1/11��i«««ai««««««««�.•�••••1❖••1«♦:� r M WA K ERR.RsrDW t ♦1 ♦'i1i 111t1♦ ♦•i.liliil l♦iii♦•.1.11i1111111t 1tf 1•t1 t111ti•1i1.11/t111♦1••l1•l.♦ ,,,.......,...ALA E aR EOUPwERi • ♦dt1•••••♦•••••♦•11••1•t♦♦•• •t♦••11ii•1i11t♦••1.1ii•♦1111♦•1t••t1.114t1t1t1t•11.4.1♦♦1.1•••4.• ,�,iESiWG • .n.F 1 1 ..1�1•f1a1i••••1•••••••1•••••:R••.•ii1111•f1<«•1«•••4«•1.1•111111111«•1•1•�1«••I1!•1�111 it i1�•««111.•f11•e«•f«ai1111«1111�f•1«1fa111•f••1441{{1if11.4« •••«i�l F • 1•.«••••••• •••4•••••• •r11.14.1♦41« •«11❖••1««•1.1•1.1 ««««•�1.1�414141.1.1«•1•♦«•.•.««««««•i•.«❖1•1��1«i.•14.•1«•.«•�.•1««««❖•••1««� I N]O..um•COME... •-1•�••♦«•1•«•r.14•••••••••••««••••••«.«�i•1••11.14f11•�•••�•«:�•1�1�1�•�•«�.14♦•♦�•�•��•1•i•••♦•f f•1�••1•1«�♦•f•1414♦1111•i f1•i•«••Ii«1�••1./•�.�1�•••1•••$1«••�1�•�•�1��!� i • •«�♦ 1.114i11♦ ♦-1.1. 1.1t4.. •.1!♦i♦.♦•. <i1•f♦•e1♦ ♦4tt♦ ♦flit♦♦ ♦• 11•. •1••••••••i.•.iii♦♦♦.1•••••••♦•11♦f1.111♦tf1•flf..••1♦i1••♦••♦.•l41••11t1••••1t111.1••••11• 1.ii•.i•.••1•�,i««•••••••1:1./•tt••..4♦••••♦.•11♦t1.11.1tuff•••t.•4..•i.1t.1..4.4.11fo111.1.111.1♦•••••♦♦• 1��1�i 1•ii«•i O••O1•i i i Oyii««4i•i1i««•O�«««•Oi 1««•iii«•i«««•i«4f4�4ii•0�0'•««•i«•J•««•i•�«•i0•�'i«�1�1�1�1 t♦•111♦11♦••♦••1•f .a.••••.••111•t1it11•t11••••1•l.•••.....•••111111111•••11.11.1•••Iloi..•�•i•0i•«•OJOiO«WO.O«•i•:� 4:iii'.•t11i«.❖.•i.•.i❖11•••4•1QYii4141«�F•14••fi.•i❖.•♦•O.❖.•.i iii i.•Oi i•will••.i❖.�O.i:•.111. :.•i.1�•♦•i OI:Oi 0��1«�Oi�O•�O♦10�•�•4♦•�1�.1«�•�•��;4 .i C :� •OOf<•i1•••.••a1f«1••ii«•iia1i«O•.•.:♦.1••♦.1•••1•sOOii••••4.«i...•.4♦«««•.!JOf«.♦10..•11.♦:♦..fill•! _:i eb;e ••••.•••>•1•••••:::•««««1�t«•111•fi••t.••1•1••4••1«1�.:••••••••••:if•1!4t:••a!f11••••••i•••1••1•1•i••«.•••1�•«1� •1•••4•: :•1x•::• w f:. ......it•:11t11••i<i1 f ••:•1•«:1••1•t1f•11.1••*1:::*:::: ••1•••1•:1 1•�:i•:••4••••iii•i••••i••••::111*4 ••••••1•••••••::1•:•••••«•: / ' [�r ♦1111ii144•.•4a /♦i1♦i1♦f1•♦1•♦•••1•♦•♦♦1•♦♦1f1..•♦i♦•♦♦•••••44•♦♦•1111t14t14•••1•••t•1t11.1•• i7,,,,t iki 4f4f«1•«1i OJO••O:«O•iD«fi 1««••«1t«««4•••4.««•i♦«i::f•1•t•••4f4ttf•••i 000•::;:!����:ki::!:;::•::!::���«i t i•♦•••4.1i Off•:i•«•.«••1•«•••O••:1! rr::rr��77••" 1 •i•i1i1i i1i.•.•.•i.i:!i i.•iii.•i i«•�4i4i i4i i. 1•%1!•�f�•7«•i01i1i.•'. i•�•i i t%Q s'a•••O!