CITY OF HARRISON SQUARE CONNECTOR 223 W. JEFFERSON BOULEVARD, FT. WAYNE, IN 46802

Project Manual

HAMPTON INN & SUITES HARRISON SQUARE GARAGE CONNECTOR

Bid and Contract Documents

SEPTEMBER 14, 2018

THIS PAGE IS LEFT INTENTIONALLY BLANK Hampton Inn & Suites – Harrison Square Garage Connector

TABLE OF CONTENTS

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 10 10 OWNER’S GENERAL PROVISIONS (See GENERAL PROVISIONS Table of Contents on page 2 of 33 in General Provisions) 00 10 11 INDEX OF FORMS TO BE INCLUDED (See INDEX for list of forms included in Project Manual) 00 31 00 AVAILABLE PROJECT INFORMATION 00 31 10 SUBSURFACE INVESTIGATION & GEOTECHNICAL RECOMMENDATIONS

DIVISION 01 - GENERAL REQUIREMENTS 01 10 00 SUMMARY 01 23 00 ALTERNATES 01 25 00 SUBSTITUTION PROCEDURES 01 30 00 ADMINISTRATIVE REQUIREMENTS 01 40 00 QUALITY REQUIREMENTS 01 41 00 REGULATORY REQUIREMENTS 01 42 16 DEFINITIONS 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 60 00 PRODUCT REQUIREMENTS 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 01 78 00 CLOSEOUT SUBMITTALS

DIVISION 03 - CONCRETE 03 30 00 CAST-IN-PLACE CONCRETE

DIVISION 04 - MASONRY 04 01 00 MAINTENANCE OF MASONRY

DIVISION 05 - METALS 05 52 00 ALUMINUM HANDRAILS AND RAILINGS

DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 62 00 SHEET METAL FLASHING AND TRIM

DIVISION 08 - OPENINGS 08 45 00 TRANSLUCENT WALL AND ROOF ASSEMBLIES

DIVISION 10 - SPECIALTIES 10 73 26 FREESTANDING METAL WALKWAY CANOPY STRUCTURE

TABLE OF CONTENTS TOC - Page 1 September 4, 2018

Hampton Inn & Suites – Harrison Garage Connector

DIVISION 26 - ELECTRICAL 26 05 05 CONCRETE PADS AND CURBS 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 26 GROUNDING AND BONDING 26 05 33 RACEWAYS AND BOXES 26 05 40 TRENCHING, BACKFILLING AND COMPACTING 26 56 00 EXTERIOR LIGHTING

DIVISION 31 - EARTHWORK 31 00 00 CONTROL OF SITE WORK 31 10 00 SITE DEMOLITION 31 20 00 SITE EARTHWORK

DIVISION 32 - EXTERIOR IMPROVEMENTS 32 13 13 PORTLAND CEMENT CONCRETE PAVEMENT 32 13 16 EXPOSED SAND MATRIX CONCRETE PAVING 32 93 00 SITE LANDSCAPING

DIVISION 33 - SITE UTILITIES 33 05 00 SITE UTILITY PIPING 33 41 00 STORM DRAINAGE SYSTEM

END OF TABLE OF CONTENTS

TABLE OF CONTENTS TOCTOC - -Page Page 2 2 September 14, 2018

BID AND CONTRACT DOCUMENTS

FOR

Hampton Inn & Suites-Harrison Square Garage Connector

______

REDEVELOPMENT COMMISSION CITY OF FORT WAYNE, INDIANA

Department of Redevelopment 200 East Berry Street, Suite 320 Fort Wayne, Indiana 46802

Phone: 260-427-2150 Fax: 260-427-1375 http://www.fwcommunitydevelopment.org/redevelopment

______

September 14, 2018

Redevelopment Commission Resolution No. 2018-20

Hampton Inn & Suites-Harrison Square Garage Connector Page 2 of 33

GENERAL PROVISIONS

TABLE OF CONTENTS

Section Section No. Name Page

G100 Invitation to Bidders ...... 4 G102 Project Contacts ...... 5 G104 Definitions ...... 6

INSTRUCTIONS TO BIDDERS ...... 8

G200 Site Inspection and Familiarization ...... 8 G202 Discrepancies, Omissions and Questions ...... 8 G204 Corrections to Bid Documents ...... 8 G206 Bid Bond ...... 9 G208 Experience, Plan and Equipment, and Financial Statements ...... 9 G209 Tax Exemption ...... 9

G210 Drug Testing Plan ...... 10 G212 Substitutions ...... 10 G214 Proprietary Information ...... 10 G216 Debarment and Suspension ...... 10 G218 Sealed Bids; Submission of Bids ...... 11

G220 Determination of Responsive and Responsible Bids ...... 11 G222 Acceptance or Rejection of Bids; Award of Contract ...... 12 G224 Documents to be Submitted with the Bid ...... 12

INSTRUCTIONS TO CONTRACTORS ...... 13

G300 Department of Redevelopment ...... 13 G302 City of Fort Wayne Digital Resources ...... 13 G304 Contractor Responsibilities ...... 13 G306 Commission Responsibilities ...... 14 G308 Office of Vendor Compliance Requirements ...... 14

G310 Conflicts During Construction ...... 14 G312 Goals for Emerging Business Enterprise Participation ...... 15 G314 Anti-Discrimination ...... 15 G316 Supplier’s Warranties and Guarantees ...... 16 G318 Vendor Disclosure ...... 17

G320 Indemnification and Insurance ...... 17 G322 Permits, Licenses and Fees ...... 18 G324 Traffic Control ...... 18 G326 Cooperation with Public Utilities ...... 19 G328 Construction Water ...... 19

Hampton Inn & Suites-Harrison Square Garage Connector Page 3 of 33

Section Section No. Name Page

G330 Contractor's Protection of Work and Safety ...... 19 G332 Drug and Alcohol Policy ...... 19

G334 Prohibition of Assignment ...... 20 G336 Subcontractors, Suppliers and Service Providers ...... 20

G340 Start and Completion Time; Liquidated Damages ...... 20 G342 Notice to Property Owners and Residents ...... 21 G344 Inspection of Work and Records ...... 21 G346 New Materials ...... 22 G348 Use of Premises; Site Control, Clean-Up and Disposal ...... 22

G350 Construction Staking ...... 22 G352 Stormwater and Sediment Control ...... 22 G354 Sanitary Accommodations ...... 23 G356 Retainage and Escrow ...... 23 G358 Progress Payments ...... 24

G360 Completion Affidavit and Final Payment ...... 24 G362 Contract Termination ...... 25 G364 Change Orders ...... 25 G366 Disputes ...... 25 G368 Tier 1 Contractor Responsibilities ...... 26

G370 Contractor Qualifications by the State of Indiana ...... 26 G372 Contractor Compliance with Indiana Statutes ...... 26 G374 Investigation of Suspected Worker Misclassification ...... 27 G376 Records Retention and Confidentiality ...... 27 G378 Trench Safety Systems ...... 28

G380 Licensed Plumbers ...... 28 G382 Steel and Foundry Products ...... 28 G384 Lead-Based Paint ...... 29 G386 Warranty; Guaranty Bond ...... 29 G388 Payment Bond ...... 29

G390 Performance Bond or Irrevocable Letter of Credit ...... 30 G392 Documents to be Submitted at Contract Signing ...... 30

SUPPLEMENTAL PROVISIONS ...... 32

Hampton Inn & Suites-Harrison Square Garage Connector Page 4 of 33

G100 INVITATION TO BIDDERS

Notice is given hereby that the City of Fort Wayne, Indiana, Redevelopment Commission (“Commission”) will receive sealed bids until 2:00 p.m. Eastern Standard Time on September 28, 2018, in the office of the Department of Redevelopment, Citizens Square, 200 East Berry Street, Room 320, Fort Wayne, Indiana 46802, at which time the bids will be opened and read aloud by the Commission at a public meeting. No bid will be accepted after the designated date and time. The Bidder chosen for award of a construction contract by the Commission shall furnish all labor, insurance, equipment, materials, licenses, permits, power and related requirements for the complete performance of the contract work for the

Harrison Garage Connector, which consists of site preparation and construction of a covered walkway from the Harrison Street Parking Garage to the future Hampton Inn Hotel & Suites at 223 W. Jefferson Blvd. Ft. Wayne, IN 46802 (“Project”), all in accordance with the bid and contract documents for the Project. The bid and contract documents are available for public review in the office of the City of Fort Wayne Community Development Division, Citizens Square, 200 East Berry Street, Suite 320, Fort Wayne, Indiana, weekdays between 8:00 a.m. and 4:00 p.m. Bidders may obtain a copy of the bid documents on-line at http://bidding.cityoffortwayne.org/city.php. A pre-bid conference will be held at 1:00 p.m. Eastern Standard Time on Thursday, September 20 2018, at Citizens Square, 200 East Berry Street, Room 324, Fort Wayne, Indiana, to familiarize prospective bidders with the Project and to answer any questions. No contract will be awarded to any person, firm, corporation or other entity that fails to satisfy the requirements specified in Section G220 Determination of Responsive and Responsible Bids, in the bid and contract documents for the Project. No bid may be withdrawn for at least 60 days after the scheduled time for receipt of bids, so as to allow the Commission to review bids before announcing award of a contract. Where the Bidders total bid price exceeds $200,000, a bid bond or certified check in the amount of five percent (5%) of the Bidders total bid price must be submitted with the bid. A guaranty bond will be required prior to the Commission’s acceptance of the Project, and in the event that the total contract price exceeds $200,000, payment and performance bonds will be required at the time of contract signing, all in accordance with the bid and contract documents. The Commission reserves the right to reject any and all bids for failure to comply with applicable laws and/or the bid and contract documents, and reserves the right to waive any defect in any bid. The contractor to whom the Commission awards a contract must complete not less than 15% of the total contract work by dollar value pursuant to Indiana Code 5-16-13.

The Commission’s point of contact for questions about the Project is: Keith Thornton- CD Manager Phone: 260-427-1499 Email: [email protected]

Hampton Inn & Suites-Harrison Square Garage Connector Page 5 of 33

G102 PROJECT CONTACTS

Project Manager *

Keith Thornton CD Manager City of Fort Wayne Redevelopment 200 East Berry Street, Suite 320 Fort Wayne, Indiana 46802 Phone: 260-427-1499 Email: [email protected]

* Except as may be specified otherwise in these Documents, all questions about the Documents, Project or Work, should be directed to the Project Manager. The Project Manager will contact the appropriate member(s) of the Commission’s team to address the questions.

Architect

David Rausch David Rausch Studio 70 East Oak Street Zionsville, IN 46077 Phone: 317-873-4970 Email: [email protected]

Architect

Adam Schmidt David Rausch Studio 70 East Oak Street Zionsville, IN 46077 Phone: 317-873-4970 Email: [email protected]

Hampton Inn & Suites-Harrison Square Garage Connector Page 6 of 33

G104 DEFINITIONS

Except where indicated, the following terms will have the associated meanings throughout these Bid and Contract Documents, including the General Provisions, Supplemental Provisions and Contract documents.

Addenda. Written or graphic instruments that amend, clarify or replace any part of these Documents or the Bid documents or the proposed Contract documents.

Bid. The offer or proposal of a bidder, submitted on the prescribed forms, setting forth the bidder’s prices and any conditions for the Work to be performed.

Bidder. The Person who submits a Bid directly to the Commission.

Bid and Contract Documents. These Bid and Contract Documents in their entirety, including the General Provisions, the Supplemental Provisions, and all attachments, enclosures, exhibits, amendments, addenda thereto and revisions thereof.

City. The City of Fort Wayne, Indiana.

Change Order. A document approved and signed by the Contractor and Commission that authorizes an addition, deletion, or revision in the Work or an adjustment in the contract price, issued on or after the effective date of the Contract.

Commission. The City of Fort Wayne, Indiana, Redevelopment Commission.

Contract. The entire written agreement between the Commission and Contractor concerning the performance of the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral.

Contractor. The individual or firm with whom the Commission has entered into a Contract to perform the Work.

Contractor Tiers. Pursuant to IC 5-16-13-4, refers collectively to the following classes of contractors on the Project:

Tier 1 contractor. Each contractor that has a contract with the Commission to perform some part of the work on, supply some of the materials for, or supply a service for the Project. Also known as the "prime contractor" or "general contractor."

Tier 2 contractor. Each contractor that has a contract with a tier 1 contractor to perform some part of the work on, supply some of the materials for, or supply a service for the Project.

Tier 3 contractor. Each contractor that has a contract with a tier 2 contractor to perform some part of the work on, supply some of the materials for, or supply a service for the Project.

Lower tier contractor. Each contractor that has a contract with a tier 3 contractor or lower tier contractor to perform some part of the work on, supply some of the materials for, or supply a service for the Project.

Documents. The Bid and Contract Documents.

E-Verify Program. Pursuant to IC 22-5-1.7-3, the electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Hampton Inn & Suites-Harrison Square Garage Connector Page 7 of 33

Title IV, s.403(a), as amended, operated by the United States Department of Homeland Security or successor work authorization program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and control Act of 1986 (P.L. 99-603), as added by P.L. 171-2011, SEC. 16.

Fully Complete. The time at which the Work has been fully completed and accepted by the Commission and no Work under the Contract remains to be completed. The terms “finally complete” and “full completion” as applied to the Work have the same meaning as Fully Complete.

General Provisions. All parts of the Bid and Contract Documents, except the Supplemental Provisions and exhibits and attachments to the Supplemental Provisions. Also referred to as the General Conditions. Section numbers of the General Provisions begin with the letter “G.”

IC. Indiana Code.

Mobilization and Demobilization. The mobilization and demobilization of the Contractor's forces and equipment necessary to perform the Work under the Contract, excluding mobilization and demobilization for specific items of work for which payment is provided elsewhere in the Contract. Mobilization will not be considered as Work in fulfilling the Contract requirements for commencement of work.

Mobilization shall include all activities and associated costs for transportation of the Contractor's personnel, equipment, and operating supplies to the site; establishment of offices, buildings, and other necessary general facilities for the Contractor's operations at the site; premiums paid for performance and payment bonds, including coinsurance and reinsurance agreements as applicable; and other items specified in these Documents.

Demobilization shall include all activities and costs for transportation of personnel, equipment, and supplies not required or included in the Contract from the site; including the disassembly, removal and site clean-up, of offices, buildings and other facilities assembled on the site specifically for this Project.

The Work includes mobilization and demobilization required by the Contract at the time of contract award. If additional mobilization and demobilization activities and costs are required during the performance of the Contract as a result of changed, deleted, or added items of work for which the Contractor is entitled to an adjustment in contract price, compensation for such costs will be included in the price adjustment for the item or items of work changed or added.

Payment for mobilization and demobilization will be made as described in the Section herein on Progress Payments.

Notice to Proceed. A written notice delivered by the Commission to the Contractor or included in the Contract, establishing the date on which the Contractor shall begin mobilization and demobilization and performance of the Work.

Owner. The City of Fort Wayne, Indiana, Redevelopment Commission.

Person. A natural person, corporation, limited liability company, partnership, or other business unit or association.

Project. The total construction project, of which the Work to be performed under the Contract may be the total construction project or a part thereof.

Project Manager. The individual(s) identified by the Director of the Department of Redevelopment to Hampton Inn & Suites-Harrison Square Garage Connector Page 8 of 33

coordinate all activities related to planning, financing, bidding, contracting, construction and close-out of the Project.

Site Clearing. The clearing, grubbing and disposal of trees, snags, logs, brush, stumps, shrubs and rubbish from designated areas.

Substantial Completion. The time at which the Work or a specified part thereof has progressed to the point where, in the opinion of Commission, it is sufficiently complete in accordance with the Documents, as modified by any complete Change Orders, so that the Work or a specified part thereof can be utilized for the purposes for which it is intended. The terms “substantially complete” and “substantially completed” as applied to all or part of the Work refer to Substantial Completion thereof.

Successful Bidder. The Bidder who submits a responsible and responsive Bid that conforms to the requirements of these Documents, and to whom the Commission makes an award of contract for the Work or Commission’s specified part thereof.

Supplemental Provisions. The provisions in these Documents that supplement the General Provisions, or amend or replace specified sections of the General Provisions in order to clarify the specified sections or provide project-specific information. Those parts of a particular section of the General Provisions that are not amended or replaced by a Supplemental Provision shall remain in full force and effect. Also referred to as the Supplemental Conditions. Section numbers of the Supplemental Provisions begin with the letter “S.”

Work. The entire construction or the various separately identifiable parts thereof required to be provided under the Documents for completion of the Contract. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Documents. ______

INSTRUCTIONS TO BIDDERS

G200 SITE INSPECTION AND FAMILIARIZATION

1. Bidders must visit the site(s) of the Work and inform themselves fully of the conditions under which the Work will be performed. Bidders shall be responsible for all conditions that affect the Work.

G202 DISCREPANCIES, OMISSIONS AND QUESTIONS

1. A prospective bidder who finds a discrepancy or omission in these Documents must contact the Project Manager in writing five (5) or more days before the date of bid opening, by email, postal delivery or personal delivery at the address in the Project Contacts section of these Documents.

2. If the Commission determines that an amendment to the Documents is warranted, the Commission will issue an addendum to the Documents and deliver the addendum to all potential bidders who have procured these Documents.

3. The Commission will not be bound by oral explanations, questions or interpretations.

G204 CORRECTIONS TO BID DOCUMENTS

Any form of correction on the bid form must be initialed and dated by the Bidder before the time of Hampton Inn & Suites-Harrison Square Garage Connector Page 9 of 33

bid opening, and will be noted by the Commission at the time of bid opening.

G206 BID BOND

1. Pursuant to IC 36-1-12-4.5, each Bidder shall file a bond with its Bid in an amount equal to five percent (5%) of bidder’s maximum bid price on any public works project where: (a) the Commission estimates the cost of construction will exceed $200,000; or (b) the Commission requires a bond for a project with an estimated cost of construction of $200,000 or less. The bond shall be in the form of a bid bond issued by a surety acceptable to the Commission or, alternatively, the Bidder may present a certified check in the required amount payable to the order of the Fort Wayne Redevelopment Commission.

2. The bid bond or certified check shall guarantee that in the event the Bidder’s Bid is accepted by the Commission, the Bidder will, within the time specified in these Documents or the Contract, after being notified of acceptance of its Bid: (a) enter into a contract with the Commission for the Work on the Project; and (b) deliver to the Commission a bond issued by a surety acceptable to the Commission, insuring the satisfactory completion of the Project.

3. If a Bidder’s Bid is not accepted, the bid bond or certified check will be returned to the Bidder. If a Bidder’s Bid is accepted, upon the timely execution of the contract and receipt of the payment and performance bonds, if required, the Commission will return the bid bond or the certified check to the Bidder.

4. If the Bidder’s Bid is accepted but the Bidder does not enter into the contract with the Commission for the Work on the Project and does not deliver the payment and performance bonds, if required, to the Commission as required by Subsection 2 above, the Commission shall select another bidder and shall use that portion of the original Bidder’s bid bond or certified check to reimburse the Commission for the difference between the Bidder’s Bid and the bid subsequently selected by the Commission, following which the balance of the funds from the bid bond or the certified check shall be returned to the Bidder by the Commission.

G208 EXPERIENCE, PLAN AND EQUIPMENT, AND FINANCIAL STATEMENTS

1. Pursuant to IC 36-1-12-4, whenever the cost of a public works project is $150,000 or more, a bidder shall submit to the Commission a financial statement, a statement of experience, a proposed plan or plans for performing the public work, and the equipment that the bidder has available for the performance of the public work.

2. The information required by the preceding Subsection 1 shall be provided on the State of Indiana Board of Accounts’ Form 96, together with copies of the Bidder’s balance sheet and income statement for the prior fiscal year; except, however, that a Bidder may submit the City’s Certificate in Lieu of Financial Statement if the Bidder’s Form 96, balance sheet and income statement are already on file with the City and are not more than one (1) year old on the date of bid opening.

G209 TAX EXEMPTION

1. The City is not subject to federal excise taxes, Federal Tax Registry Number 356-001-255-0013.

2. The City is not subject to Indiana sales and use excise taxes on the purchase of goods and materials. A copy of the City’s Indiana Form ST-105 is attached to these Documents.

Hampton Inn & Suites-Harrison Square Garage Connector Page 10 of 33

G210 DRUG TESTING PLAN

1. Pursuant to IC 36-1-12-24, where a contract for a public works project has an estimated cost of $150,000 or more, each contractor and subcontractor must comply with the drug testing and related requirements under IC 4-13-18, including preparation of a written plan for drug testing that must be submitted with the bid. The Commission cannot enter into a contract with a bidder who does not submit a written plan, if required by IC 4-13-18.

2. Pursuant to IC 4-13-18-7:

A. The Contractor must implement the employee drug testing program described in their plan.

B. The Commission must cancel the Contract if the Contractor:

1. Fails to implement its employee drug testing program during the term of the Contract; 2. Fails to provide information regarding implementation of the Contractor's employee drug testing program at the request of the Commission; or 3. Provides to the Commission false information regarding the Contractor's employee drug testing program.

G212 SUBSTITUTIONS

1. Each bid or proposal shall be based on the materials and equipment described in these Documents. Specific materials, trade names, or items provided by certain manufacturers are named in these Documents to establish a basis of durability, efficiency, appearance or simplification of maintenance, and not for the purpose of limiting competition.

2. Other materials or equipment may be used if approved by the Commission as equal to the named materials or equipment; however, the establishment of proof that an alternate product is “equal” to the product specified shall be the responsibility of the Bidder if required by the Commission.

G214 PROPRIETARY INFORMATION

1. All information submitted to the Commission with a bid is subject to laws regarding public records requests after an award of contract has been made. If a bidder has proprietary information that it does not want to be disclosed, the proprietary information should be submitted separately and not as part of the Bid, together with a request that the information not be disclosed.

2. The Commission will not disclose such information; provided, however, that information submitted by bidders may be subject to disclosure to third parties pursuant to a request made under the Indiana Open Records Act or the open records laws of the federal government or another state, unless the information requested is subject to an exception from disclosure under the applicable federal or state open-records statute.

G216 DEBARMENT AND SUSPENSION

1. As used in this Section, the term “City” shall include any department, division, or agency of the City including, without limitation, the Commission.

2. No bid will be accepted from or contract awarded to a Bidder who, or who proposes to subcontract to a Person who:

Hampton Inn & Suites-Harrison Square Garage Connector Page 11 of 33

A. Is delinquent upon any debt to or contract with the City; B. Has, in the City’s sole opinion, failed to satisfactorily perform in whole or in part any contract or any direct or indirect obligation with the City; C. Has defaulted upon any obligation to the City; or D. Is adverse to the City in any legal or administrative proceedings.

3. A bidder may be debarred or suspended from consideration of a contract award if the Commission determines that the bidder’s bid is not responsible and/or responsive under the Section herein on Determination of Responsive and Responsible Bids.

G218 SEALED BIDS; SUBMISSION OF BIDS

1. All bids shall be sealed and delivered to the Commission on or before the date and hour, and at the location set forth in the Invitation to Bidders in these Documents. Bids may be delivered by courier or personal delivery, or by parcel or postal service. The Commission shall not accept bids by facsimile or electronic delivery, and will not accept late submissions for any reason. The Commission will mark each bid envelope with the date and time of receipt. No responsibility shall attach to the Commission for the premature opening of any proposal that is not properly addressed, delivered, and/or identified.

G220 DETERMINATION OF RESPONSIVE AND RESPONSIBLE BIDS

1. After the bids have been opened and read, the Commission will examine them to determine if they are responsive and responsible.

2. Pursuant to IC 36-1-12-4(b)(10), in determining whether a bid is responsive the Commission may consider among other factors:

A. Whether the Bidder has submitted a bid or proposal that conforms in all material respects to the specifications. B. Whether the Bidder has submitted a bid that complies specifically with the invitation to bid and the instructions to Bidders. C. Whether the Bidder has complied with all applicable statutes, ordinances, resolutions, or rules pertaining to the award of a public contract.

3. Pursuant to IC 36-1-12-4(b)(11) and City policies, in determining whether a bid is responsible, the Commission may consider among other factors:

A. The ability and capacity of the Bidder to perform the work. B. The integrity, character, and reputation of the Bidder. C. The competence and experience of the Bidder. D. The Bidder's past performance record in work of a similar nature. E. The Bidder's financial status. F. Whether the Bidder is delinquent upon any debt to or contract with the City G. Whether the Bidder has, in the City’s sole opinion, failed to satisfactorily perform in whole or in part any contract or any direct or indirect obligation with the City H. Whether the Bidder is debarred from federal, state or City contracts. I. Whether the Bidder is engaged in litigation with the Commission or the City.

4. The Commission may institute a pre-award survey on any or all Bidders to assist in determining responsibility. The pre-award survey may examine any of the considerations relating to a Bidder's responsibility as set forth above. Failure of a Bidder to cooperate with the pre-award survey can result in a finding of non-responsibility. Hampton Inn & Suites-Harrison Square Garage Connector Page 12 of 33

5. An award of a contract to a Bidder shall constitute an affirmative determination of responsiveness and responsibility.

G222 ACCEPTANCE OR REJECTION OF BIDS; AWARD OF CONTRACT

1. A contract will be awarded to the Successful Bidder whose bid price is the lowest responsible and responsive bid as determined under the Section herein on Determination of Responsive and Responsible Bids, subject to the following:

A. The Commission reserves the right to amend the scope of the Project, to waive any irregularity in any bid, and to reject any and all bids. B. A contract will be awarded on the basis of a primary bid and, at the Commission’s discretion, one or more alternate bids. C. Each contract for the work specified herein must be ratified and approved by the Commission and possibly by other boards, commissions and/or councils.

G224 DOCUMENTS TO BE SUBMITTED WITH THE BID

1. Required Submittals with the Bid. In addition to any other documents or submittals required by these Documents, the following documents must be completed, endorsed, and submitted by the Bidder with its Bid:

A. Bid Form (attached). The Bid Form must be completed in its entirety in ink, signed in ink, sealed in an envelope, and endorsed by the Bidder on the front of the envelope with the following information:

1. Bidder’s name and address in the upper-left corner.

2. The name of the project near the center of the envelope (see the cover sheet of these Documents for the project name).

3. Name and address of the Commission below the project name (see the cover sheet of these Documents for the Commission’s information).

4. The words “SEALED BID TO BE OPENED ONLY BY THE REDEVELOPMENT COMMISSION” below the Commission’s name.

5. Bid bond, or a cashier’s check or certified check in lieu of the bid bond, in the amount specified in the section on Bid Bond in these Documents, payable to the Fort Wayne Redevelopment Commission.

B. Bid Bond if required (attached).

C. Proof of insurance, including Worker’s Compensation Insurance.

D. Form 96 (2013 revision attached) or Certificate in Lieu of Financial Statement (attached) if a Form 96 is already on file with the City and is not more than one (1) year old at bid opening.

E. (Effective October 1, 2018) Current balance sheet and income statement unless both are already on file with the City and are not more than one (1) year old at bid opening.

Hampton Inn & Suites-Harrison Square Garage Connector Page 13 of 33

F. Affirmative Action Program and Certification of Non-Segregated Facilities (attached). Also available digitally at https://tinyurl.com/COFWAffirmativeAction. Both documents must be completed and submitted with the Bid unless one or both was completed and submitted to the City’s Office of Vendor Compliance, and will be not more than one (1) year old at the time of bid opening. For each document that is current as described above, the Bidder should mark “Already on File” on the front page and submit the form with the bid.

G. Written plans for drug testing to be submitted by the Contractor and each subcontractor if required by the Section herein on Drug Testing Plan.

H. For a bid of $300,000 or more, the Bidder’s proof of qualification for itself and subcontractors pursuant to the Section herein on Contractor Qualifications by the State of Indiana. ______

INSTRUCTIONS TO CONTRACTORS

G300 DEPARTMENT OF REDEVELOPMENT

1. The Fort Wayne Department of Redevelopment, an affiliated entity of the Fort Wayne Redevelopment Commission, will administer the Bid and Contract documents and all matters relating to the bidding and contracting for the Project on behalf of the Commission.

G302 CITY OF FORT WAYNE DIGITAL RESOURCES

1. City GIS.

http://maps.cityoffortwayne.org/maps/map.htm

2. City Traffic Engineering Construction Standards.

http://cityoffortwayne.org/publicworks/transportation-engineering-services/construction-standard- details.html

3. City Utilities Construction Standards.

https://www.cityoffortwayne.org/utilities/169-design-and-construction/3259-design-standards.html

4. Municipal Code of Ordinances.

http://library.amlegal.com/nxt/gateway.dll/Indiana/ftwayne/fortwayneindianacodeofordinances?f=t emplates$fn=default.htm$3.0$vid=amlegal:fortwayne_in

5. City Departments.

http://www.cityoffortwayne.org/departments.html

G304 CONTRACTOR RESPONSIBILITIES

1. Except as provided in these Documents, the Contractor shall be responsible for but not limited to the following:

A. Providing or procuring all labor, transportation, equipment, materials, utilities, power, permits, Hampton Inn & Suites-Harrison Square Garage Connector Page 14 of 33

insurance, approvals, and inspections for the complete performance of the Work in accordance with the Documents;

B. The complete performance of its own work and the work of all subcontractors, materials suppliers and service providers.

C. Locating all above-grade and subsurface utilities. Unforeseen subsurface conditions shall be addressed as they occur, but are the responsibility of the Contractor to identify through utility locates or as the Work progresses.

D. Complying with all other requirements in these Documents and the Contract documents.

G306 COMMISSION RESPONSIBILITIES

1. Except as provided in these Documents, prior to the start of Work on the Project the Commission will have or will obtain possession of the Project site real estate and/or all required easements, rights-of-entry, access and other agreements for access to the Project site as required for the performance of the Contract.

2. The Commission, including its employees, Project Manager and assigns shall not be responsible for general jobsite safety or for the Contractor’s compliance with federal, state, and local laws and regulations.

G308 OFFICE OF VENDOR COMPLIANCE REQUIREMENTS

1. The following documents must be filed with the City’s Office of Vendor Compliance, 200 East Berry Street, Suite 490, Fort Wayne, Indiana 46802.

A. Affirmative Action; Non-Segregated Facilities. The Contractor must have a current Affirmative Action Program and a Certification of Non-Segregated Facilities form on file in the Office of Vendor Compliance. The form must be submitted with the bid and is effective for a period of one (1) year after submittal.

B. Subcontractor/Supplier List. Prior to the start of construction, each contractor with whom the City has a contract (Tier 1 contractors) must submit a list of subcontractors, lower-tier contractors, and suppliers, including names of the firms, contact persons, phone numbers, addresses, the scope of work or service of each, and the dollar amount of each subcontract. The Tier 1 contractor shall not contract with a subcontractor, lower-tier subcontractor or supplier who is suspended or debarred by Federal or State government or the City of Fort Wayne.

C. Monthly Employment Report. Each Tier 1 contractor, subcontractor, and lower-tier subcontractor must submit a Monthly Employment Report on the form provided by the Office of Vendor Compliance for each month that work is performed, with no monthly overlap.

D. Manpower Utilization Summary. Each Tier 1 contractor must submit an end-of-project report within ten (10) days following final completion and the Commission’s acceptance of the Project.

G310 CONFLICTS DURING CONSTRUCTION

1. If during construction the Contractor or any subcontractor, material supplier or service provider discovers a conflict between these Documents and any other documents, plans or specifications for Hampton Inn & Suites-Harrison Square Garage Connector Page 15 of 33

the Project, the Contractor must immediately report the conflict to the Project Manager. The Project Manager will determine which documents, plans or specifications will be used.

G312 GOALS FOR EMERGING BUSINESS ENTERPRISE PARTICIPATION

1. Pursuant to City Executive Order 90-01 as amended, the City’s goal is that ten percent (10%) of a contract amount will be awarded to contractors and subcontractors on this Project that are qualified as Emerging Business Enterprises (“EBE”).

2. Each contractor shall be required to make a good faith effort to subcontract 10% of the contract amount to EBEs on each construction contract he/she is awarded. In the event a contractor is unable to subcontract 10% of the contract amount or secure the services of an EBE, the contractor will be required to submit a completed Request for Waiver form on which the contractor will provide a written description of the efforts taken to comply with the participation goals.

3. The City’s Office of Vendor Compliance will examine all requests for waiver to determine if the contractor's efforts constitute good faith efforts to attain the 10% subcontract goal and shall submit recommendations concerning said requests for waiver for the final determination of the Commission.

4. In the event the Commission approves a recommendation that the Contractor failed to make good faith efforts to comply with the subcontract goal, the contract shall be reduced by the amount undistributed from the five percent (5%) retainage.

5. In the event the Commission determines that a good faith effort to comply with the 10% subcontract goal has been made, the contract shall not be reduced and the balance of the five percent (5%) retainage shall be paid to the contractor as part of the final contract payment.

6. For a directory of eligible EBEs, or for additional information about EBEs and eligibility requirements, contact:

City of Fort Wayne Office of Vendor Compliance 200 East Berry Street, Suite 490 Fort Wayne, Indiana 46802 Phone: 260-427-2445 Website: http://www.cityoffortwayne.org/emerging-business-directory.html.

7. Businesses that wish to apply for designation as an Emerging Business Enterprise should complete and submit the attached EBE Request for Certification.

G314 ANTI-DISCRIMINATION

1. Pursuant to IC 5-16-6-1, each Person that submits a bid for the Work on this Project agrees that:

A. In the hiring of employees for the performance of the Work under the Contract or any subcontract hereunder, no contractor or subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall, by reason of race, religion, color, sex, national origin or ancestry, discriminate against any resident of the State of Indiana who is qualified and available to perform the work to which the employment relates; B. No contractor, subcontractor, nor any person on their behalf shall in any manner discriminate against or intimidate any employee hired for the performance of Work under the Contract on account of race, religion, color, sex, national origin or ancestry; C. There may be deducted from the amount payable to the Contractor by the Commission under Hampton Inn & Suites-Harrison Square Garage Connector Page 16 of 33

the Contract a penalty of five dollars ($5.00) per person for each calendar day during which such person is discriminated against or intimidated in violation of the provisions of the Contract; and D. The Contract may be cancelled or terminated by the Commission and all money due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this Section.

2. Pursuant to the City’s Code of Ordinances, Section 93.036, each Person that submits a Bid for the Work under this Project agrees that in the performance of the Work under the Contract or any subcontract thereunder, the Contractor, subcontractor and any person acting on behalf of the Contractor or subcontractor:

A. Will not discriminate against any person who is qualified and available to perform the Work under the Contract; B. Will not obstruct the enforcement of this Section; and C. Will not retaliate against any Person.

3. Pursuant to Section 93.037 of the City’s Code of Ordinances, enforcement of this Section shall be through an order of the City of Fort Wayne in the following manner:

A. Whenever the City’s Vendor Compliance Officer or any member or employee of the Redevelopment Commission has reason to believe that any of the provisions of Sections 93.036 or 93.037 of the City’s Code of Ordinances have been violated, the matter may be referred to the Metropolitan Human Relations Commission for investigation and initiation of discrimination charges against the Contractor or subcontractor. Cases over which the Metropolitan Human Relations Commission has no jurisdiction shall be investigated by the City’s Vendor Compliance Officer. B. A final order of the Metropolitan Human Relations Commission shall be forwarded to the City’s Vendor Compliance Officer and to the Redevelopment Commission, which may invoke one of the remedies set forth in Section 93.038 of the City’s Code of Ordinances. If it is a matter over which the Metropolitan Human Relations Commission does not have jurisdiction, the Redevelopment Commission shall conduct a hearing to determine whether there has been a breach of Chapter 93 of the Municipal Code of Ordinances. In so doing, the Redevelopment Commission may call upon the Metropolitan Human Relations Commission for consultation.

4. Pursuant to Section 93.038 of the City’s Code of Ordinances, if the Redevelopment Commission determines that the Contractor, subcontractor or any person acting on behalf of the Contractor or subcontractor has violated any provision of Section 93.036 of the City’s Code of Ordinances, whether discriminating, obstructing, retaliating, or otherwise, the Redevelopment Commission may:

A. Deduct from the amount payable to the Contractor by the Redevelopment Commission under the Contract a penalty of not less than ten dollars ($10) per day per violation, nor more than one thousand dollars ($1,000) per day per violation. Each day on which a continuous violation exists shall be deemed a separate offense; or B. Cancel or terminate the Contract, and all money due or to become due under the Contract may be forfeited for a second or any subsequent violation of Chapter 93 of the City’s Code of Ordinances.

G316 SUPPLIER’S WARRANTIES AND GUARANTEES

1. The Contractor shall furnish the Commission with copies of all manufacturers’ and suppliers’ written guarantees and warranties covering materials and equipment furnished under the Contract. Hampton Inn & Suites-Harrison Square Garage Connector Page 17 of 33

Pursuant to IC 36-1-12-14(f), required warranties must begin not later than the date of Substantial Completion.

G318 VENDOR DISCLOSURE

1. For any contract with the Commission in excess of $50,000, the Contractor must complete a Vendor Disclosure Statement in the form provided by the City, and submit it at the time of contract signing. The Commission will file the Statement in the City’s Purchasing Department, 200 East Berry Street, Suite 490, Fort Wayne, Indiana.

G320 INDEMNIFICATION AND INSURANCE

1. To the fullest extent permitted by law, the Contractor agrees to indemnify, defend and hold harmless the Commission, the City and their respective officers, directors, members, employees, representatives, agents, departments and divisions (each an “Indemnitee” and together the “Indemnitees”) from and against all claims, demands, actions, causes of action, losses, liabilities, fines, penalties, costs and expenses of every kind and nature, including legal costs and reasonable attorneys’ fees, at any time asserted against or incurred by the Indemnitees or any Indemnitee which is directly or indirectly related to (a) the performance or failure to perform under the Contract by the Contractor or any of Contractor’s employees, representatives, agents or subcontractors or (b) the breach by the Contractor of any term or provision of this Contract. The indemnification covenants of the Contractor contained herein shall survive the expiration or termination of the Contract for any reason. The Contractor shall sign a release at the time of contract award.

2. Pursuant to IC 5-16-13-10 and City regulations, the Contractor shall at its expense maintain in full force and effect for the duration of the Contract, the following minimum insurance coverage; provided, however, that if a High Risk Insurance Attachment is attached hereto, the requirements of the High Risk Insurance Attachment shall be substituted in lieu of the following requirements.

Worker’s Compensation Per statutory requirements General Liability $1,000,000 minimum per occurrence/$2,000,000 aggregate Automobile Liability $1,000,000 minimum per occurrence Products Liability $1,000,000 minimum per occurrence Completed Operations Liability $1,000,000 minimum per occurrence

3. Pursuant to IC 5-16-13-10, the General Liability requirements in the preceding Subsection 2 must also be maintained by each subcontractor in any contractor tier. The Contractor will insure that each subcontractor maintains the required minimum insurance.

4. The following shall be named as additional insured parties on each policy:

A. The City of Fort Wayne, Indiana; and B. The City of Fort Wayne, Indiana, Redevelopment Commission.

5. Proof of insurance coverage shall be delivered by each bidder to the Commission with their bid. The Successful Bidder shall also deliver proof of insurance coverage again when the Contract is signed.

6. If there are any changes in coverage, or cancellation or non-renewal of a policy, notice thereof and if required an updated certificate of insurance must be delivered by the Contractor within thirty (30) days to:

Hampton Inn & Suites-Harrison Square Garage Connector Page 18 of 33

City of Fort Wayne Purchasing Department 200 East Berry Street, Suite 490 Fort Wayne, Indiana 46802

and

City of Fort Wayne Redevelopment Commission 200 East Berry Street, Suite 320 Fort Wayne, Indiana 46802

7. Unless insurance is shown as a line item on the bid form, it must be included in the pay items of the principal work with which it is associated.