•4�a«•♦•i'i i..:..P i i.•i.ii0•i i:•i1•.i.•� i I mp 2 •.i•i• ♦•••.•4.•.11f1.11.1••••.••i.•.••••••••••..•1•••••••••«•1••♦•♦••«•1.41411t•••.•t•1..... •..• P •���«•+..••.••i11♦/11.••.11.4..if.!♦4a♦i•♦♦..It1tf1.•....1a.♦•1.l♦.l.♦....1111114:t111•.1141t11t1••.1 • - •I1••••.1••••.ii♦11•.f♦i1111♦114.1f4♦•4•♦•••ff4•f.•f1.♦•.•H•1•♦4.1.41i1111M1111i1f1.1♦11111•••• 1♦•I1.1•!S•♦•••1a1i1♦i•1•.t1•iilil tM foie••t♦tiff.1i11••N•♦i•tit1.•.••iiilf 4•l...w4.1*t•..*.••••4f•�««•i� .•1•♦•1•♦«•♦•1•��1•��1!��«41•t••i«•.«41««««««««��.41f•«•1•.i.«««•i1i«««41411111«•111•1ii��««««••4f««4��••111f11«•1 Vi"a'Y'd'1 i.•...•i.1♦♦.1 ..•.••♦♦•...11f41♦♦•i•11!♦♦♦1t11/144l1//♦•♦/i•l/♦♦♦♦ii1♦•f1d•t•t•♦t•♦U1lfiiiiliitlil.•..I•t•1.♦/� ��.«❖i««•i•1««««•.•••1114141�•1�•.Sri•«i•.•ii4ii•.•.•.i1i.•i4ii•.1i1.1i•.4i•.•i1i1i1iiiiii•iiiii4iii4iiiii.iiii.•i i i iii 4...•i�«.i.•i 1f••♦••••111•. �1♦a♦.+.41••11.1♦a 1i 000•D•i0•««•i«•i4a � `n O011.•1�<�1�1�1�<�1�1�10� ii•«.•••♦•I.1.. :.wwRnw••a:WaaF des_.:--.--... • FIRE ALARM I OFFLLOOR FIRE PROTECTION PLAN PLANS FA101 L P ❑ 't - i T--:tr-.. if-nt.� -f -a ELECTRICAL PLAN NOSFA. tt:75ounwaBAa Sa.A1 �, -a 1 (- N.nsaCT,NS667Cf 0 `REMOVE BAGS TO t917Qt43 31 ❑• ! ,4 f tW / uCOMPANION<..e- s r uPROVIDE COVER PLATE c 'o°rsi oi:ex�io'n�"WALLS WALL 6ypy�p�� De-Le a �R,p o,., --- POWER LOCATION µw RE ROOM COORDINATE .,.u,i..m.,�....,, -I At.a MANUFWTLNER ..n,.r CIRCUIT s..0�.. t 14 PAN REMO.ALL CIRCLETS CORO.BACA TO PANEL }�,-, p��q Al a OR LL NEW LIGHTING ANO sfs NOUSE ARE AFFECTE�`AII WITHIN MAN `"cu*soureoE o<vm. i'ME FR.PANEL AI � `�'' r0 '1 �-;'Xi ,�� t fff I IE1 PRON.POWER F.4.0 DRYER RE ARC54TECTURAL MEETS FOR 0.1314ING HEIGHT RE EKTURERs INSTRuCTIONS FOR ROD..Semi I- J,. LA,-a I.� : <- dr-[ LJLJI1 land w o rks TA.ATING HEIGHT RE RUkG s p 2 INSTALL NEW LOAD CENTER IN JANITOR CLOSET - �❑ R .T. LIGHTING AND POWER M� .GRw T T„ERER Eo LL��Qgigg ...„MIOvE DOOR PROVIDE..1,102.1 WA F.CARD 1 .."..n...... , 4 READER BY DOOR POWER AND DATA PALL BE PULLED EN 4 WR 13 A°: FAH- ETWTIC,RG13 PROSE INFRASTRuCTURE FOR 7003 POWER FOR FOOL T, A li, s.n , RS:MAGEE r.Rcwn I r L J r el ,'t...j WEATHER PROOF ENCLOS.E 15 CONTRACTOR.ALL ROuTE KL ACCESS CONTROL Fs.TITS MISTING WORN...MACT LOCATION WITH OWNER CONTR.TOR TO ROUTE CONDUIT TO MAN POOL DATE CC. cn •••,, _§EN _i ENTRANCE FOR ACCESS CONTROL HARDWARE BY OPMER C . . .» IC. ESIGNER 0m ,CTORE.SCUT .ER .a .RHR ..NO m EC UNIVERSAL RIRTMLOCATINFORNTuRE U) f0 N FLOOR POWER PLAN .,T� .. ANC.TA a ENTIRE A Z. >OmaR,� • o CONTRACTORS T.