G322 PERMITS, LICENSES AND FEES

1. Except as provided herein, the Contractor shall at its expense procure and shall perform the Work in accordance with all approvals, permits and licenses required for construction of the Project. Unless fees are shown as separate line items on the bid form, they must be included in the pay items of the principal work with which they are associated.

G324 TRAFFIC CONTROL

1. The Contractor shall comply with all State of Indiana, Allen County, and/or City requirements for traffic control during the Work on the Project, and shall obtain required traffic control, right-of-way excavation and related permits.

2. If City traffic control is required, the Successful Bidder must prepare and submit a traffic maintenance plan, and must complete and submit a City of Fort Wayne Street Barricade Maintenance Information form at the time of contract award. A copy of the form is attached.

3. Unless traffic control is shown as a separate line item on the bid form, it must be included in the pay items of the principal work with which it is associated.

4. Questions about traffic control should be directed as required to:

City of Fort Wayne Right-of-Way Department 200 East Berry Street, Suite 210 Fort Wayne, Indiana 46802 Phone: 260-427-6155

Indiana Department of Transportation Fort Wayne District 5333 Hatfield Road Fort Wayne, Indiana 46808 Phone 855-463-6848

Allen County Highway Department 200 East Berry Street, Suite 280 Fort Wayne, Indiana 46802 Phone: 260-449-7369

Hampton Inn & Suites-Harrison Square Garage Connector Page 19 of 33

G326 COOPERATION WITH PUBLIC UTILITIES

1. Existing water mains, gas mains, electric underground ducts, telephone ducts and all other aboveground and underground utility facilities and structures are shown on the plans according to the best available information. The accuracy of the plans in this respect is not guaranteed.

2. The exact locations and the protection of utility facilities and structures, whether or not they are indicated on the plans, as well as their support, maintenance, relocation and operation during Work on the Project, in cooperation with the Commission or the proper authorities of the utilities involved, is the express responsibility of the Contractor in the performance of the Contract and in the preparation of its Bid.

3. The Contractor will cooperate with and coordinate its work with all public utility providers that have facilities within the Project limits. Any utility relocation required by the Project must be coordinated between the Contractor and the owner of the utility.

4. All work performed by the Contractor in connection with utilities shall be in strict accordance with the rules and regulations of the utility involved. Damage caused by the Contractor or any of its subcontractors to utility facilities shall be repaired or replaced at the sole expense of the Contractor.

G328 CONSTRUCTION WATER

1. If potable water is required for the Work, the Contractor must contact the City’s Water Maintenance & Service Department, 260-427-6123, for a hydrant meter set. The cost of construction water must be included in the pay items of the principal work with which it is associated.

G330 CONTRACTOR'S PROTECTION OF WORK AND SAFETY

1. The Contractor shall obtain adequate protection of all work from possible damage, and shall protect the Commission’s and other properties from possible injury or damage arising from work completed by the Contractor, including its employees, agents and subcontractors, during construction on the Project. The Contractor shall take all reasonable precautions for the safety of its employees on the job and shall comply with all applicable laws and regulations pertaining to worksite safety. The Contractor shall properly and fully guard all excavations and dangerous places and will use all due and proper precaution to prevent injury to any and all persons and property.

2. Materials delivered to the Project site shall be neatly, safely and compactly stacked along the sides of the roadway in which the Work is located or adjacent thereto, as the Project Manager may direct, in such manner as to cause the least inconvenience and damage to property and to the general public, and not within fifteen (15) feet of any fire hydrant. Private drives and street crossings shall be kept open. Shade trees and other improvements shall be protected from any damage. Injury to lawns, trees, sidewalks, street or other improvements shall be remediated by the Contractor to the satisfaction of the Project Manager.

G332 DRUG AND ALCOHOL POLICY

1. The City’s Policy and Procedure Manual, Section 610, governs the City’s drug and alcohol policies and applies to all contractors and subcontractors doing business with the City. A copy of this policy is available for inspection in the City’s Risk Management Department, Citizens Square, 200 East Berry Street, Suite 470, 260-427-1164, or on the City’s website at:

http://www.cityoffortwayne.org/images/stories/finance_and_administration/purchasing/docs/drug_ policy_8_11.pdf Hampton Inn & Suites-Harrison Square Garage Connector Page 20 of 33

2. The Successful Bidder will be furnished a copy of the City’s drug and alcohol policy, and as a condition of being awarded a contract, the Successful Bidder shall execute an acknowledgment of receipt of said policy, and shall agree to be bound by those provisions of the policy that are applicable to the contract.

3. The Contractor should refer to the Section herein on Drug Testing Plan for additional requirements for bid submittal.

G334 PROHIBITION OF ASSIGNMENT

1. Neither party may sell, assign, transfer or otherwise dispose of the Contract or its interest therein without obtaining the prior written consent of the other party, which consent shall not be unreasonably withheld or delayed. This Contract binds the respective permitted successors and assigns and they shall become bound for the full performance of the Contract until the expiration thereof.

G336 SUBCONTRACTORS, SUPPLIERS AND SERVICE PROVIDERS

1. The Contractor’s subcontractors, material suppliers and service providers are subject to the terms of these Documents, and the Contractor shall be responsible for their performance.

2. A subcontractor who has been debarred or suspended from doing work for the City or Commission will not be permitted to work on the project.

G340 START AND COMPLETION TIME; LIQUIDATED DAMAGES

1. Schedule of Work.

A. The Contractor shall begin the Work on the Project as specified herein or in the Contract and shall prosecute the Work without creating unnecessary delays. Except as provided in the Documents or the Contract, the Contractor may use its discretion in determining where and how to initiate the Work.

B. The Contractor should Substantially Complete and Fully Complete the Project on or before the dates specified herein or in the Contract. Scheduled completion dates shall be extended upon written approval of the Commission only when delays beyond the control of the Contractor preclude timely completion.

C. For the purposes of this Section, “delays beyond the control of the Contractor” are limited to the following: Acts of God, strikes, lockouts or industrial disturbances, acts of public enemies, restraining orders of any kind imposed on the Contractor by the government of the United States of America, the State of Indiana, or any of their respective departments, agencies, or officials, or any civil or military authority, insurrections, riots, landslides, earthquakes, fires, incapacitating storms, floods and explosions (each a “Delay”).

D. The Contractor shall notify the Commission immediately upon the occurrence of any event claimed by the Contractor to be a Delay. The Contractor’s failure to so notify the Commission shall preclude the Contractor claiming that a Delay prevented timely performance of the Contractor’s obligations under the Contract.

E. Where a Delay results in delay to any schedule established in the Contract, such schedule shall be extended in writing for a period equal to the Delay; provided, however, that the Hampton Inn & Suites-Harrison Square Garage Connector Page 21 of 33

Commission shall have the right to terminate the Contract in the event of a Delay exceeding ninety (90) days upon ten (10) days written notice to the Contractor. In the event of such termination, the Contractor shall not be entitled to compensation following the effective date of termination.

2. Liquidated Damages.

A. In the event that the Project is not Substantially Completed and/or is not Fully Completed on or before the dates specified herein or in the Contract, and there are no delays permitting the extension of the schedules herein or in the Contract, liquidated damages will be assessed as provided below.

B. The Contractor and Commission agree that:

1. It would be difficult to ascertain the damages that the Commission would sustain as a result of the Contractor’s breach; 2. The liquidated damages calculation contained herein represents a reasonable estimate of the estimated damages to the Commission determined as of the date of the award of contract by the Commission to the Contractor for the Project; 3. The damages which will be incurred by the Commission in the event of the Contractor’s breach are not easily ascertained; and 4. The liquidated damages provision contained herein is not intended to be a penalty imposed upon the Contractor for its breach of the Contract.

C. Therefore, the Contractor and Commission agree that:

1. Liquidated damages shall be in the amount of one hundred dollars ($100) per calendar day for each day following the date of Substantial Completion stipulated in these Documents or the Contract; and 2. Additional liquated damages in the amount of one hundred dollars ($100) per calendar day for each day after the date of Substantial Completion until the Project is Fully Completed and finally accepted by the Commission.

D. The Contractor expressly agrees that the Commission shall have the right to set off any amounts due to the Contractor under the Contract for labor or materials for the purpose of satisfying the Contractor’s obligation to pay the Commission liquidated damages hereunder.

G342 NOTICE TO PROPERTY OWNERS AND RESIDENTS

1. The Contractor shall notify each property owner and resident within the Project limits as to the anticipated duration of construction and any inconveniences that the owners or residents may encounter, and shall advise the owners and residents of unanticipated changes or delays in the Work.

G344 INSPECTION OF WORK AND RECORDS

1. The Commission, including its Project Manager, engineers, architects and other designated representatives, and officials of the City’s Office of Vendor Compliance, shall have access to the Project site and the Contractors' records at all reasonable times for inspection of the work performed under the Contract. Any inspection or failure to inspect by the Commission or City does not relieve the Contractor of the obligation to comply with all provisions of these Documents and the Contract.

Hampton Inn & Suites-Harrison Square Garage Connector Page 22 of 33

G346 NEW MATERIALS

1. Except as specified by the Commission in writing, all materials used by the Contractor in the performance of the Contract will be new, of a merchantable quality, and in no case less than the quality required by these Documents.

G348 USE OF PREMISES; SITE CONTROL, CLEAN-UP AND DISPOSAL

1. During the term of the Contract the Contractor shall have full use of the Project site as provided in these Documents, limited only by the Commission’s right to perform construction operations with its own forces or to employ other contractors for other parts of the Work and/or on other portions of the Project, or for other projects performed on the Project site at the same time.

2. The Contractor shall protect adjoining property from inconvenience in use, damage and abuse caused by the Contractor’s and subcontractors’ operations. The Contractor shall protect work in progress and work completed from damage and abuse until acceptance of the Work by the Commission, in total, or in agreed upon portions.

3. Except for items indicated in these Documents to be reused, salvaged, reinstalled, or otherwise indicated to remain the property of the Commission or the City, excess materials and construction debris shall become the property of the Contractor and shall be removed from the project site. Materials designated to remain the property of the Commission or the City shall be stockpiled at the Commission’s designated location or the location in these Documents.

4. Except as specified herein, all excess materials and construction debris must be removed from the Project site by the Contractor and disposed of properly. No burning will be permitted on or adjoining the Project site. During and after completion of construction, the Contractor shall clean up and remove all waste construction materials and other debris from the Project site and will leave the site in a clean and orderly condition.

G350 CONSTRUCTION STAKING

1. The Contractor shall be responsible for all construction staking. Unless construction staking is shown as a separate line item on the bid form, it must be included in the pay items of the principal work with which it is associated.

G352 STORMWATER AND SEDIMENT CONTROL

1. The Contractor shall install erosion control facilities as shown on the plans and/or as required by federal, state and local authorities, and shall maintain the facilities until the Project is accepted by the Commission.

2. In the absence of an approved stormwater management plan, drainage structures which receive sediment-laden water from the Project site shall be protected with a Sediguard inlet protection device or equivalent device for sediment control approved by the Project Manager. Inlet protection shall be in place until there is at least 70% grass coverage in disturbed areas. The Contractor shall maintain and clean inlet protection devices per the manufacturer's recommendations.

3. The discharge of water from equipment cleaning, and the discharge of excess concrete or construction materials into inlets are prohibited.

4. Unless erosion control is shown as a separate line item on the bid form, it must be included in the pay items of the principal work with which it is associated. Hampton Inn & Suites-Harrison Square Garage Connector Page 23 of 33

G354 SANITARY ACCOMMODATIONS

1. The Contractor shall provide adequate conveniences for the use of those employed on the Work, properly secluded from public observation, and constructed and maintained at such points and in such manner as may be approved by the Allen County Building or Health Departments or other agency having jurisdiction.

G356 RETAINAGE AND ESCROW

1. Funds will be retained from Contract payments to the Contractor according to the following requirements:

A. Pursuant to IC 36-1-12-14 and Redevelopment Commission Resolution 2008-04, on any public works project where the contract amount is more than $100,000, the Commission will withhold from each payment request an amount equal to five percent (5%) of the dollar value of all work satisfactorily completed until the public work is Substantially Complete.

B. Pursuant to City of Fort Wayne Executive Order 90-01 as amended, the Commission will retain an amount equal to five percent (5%) of the total contract price in accordance with the Commission’s retainage policy.

C. Regardless of the contract price, the total amount withheld from the contract price pursuant to subparagraphs A and B above shall not exceed five percent (5%) of the total contract price; except, however that pursuant to IC 36-1-12-14(f), the Commission may at its option withhold additional sums for minor items that have not been completed within sixty one (61) days following Substantial Completion. If within sixty-one (61) days after the date of Substantial Completion there remain uncompleted items, an amount equal to two hundred percent (200%) of the value of each item as determined by the Commission’s architect or engineer shall be withheld until the item is Fully Completed (collectively “Retainage”).

2. Retainage will be deposited as follows:

A. Pursuant to IC 36-1-12-14, where the total contract price is more than $100,000, the Contractor may at its discretion elect to have the Retainage:

1. Held by the Commission; or 2. Deposited in an escrow account with a bank, savings and loan institution, or the State of Indiana as the escrow agent.

B. Where the total contract price is $100,000 or less, the Retainage will be held by the Commission.

3. The Commission will not pay interest on nor charge any management or other fees for the Retainage.

4. If the Contractor elects to have the Commission hold the Retainage, the Commission shall encumber the necessary funds in the contract account.

5. If the Contractor elects to have the Commission deposit the Retainage in an escrow account, the following conditions and those in the Escrow Agreement, attached hereto by reference and made a part hereof, shall apply:

Hampton Inn & Suites-Harrison Square Garage Connector Page 24 of 33

A. The escrow agent shall be selected by mutual agreement between the Commission and Contractor under a written agreement among the bank or savings and loan institution, the Commission, and the Contractor. B. The escrow agent shall be compensated for the agent's services. The parties may agree on a reasonable fee comparable with fees being charged for the handling of escrow accounts of similar size and duration. The fee shall be paid from the escrowed income. C. The escrow agreement may include other terms and conditions consistent with IC 36-1-12- 14(d), including provisions authorizing the escrow agent to commingle the escrowed funds with funds held in other escrow accounts, and limiting the liability of the escrow agent.

G358 PROGRESS PAYMENTS

1. The Contractor may submit requests for payments not more often than once every thirty (30) days for materials purchased and work completed under the Contract. All payment requests shall be submitted to the Project Manager, accompanied by sufficient evidence that the materials or work claimed in the request has been accomplished. If the Contractor is in compliance with the provisions of the Contract and these Documents, the Commission will make payment for such work performed and completed, subject to withholding of retainage, if any.

2. Payment for mobilization and demobilization will be made as the Work proceeds, after presentation of paid invoices and/or documentation of direct costs by the Contractor showing specific mobilization and demobilization costs and supporting evidence of the charges of suppliers, subcontractors, and others. Payment will not be made under mobilization and demobilization for the purchase costs of materials having a residual value, the purchase costs of materials to be incorporated in the project, or the purchase costs of operating supplies. When the total of such payments is less than the lump sum contract price for mobilization and demobilization, the balance remaining will be included in the final contract payment. Payment of the lump sum contract price for mobilization and demobilization will constitute full compensation for completion of that work.

G360 COMPLETION AFFIDAVIT AND FINAL PAYMENT

1. The Contractor must submit a completion affidavit in the form attached hereto to the Commission prior to the Commission’s acceptance of the Work and Project, and prior to final payment. The completion affidavit shall include a statement that the Contractor has paid the subcontractors, material suppliers, laborers, and those furnishing services.

2. Following the Commission’s receipt of the completion affidavit, the Commission will conduct a final inspection of the Work and will request a recommendation from the City’s Office of Vendor Compliance as to whether the Contractor satisfied the Emerging Business Enterprise requirements and goals herein.

3. Pursuant to IC 36-1-12-13, subcontractors, laborers, material suppliers, and those performing services for the Contractor must be paid. The Commission shall withhold money from contract payments to the Contractor in a sufficient amount to pay the subcontractors, laborers, material suppliers, and those furnishing services. Pursuant to IC 36-1-12-12, the Commission shall withhold final payment to the Contractor until the Contractor has paid the subcontractors, material suppliers, laborers, and those furnishing services. However, if there is not a sufficient sum owed to the Contractor to pay those entities, the sum owed to the Contractor shall be prorated in payment of the bills among the claimants entitled to payment.

4. To receive payment as provided in this Section, a subcontractor, material supplier, laborer, or person furnishing services must file a claim with the Commission not later than sixty (60) days after that entity performed the last labor, furnished the last material, or performed the last service. Hampton Inn & Suites-Harrison Square Garage Connector Page 25 of 33

5. Final payment shall be due at the time the work is Fully Completed and accepted by the Commission and other agencies as required, and the contract, including the Emerging Business Enterprise (“EBE”) provisions and payment provisions herein, have been fully performed. Payment of the Retainage will be dependent, among other factors, upon good faith efforts to attain the EBE goals.

G362 CONTRACT TERMINATION

1. The Commission may terminate the Contract for the convenience of the Commission at any time by providing written notice to the Contractor. If the Contract is terminated by the Commission pursuant to this Subsection, the Contractor will be paid only for the work performed up to the time of termination.

2. If the Contractor should fail to fulfill its obligations under the Contract in a timely and proper manner, the Commission shall have the right to terminate the Contract for default thirty (30) days after the date that written notice of the pending termination is mailed to the Contractor. If the Contract is terminated by the Commission pursuant to this subsection, the Contractor will be paid only for the work performed up to the time of termination.

3. In the event of termination, all work including finished or unfinished documents, data studies, surveys, and reports prepared by the Contractor shall become the Commission's property.

4. Termination pursuant to this Section is not the Commission's exclusive remedy and will not prejudice the right of the Commission to take any other legal action against the Contractor.

G364 CHANGE ORDERS

1. If, in the course of the construction, reconstruction, or repair of the Work under the Contract, the Contractor and Commission determine that it is necessary to change or alter the original specifications, the Commission will issue a written change order to add, delete, or change the agreed upon item or items in the original Contract. The change order is effective only if approved and signed by the Contractor and Commission.

2. If a change order results in an increase or decrease in the cost of performance, time of performance, or any other material provision under the Contract, the Commission shall make an equitable adjustment in the contract price, time of performance or other provision. Any claim by the Contractor for adjustment under this Section shall be submitted to the Commission in writing within thirty (30) days after the issuance of the change order.

3. All change orders and resultant compensation shall be incorporated as written modifications to the Contract. Any dispute as to an equitable adjustment shall be referred to the Commission for its final determination, pursuant to the section herein on Disputes; provided, however, that the Contractor will proceed with the work as changed, even if there is a dispute.

G366 DISPUTES

1. All disputes which arise under the Contract and cannot be resolved between the Contractor and the Commission, or between the Contractor and any person or agent representing the Commission, will be referred in writing to the Commission. After the Commission renders its decision on the matter, the President of the Commission shall provide the Commission’s decision to the Contractor in writing. The Contractor will continue to perform the work under the Contract regardless of the decision. Hampton Inn & Suites-Harrison Square Garage Connector Page 26 of 33

G368 TIER 1 CONTRACTOR RESPONSIBILITIES

1. Pursuant to IC 5-16-13, each Tier 1 contractor, as defined in the Definitions section herein, must contribute in:

A. Work performed by the Tier 1 contractor's employees; B. Materials supplied directly by the Tier 1 contractor; C. Services supplied directly by the Tier 1 contractor's employees; or D. Any combination of subsections 1(A) through 1(C) above;

at least fifteen percent (15%) of the Tier 1 contractor's total contract price as determined at the time the Contract is awarded.

G370 CONTRACTOR QUALIFICATIONS BY THE STATE OF INDIANA

1. This Section applies to a contract awarded to a contractor in any contractor tier, in an amount of $300,000 or more for a public works project.

2. Pursuant to IC 5-16-13-10, each Contractor in any Contractor Tier of a public works project must be qualified under one of the following subsections before doing any work on a public works project:

A. Pursuant to IC 4-13.6-4-2.5(d), this Subsection applies to a contract awarded to a contractor in any contractor tier in an amount of $300,000 or more for a public works project, excluding a project that is the construction, alteration, or repair of a highway, street, or alley. The contractor to whom the contract is awarded must be qualified in accordance with IC 4-13.6-4 prior to the award of contract. A supplier (as defined by IC 4-13.6-1-20) is not required to be qualified under this chapter before doing any work on a public works project.

B. Pursuant to IC 8-23-10-0.5(d), this Subsection applies to a contract awarded to a contractor in any contractor tier in an amount of $300,000 or more for a public works project that is the construction, alteration, or repair of a highway, street, or alley, but does not apply to the purchase of material, equipment, and supplies or to the construction and maintenance of buildings. The contractor to whom the contract is awarded must be qualified in accordance with IC 8-23-10 prior to the award of contract.

3. The Contractor must for itself and each subcontractor on the Project who is awarded a contract in an amount of $300,000 or more, deliver proof of State qualification under this Section to the Commission prior to Contract signing.

G372 CONTRACTOR COMPLIANCE WITH INDIANA STATUTES

1. Pursuant to IC 5-16-13-11, and except as provided in this Section, the following apply to each contractor in any contractor tier of a public works project:

A. IC 22-5-1.7 (E-Verify). A contractor shall provide to the Commission the E-Verify case verification number for an individual who is required to be verified under IC 22-5-1.7, before the individual begins work on the public works project. An individual who is required to be verified under IC 22-5-1.7 whose final case result is final non-confirmation may not be employed on the public works project.

B. A contractor may not pay cash to any individual employed by the contractor for work done by the individual on a public works project. Hampton Inn & Suites-Harrison Square Garage Connector Page 27 of 33

C. A contractor must be in compliance with the federal Fair Labor Standards Act of 1938, as amended (29 USC 201-209) and IC 22-2-2-1 through IC 22-2-2-8 (minimum wage).

D. A contractor must be in compliance with IC 22-3-5-1 and IC 22-3-7-34 (worker’s compensation).

E. A contractor must be in compliance with IC 22-4-1 through IC 22-4-39.5 (unemployment compensation).

F. A contractor must be in compliance with IC 4-13-18-1 through IC 4-13-18-7 (drug testing).

G. A contractor must comply with IC 5-16-13-12, if applicable (training).

2. Pursuant to IC 5-16-13-12:

A. A contractor that employs ten (10) or more employees must provide access to a training program applicable to the tasks to be performed in the normal course of the employee’s employment with the contractor. A contractor may comply with this section through any of the following:

1. An apprenticeship program. 2. A program offered by Ivy Tech Community College of Indiana. 3. A program offered by Vincennes University. 4. A program established by or for the contractor. 5. A program offered by an entity sponsored by the United States Department of Labor, Bureau of Apprenticeship and Training. 6. A program that results in the award of an industry recognized portable certification. 7. A program approved by the United States Department of Transportation, Federal Highway Administration. 8. A program approved by the Indiana Department of Transportation.

B. A tier 1 or tier 2 contractor that employs fifty (50) or more journeymen shall participate in an apprenticeship or training program that meets the standards established by or has been approved by any of the following:

1. The United States Department of Labor, Bureau of Apprenticeship and Training. 2. The Indiana Department of Labor. 3. The United States Department of Transportation, Federal Highway Administration. 4. The Indiana Department of Transportation.

G374 INVESTIGATION OF SUSPECTED WORKER MISCLASSIFICATION

1. Pursuant to IC 5-16-13-14, if the Commission suspects a misclassification of one (1) or more workers by a contractor in any contractor tier working on the Project, the Commission may request in writing that the State’s Department of Workforce Development investigate the suspected worker misclassification.

G376 RECORDS RETENTION AND CONFIDENTIALITY

1. Pursuant to IC 5-16-13, the payroll and related records of a contractor in any contractor tier must be:

Hampton Inn & Suites-Harrison Square Garage Connector Page 28 of 33

A. Preserved by the contractor for a period of three (3) years after completion of the project work; and B. Open to inspection by the Indiana Department of Workforce Development.

G378 TRENCH SAFETY SYSTEMS

1. Pursuant to IC 36-1-12-20, where any work requires creation of a trench of at least five feet (5’) in depth, U.S. Occupational Safety and Health Administration ("OSHA") regulations at 29 CFR 1926, Subpart P, for trench safety systems shall be observed during the work. The Contractor shall be responsible for obtaining a copy of the applicable OSHA regulations and for complying with all trench safety requirements. The Contractor shall provide a copy of the regulations to all subcontractors, and shall ensure that subcontractors comply with all trench safety requirements.

2. Unless trench safety systems are listed as separate pay items on the Bid Form, they are not separate pay items, and the cost for trench safety systems shall be included in the pay item of the principal work with which the safety systems are associated.

G380 LICENSED PLUMBERS

1. Pursuant to IC 36-1-12-21, a person who submits a bid for a public works contract that involves the installation of plumbing must submit evidence that the person is a licensed plumbing contractor under IC 25-28.5-1.

G382 STEEL AND FOUNDRY PRODUCTS

1. As used in this Section, the following words shall have the associated meanings:

A. “Foundry Products” means products cast from ferrous and nonferrous metals by foundries in the United States.

B. "Steel products" means products rolled, formed, shaped, drawn, extruded, forged, cast, fabricated, or otherwise similarly processed, or processed by a combination of two (2) or more of such operations, from steel made in the United States by the open hearth, basic oxygen, electric furnace, Bessemer or other steel making process.

C. "United States" means the United States of America and includes all territory, continental or insular, subject to the jurisdiction of the United States.

2. Pursuant to IC 5-16-8, the requirements in this Section do not apply where the Commission determines in writing that steel products are not produced in the United States in sufficient quantities to meet the requirements of the Contract; otherwise the following provisions of IC 5-16-8 apply to the Project.

3. If any steel or foundry products are to be used or supplied in the performance of the Contract or any subcontract for the Project, only steel or foundry products made in the United States shall be used or supplied in the performance of the Contract or any of the subcontracts unless the Commission determines, in writing, that the cost of steel or foundry products is deemed to be unreasonable. The Commission will determine that the bid or offered price of any steel or foundry products of domestic origin is not unreasonable if it does not exceed the sum of:

A. The bid or offered price of like steel or foundry products of foreign origin (including any applicable duty); plus

Hampton Inn & Suites-Harrison Square Garage Connector Page 29 of 33

B. A differential of fifteen percent (15%) of the bid or offered price of the steel or foundry products of foreign origin.

C. The bidder shall be responsible for submitting documentation sufficient for the Commission to make its determination under this Subsection.

4. Subject to a determination under the preceding Subsections 2 and 3, the Contractor’s Certification of Use of United States Steel and Foundry Products will be included in the Contract for the Project.

G384 LEAD-BASED PAINT

1. The remediation, removal, encapsulation or application of lead-based paint and other lead-based products will be completed in full compliance with applicable laws and regulations.

G386 WARRANTY; GUARANTY BOND

1. For a project that includes construction of utilities that will be part of the City’s public sanitary sewer, stormwater or potable water systems:

A. The Contractor shall fully warranty its work for one (1) year after the Commission’s written approval and acceptance of the Work, and shall remedy at the Contractor's sole expense any defects or problems occurring during that period; and

B. The Contractor shall execute a guaranty bond payable to Fort Wayne City Utilities with surety satisfactory to the Commission in an amount equal to twenty percent (20%) of the final contract price, warrantying the Contractor's performance for a period of one (1) year after the date of the Commission’s acceptance of the Work.

2. For a project that includes construction of facilities that will be part of the City’s public works system:

A. The Contractor shall fully warranty its work for two (2) years after the Commission’s written approval and acceptance of the Work, and shall remedy at the Contractor's sole expense any defects or problems occurring during that period; and

B. The Contractor shall execute a guaranty bond payable to the Fort Wayne Board of Public Works with surety satisfactory to the Commission in an amount equal to one hundred percent (100%) of the final contract price, warrantying the Contractor's performance for a period of two (2) years after the date of the Commission’s acceptance of the Work. If a performance bond is required, the Contractor may in lieu of a separate guaranty bond, extend the performance bond for the additional time, provided that the amount of the extended performance bond is equal to one hundred percent (100%) of the final contract price.

G388 PAYMENT BOND

1. Pursuant to IC 36-1-12-13.1, for any public works project where the estimated cost of construction is more than $200,000, or if required by the Commission for a project with an estimated cost of $200,000 or less, the Contractor shall at the Contractor’s expense execute and deliver a payment bond to the Commission, approved by and for the benefit of the Commission, in an amount equal to the contract price. The bond shall be made payable to the Fort Wayne Redevelopment Commission and delivered at the time of contract signing.

2. The payment bond is binding on the Contractor, its subcontractors, lower-tier subcontractors and Hampton Inn & Suites-Harrison Square Garage Connector Page 30 of 33

suppliers and their successors and assigns, for the payment of all indebtedness to a Person for labor and service performed, material furnished, or services rendered. The payment bond must state that it is for the benefit of the subcontractors, laborers, material suppliers, and those furnishing services.

3. The payment bond must specify that:

A. A modification, omission, or addition to the terms and conditions of the public work contract, plans, specifications, drawings, or profile; or B. A defect in the public work contract; or C. A defect in the proceedings preliminary to the letting and awarding of the public work contract, does not discharge the surety.

4. The surety on the payment bond shall not be released until one (1) year after the Commission’s final settlement with the Contractor.

G390 PERFORMANCE BOND OR IRREVOCABLE LETTER OF CREDIT

1. Performance Bond. Pursuant to IC 36-1-12-14(e), for any public works project where the contract price is more than $200,000, the Contractor shall at the Contractor’s expense execute and deliver a performance bond to the Commission, approved by and for the benefit of the Commission, in an amount equal to the contract price. The bond shall be made payable to the Fort Wayne Redevelopment Commission and delivered at the time of contract signing.

A. The performance bond must specify that:

1. A modification, omission, or addition to the terms and conditions of the public work contract, plans, specifications, drawings, or profile; or 2. A defect in the public work contract; or 3. A defect in the proceedings preliminary to the letting and awarding of the public work contract, does not discharge the surety.

B. The surety on the performance bond may not be released until one (1) year after the date of the Commission’s final settlement with the Contractor.

2. Irrevocable Letter of Credit. Pursuant to IC 36-1-12-14(h), for any public works project where the contract price is less than $250,000, the Commission may waive the performance bond requirement in this Section and accept from the Contractor, at the Contractor’s expense, an irrevocable letter of credit in an amount equal to the contract price, from an Indiana financial institution approved by the Indiana Department of Financial Institutions. The terms in Subsection 1 above apply to the letter of credit.

3. The performance bond and letter of credit must comply with IC 36-1-12-14(e) through (g).

G392 DOCUMENTS TO BE SUBMITTED AT CONTRACT SIGNING

1. Required Submittals at Contract Signing. In addition to any other documents or submittals required by the Documents, the following documents must be completed, endorsed, and submitted by the Contractor at the time of Contract signing.

A. Proof of insurance, including Worker’s Compensation Insurance. Hampton Inn & Suites-Harrison Square Garage Connector Page 31 of 33

B. Acknowledgment of Receipt of the City of Fort Wayne Drug and Alcohol Testing Procedures (attached).

C. The Contractor’s list of subcontractors, suppliers and service providers.

The following forms may need to be completed, endorsed, and submitted by the Contractor at the time of Contract signing.

D. Retainage escrow agreement if required by these Documents (sample attached).

E. Vendor Disclosure Statement if required by these Documents (attached).

2. Required Submittals Prior to Contract Close-Out. The following documents must be completed, endorsed, and submitted by the Contractor prior to the Commission’s final acceptance of the Work under the Contract.

A. Copies of permits and licenses required for the performance of the Contract.

B. Copies of manufacturers’ and suppliers’ warranties and guarantees.

C. Completion Affidavit (attached).

D. Guaranty Bond (sample attached).

E. Emerging Business Enterprises and/or Minority/Women's Business Enterprises Waiver/Reduction (attached, to be submitted at the Contractor’s option).

The following documents may need to be completed, endorsed, and submitted by the Contractor prior to contract signing or prior to the Commission’s final acceptance of the Work under the Contract.

F. Payment and Performance Bonds (samples attached) if required by the Notice to Bidders, to be submitted prior to the Commission’s acceptance of the Work.

3. Documents to be Submitted as Required.

A. Before an individual who is required to be verified under IC 22-5-1.7 begins work on the Project, the Contractor shall submit to the Commission, the E-Verify case verification number for the individual. See the Section herein on Contractor Compliance with Indiana Statutes. ______

Hampton Inn & Suites-Harrison Square Garage Connector Page 32 of 33

SUPPLEMENTAL PROVISIONS

These Supplemental Provisions supplement the General Provisions, or amend or replace specified sections of the General Provisions in order to clarify the specified sections or provide project-specific information. Those parts of a particular section of the General Provisions that are not amended or replaced by a Supplemental Provision shall remain in full force and effect.

TABLE OF CONTENTS

Section Section No. Name Page

S201 Purchase of Bid and Contract Documents ...... 32

S322 Permits, Licenses and Fees ...... 32 S340 Start and Completion Times ...... 33 S351 Worksite Access ...... 33 ______

SUPPLEMENTAL INSTRUCTIONS TO CONTRACTORS

S201 AVAILABILITY OF BID AND CONTRACT DOCUMENTS

1. The Bid and Contract Documents are available for download without cost on the City’s website at http://bidding.cityoffortwayne.org/city.php / Public Bidding Opportunities / Hampton Inn Walkway. There is no sign-in for the documents, so you must visit the site for addenda that may be issued.

2. The Bid and Contract Documents are also available through Eastern Engineering at http://distribution.easternengineering.com. List the project name and include your company contact information to ensure that future addenda and notifications are delivered in a timely manner.

3. The Bid and Contract Documents are available for public review weekdays between 8:00 a.m. and 4:00 p.m. in the office of the

City of Fort Wayne Department of Redevelopment 200 East Berry Street, Suite 320 Fort Wayne, Indiana, 46802

S322 PERMITS, LICENSES AND FEES

General Provisions section G322 Permits, Licenses and Fees, is amended to add the following subsections:

1. The City will obtain an Improvement Location Permit and deliver it to the Contractor at the preconstruction conference. The Contractor will not pay a fee for this permit.

2. The Contractor must provide drawings and details about the attachment of the canopy to the ground and obtain a Building Permit at the Contractor’s expense from the Allen County Building Department.

Hampton Inn & Suites-Harrison Square Garage Connector Page 33 of 33

Allen County Building Department 200 East Berry Street, Suite 180 Fort Wayne, Indiana 46802 Phone: 260-449-7131

3. The Contractor must provide a drawing and details and obtain a Sidewalk Permit from the City’s Right of Way Dept. for removal of the existing canopy support posts in the Harrison St. sidewalk. The permit fee will be waived.

Fort Wayne Right of Way Department 200 East Berry Street, Suite 210 Fort Wayne, Indiana 46802 Phone: 260-427-6155

S340 START AND COMPLETION TIMES

General Provisions section G340 “Start and Completion Time; Liquidated Damages,” is amended to add the following subsections:

1. Substantial Completion Date: May 31, 2019.

2. The Contractor must submit its proposed work schedule at the pre-construction conference, including start, substantial completion and final completion dates.

S351 WORKSITE ACCESS

1. One construction entrance to the worksite will be from the intersection of Douglas and Webster Sts., north along the west side of the Harrison St. garage, then east along the north side of the garage to the worksite. Cement trucks will not be able to access the worksite from this entrance. If this entrance is used, the Contractor will need to remove some landscaping and provide plywood or another material to protect the sidewalk and grass, and restore the disturbed areas as provided in the Specifications for the Project.

2. An alternate entrance will be from Harrison St. between the parking garage and the Courtyard by Marriott Hotel. Materials can be delivered to the worksite through this opening, but trucks may not be able to access the worksite here. ______

THIS PAGE IS LEFT INTENTIONALLY BLANK REDEVELOPMENT COMMISSION CITY OF FORT WAYNE, INDIANA

Updated August 22, 2018 Craig Berndt

FORMS TO BE INCLUDED WITH THE BID AND CONTRACT DOCUMENTS

1. Bid Form.

2. Bid Bond (sample).

3. Form 96 (2013 revision), unless one is already on file with the City and is not more than one (1) year old at bid opening.

4. Certificate in Lieu of Form 96 Financial Statement (submit this if their Form 96 (2013 revision), is already on file with the City and is not more than one (1) year old at bid opening).

5. (Effective October 1, 2018) Current balance sheet and income statement unless both are already on file with the City and are not more than one (1) year old at bid opening.

6. Affirmative Action Program.

7. Certification of Non-Segregated Facilities.

8. Acknowledgment of Receipt of the City of Fort Wayne Drug and Alcohol Testing Procedures.

9. Retainage escrow agreement (sample).

10. Emerging, Minority, Women Business Enterprise Directory (download the most recent month at

https://www.cityoffortwayne.org/emerging-business-directory.html

11. City of Fort Wayne Emerging Business Enterprise (“EBE”) Request for Certification.

12. Emerging Business Enterprises and/or Minority/Women's Business Enterprises Waiver/Reduction.

13. Vendor Disclosure Statement.

14. Completion Affidavit.

15. Guaranty Bond (sample).

16. Payment Bond (sample).

17. Performance Bonds (sample).

18. Construction contract (sample).

19. Indiana General Sales Tax Exemption Certificate, Form ST-105.

Refer to the Bid and Contract Documents to determine which forms should be used and which should be submitted with the bid or at contract signing.

THIS PAGE IS LEFT INTENTIONALLY BLANK BID FORM Hampton Inn Suite - Harrison Square Garage Connector

CITY OF FORT WAYNE, INDIANA Bid Form Prepared: September 14, 2018 DIVISION OF COMMUNITY DEVELOPMENT Bid Form Revised: 200 East Berry Street, Suite 320, Fort Wayne, Indiana 46802 Project Manager: Tsakeith Thornton, CD Manager, 260-427-1499, [email protected]

ITEM PLAN UNIT COST AMOUNT NO. ITEM QTY. UNIT ($) ($)

GENERAL 1 Mobilization & demobilization 1 LS 0.00 2 Construction staking 1 LS 0.00 3 Site clearing, demolition & disposal 1 LS 0.00 4 Site restoration 1 LS 0.00 5 Other General Requirements 1 LS 0.00 SUB-TOTAL GENERAL 0.00

CANOPY CONSTRUCTION* 6 03 30 00 - Founations for Canopy Structure 1 LS 0.00 7 08 45 00 - Translucent Wall and Roof Assemblies 1 LS 0.00 8 10 73 26 - Freestanding Metal Walkway Canopy Structure 1 LS 0.00 * contractor to provide NJPA price or a lower price SUB-TOTAL CANOPY CONSTRUCTION 0.00

OTHER CONSTRUCTION 9 04 10 00 - Rework of Existing Brick Masonry 1 LS 0.00 10 05 52 00 - Aluminum Handrails amd Railings 1 LS 0.00 11 07 62 00 - Sheet Metal Flashings and Trim 1 LS 0.00 12 Division 26 - Electrical 1 LS 0.00 13 Divisions 31 - 33 - Site Work 1 LS 0.00 SUB-TOTAL OTHER CONSTRUCTION 0.00

TOTAL BID PRICE 0.00

ALTERNATE 1 -- ADD Provide Exposed Sand Matrix Concrete Paving in lieu of 14 standard Portland Cement Concrete Pavement 0.00 15 0.00 16 0.00 SUB-TOTAL ALTERNATE 1 0.00

ALTERNATE 2 -- DEDUCT 17 0.00 18 0.00 SUB-TOTAL ALTERNATE 2 0.00

UNIT PRICES 19 0.00

Page 1 of 2 BID FORM Hampton Inn Suite - Harrison Square Garage Connector

ITEM PLAN UNIT COST AMOUNT NO. ITEM QTY. UNIT ($) ($)

20 0.00

The undersigned Bidder acknowledges that: 1. This Bid Form has been completed in ink and signed in ink by the Bidder. 2. Each correction made to this Bid Form has been initialed in ink by the Bidder. 3. The Bidder has read and understands the Bid and Contract Documents of which this Bid Form is a part. 4. The Bidder has received Addenda No. ______through ______.