� ewONOR *CLG TABLE AT n CONFIR--. CAPACITIES OND CAVAILAIIRCUIT . RP cell' a) E NCETTA NAT '" ECE ,w C Ln E cc a) 0 W > 0_ > cc N 3pQ L'J.� i1T-L'F-._ .tom, II �I 1 .1 N .�"R' III ° e�� aE. W �� s� I i!�LL —8171 - ,. 3 ,/I ,1 0.):•-R41E-. 1 • . 01 6l —^ • ss .b.w .Y. arx. .. ail► I' 7° 44433.4R.. 11I4 _IIR5 aI,n_ire i 4 1_�. � ----A-- LIGHTING& =bdr.eR .ur. _- —p -_ ___� POWER PLAN LJ uuHERI T.HA ®FLOOR LIGHTING RCP E101 L P PANELBOARD:A LIGHT FIXTURE SCHEDULEWME LIMIT MUMS _ LAr.RTTOM v.nrME 20111312N.0115 Aw 1331I5TENroRoumwAL Tam TMMSIMCflRM MM. TM LLIM. COMM M WM TAW VOLTAIC N IMMOIRO MIME W F CMeIMDmx Imle 1153$ONhN0 Ma UN 202 TIMO MAX IMMIX MOWING NE wILNK L]1J3-F-MFARIST RV.1m LED m 1 :MIMACE • m - m fRT UrwvAAA>uwEMMM STATIC TROFFER KAMA G10.KS 6E103 ISM M1I113I07• AS NE VALRM O45 V ?AL 3]ai�01ROMMTEM LID Stet m OD • RECESMO tm O m tar LAVIN VANO4AE.OM A STATIC BI TROFFER.EMERCCV 1 (1LONOIA OML047.xMwLT 0210 :EC - MRROED DOWN UWE FIXTURE t9T3 QS.L]k E L1TIpM ,MD A LO ]L, .8.VTO8 i10 L tm M RMTEMEDOCWNLmH YTMEROM MOVIE �^ MOED FORE ID LID 535 MOO I( WALL 120 17 17 OW0255 ] MU OM MI OO CM WPM OR 5 SPEED YOUNT FAN Of wmn.m•M01mw0 OCT woo DSDVIox MSS NM TTAO MP r S C P RIP TMM 50 r0 LOBO OECIOIImM OItT ACUITY esm ]OmK 0 - tm M FATBOR WALL POOL .5IMO LOAD m 0 Mw tm Al ; x E.AMLME EMTN1a5MARmT LED UNIV.S. tm m m DM LAMT 1 E051.Lao 20 0 On _ _ _ _ _ MIL H LED ■sfs EMS1xM LOAD I _ _ _ _ I 1NT.ORMIIATTTERV EMSIMG LOAD m 0 cM 0 O 1: 1 /IMOD11.. S 1 FwoM8IOE FIUPnLRE AS SCHEDULEDESwu NOT E APPROVED. EMSTw0 LOAD 0 11 O EMSTMG LOAD M S L� m °eE LOW 12 �s landWorks EMSTN0LOAD %, s[n51.Lao m O 0 0 0 m EMMIVOLaD n PROVIOf R�REUNAINO COMPLETE N GE DRIVERS. N. R BATH LTO 12 12 m M m 00151.1.0. 