______Bidder's Signature Date

______(_____)______Printed Name and Title Phone Number

______(_____)______Company Name Fax Number

______Company Address Company Email Address

______Company Address Contractor Company Email Address

Page 2 of 2 BID BOND

Project Name ______(“Project”)

Redevelopment Commission Contract Award Resolution No. ______

The undersigned bidder (“Bidder”) for the above-named Project is submitting herewith to the City of Fort Wayne, Indiana, Redevelopment Commission (“Commission”) a bid in accordance with the bid and contract documents, specifications and plans previously provided by the Commission for the Project.

We, the Bidder, and ______and ______of ______being authorized to transact a general surety business in Indiana as Surety, are held and firmly bound in the sum of ______dollars ($______.____) to be paid to the aforesaid City of Fort Wayne, Indiana, Redevelopment Commission or its successors or assigns, for the payment of which sum Bidder and Surety hereby jointly and severally bind ourselves, our respective heirs, successors, executors, and administrators, and assigns.

The condition of this obligation is such that if the Commission accepts the Bidder’s bid, the Bidder will within ten (10) days after notice of the award of contract, execute a contract with the Commission for the work bid upon, and furnish the bond(s) specified in the Bid and Contract Documents for the Project, or pays the Commission any cost of obtaining another to perform the work specified in the bid which exceeds the amount of the bidder’s bid, not to exceed the amount of this bond, this obligation shall be null and void; but otherwise, this obligation shall remain in full force and effect.

IN WITNESS WHEREOF, this instrument may be executed in duplicate, each one of which shall be deemed an original.

BIDDER SURETY **

By: ______By: ______Signature Signature

______Printed Name and Title Printed Name and Title

______Date * Date *

______Company Name Company Name

______Postal Address Postal Address

______City, State Zip City, State Zip

RDV Bid Bond Revised 06/08/2017

ATTEST

By: ______By: ______Signature Signature

______Printed Name and Title Printed Name and Title

______Date Date

* Date of the bond must not be prior to the date of contract.

** If signed by an agent, appropriate Power of Attorney shall be attached.

RDV Bid Bond Revised 06/08/2017

CERTIFICATE IN LIEU OF FINANCIAL STATEMENT

Project Name ______(“Project”)

Fort Wayne Redevelopment Commission Resolution No. ______

The undersigned certifies that he/she is familiar with the financial records of the Company listed below and is authorized to sign this certificate on its behalf, and that the Indiana State Board of Accounts Form 96 financial/experience/equipment statement for said Company, dated ______, 20____, now on file in the office of the ______of the City of Fort Wayne, Indiana, is a true and accurate statement of the current condition of said Company as stated on said Form 96, and said Form 96 will be less than one (1) year old on date that bids are opened for the above-named project.

By: ______Signature

______Printed Name and Title

______Date

______Company Name

______Address

______Address

ATTEST

By: ______Signature

______Printed Name and Title

______Date

RDV Certificate in Lieu of Form 96 Revised 02/06/2017

THIS PAGE IS LEFT INTENTIONALLY BLANK

CITY OF FORT WAYNE AFFIRMATIVE ACTION PROGRAM

NAME OF COMPANY ______

ADDRESS ______CITY, ZIP CODE ______

E-MAIL ADDRESS ______PHONE #______

FAX # ______

Identify by title and name the highest official within the facility who has the overall responsibility for the implementation of the Equal Employment Opportunity and Affirmative Action Program.

______Name: (please print) Title:

______Date: Signature:

1. Does your firm have a written Affirmative Action Program? Yes No

A. If so, and it contains answers to the questions asked in this program, attach a copy and sign the Written Statement of Company Policy.

B. If not, do you accept the following program in meeting the requirements of the City of Fort Wayne? Yes No

PLEASE KEEP IN MIND THAT FAILURE TO COMPLETE ALL SECTIONS OF THIS DOCUMENT WILL RESULT IN YOUR PROGRAM BEING REJECTED.

2. Will your firm make every effort to increase employment of minorities at all levels of its workforce with particular emphasis to categories where few, if any, minority people are employed? Yes No

3. Current number of employees ______

Number of employees in January, 2017______

4. If total minority employment is less than 20% give reasons why. (Do not include Females when you figure minority employment percentages.)

______

5. List minority recruitment sources below:

Agency Contact Person Date

6. Does this company anticipate an increase in employment this year? ____Yes ____No

Approximately how many? _____

7. What specific goals can you achieve for the employment of minorities in the following labor classifications during 2017:

A. Officials and Managers ______% B. Professionals ______% C. Technicians ______% D. Sales ______% E. Office and Clerical ______% F. Skilled Craftsman ______% G. Other ______%

8. WRITTEN STATEMENT OF COMPANY POLICY

It is the policy of that Equal Employment Opportunity is afforded to all qualified persons without regard to race, sex, religion, color, national origin, disability, age or veteran status.

In support of this policy, will not discriminate against any employee or applicant for employment because of race, religion, sex, national origin, sex, age, disability or veteran status.

The will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, disability, age or veteran status. Such action will include but not be limited to: Recruitment, advertising or solicitation for employment hiring, placement, upgrading transfer or demotion, selection for training including apprenticeship rates of pay or other forms of compensation, layoffs or termination.

______, Name of Company or Firm Date

______Signature of Highest Company Official

______Name and Title of Signer

Please type or print STATISTICAL INFORMATION FOR AFFERMATIVE ACTION / VENDOR COMPLIANCE

______Name of Contractor or Supplier (Information Given By)

______Address and Telephone Number Person Filling Out This Form and Data

EMPLOYEES BY RACE/ETHNICITY/SEX DISABLED EMPLOYEES TOTAL W BLK H OTHER W BLK H OTHER EEOC CATAGORY EMPLOYEES M F M F M F M F (Designate) M F M F M F M F (Designate) 1. OFFICIAL & ADMINISTRATORS

2. PROFESSIONALS

3. TECHNICIANS

4. OPERATIVES

5. LABORER

6. OFFICE AND CLERICAL 7. SKILLED CRAFT WORKERS 8. SERVICE - MAINTENANCE WORKERS 9. SALES WORKERS

TOTALS PERCENTAGES CERTIFICATION OF NON-SEGREGATED FACILITIES

Each Bidder is required to file a fully executed Certificate of Non-Segregated Facilities once a year.

The bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments and he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certification, the term “segregated facilities” means any waiting room, work area, restrooms and washrooms, restaurant or dress 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, national origin, sex, age, disability or veteran status because of habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certification 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 will retain such certification in his files.

Note: THE PENALTY FOR MAKING FALSE STATEMENTS IN OFFERS IS PRESCRIBED IN 18 U.S.C. 1001.

Date: ______

______Name of Bidder

By: ______

Title: ______Official Address & Zip Code

THIS PAGE IS LEFT INTENTIONALLY BLANK Acknowledgment of Receipt of the City of Fort Wayne Drug and Alcohol Testing Procedures

Project Name ______(“Project”)

Redevelopment Commission Contract Award Resolution No. ______

Pursuant to the Bid and Contract Documents for the above-named Project, the undersigned Contractor acknowledges that the City of Fort Wayne (“City”) has in place through its Policy and Procedures Manual, Policy No. 610, Drug and Alcohol Testing Procedures, certain procedures that apply to any and all Contractors doing business with the City or any of its agencies.

A copy of the City’s Drug and Alcohol Testing Procedures is available for inspection on the City’s website at: http://www.cityoffortwayne.org/purchasing-home.html.

As a condition of being awarded a contract for the Project, the undersigned, on behalf of the Contractor, agrees that the Contractor and its employees will be bound by those provisions of the City’s Drug and Alcohol Testing Procedures that are applicable to the contract and Contractor.

By: ______Signature

______Printed Name and Title

______Date

______Company Name

______Postal Address

______City, State Zip

RDV Revised 02/06/2017

THIS PAGE IS LEFT INTENTIONALLY BLANK ESCROW AGREEMENT

______Project (“Project”)

Fort Wayne Redevelopment Commission Resolution No. ______

THIS ESCROW AGREEMENT (“Agreement”) is entered into this ______day of ______, 20______, by and between the City of Fort Wayne, Indiana, Redevelopment Commission (“Commission”), ______(“Contractor”), and ______as escrow agent (“Escrow Agent”) (collectively “Parties”).

WHEREAS, the Commission and Contractor have entered into a public work contract dated ______, 20______(“Contract”), that is subject to the provisions of Indiana Code 36-1-12-14, Commission Resolution 2008-04, and City of Fort Wayne Executive Order 90-01, as amended May 8, 2006 (collectively “Regulations”); and

WHEREAS, said Contract provides that portions of payments made by the Commission to the Contractor shall be retained pursuant to said Regulations (“Retainage”); and

WHEREAS, the Contractor has elected to have all funds withheld under the Contract deposited in an escrow account to be managed by the Escrow Agent pursuant to this Agreement and said Regulations;

NOW, THEREFORE, the parties hereto agree as follows:

1. Pursuant to Indiana Code 36-1-12-14(c), Commission Resolution 2008-04 and City of Fort Wayne Executive Order 90-01, as amended May 8, 2006, Retainage will be withheld in an amount equal to five percent (5%) of the total amount of each of the Contractor’s payment requests until the work is substantially completed (as that term is defined in the Bid and Contract Documents for the Project).

2. The Commission will not pay interest on nor charge any Retainage management or other fees.

3. The Commission will hereafter deliver the Retainage or cause it to be delivered to the Escrow Agent, to be held in accordance with the terms of this Agreement.

4. The Escrow Agent shall invest all escrowed principal in obligations selected by the Escrow Agent. All income earned on such funds shall be added to and become a part of the escrowed principal.

5. The Escrow Agent shall hold the escrowed principal and income until receipt of written notice signed by the Commission and the Contractor specifying the part of the escrowed principal to be released from escrow and the person to whom that portion is to be released. After receipt of the notice, the Escrow Agent shall remit the designated part of escrowed principal and the same proportion of escrowed income to the person specified in the notice.

6. In the absence of the above-stated joint written authorization for release of escrowed funds, the Escrow Agent shall pay to the Commission the net sum held by it pursuant to this Agreement upon receiving from the Commission a copy of a written Notice of Termination showing that the Commission has terminated the employment of the Contractor.

7. In the absence of such a joint written authorization and in the absence of a Notice of Termination, disbursements by the Escrow Agent shall be made in the manner directed by a certified copy of a judgment of a court of record establishing the rights of the parties to said funds.

8. This Escrow Agreement shall constitute the direction from the Commission and Contractor to the Escrow Agent, of the manner in which the Retainage is to be paid to the Escrow Agent pursuant to Indiana Code 36-1-12-14.

9. The Escrow Agent shall be compensated for the agent's services. The Escrow Agent’s fee shall be calculated as follows unless alternate terms are approved by all parties to this Agreement:

A. A charge of $ ______._____ for the first ______months to be assessed at the end of the ______month or upon termination of this Agreement.

B. A charge of $ ______._____ for the second ______months to be assessed at the end of the ______month or upon termination of this Agreement.

C. If this Agreement is still in effect after the end of the second period, charges for an additional period of time shall be renegotiated; provided, however, that the escrow fee shall be commensurate with fees now being charged for the handling of escrow accounts of similar size and duration.

D. The Escrow Agent shall be paid from the escrow income.

10. This Agreement and anything done or performed hereunder by either the Contractor or the Commission shall not be construed to prejudice or limit the claims which either party may have against the other arising out of the aforementioned Contract.

11. This instrument constitutes the entire agreement among the parties regarding the duties of the Escrow Agent with respect to the investment and payment of escrow funds.

12. The Escrow Agent is not liable to the Commission and the Contractor for any loss or damages not caused by its own negligence or willful misconduct.

13. This Escrow Agreement shall be construed in accordance with the laws of the State of Indiana.

IN WITNESS WHEREOF, the parties hereto have executed this Escrow Agreement in triplicate as of the date first set forth above.

[Signatures appear on following pages]

RDV Escrow Agreement 2 of 5 Revised 02-06-2017 CONTRACTOR

By: ______Signature

______Printed Name and Title

______Date

______Company Name

______Postal Address

______City, State Zip

ACKNOWLEDGEMENT

STATE OF ______) ) SS COUNTY OF ______)

BEFORE ME, a Notary Public in and for said State and County, personally appeared ______, and acknowledged the execution of the foregoing Escrow Agreement as a voluntary act and deed for the uses and purposes therein contained.

WITNESS my hand and seal this ______day of ______, 20_____.

My Commission Expires: ______Signature of Notary Public

Resident of ______County ______Printed Name

[Signatures continue on following pages]

RDV Escrow Agreement 3 of 5 Revised 02-06-2017 ESCROW AGENT

By: ______Signature

______Printed Name and Title

______Date

______Company Name

______Postal Address

______City, State Zip

ACKNOWLEDGEMENT

STATE OF ______) ) SS COUNTY OF ______)

BEFORE ME, a Notary Public in and for said State and County, personally appeared ______, and acknowledged the execution of the foregoing Escrow Agreement as a voluntary act and deed for the uses and purposes therein contained.

WITNESS my hand and seal this ______day of ______, 20_____.

My Commission Expires: ______Signature of Notary Public

Resident of ______County ______Printed Name

[Signatures continue on following page]

RDV Escrow Agreement 4 of 5 Revised 02-06-2017 COMMISSION

By: ______Nancy Townsend, Executive Director

______Date

Fort Wayne Department of Redevelopment 200 East Berry Street, Suite 320 Fort Wayne, Indiana 46802

ACKNOWLEDGEMENT

STATE OF INDIANA ) ) SS COUNTY OF ALLEN )

BEFORE ME, a Notary Public in and for said State and County, personally appeared Nancy Townsend, and acknowledged the execution of the foregoing Escrow Agreement as a voluntary act and deed for the uses and purposes therein contained.

WITNESS my hand and seal this ______day of ______, 20_____.

My Commission Expires: ______Signature of Notary Public

Resident of ______County ______Printed Name

I affirm, under penalties for perjury, that I have taken reasonable care to redact each Social Security number in this document, unless required by law. Craig Berndt.

This instrument prepared by Craig Berndt, Community Development Administrator, Fort Wayne, Indiana, Department of Redevelopment, 200 East Berry Street, Suite 320, Fort Wayne, Indiana 46802.

RDV Escrow Agreement 5 of 5 Revised 02-06-2017

THIS PAGE IS LEFT INTENTIONALLY BLANK City of Fort Wayne Emerging, Minority, Women Business Enterprise Directory September 2018

The following is a list of business owners who have indicated their interest in participating as subcontractors on City of Fort Wayne contracts. All have been certified by the City's Vendor Compliance Office. Please be advised that their certification as EBE, MBE, WBE does not guarantee their ability to perform the type of work indicated. Rather, it indicates that they have met the criteria required for certification.

Non-Federally Funded Projects: The City has established a 10% participation goal for emerging business participation. SRF Federally Funded Projects: The Federal government has established a participation goal of 5% for Women Business Enterprises and 7% for Minority Business Enterprises. Other Federally Funded Projects: The Federal government has established a 10% participation goal for Minority and Women Business Enterprises. The bidder is required to solicit the interests, capabilities and prices from these businesses to satisfy the City and Federal participation requirements.

Company Name Contact Name EBE WBE MBE Phone Number Fax Number Type of Business Address 1 Address 2 City State Zip Email

2 Sisters Cleaning Rachel Maxwell WBE (260) 249-2243 Cleaning Services 6931 Wolfboro Lane Fort Wayne IN 46835 [email protected] 4 Life Investments Jerry Starks EBE MBE (260) 440-7065 General Contractor 3472 Stellhord Rd Fort Wayne IN 46815 [email protected] Geotechnical Engineering, drilling, 7NT Enterprises, LLC Pratap Rajadhyaksha EBE MBE (260) 918-2302 4714 Parnell Ave Fort Wayne IN 43065 [email protected] testing Sewer Cleaning & Inspection, manhole Advanced Underground Inspection Jeana Garcia-Moir WBE MBE (734) 721-0081 (734) 721-0082 38657 Webb Drive Westland MI 48185 [email protected] rehabilitation Alpha & Omega Videomedia, LLC Rodney Luedtke WBE (260) 602-2988 Video/Photography 1601 Hobson Road Fort Wayne IN 46805 [email protected] American Renovations of Indiana Colin Daseler EBE (260) 705-3392 General Construction 4405 Engle Road Fort Wayne IN 46804 [email protected] Apex Consulting & Surveying, Inc Mr. Nana Opoku EBE MBE (260) 755-5993 Land Surveying & Civil Engineering 613 W. Brackenridge St Fort Wayne IN 46802 [email protected] Apex Electric, LLC Chrisi Blackwell EBE MBE (260) 739-5948 Electrical contracting 1304 Maumee Ave Fort Wayne IN 46803 [email protected] API Trucking Corporation Meegan M. Braun EBE WBE (260) 897-2768 Trucking P.O. Box 185 LaOtto IN 46763 [email protected] BMG Mechanical Corporation Brittany Gayheart EBE WBE (260) 693-2063 Mechanical/Industrial construction 5389 E 250 S Avilla IN 46710 [email protected] Briljent, LLC Kim Gast WBE (260) 434-0990 Professional services 7615 W. Jefferson Blvd Fort Wayne IN 46804 [email protected] C3 Construction Services, LLC Gary Brown EBE (260) 490-6460 General Construction 201 Fifth Street Suite 100 Fort Wayne IN 46808 [email protected] Cajanry Construction Janice Hipskind EBE WBE (260) 747-1340 (260) 747-7227 Concrete 5502 Mason Drive Fort Wayne IN 46809 [email protected] 6224 Bittersweet Lakes CBK Enterprises, Inc. Krista Lee EBE WBE (260) 312-3397 Trucking Fort Wayne IN 46814 [email protected] Run CE Hughes Milling, Inc. Caroline Hughes EBE WBE (812) 725-8665 Pavement milling 3113 Holmans Lane Jeffersonville IN 47130 [email protected] Electrial contractor, installation of light City Lights & Signals, Inc. Rusty Denham EBE (260) 489-5450 7118 Lewis Road Fort Wayne IN 46818 [email protected] poles Electrial contractor, installation of light City Lights & Signals II, Inc. Rusty Denham EBE (260) 489-5450 7118 Lewis Road Fort Wayne IN 46818 [email protected] poles Constuction Management of Water and Wastewater Treatment, Service Work, Cornerstone Stewards, Inc. Daniel Mason EBE (260) 497-8701 5720 Huguenard Road Fort Wayne IN 46818 [email protected] Process Mechanical, Tank Cleaning, Primavera Scheduling Pipe, fittings, valves, tanks, seals, Corrosion Technologies, Inc. Kay M. Squires WBE (317) 894-0627 (317) 894-0628 6268 W. Stoner Drive Suite C Greenfield IN 46140 [email protected] shields and fabrication CR Maintenance Robert Stark EBE (260) 410-3715 Concrete & restoration 1828 Maplewood Road Fort Wayne IN 46819 [email protected] Architectural, engineering, land 3939 Priority Way S Cripe Architects + Engineers Celia Hemsley MBE (317) 844-6777 Suite 200 IN 46240 [email protected] surveying, equipment planning Drive Geotechnical engineering, CTL Engineering, Inc. C.K. Satyapriya MBE (260) 482-4503 instrumentation, construction 3920 New Vision Drive Fort Wayne IN 46845 [email protected] observation, materials testing Cutting Edge Supply Co.. LLC Kate Zachrich EBE WBE (419) 438-2219 Construction supplies 523 Kingsbury Road Delaware OH 43015 [email protected] Design Build Electrical Contracting, Phillip Rorick EBE (260) 747-3470 Electrical 2403 Fairoak Drive Fort Wayne IN 46809 [email protected] LLC Architectural, engineering, construction DLZ Indiana, LLC Shyam Rajadhyaksha MBE (260) 420-3114 825 S. Barr Street Fort Wayne IN 46802 [email protected] services, survey, material testing

Elle's Home Services, LLC Michelle Wilson EBE WBE MBE (260) 515-7635 Landscaping 7016 Forestwood Drive Fort Wayne IN 46805 [email protected] Fiscal management, planning, Engaging Solutions, LLC Debra Simmons Wilson WBE MBE (317) 283-8300 community outreach, diversity and fund 3965 N. Meridian St. Suite 1-B Indianapolis IN 46208 [email protected] development City of Fort Wayne Emerging, Minority, Women Business Enterprise Directory September 2018

The Etica Group, Inc Jessica Nickloy EBE WBE (317) 466-9520 Architectural, engineering services 7172 N. Keystone Ave Suite G Indianapolis IN 46240 [email protected] Fox Contractors Dallas Day MBE (260) 747-7461 (260) 747-7717 Construction 5430 W. Ferguson Road Fort Wayne IN 46809 [email protected] G3B Trucking, LLC Stephon Garcia EBE MBE (260) 637-1818 Trucking and leasing 2316 Southyard Court Fort Wayne IN 46818 [email protected] Garcia Concrete Construction Manuel Garcia MBE (260) 637-1818 (260) 637-7007 Concrete 2316 Southyard Court Fort Wayne IN 46818 [email protected] Hamilton Hunter Builders, Inc. Holly Hunter WBE (260) 423-3577 General Contractor 915 Lafayette St Fort Wayne IN 46802 [email protected] Haskins Underground Mark Haskins EBE (574) 930-6858 Utility Contractor 8111 9B Road Plymouth IN 46563 [email protected] Holley Inc Paul Holley EBE (260) 437-9693 Construction support services 2214 Balboa Cove Fort Wayne IN 46814 [email protected] Innovative Mechanical Solutions Tammy Finn EBE WBE (317) 706-1500 HVAC 160 W. Carmel Dr. Suite 291 Carmel IN 46032 [email protected] Ironclad Excavating, Inc Jennifer L. Geiger WBE (260) 672-3714 (260) 676-2449 Excavation 576 Geiger Drive Suite C Roanoke IN 46783 [email protected] Commercial Property Maintenance, JL Oetting Services Inc Jennifer Shinabery EBE WBE (260) 747-7504 Street sweeping, Snow Removal, Lawn PO Box 9156 Fort Wayne IN 46899 [email protected] Care, Landscaping JM Realty Associates Jerry Starks EBE MBE (260) 969-2709 Real Estate 3472 Stellhord Rd Fort Wayne IN 46815 [email protected] Road construction, pavemeent planing, 1140 Ft Recovery J-Milling, Inc Kara Jutte EBE WBE (419) 852-9874 Fort Recovery OH 45846 [email protected] removal, milling Minster Rd Journey Trucking, Inc Lisa Shively EBE WBE (260) 755-5825 Trucking & Heavy Equipment Repair P.O. Box 34 Churubusco IN 46723 [email protected] Kirk Photography, Inc. David Kirk EBE (260) 704-6089 (260) 456-1188 Video/Photography 4924 Old Mill Road Fort Wayne IN 46807 [email protected] Kokman Concrete LLC Phillip Kolkman EBE (260) 413-5288 Concrete, Landscaping 516 Oakfield Drive Fort Wayne IN 76825 [email protected] Kreager Group, Inc. Lee Kreager EBE (260) 410-1498 Demolition, dump trucking 4614 Golfview Drive Fort Wayne IN 46818 [email protected] Lan-Con, Inc. Jamie Connelly EBE (260) 897-3285 Electrical P.O. Box 375 LaOtto IN 46763 [email protected] Landscaping, Lawn Maintenance, Snow Lawn & Turf Landscaping, Inc. Cindy Haydock WBE (260) 747-3298 6136 Winchester Rd Fort Wayne IN 46819 [email protected] Removal Lawnscape Site Development, Inc Christina Lallo EBE WBE (260) 749-8611 Site Development 6808 Parrott Road Fort Wayne IN 46803 [email protected] LCK Trucking, LLC Nancy Knox EBE WBE (765) 348-3080 Trucking 1171 E. 400 N. Hartford City IN 47348 [email protected] Legacy One, Inc. dba Legacy One Real Linda Golden EBE WBE MBE (260) 494-0368 Real Estate 111 W. Berry St Suite 211 Fort Wayne IN 46816 [email protected] Estate Secretarial, General Labor, Truck Madison Consulting, Inc. Rachel Wisel WBE (260) 672-3812 11505 Zubrick Road Roanoke IN 46783 [email protected] Driver New Dawn Enterprises, Inc. Dawn Crosby EBE WBE (260) 740-1425 Trucking 9213 Trentman Road Fort Wayne IN 46816 [email protected] Newell Construction Melanie Newell WBE (260) 622-4300 (260) 622-7370 Concrete 11105 North 450 East Ossian IN 46777 [email protected] Painting, Drywall, Finishing, Cleaning, Orellana Painting LLC Brian Orellana EBE WBE MBE (260) 450-5139 5322 N Stony Run Lane Fort Wayne IN 46825 [email protected] Janitorial maintenance Powers Engineering, Inc. Lise Powers EBE WBE (812) 618-6889 Civil Engineering 14901 Wheatcroft Lane Evansville IN 47725 [email protected] Mechanical Contractor Precision Mechanical Contractors Nelson Jordan MBE (260) 482-4600 (260) 482-4669 5720 Industrial Road Fort Wayne IN 46825 [email protected] (Plumbing/HVAC) Business Consulting (Parking & 503 Potomac Valley Fort PREMIERE Consulting Group Alvin Turner EBE MBE (443) 650-8724 MD 20744 [email protected] Sustainable Energy) Drive Washington Development, Management, Design, Real America Development, LLC Ronda Weybright WBE (317) 815-5929 (317) 815-5930 10501 Hague Road Fishers IN 46038 [email protected] Construction Scheduling & Information Systems Rebecca Bolstad WBE (509) 427-4474 Construction consulting/scheduling PO Box 174 Stevenson WA 98648 [email protected] Shawnee Construction & Engineering Matt Schenkel MBE (260) 489-1234 General contractor 7701 Opportunity Dr Fort Wayne IN 46825 [email protected] Construction materials supplier: pipe, valves, fittings, actuation, rebar, She Marine Construction Supply Rachel Frauenholz WBE (661) 447-1817 4571 Lake Isabella Blvd. #5 Lake Isabella CA 93240 [email protected] electrical, tunnel and boring pipe products, erosion control Shrewsberry & Assoc., LLC William Shrewsberry MBE (317) 841-4799 Engineering 7321 Shadeland Station Suite 160 Indianapolis IN 46256 [email protected] Smitty's Construction C&R, Inc. Maurice Smith EBE MBE (260) 602-4884 Concrete, General Construction 780 Hessen Cassel Road Fort Wayne IN 46816 [email protected] Technical Controls Solutions Corenia Schweizer WBE (260) 416-0329 HVAC, temperature control 2640 N 825 E Churubusco IN 46723 [email protected] Thermoline, Inc. Holly Mahnensmith WBE (260) 622-6188 Pavemet marking, recreational surfaces 9143 N 100 E Ossian IN 46777 [email protected] Residential and Commercial Wake Contracting Corporation Matt Wake EBE (260) 444-6081 10164 Crossland Lane New Haven IN 46774 [email protected] Renovation, New Build Construction Whitehead Construction, Inc. Brenda D Myers EBE WBE (317) 910-9114 Concrete slipform paving 2933 Meyer Rd Fort Wayne IN 46803 [email protected]

EMERGING/WOMAN/MINORITY BUSINESS ENTERPRISE REQUEST FOR CERTIFICATION

The City of Fort Wayne, Indiana encourages the participation of minority/women owned and emerging business enterprises (EBE) in City and construction contracts to create jobs and job opportunities for citizens of this community. In addition to meeting Federal goals for minority/women owned businesses, the City has its own Economically Disadvantaged businesses program. A firm that is both owned and independently controlled by an economically disadvantaged individuals(s) who desires to be considered for certification as an EBE shall fully complete this Request for Certification and return it to:

Vendor Compliance City of Fort Wayne 200 E. Berry Street, Suite 490 Fort Wayne, Indiana 46802

Applications must be fully completed with appropriate documentation in order to be considered for certification.

Since it is intended to prevent abuse of the program, the application is in the form of a sworn affidavit. The information requested is for certification purposes only and will be kept confidential to the extent allowed by law. Any false information submitted by applicants will be considered as grounds for denial or decertification and for prosecution.

DENIAL OF REQUEST FOR CERTIFICATION

A request for Certification as an EBE will be denied in the following instances:

1. The information supplied by the applicant does not adequately establish that the firm is at least 51% owned and controlled by economically disadvantaged individuals as required for EBE certification;

2. The firm has been in business over 15 years.

3. An applicant refuses to allow a Vendor Compliance representative to inspect his/her place of business and records to verify the information provided in his/her Request for certification;

Revised 10/14 Page 1

4. The applicant is currently suspended or disbarred from doing business with the City of Fort Wayne or any of its agencies;

5. If the applicant has willfully submitted false information, the Vendor Compliance may deny a Request for Certification. In addition to initiating any other possible legal action, the Vendor Compliance will not reconsider the applicant for EBE certification.

REVOCATION OF CERTIFICATION

Certification as an EBE may be revoked if:

1. The contractor falsifies any document required by the City of Fort Wayne; 2. The contractor willfully violates any provision of contracts awarded by the City of Fort Wayne of procurement or construction; 3. The contractor defaults on a contract awarded by the City of Fort Wayne; 4. The contractor is debarred from bidding on contracts let by the City of Fort Wayne or any agency thereof; 5. Changes are made in the firm which can include changes in its ownership and control that causes the firm to no longer qualify as an EBE contractor.

APPEALS PROCEDURE

Any contractor dissatisfied with the decision of the City of Fort Wayne may, within ten (10) days after receiving such notification, request in writing to the Vendor Compliance a reconsideration of that decision and submit additional written evidence bearing on his/her qualifications. The Vendor Compliance will consider any such request within fifteen (15) days of receipt thereof. If the written evidence supports the contractor and a favorable decision is rendered, a revised Certification or written Notice of Reinstatement will be issued. The Vendor Compliance may request additional written evidence or a personal interview if the written evidence submitted is incomplete. If the appeal is denied by the Vendor Compliance, the contractor will be notified in writing of the denial. The contractor may request a hearing with the full Board of Public Works. This hearing will be held in accordance with the provisions of Indiana Administrative Adjudication Act IC 4-21.5-1 et. seq. The decision reached by the Board of Public Works after the hearing will be considered final, and appropriate notification will be sent to the contractor.

Revised 10/14 Page 2

CITY OF FORT WAYNE EMERGING BUSINESS ENTERPRISE REQUEST FOR CERTIFICATION (Please print or type all information except for signatures)

New Request ______Re-Certification______

GENERAL INFORMATION

1. Name of Firm (Applicant) ______

2. Address of Firm (Applicant) ______

(City, State, Zip)______

3. Telephone Number of Firm______

4. Website of Firm

5. Name of Person Completing Application

6. Phone Number of Person Completing Application

7. Company E-mail address

8. Indicate whether firm is sole proprietorship, partnership, joint venture, corporation or other business entity (please specify) ______

9. Firm’s Federal Tax I. D. number, if any: ______

10. Nature of Firm’s business______

OWNERSHIP INFORMATION

11. Date business was established; provide month, date and year ______

12. Date current owner(s) purchases the majority of the firm ______

14. Is more than fifty percent (50%) of the firms stock owned by a minority? No______Yes______IF YOU ANSWERED YES, indicate the percentage owned: ______15. Is more than fifty percent (50%) of the firm’s stock owned by a female? No______Yes______IF YOU ANSWERED YES, indicate the percentage owned: ______

Revised 10/14 Page 3

16. List all owners and submit the requested information for each

Name Race Sex Years of Ownership Years of Ownership % Voting Initial Investment to Acquire Ownership Experience % Interest in Firm with Firm Money: Value of Equipment Value of Real Estate

Money: Value of Equipment Value of Real Estate

Money: Value of Equipment Value of Real Estate

Revised 10/14 Page 4

FINANCIAL INFORMATION 17. What are the gross receipts of the Firm for each of the last three years? Year ending: $______

Year ending: $______

Year ending: $______

18. EBE applicants only: Provide copies of the year-end balance sheets and profit and loss (income) statements for the last year, audited or reviewed by a professional CPA, if available.

19. EBE applicants only: Please also provide the most recent Federal business tax returns.

20. All applicants: Attach a statement by a public accountant to the Application for Certification, which states that the applicant, based upon its financial statements, is an independent continuing business concern and is not primarily acting as an agent for another business concern controlled by non-minority or non-female group members. 21. All financial statements submitted to the Vendor Compliance of the City of Fort Wayne must show the applicable date of the information given and must be signed and dated by the proprietor, a partner, or an authorized, officer and properly certified by an independent qualified accountant.

OTHER INFORMATION

22. Is the company certified as a DBE, MBE or WBE by any other agency?

No ______Yes ______

If you answered yes, indicate the state, name of agency and date:

Certifying Agency Certification Type Date

______

______

______

Revised 10/14 Page 5

24. CONDITIONS OF APPLICATON: Read the following paragraphs carefully. Your signature on this application indicates acceptance and understanding of the conditions. a. Omission of any information may cause either a delay in processing the application or denial of the application. b. Applicant agrees to allow compliance representatives access to and right to inspect the applicant’s place of business and records to verify the information provided in this Request for Certification. c. Applicant agrees to notify the Vendor Compliance in writing if there are any changes in ownership or control of the firm (before or after approval as an E/M/WBE) that may cause a change in the firm’s status as an EBE, MBE or WBE.

EBE Application Completeness Check: □ Existing Businesses: Year-end balance sheets and profit and loss statements from last year □ Most recent federal business tax return □ Statement by a public accountant

MBE/WBE ONLY Application Completeness Check: □ Statement by a public accountant

Revised 10/14 Page 6

The undersigned swears under penalties of perjury, that the statements, enclosures and other information submitted in support of this Request for Certification are true and correct and include all material information necessary to identify and explain the operations of as well as the ownership thereof.

(Name of Firm) ______

The undersigned further swears that the applicant is a bona fide E/M/WBE as stated in the application. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal and Sate law concerning false statements.

Applicant: ______

By: ______

Title: ______

Date: ______

ACKNOWLEDGEMENT

STATE OF INDIANA) SS: COUNTY OF ALLEN)

State of: ______

County of: ______

On this ______day of ______, 2____, before me appeared (Name) ______

______to me personally known, who, being duly sworn, did execute the foregoing sworn statement and did state that he or she was properly authorized by (name of firm) ______, to execute the sworn statement and did so as his or her free act and deed.

______Notary Public

Printed Name of Notary

My Commission Expires: ______

Revised 10/14 Page 7

THIS PAGE IS LEFT INTENTIONALLY BLANK EBE/M/WBE WAIVER/REDUCTION INSTRUCTIONS and APPLICATION

A Contractor may request a reduction or waiver from the EBE/M/WBE rider requirement on a particular contract if they can show good faith efforts were taken to secure the goods or services of Emerging Business Enterprises and/or Minority/Women's Business Enterprises.

Using this form, the request must be submitted no later than the contractor's request for final payment.

Submit form to: Purchasing/Vendor Compliance Citizens Square 200 E. Berry Street, Suite 490 Fort Wayne, IN 46802

In determining whether or not the contractor used "good faith" efforts, the following shall be considered:

A) Whether the contract can be subdivided as determined by the project engineer and Administrator of Vendor Compliance;

B) Availability of certified EBE/M/WBE businesses to participate as subcontractors;

C) Non-competitive price quotes received from EBE/M/WBE firms. Vendor Compliance’s determination for granting a reduction or waiver of the goal because of higher quotes from EBE/M/WBE firms will be based on factors that include, but are not limited to the following:

1. The project engineer's estimate for the work under a specific contract; 2. The contractor's own estimate for the work under the subcontract; 3. An average of the valid prices quoted for the subcontract; 4. Demonstrated increase in other contract costs as a result of sub contracting to EBE/MWBE firm(s).

D) Documented measures taken by the contractor to comply with the EBE/M/WBE participation goal;

E) EBE/M/WBE subcontractor failed to fulfill their obligation in regards to the time delivery of goods and/or services. Also in regards to the quality of the goods and/or services set forth in the bid specifications.

F) Such other matters as the Vendor Compliance deems relevant.

Notice: Attached is the form that is required for the above-mentioned process.

EBE/M/WBE WAIVER/REDUCTION APPLICATION

Type of Waiver Requested:

EBE MBE WBE

Project Resolution Number:

Project Name:

Submitted By:

Address:

City, State Zip Code:

Phone: email:

Each of the following elements must be present in order to determine whether or not a reduction or waiver is appropriate. Please provide adequate documentation and information to show why a reduction or waiver of the goal is being sought. (If the space given is not sufficient, please attach additional pages as needed.)

1. Please give a detailed statement of the efforts to identify and select portions of the project to sub contract.

2. Please provide a list of your contact with EBE/M/WBE firms. Name of firm contacted:

Address:

Phone: Contact Date & Time: ______Method: ☐Phone ☐Fax ☐Written ☐Other (explain): Name of firm contacted:

Address:

Phone: Contact Date & Time: ______Method: ☐Phone ☐Fax ☐Written ☐Other (explain):

Name of firm contacted:

Address:

Phone: Contact Date & Time: ______Method: ☐Phone ☐Fax ☐Written ☐Other (explain):

[If more contacts were attempted, please attach additional pages of documentation] COPIES OF ALL WRITTEN OR FAX SOLITIFICATIONS MUST BE ATTACHED

3. If a reduction or waiver is being sought because of reasons other than prices, the contractor must provide the following information:

a. Detailed statement of WHY no EBE/M/WBE firm was subcontracted:

4. If a reduction or waiver is being sought because prices quoted by EBE/M/WBE firms were higher than non-EBE/M/WBE firms, the contractor must provide the following information:

a. Price Quoted: Contractor Price Quoted 1. 1. 2. 2. 3. 3. 4. 4.

b. Detailed statement of the work identified for EBE/M/WBE participation for which the contractor asserts the EBE/M/WBE quote(s) was higher than non-EBE/M/WBE firms. Please summarize direct negotiations with EBE/M/WBE firms for specific portions of the work (and document the dates and time when negotiations occurred), and please indicate why negotiations were unsuccessful:

c. Please include other documentations that demonstrate that the EBE/M/WBE quotes were higher than non-EBE/M/WBE firms.

5. Summary: I, ______, of .. ______

______(company), hereby request a reduction of % from

the EBE/M/WBE participation goal. This request is being sought for the reason explained above.

(If the contractor desires to state further reason why the waiver should be accepted, please attach additional pages.)

Signed: ______Date: ______

Title: ______

CITY OF FORT WAYNE, INDIANA

______(Vendor Name)

VENDOR DISCLOSURE STATEMENT RELATING TO: 1. FINANCIAL INTERESTS; 2. POTENTIAL CONFLICTS OF INTEREST; 3. CURRENT AND PENDING CONTRACTS OR PROCUREMENTS

Vendors desiring to enter into certain contracts with the City of Fort Wayne, Indiana (the “City”) shall disclose their financial interests, potential conflicts of interest and current and pending contract or procurement information as set forth below.

The following disclosures by Vendors are required for all contracts with annual payments by the City in the amount of $50,000 or more. Vendors shall disclose their financial interests, potential conflicts of interest and other contract and procurement information identified in Sections 1, 2 and 3 below as a prerequisite for consideration for a contract awarded by the City. This Disclosure Statement must be completed and submitted together with the Vendor’s contract, bid, proposal or offer.

A publicly traded entity may submit its current 10K disclosure filing in satisfaction of the disclosure requirements set forth in Sections 1 and 2 below.