11' L OV CEILING TYPE PRIOR TO ORDEROM ALL FIXTURES. H V.ORVER 12 10 0M 0 E]OSIMOLOAo D.MA ENCME.S APPROVAL. RANDOREM 1, 1O L MO 0 m Dana mar) y E VERIFY FMOH KITH SHALL ARCHITECT ACCEPTED a ORDERING. HIS 23 m 0 0 m EMmMOLOAG N ,O••R�� 44 msi W l m 0 0 20 XX.0 LOAD 20 0S 1.0. LIGHTING DEVICE SCHEDULE 211 EMamsL m 0 0 0 0 m I OLGm M PAxRxMrv..,® 33 M EisT.TMO`� �" 0 o m EmsnMlow a DTb l .NRPACR..L I MOM I E.E.1me1 IDMME IS.EOR WIOI I..ELAV I L O I1°XIM"1MLTEOILm,E Lao 0 0 m bSTM.LaD M 55 HDUSI0 LOAD S 0 "W O E].mMO LOW 22 JP Mr.Lao 0 0 IA m .55IwoLOAo M 5N1 1 NARx IRRENGm5lawlwALL MDuoEDMMMaE PeRmNTRouEn 1 I I I 1 LMUL I +a I 20 005101O IA. 'm 0 0 Zy Eb0I.OLOA0 p 1 I wn If saw.;LOADmama.,ma., p ncrOMED I LNROIO 11 EME ONOFF R OONCONTROLLER TOTAL LOAD pN MPS VA CO001 WOOCWPANCY ANTS TOM.. MA IPA 1A AW/TO9ER WO° VOLTAGE PM CE.10 OCCUPARCY SENSORPRWNMWEO TO AUTO ALTO M m CMUNO M OwWTOOFF MAMSTOPER LAOL+m VOLTAGE DUAL MGR COMO 000UPMCY SEt LORPROGRAMEDTO AUTO MALTS. m IOOTYI. COMMTO MWO AM IYSOOOMCImIO IMObROlpT11M Ocl AUTO OWMITO OM COMBO M LOAD MAW OOMO OCCAVACTYMCAnA LL N OEINO LOAD EwMEL EDTOP..Al MEMO LINE VOLTAGE DUX TECH OCCUPN].YSWTCRROORALM®TO AUm AUTO DUAL TRH m SA M. tm HBO 15O0110 O OVA PANEL SPACE IS NOT A A.o TmALLasTO LOAM 1.ITYA OMALITO OFF 0M OVA TOTALLOE IMMO 15122. Oa WATTSTOPPM 05Wac VGLTAGEOW.TECH OCCUPANCY WATCH ROGRAMED TO AUTO AUTO DIAL.. m IAC WHIM O ITT VA 12511 1®VA TOTAL ODI C110 MATIIOT:MA OOMw0.Off.5 WAY SNATCH. WALL MO O 1 6 ^, RECEPTACLES AM VA 10011 AM VA TOTAL AM NANO AMSOR:TT A OCS WATTS... DWI. T MAL TRH OCCUPANCY MO.RWMAM®TD AUTO WM.. DUAL.. 5 EA W. ill E ONIAUTO OFF MOTORS II MMF0AG®q OVA 001. OVA '^ C E WOMEN WILL SV.11.5 V) xMmLAEHAE 1ALmvA 1M 1ALmvA 1 I TTSTOPPER I LMw.ta ItartaN LOW VOLTAME WALL MATCH I I L I I vAVL I M I 51 . AL HEAT pm.,rmai,mirk G ^O Q A ALTO UNMC*UPA 000E1 LOAD TURNS ON AND OFF AUTOMATIO..LY BASED ON OCCUPANCY.V LOAO M TURNED OFF MANUALLY.LOAD REMAINS OFF UNTIL 5MNUTES AFTER OCCUPANT LL a S.DETECTION.IT REVERTS TO ANTM MANUALLY PRESS GNTOFF BUTTON TO ENERGIZE TIE LOAD.LOAD RENANSENE.MMED UNTIL NO ACTION a DETECTED FOR THE SMEDTEDTME w a) E .era — A.PROVIDE POWER PACKS FOR ALL LOW VOLTA.OCCLTRANCY SENSORS. .N E R.C.ARCWTECTSHPRCNME ALL LLSELEC COLOR FROM O COMPLETE FACTDRERS COLOR PALATE WRING THE SUBMITTWPROCE. DRALLRRAREDNmMO Or a) °o w >_ > w i m PANELBOARD:Al cr LOCATMTS AMTOA tm VOLTOMM.]OY0mV.WI,CM EQUIPMENT MONO US FM NAM WM RC RIG..:IOMMO MWT.W NMPAOE ..MOW MA WM IMIA M rO TINT OM MN OIO 010 WM CAT LOOOOTMIIOM 110 WM TOM At!r A I C r MP T IM m WM LOW OEaOT.M OE II COMMSON ODORTT ®®■21M ]+] WC TM tm'�■®® ts , .mMA Am COW REM 12 110 0 ® m 1 ..OE A ADOENOMA mAATmA HAND DRYER 12 1] m M m a 12 12 POOL VACUUM 1 c 10 PT 12 m © m OF 10 O ea Mc,! GHTING 1s m �A' ]a tm m 12 ] MflopxrOMIE ,,. HMMO OILIER 12 A ` Um tZ 1 {Ar� ` .+>'ul�MXI S+vn 1 vAT 12 2 _`�`_ _ ' V 31 COMA REC. /2 12 m m7 NM �n=a aDa.�. '' 25 GUAROCOMIMCPT IE COW CK 1' 12 m r1 m _ _ _ WARE w O', rJ m HAND WEEP 1 m 1O ..0- Sm 0 m _ _ _ _ OT.LOAN.) ]OVA MR. .MOM ""•IONAL6 LOOl1O COMM110 AMMO AM 0 .rA1OlDIO 10 w1 LOAD OM01OMMO TOTALS a1MMA m• »wM 1905TSIO LOAD mOM TOTAL OMO:TO LED.1]5]1. "' u CE PANELBOARD SCHEDULE LEGEND 10450 TOTAL IOC D.WO 1]M1YA v. ILOHT1110 T.COMMnM ORA1OT:M A OwTAIA:tw 000.IRn. M yyYIESRFAKER M9I,VSES Amo VA WM A500VA TOTAL MC O.MO CIAO.R:MA RAM OF REFER OINUo[OCLRTFOUOT0SREAKER xOTOML1mMOFLAROESR OFFS GROUND FAULT EQUIPMENT PROTE:,'ION mNK[O KITCNIEN FA PROVIDE REQ HANDLECN CLAMP FOR FIRE AURN STACELIAMSOLA MM. 1mM MM.CIRCUIT ELECTRICAL ,— — .FF OEVICE CAPABLE OF OUPFRIAOON HEAT SCHEDULES ST PERONT 0 SHUNT BREAKER HANDLE VAN SAEANdmaN. SgNEpE T-WIEN,.WALL E CAP.FOX ACCEmwO _-.,HANDLETES E601 • P <..,...,..• 1153 SoWwtBAd.Sub 302 ourmaam Nam.Olt tS WM w...,.....�... O�l L. 1913.111.WS ....,....oe.,..�,......,...!<.u...fo ..00-.<,...w,..T. ly CI landworks Wrril PULL STRR. HIS i o.oM O/MOVE T KE OR TERMINATE HOLD „ �� t T �. ..� DOOR C M A I . 1t ©o o© I CD b µ .. NEAT DE EGGS CI I=1 1 DETECTOR ® CONTROL PANEL AmE AEA. °DAMN ELECTRICAL cvE nT .3: OW. courrtw C p a)n 9 o . �w ®DOUBLLLE DOOR WITH MAGNETIC LOCKS y I :eke Q 60 's a1 ' = 2 a NOT TO SCE *.am a a E 15 _ al; STANDARD MOUNTING HEIGHTS c .1 E `\ ', O NOT TO SCALE Cr a) O .. . L>LJ tr 1-4 :Ktlnuntl°0111xi. nnti v E CONDUIT PENETRATION THROUGH • „,.oA.�. ®NON-FIRE RATED WALL o 1. ; SECURITY DETAILS SYMBOLS I�1 ':� t o ... ...m, o w .,. .o.. r Mf r BEMILTIMMISIIIII .,.. ELECTRICAL © �"""`• DETAILS p .......,... ....,......,..::::::n...,..".. 'O SECURITY DETAILS SYMBOLS DATA CONDUIT AND BACK BOX SINGLE DOOR E602 NOT TO SCALE O NOT TO SCALE O NOT TO SCALE .......21.4....... J