Section 1: Disclosure of Financial Interest in Vendor a. If any individuals have either of the following financial interests in Vendor (or its parent), please check all that apply and provide their names and addresses (attach additional pages as necessary):

(i) Equity ownership exceeding 5% (____)

(ii) Distributable income share exceeding 5% (____)

(iii) Not Applicable (If N/A, go to Section 2) (____)

Name: ______Name:

Address: ______Address: ______b. For each individual listed in Section 1a. show his/her type of equity ownership:

sole proprietorship (___) stock (____) partnership interest (____) units (LLC) (____) other (explain)______c. For each individual listed in Section 1a. show the percentage of ownership interest in Vendor (or its parent): ownership interest:

Name: ______%

Name: ______%

Draft update 6/26/2014 Page 1

Section 2: Disclosure of Potential Conflicts of Interest (not applicable for vendors who file a 10K)

For each individual listed in Section 1a. check "Yes" or "No" to indicate which, if any, of the following potential conflict of interest relationships apply. If "Yes", please describe using space under applicable subsection (attach additional pages as necessary): a. City employment, currently or in the previous 3 years, including contractual employment for services: Yes _____ No _____

______b. City employment of “Member of Immediate Family” (defined herein as: spouse, parent, child or sibling) including contractual employment for services in the previous 3 years: Yes _____ No _____

______c. Relationship to Member of Immediate Family holding elective City office currently or in the previous 3 years: Yes _____ No _____

______c. Relationship to Member of Immediate Family holding appointive City office currently or in the previous 3 years: Yes _____ No _____

______

Section 3: DISCLOSURE OF OTHER CONTRACT AND PROCUREMENT RELATED INFORMATION a. Does Vendor have current contracts (including leases) with the City? Yes _____ No _____

If "Yes", identify each current contract with descriptive information including purchase order or contract reference number, contract date and City contact below (attach additional pages as necessary). ______

Draft update 6/26/2014 Page 2

b. Does Vendor have pending contracts (including leases), bids, proposals, or other pending procurement relationship with the City? Yes _____ No _____

If "Yes", identify each pending matter with descriptive information including bid or project number, contract date and City contact using space below (attach additional pages as necessary).

______c. Does vendor have any existing employees that are also employed by the City of Fort Wayne?

Yes _____ No _____

If "Yes", provide the employee’s name, current position held at vendor, and employment payment terms (hourly, salaried, commissioned, etc.).

Name / Position / Payment Terms: ______

Name / Position / Payment Terms: ______

Name / Position / Payment Terms: ______d. Does vendor’s representative, agent, broker, dealer or distributor (if applicable) have any existing employees that are also employed by the City of Fort Wayne? For each instance, please provide the name of the representative, agent, broker, dealer or distributor; the name of the City employee, and the payment terms (hourly, salaried, commissioned, etc.).

Company / Name / Payment Terms: ______

Company / Name / Payment Terms: ______

Section 4: CERTIFICATION OF DISCLOSURES

In connection with the disclosures contained in Sections 1, 2 and 3 Vendor hereby certifies that, except as described in attached Schedule A:

a. Vendor (or its parent) has not, within the five (5) year period preceding the date of this Disclosure Statement, been debarred, suspended, proposed for debarment declared ineligible or voluntarily excluded from any transactions by any federal, state or local unit of government;

b. No officer or director of Vendor (or its parent) or individual listed in Section 1a. is presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any offense;

c. Vendor (or its parent) has not, within the five (5) year period preceding the date of this Disclosure Statement, had one or more public transactions (federal, state or local) terminated for cause or default;

Draft update 6/26/2014 Page 3

d. No officer or director of Vendor (or its parent) or individual listed in Section 1a. has, within the five (5) year period preceding the date of this Disclosure Statement, been convicted, adjudged guilty, or found liable in any criminal or civil action instituted by the City, the federal or state government or any other unit of local government; and

e. Neither Vendor, nor its parent, nor any affiliated entity of Vendor, or any of their respective officers, directors, or individuals listed in Section 1a. is barred from contracting with any unit of any federal, state or local government as a result of engaging in or being convicted of: (i) bid- rigging; (ii) bid-rotating; or (iii) any similar federal or state offense that contains the same elements as the offense of bid-rigging or bid-rotating

f. Pursuant to IC 5-22-16.5, Vendor hereby certifies they do NOT provide $20 million dollars or more in goods or services to the energy sector of Iran. Vendor also certifies it is not a financial institution that extends $20 million dollars or more in credit that will provide goods or services to the energy sector of Iran or extends $20 million dollars or more in credit to a person identified on the list as a person engaging in investment activities in Iran.

The disclosures contained Sections 1, 2 and 3 and the foregoing Certifications are submitted by

______(Name of Vendor) Address ( ) Telephone

E-Mail Address

The individual authorized to sign on behalf of Vendor represents that he/she: (a) is fully informed regarding the matters pertaining to Vendor and its business; (b) has adequate knowledge to make the above representations and disclosures concerning Vendor; and (c) certifies that the foregoing representations and disclosures are true and accurate to the best of his/her knowledge and belief.

Name (Printed) ______Title ______

Signature ______Date______

NOTE: FAILURE TO COMPLETE AND RETURN THIS FORM WITH YOUR DOCUMENTATION MAY RESULT IN YOUR CONTRACT, OFFER, BID OR PROPOSAL BEING DISQUALIFIED FROM CONSIDERATION.

Draft update 6/26/2014 Page 4 COMPLETION AFFIDAVIT

______(“Project”)

Redevelopment Commission Contract Award Resolution No. ______(“Contract”)

Date of Final Completion ______, 20 _____.

The undersigned on behalf of the Contractor for the above-named Project certifies that:

1. That the matters and things herein stated have reference to those Public Works Improvements made pursuant to Contract for the above-referenced Project along with the Bid and Contract Documents and the plans and specifications relating thereto.

2. That affiant is an officer of the corporation, firm, partnership, or party of the Contractor awarded the Contract and which has performed the work required pursuant to the above stated Contract and Project and related plans and specifications.

3. That affiant has personal knowledge of the matters stated herein and makes the following statements to induce the City of Fort Wayne, Indiana, Redevelopment Commission (“Commission”) to accept said work and to proceed with the final payment to the Contractor:

A. That the Contractor and all of its subcontractors, material-men, laborers, and suppliers have fully complied with all the terms and conditions of the contract and related plans and specifications in every aspect.

B. That the work has been fully completed in every respect and is ready for inspection and acceptance thereafter by the Commission.

C. That the materials used were of the character, kind, and quality specified.

D. That the work was performed in a good and workmanlike manner.

E. That all bills and expenses for labor, materials, supplies, subcontractors and all other matters have been paid in full or will have been paid in full before the date of acceptance of the work by the Commission.

F. That the Contractor has fully and completely met all other requirements of the contract documents including laws, rules, regulations, and ordinances of the United States, State of Indiana, and City of Fort Wayne, pertaining to the payment of wages, the hiring of minorities and women, the non-discrimination requirements, and the utilization of Emerging Business Enterprises.

[Signature appears on following page]

RDV Completion Affidavit Revised 02/06/2017

By: ______Signature

______Printed Name and Title

______Date

______Company Name

______Postal Address

______City, State Zip

ACKNOWLEDGEMENT

STATE OF ______) ) SS COUNTY OF ______)

Subscribed and sworn to before me, a Notary Public in and for said State and County, this ______day of ______20 ____.

My Commission Expires: ______Notary Public Signature

Resident of ______County ______Printed Name

RDV Completion Affidavit Revised 02/06/2017

GUARANTY BOND

Project Name ______(“Project”)

Redevelopment Commission Contract Award Resolution No. ______

KNOW ALL MEN BY THESE PRESENTS, that we, ______as Contractor or developer of the Project (“Principal”), and ______, a corporation organized under the laws of the State of ______and duly authorized to transact business in the State of Indiana, as Surety (“Surety”), are held firmly bound unto the ______of the City of Fort Wayne, Indiana, an Indiana Municipal Corporation, in the sum of $______.____ (final contract price of the work on the Project), for the payment whereof well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally firmly by those present. The condition of the foregoing obligation is such that:

WHEREAS, the Principal has entered into a contract with the Fort Wayne Redevelopment Commission (“Commission”) to construct the above-named Project, or has applied for authority to construct or cause to be constructed the Project; and

WHEREAS,

1. The contract between the Contractor and the Commission to construct the Project provides that: A. The Project shall be completed according to the Bid and Contract Documents, including the plans and specifications therein for the Project. B. The Contractor shall file a Completion Affidavit with the Commission following final completion of the work on the Project and prior to the Commission’s acceptance of the Work.

2. For a project that includes construction of utilities that will be part of the City’s public sanitary sewer, stormwater or potable water systems: A. The Contractor shall fully warranty its work for one (1) year after the Commission’s written approval and acceptance of the Work, and shall remedy at the Contractor's sole expense any defects or problems occurring during that period. B. The Contractor shall execute a guaranty bond payable to Fort Wayne City Utilities with surety satisfactory to the Commission in an amount equal to twenty percent (20%) of the final contract price, warrantying the Contractor's performance for a period of one (1) year after the date of the Commission’s acceptance of the Work.

3. For a project that includes construction of facilities that will be part of the City’s public works system: A. The Contractor shall fully warranty its work for two (2) years after the Commission’s written approval and acceptance of the Work, and shall remedy at the Contractor's sole expense any defects or problems occurring during that period. B. The Contractor shall execute a guaranty bond payable to the Board of Public Works with surety satisfactory to the Commission in an amount equal to one hundred percent (100%) of the final contract price, warrantying the Contractor's performance for a period of two (2) years after the date of the Commission’s acceptance of the Work; and

WHEREAS, said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed hereunder, or the specifications accompanying the Contract, shall in any way affect its obligation on this bond, and it

RDV Guaranty Bond Revised 02/10/2017 does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the specifications;

NOW THEREFORE, if the Principal shall:

1. Faithfully perform all of the terms and conditions required of the Contractor by the Contract; 2. Cause the Work under the Contract to become a part of the City’s public improvements; 3. Maintain said public improvements for the period of time specified in the recitals above after acceptance of said improvements by the Commission; and 4. Indemnify the Commission and City for all loss that the City may sustain by reason of the Principal's failure to comply with any of the terms of the Contract and this instrument,

then this obligation shall be void; otherwise, it shall remain in full force and effect.

IN WITNESS WHEREOF, this instrument is executed in triplicate, each one of which shall be deemed an original.

PRINCIPAL SURETY **

By: ______By: ______Signature Signature

______Printed Name and Title Printed Name and Title

______Date * Date *

______Company Name Company Name

______Postal Address Postal Address

______City, State Zip City, State Zip

ATTEST

By: ______By: ______Signature Signature

______Printed Name and Title Printed Name and Title

______Date Date

* The Date must not be prior to the date of the Commission’s or City’s acceptance of the work.

RDV Guaranty Bond Revised 02/10/2017

** If signed by an agent, appropriate Power of Attorney shall be attached.

RDV Guaranty Bond Revised 02/10/2017

THIS PAGE IS LEFT INTENTIONALLY BLANK

PAYMENT BOND FORM

Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address): Fort Wayne Redevelopment Commission 200 East Berry Street, Suite 320 Fort Wayne, IN 46802

CONTRACT Date: Amount: Description (Name and Location): Contract Resolution No. BOND Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) Attest: Signature and Title

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney)

Attest: Signature and Title:

EJCDC No. C-615 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors.

RDV 02-06-17

1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 8. Amounts owed by Owner to Contractor under the Contract shall be used for executors, administrators, successors, and assigns to Owner to pay for labor, the performance of the Contract and to satisfy claims, if any, under any materials, and equipment furnished by Claimants for use in the performance of performance bond. By Contractor furnishing and Owner accepting this Bond, the Contract, which is incorporated herein by reference. they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, 2. With respect to Owner, this obligation shall be null and void if Contractor: subject to Owner's priority to use the funds for the completion of the Work. 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for 2.2. Defends, indemnifies, and holds harmless Owner from all claims, payment of any costs or expenses of any Claimant under this Bond, and shall demands, liens, or suits alleging non-payment by Contractor by any have under this Bond no obligations to make payments to, give notices on behalf person or entity who furnished labor, materials, or equipment for use in of, or otherwise have obligations to Claimants under this Bond. the performance of the Contract, provided Owner has promptly notified Contractor and Surety (at the addresses described in Paragraph 12) of 10. Surety hereby waives notice of any change, including changes of time, to the any claims, demands, liens, or suits and tendered defense of such Contract or to related Subcontracts, purchase orders and other obligations. claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or 3. With respect to Claimants, this obligation shall be null and void if Contractor part of the Work is located or after the expiration of one year from the date (1) promptly makes payment, directly or indirectly, for all sums due. on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the 4. Surety shall have no obligation to Claimants under this Bond until: last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph 4.1. Claimants who are employed by or have a direct contract with are void or prohibited by law, the minimum period of limitation available to Contractor have given notice to Surety (at the addresses described in sureties as a defense in the jurisdiction of the suit shall be applicable. Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the the amount of the claim. addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as 4.2. Claimants who do not have a direct contract with Contractor: of the date received at the address shown on the signature page.

1. Have furnished written notice to Contractor and sent a copy, or 13. When this Bond has been furnished to comply with a statutory requirement notice thereof, to Owner, within 90 days after having last performed in the location where the Contract was to be performed, any provision in this labor or last furnished materials or equipment included in the claim Bond conflicting with said statutory requirement shall be deemed deleted stating, with substantial accuracy, the amount of the claim and the herefrom and provisions conforming to such statutory requirement shall be name of the party to whom the materials or equipment were deemed incorporated herein. The intent is that this Bond shall be construed as a furnished or supplied, or for whom the labor was done or statutory Bond and not as a common law bond. performed; and 14. Upon request of any person or entity appearing to be a potential beneficiary 2. Have either received a rejection in whole or in part from Contractor, of this Bond, Contractor shall promptly furnish a copy of this Bond or shall or not received within 30 days of furnishing the above notice any permit a copy to be made. communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 15. DEFINITIONS

3. Not having been paid within the above 30 days, have sent a written 15.1. Claimant: An individual or entity having a direct contract with notice to Surety and sent a copy, or notice thereof, to Owner, stating Contractor, or with a first-tier subcontractor of Contractor, to furnish that a claim is being made under this Bond and enclosing a copy of labor, materials, or equipment for use in the performance of the the previous written notice furnished to Contractor. Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to power, light, heat, oil, gasoline, telephone service, or rental equipment Contractor or to Surety, that is sufficient compliance. used in the Contract, architectural and engineering services required for performance of the Work of Contractor and Contractor's 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall Subcontractors, and all other items for which a mechanic's lien may be promptly and at Surety's expense take the following actions: asserted in the jurisdiction where the labor, materials, or equipment were furnished. 6.1. Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and 15.2. Contract: The agreement between Owner and Contractor identified on the basis for challenging any amounts that are disputed. the signature page, including all Contract Documents and changes thereto. 6.2. Pay or arrange for payment of any undisputed amounts. 15.3. Owner Default: Failure of Owner, which has neither been remedied nor 7. Surety's total obligation shall not exceed the amount of this Bond, and the waived, to pay Contractor as required by the Contract or to perform and amount of this Bond shall be credited for any payments made in good faith by complete or comply with the other terms thereof. Surety.

FOR INFORMATION ONLY – Name, Address and Telephone Surety Agency or Broker: Owner’s Representative (engineer or other party):

RDV 02-06-17

PERFORMANCE BOND FORM

Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable.

CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address): Fort Wayne Redevelopment Commission 200 East Berry Street, Suite 320 Fort Wayne, IN 46802

CONTRACT Date: Amount: Description (Name and Location): Contract Resolution No. BOND Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form:

Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) Attest: Signature and Title

CONTRACTOR AS PRINCIPAL SURETY Company:

Signature: (Seal) (Seal) Name and Title: Surety’s Name and Corporate Seal

By: Signature and Title (Attach Power of Attorney)

Attest: Signature and Title:

EJCDC No. C-610 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects.

RDV 02-06-17

1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 6. After Owner has terminated Contractor's right to complete the Contract, and if executors, administrators, successors, and assigns to Owner for the performance of the Surety elects to act under Paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of Contract, which is incorporated herein by reference. Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under 2. If Contractor performs the Contract, Surety and Contractor have no obligation the Contract. To a limit of the amount of this Bond, but subject to commitment by under this Bond, except to participate in conferences as provided in Paragraph 3.1. Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: 3. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 6.1. The responsibilities of Contractor for correction of defective Work and 3.1. Owner has notified Contractor and Surety, at the addresses described in completion of the Contract; Paragraph 10 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with 6.2. Additional legal, design professional, and delay costs resulting from Contractor and Surety to be held not later than 15 days after receipt of Contractor's Default, and resulting from the actions or failure to act of such notice to discuss methods of performing the Contract. If Owner, Surety under Paragraph 4; and Contractor and Surety agree, Contractor shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive 6.3. Liquidated damages, or if no liquidated damages are specified in the Owner's right, if any, subsequently to declare a Contractor Default; and Contract, actual damages caused by delayed performance or non- performance of Contractor. 3.2. Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shall 7. Surety shall not be liable to Owner or others for obligations of Contractor that are not be declared earlier than 20 days after Contractor and Surety have unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or received notice as provided in Paragraph 3.1; and set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, 3.3. Owner has agreed to pay the Balance of the Contract Price to: administrators, or successors.

1. Surety in accordance with the terms of the Contract; 8. Surety hereby waives notice of any change, including changes of time, to Contract or to related subcontracts, purchase orders, and other obligations. 2. Another contractor selected pursuant to Paragraph 4.3 to perform the Contract. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is 4. When Owner has satisfied the conditions of Paragraph 3, Surety shall promptly and located and shall be instituted within two years after Contractor Default or within two at Surety's expense take one of the following actions: years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of 4.1. Arrange for Contractor, with consent of Owner, to perform and complete this paragraph are void or prohibited by law, the minimum period of limitation the Contract; or available to sureties as a defense in the jurisdiction of the suit shall be applicable.

4.2. Undertake to perform and complete the Contract itself, through its agents 10. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address or through independent contractors; or shown on the signature page.

4.3. Obtain bids or negotiated proposals from qualified contractors acceptable 11. When this Bond has been furnished to comply with a statutory requirement in the to Owner for a contract for performance and completion of the Contract, location where the Contract was to be performed, any provision in this Bond arrange for a contract to be prepared for execution by Owner and conflicting with said statutory requirement shall be deemed deleted herefrom and Contractor selected with Owner's concurrence, to be secured with provisions conforming to such statutory requirement shall be deemed incorporated performance and payment bonds executed by a qualified surety equivalent herein. The intent is that this Bond shall be construed as a statutory bond and not as a to the bonds issued on the Contract, and pay to Owner the amount of common law bond. damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 12. Definitions.

4.4. Waive its right to perform and complete, arrange for completion, or obtain 12.1 Balance of the Contract Price: The total amount payable by Owner to a new contractor and with reasonable promptness under the circumstances: Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be 1. After investigation, determine the amount for which it may be liable to received by Owner in settlement of insurance or other Claims for damages Owner and, as soon as practicable after the amount is determined, to which Contractor is entitled, reduced by all valid and proper payments tender payment therefor to Owner; or made to or on behalf of Contractor under the Contract.

2. Deny liability in whole or in part and notify Owner citing reasons 12.2. Contract: The agreement between Owner and Contractor identified on the therefor. signature page, including all Contract Documents and changes thereto.

5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness, 12.3. Contractor Default: Failure of Contractor, which has neither been Surety shall be deemed to be in default on this Bond 15 days after receipt of an remedied nor waived, to perform or otherwise to comply with the terms of additional written notice from Owner to Surety demanding that Surety perform its the Contract. obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 4.4, and Owner 12.4. Owner Default: Failure of Owner, which has neither been remedied nor refuses the payment tendered or Surety has denied liability, in whole or in waived, to pay Contractor as required by the Contract or to perform and part, without further notice Owner shall be entitled to enforce any remedy available to complete or comply with the other terms thereof. Owner.

FOR INFORMATION ONLY – Name, Address and Telephone Surety Agency or Broker Owner’s Representative (engineer or other party)

RDV 02-06-17

CONSTRUCTION CONTRACT

Project Name (“Project”)

Redevelopment Commission Resolution Fund No.

THIS Construction Contract (“Contract”) is made and entered into this _____ day of ______, 20____, by and between Contractor (“Contractor”) and the City of Fort Wayne, Indiana, Redevelopment Commission (“Commission”) (collectively “Parties”);

WITNESSETH, that the Contractor and Commission for the following and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, agree as follows:

1. Scope of Work. The work on the Project (“Work”) shall include the items specified in the Bid and Contract Documents, the Technical Specifications, and the Construction Drawings for the Project (“Project Documents”), which Project Documents are attached hereto by reference and made a part hereof.

2. Notice to Proceed. The signing of this Contract by the Parties shall constitute the Notice to Proceed on the Work, and the Contractor shall begin Work not later than () days from the date hereof.

3. Progress and Completion of the Contract Work. Progress and completion dates are specified in the Technical Specifications.

Upon final completion, the Contractor shall submit a Completion Affidavit to the Commission in the form attached to the Bid and Contract Documents.

4. Retainage Option and Escrow Agreement.

A. Pursuant to the Retainage and Escrow section in the Bid and Contract Documents for the Project, the Commission will retain an amount equal to five percent (5%) of the total contract price as Retainage.

B. Where the Contract Price is one hundred thousand dollars ($100,000) or less, the Retainage will be held by the Commission.

C. Where the Contract Price exceeds one hundred thousand dollars ($100,000), the Contractor must elect to have the Retainage (Contractor initials 1 or 2):

Page 1 of 5

Project Name in Black

1. ______Held by the Commission; or 2. ______Deposited in an escrow account with a bank, savings and loan institution, or the State of Indiana as the escrow agent, in which case the Contractor and Commission will enter into the Escrow Agreement attached to the Bid and Contract Documents.

5. Submittals.

A. The following documents submitted with the Contractor’s bid, have been accepted by the Commission and/or City of Fort Wayne:

1. Form 96 or Certificate in Lieu of Financial Statement. 2. (Effective October 1, 2018) Current balance sheet and income statement, unless both were already on file with the City and not more than one (1) year old at bid opening. 3. Affirmative Action Program and Certification of Non-Segregated Facilities. 4. Contractor’s and subcontractors’ written plans for drug testing, if required by Indiana statute.

B. The Contractor’s initials beside the following documents indicates that they are being submitted herewith:

1. ______Proof of insurance, including Worker’s Compensation Insurance. 2. ______Acknowledgment of Receipt of the City of Fort Wayne Drug and Alcohol Testing Procedures.

The Contractor’s initials beside any of the following documents indicate that they are being submitted herewith if required by Indiana or City laws or regulations:

3. ______Retainage Escrow Agreement if retainage to be held by an escrow agent. 4. ______Vendor Disclosure Statement, unless one is already on file with the City. 5. ______City of Fort Wayne traffic maintenance plan, Street Barricade Maintenance Information form, and permits. 6. ______Indiana Department of Transportation and/or Allen County Highway Department traffic maintenance plan and related documents and permits. 7. ______Contractor’s proof of qualification by the State of Indiana for itself and any subcontractor.

6. Contract Price. The Contractor’s bid form for the Project, including any amendments thereto, attached to and made a part of this Contract, establishes the following base bid price, and alternate bid prices if any, that are the basis for the contract price of this Contract:

Base Bid $

Alternate Bid No. 1 (Add or Deduct) $

Alternate Bid No. 2 (Add or Deduct) $

Unit Price No. 1 $

Unit Price No. 2 $

Total Contract Price (“Contract Price”) $

Page 2 of 5

Project Name in Black

7. Progress and Final Payments. See the sections in the Bid and Contract Documents on Progress Payments, Completion Affidavit and Final Payment.

8. Contractor’s Participation. The Contractor will contribute at least fifteen percent (15%) of the Contract Price of this Contract through:

A. Work performed by the Contractor's employees; B. Materials supplied directly by the Contractor; C. Services supplied directly by the Contractor's employees; or D. Any combination of subsections (A) through (C) above.

9. Contract Documents. The Contract Documents consist of the following checked items:

A. ____ This Contract.

B. ____ Contractor’s Bid Form, dated .

C. ____ Bid and Contract Documents for the Project titled , dated .

D. ____ Technical Specifications for the Project titled , dated , prepared by .

E. ____ Construction Drawings for the Project titled , dated , prepared by .

F. ____ Addenda numbers _____ through _____.

G. ____ Indiana General Sales Tax Exemption Certificate, Form ST-105.

H. ____ Guaranty Bond.

I. ____ Bid Bond.

J. ____ Payment Bond.

K. ____ Performance Bond.

L. ____ Escrow Agreement.

M. ______

10. Insurance. The Contractor shall maintain for itself, and will insure that each subcontractor maintains the required minimum insurance specified in the Bid and Contract Documents.

11. Limitation of Liability. To the fullest extent permitted by law, the Contractor hereby agrees to indemnify, defend and hold harmless the Commission, the City, and their respective officers, directors, members, employees, representatives, agents, departments and divisions (each an “Indemnitee” and together the “Indemnitees”) from and against all claims, demands, actions, causes of action, losses, liabilities, fines, penalties, costs and expenses of every kind and nature, including legal costs and reasonable attorneys’ fees, at any time asserted against or incurred by the Indemnitees or any Indemnitee which is directly or indirectly related to (a) the performance or failure to perform under the Contract by the Contractor or any of Contractor’s employees, representatives, agents or subcontractors or (b) the breach by the Contractor of any term or provision of this Contract. The indemnification covenants of the Contractor contained herein shall survive the expiration or termination of the Contract for any reason.

Page 3 of 5

Project Name in Black

12. E-Verify Affidavit. Pursuant to Indiana Code 22-5-1.7, the Contractor agrees and shall enroll in and verify the work eligibility status of all newly hired employees of the Contractor through the E- Verify program. E-Verify means the electronic verification of work authorization program of the Illegal Immigration Reform and Immigration Responsibility Act of 1996 (P.L. 104-208), Division C, Title IV, s.403(a), as amended, operated by the United States Department of Homeland Security or a successor work authorization program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work authorization status of newly hired employees under the Immigration Reform and Control Act of 1986 (P.L. 99-603). The Contractor is not required to verify the work eligibility status of all newly hired employees of the Contractor through the E-Verify program if the E-Verify program no longer exists. The undersigned, on behalf of the Contractor, being first duly sworn, deposes and states that the Contractor does not knowingly employ an unauthorized alien.

13. Jurisdiction and Venue. This Contract shall be governed by and construed and enforced in accordance with the laws of the State of Indiana. Any cause of action brought by either Party hereto shall be filed in and be heard by a court of applicable jurisdiction in Allen County, Indiana.

14. Modification. Any modification of this Contract or additional obligation assumed by either Party in connection with this Contract shall be binding only if evidenced in writing and executed by an authorized representative of each Party.

15. Successors and Assigns. Neither Party may sell, assign, transfer or otherwise dispose of this Contract or its interest therein without obtaining the prior written consent of the other Party, which consent shall not be unreasonably withheld or delayed. This Contract binds the respective permitted successors and assigns and they shall become bound for the full performance of this Contract until the expiration thereof.

16. Entire Contract. This Contract supersedes any and all other contracts, either oral or in writing between the Parties hereto with respect to the subject matter hereof and contains all of the covenants and agreements between the Parties with respect to said matter, and each party to this Contract acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement or promise not contained in this Contract shall be valid or binding.

17. Severability. If any provision, covenant, agreement or portion of this Contract or its application to any person, entity or property is held invalid, such invalidity shall not affect the application or validity of any other provisions, covenants, agreements or portions of this Contract.

18. Effective Date. The date of the last signature on this Contract shall be entered on page 1 hereof and shall be the effective date of this Contract.

19. Correspondence to: COMMISSION CONTRACTOR

Name, Title Contractor Contact’s Name, Title Redevelopment Department Company Name 200 East Berry Street, Suite 320 Street Address Fort Wayne, Indiana 46802 City, State Zip Direct phone: 260-427- Phone: @cityoffortwayne.org contact’s email address

[Remainder of page intentionally left blank; signature pages follow]

Page 4 of 5 Project Name in Black

IN WITNESS WHEREOF, the Parties have executed this instrument on the date first written above.

CONTRACTOR COMMISSION

By: By:

______Signature Signature

______Printed Name Printed Name

______Title Title

Attest: Attest:

______Signature Signature

______Printed Name Printed Name

______Title Title

______Date Date

I affirm, under penalties for perjury, that I have taken reasonable care to redact each Social Security number in this document, unless required by law. Craig Berndt.

This instrument prepared by Craig Berndt, Community Development Administrator, Redevelopment Department, 200 East Berry Street, Suite 320, Fort Wayne, Indiana 46802.

Page 5 of 5

THIS PAGE IS LEFT INTENTIONALLY BLANK

THIS PAGE IS LEFT INTENTIONALLY BLANK Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 00 31 00 AVAILABLE PROJECT INFORMATION PART 1 GENERAL 1.01 EXISTING CONDITIONS A. Certain information relating to existing surface and subsurface conditions and structures is available to bidders but will not be part of the Contract Documents, as follows: B. Site and Utility Survey: Entitled Topographic Survey for Proposed Hampton Hotel Site Downtown, Fort Wayne, Indiana, prepared by Gouloff-Jordan Survey and Design, Inc., dated December 5, 2017. 1. This survey identifies grade elevations prepared primarily for the use of Architect in establishing new grades and identifying natural water shed. C. Geotechnical Report: Entitled Subsurface Investigation & Geotechnical Recommendations for Proposed 6-Story Hotel, Fort Wayne, Indiana, prepared by Alt & Witzig Engineering Inc., dated November 17, 2017. 1. This report identifies properties of below grade conditions and offers recommendations for the design of foundations, prepared primarily for the use of Architect. 2. The recommendations described shall not be construed as a requirement of this Contract, unless specifically referenced in the Contract Documents. 3. This report, by its nature, cannot reveal all conditions that exist on the site. Should subsurface conditions be found to vary substantially from this report, changes in the design and construction of foundations will be made, with resulting credits or expenditures to the Contract Price accruing to Owner. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 00 31 00

AVAILABLE PROJECT 00 31 00 - Page 1 INFORMATION September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

AVAILABLE PROJECT 00 31 00 - Page 2 INFORMATION September 14, 2018 SUBSURFACE INVESTIGATION & GEOTECHNICAL RECOMMENDATIONS

PROPOSED 6-STORY HOTEL FORT WAYNE, INDIANA A&W PROJECT NO.: 17FW0088

PREPARED FOR: WHITE LODGING SERVICES MERRILLVILLE, INDIANA

PREPARED BY: ALT & WITZIG ENGINEERING, INC. GEOTECHNICAL DIVISION

NOVEMBER 17, 2017

Alt & Witzig Engineering, Inc. 208 East Collins Drive – Fort Wayne, IN 46825 Phone: (260) 484 -0813 – Fax: (260) 482-9652

November 17, 2017

White Lodging Services 701 East 83rd Avenue Merrillville, IN46410 Attn: Mr. Mark Jindra

Report of Preliminary Subsurface Investigation and Geotechnical Recommendations

RE: Proposed 6 Story Hotel Fort Wayne, Indiana Alt & Witzig File: 17FW0088

Dear Mr. Jindra:

In compliance with your request, we have conducted a preliminary subsurface investigation and geotechnical evaluation for the above referenced project. It is our pleasure to transmit an electronic copy of the report.

The results of our test borings and laboratory tests completed to date are presented in the appendix of the report. Our recommendations for the project are presented in the “Geotechnical Analysis and Recommendations” section of the report.

Often, because of design and construction details that occur on a project, questions arise concerning the soil conditions. If we can give further service in these matters, please contact us at your convenience.

Sincerely, Alt & Witzig Engineering, Inc.

Jason R. Bennett, P.E.

Thomas J. Coffey, P.E. Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

TABLE OF CONTENTS

INTRODUCTION ...... 1

DESCRIPTION OF SITE ...... 2

FIELD INVESTIGATION ...... 5

LABORATORY INVESTIGATION ...... 7

SUBSURFACE CONDITIONS ...... 8

GEOTECHNICAL ANALYSIS AND RECOMMENDATIONS ...... 10

CONSTRUCTION CONSIDERATIONS ...... 15

STATEMENT OF LIMITATIONS ...... 16

APPENDIX A Recommended Specifications for Compacted Fills and Backfills Site Location Map Boring Location Plan Boring Logs General Notes

APPENDIX B Seismic Design Parameters Custom Soil Resource of Allen County, Indiana

Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

INTRODUCTION

This report presents the results of a subsurface investigation for the proposed 6 story hotel located along Jefferson Boulevard in Fort Wayne, Indiana. This investigation was conducted for White Lodging Services of Merrillville, Indiana. Authorization to perform this investigation was in the form of verbal authorization by Mr. Mark Jindra to Alt & Witzig Engineering, Inc.

It has been indicated that a new six story hotel is to be constructed at this location. Based upon information provided by Mr. Tripp Lindsey of MBA Engineers, Inc, the structural loading if estimated to be on the order to 500 kips for column pads and 12 kips per lineal foot for continuous wall footings. It is expected that these structural loads will be transferred to the soils by conventional spread and continuous wall footings, if possible.

The purpose of this subsurface investigation was to determine the soil profile and the engineering characteristics of the subsurface materials in order to provide criteria for use by design engineers and architects in evaluating the soils for foundation design for the proposed structure. However due to the preliminary nature of the design of the structure some recommendations will be general in nature.

The scope of this investigation included a review of geological maps of the area; a review of geologic and related literature; a reconnaissance of the immediate sites; a subsurface exploration; field and laboratory testing; and an engineering analysis and evaluation of the encountered materials.

The scope or purpose of this geotechnical investigation did not, either specifically or by implication, provide any environmental assessment of the site.

Page 1 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

DESCRIPTION OF SITE

The site of proposed six story hotel will be located along Jefferson Boulevard to the east of its intersection with Webster Road in Fort Wayne, Indiana. The general vicinity of the site is shown on the enclosed Site Location Map (Appendix A). An aerial photograph of the site taken in 2016 is provided in Exhibit 1 below.

Exhibit 1 – 2016 Aerial Photograph of Site

Site Location

The ground surface across the site is gently sloping down from east to west with a relief of approximately three (3) feet across the site. Drainage is primarily along the ground surface and off the site into Jefferson Boulevard to the north. At the time of drilling operations the surface consisted of a grassy area and asphalt parking lot. The site is surrounded by commercial/retail structures.

Page 2 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

Site History

Based upon our site reconnaissance and review of historical information for this property it has been noted that over the past ten years mass earth work has been performed at this location. Below in

Figure #2 an aerial photograph from 2005 indicates that the site previously was a parking lot with a small building. In 2008, Figure #3, the project area was part of the construction site for the adjacent hotel, parking garage and ball park facilities.

Figure #2: 2005 Aerial Photograph

Page 3 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

Figure #3: 2008 Aerial Photograph

Page 4 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

FIELD INVESTIGATION

Boring Locations

Alt & Witzig Engineering, Inc. staked the locations of the borings using the undated “Site Plan” with the requested boring locations. The “Site Plan,” provided by Mr. David Rausch with David Rausch Studio., was projected onto aerials provided by the Google Earth website allowing for the correlation of the approximate latitude and longitude coordinates with each boring location. These coordinates were then assigned as waypoints and uploaded into a handheld GPS unit. Utilizing the handheld GPS unit, the locations referred to on our boring logs and presented on the Boring Location Plan (Appendix A), were staked in the field.

Due to limited access at the time of boring operations boring B-6 was not performed.

Drilling and Sampling Procedures

Drilling operations were performed with a truck-mounted drilling rig equipped with hollow-stem augers used to advance the holes. The advancement of the borings was temporarily stopped at regular intervals in order to perform standard penetration tests in accordance with ASTM Procedure D-1586 to obtain the standard penetration value of the soil. The standard penetration value is defined as the number of blows a 140 lb hammer, falling 30 inches, required to advance the split- spoon sampler 12 inches into the soil. The results of the standard penetration tests indicate the relative density and comparative consistency of the soils, and thereby provide a basis for estimating the relative strength and compressibility of the soil profile components.

The soil samples retained in the split-spoon sampling device as a result of the penetration tests were obtained, classified, and labeled for further laboratory investigation. Unless notified to the contrary, all samples will be disposed of two (2) months after the drilling date.

Water Level Measurements

Groundwater depths, during drilling operations, were estimated based on where water was observed on the sampling rods. Upon completion of the drilling activities, the depth to water was measured

Page 5 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

using a 100-foot tape measure with a weighted end. It shall be noted that in granular soils, borings often experience caving or ‘plugging’ of the borehole opening due to sloughing of the granular soils after removal of the augers. The depth of cave/plug is also recorded on the Boring Logs. The depths presented on the Boring Logs are accurate only for the day on which they were recorded. The exact location of the water table shall be anticipated to fluctuate depending upon normal seasonal variations in precipitation and surface runoff.

Ground Surface Elevation

Ground surface elevations were not available at the time of this investigation. All depths and elevations referred to in this report are referenced from the ground surface existing at the time of this report.

Page 6 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

LABORATORY INVESTIGATION

A laboratory investigation was conducted to ascertain additional pertinent engineering characteristics of the subsurface materials at the site of the proposed medical office building. All phases of the laboratory investigation were conducted in general accordance with applicable ASTM Specifications. The laboratory testing program included:

• Visual classification of soils in accordance with ASTM D-2488. • Moisture content determination in accordance with ASTM D-2216. • Samples of the cohesive soil were frequently tested in unconfined compression by use of a calibrated spring testing machine. • A pocket penetrometer was used as an aid in determining the strength of the soil.

The values of the unconfined compressive strength as determined on soil samples from the split-spoon sampling must be considered approximate recognizing the manner in which they were obtained since the split-spoon sampling techniques provide a representative but somewhat disturbed soil sample.

Page 7 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

SUBSURFACE CONDITIONS

Regional Setting

According to the Custom Soil Resource Report for Allen County, Indiana published by the United States Department of Agriculture Soil Conservation Service (USDS SCS), the majority of the soils covering this site are classified as Glynwood silt loam (GlrB) type soils. The Custom Soil Resource Report for Allen County, Indiana has been included in Appendix B of this report.

Site-Specific Geologic Results

The types of foundation materials encountered have been visually classified and are described in detail on the Boring Log included in Appendix A of this report. The results of the field penetration tests, strength tests, water level observations and laboratory water contents are also presented on the Boring Logs in numerical form.

Our borings encountered either topsoil (five to six inches) or asphalt (three to four inches) at the surface. Beneath the surface layers borings B-1, B-2 and B-3 indicated fill material with varying thicknesses ranging from seven and one half (7 ½) to ten (10) feet. Medium stiff to hard cohesive soil was encountered beneath the fill material within these borings and beneath the asphalt within the remaining borings. The cohesive soils extended to depths ranging from fourteen (14) to twenty (20) feet below grade. Dense to very dense granular soil was indicated beneath the natural cohesive soils.

Site-Specific Groundwater Elevations

The Custom Soil Resource Report for Allen County, Indiana indicates a seasonal high groundwater level as shallow as one (1) foot below the natural ground surface.

Groundwater level measurements, taken during and upon completion of the boring operations, encountered groundwater as shallow fifteen (15) feet. The exact location of the water table should be anticipated to fluctuate somewhat depending upon normal seasonal variations in precipitation and surface runoff. It should be noted that the groundwater level measurements recorded on the

Page 8 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

individual Boring Logs included in Appendix A of this report, are accurate only for the dates on which the measurements were performed.

Seismic Parameters

Based on the field and laboratory tests performed on the encountered subsurface materials and an assumption of similar soils conditions present at depths below the boring termination depth, this site should be considered a Site Class C in accordance with the 2012 International Building Code.

Maximum spectral response acceleration values of SS=0.117 g and S1=0.061 g are indicated for seismic design.

Page 9 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

GEOTECHNICAL ANALYSIS & RECOMMENDATIONS

Project Description

It has been indicated that a new six story hotel is to be constructed at this location in downtown Fort Wayne, Indiana. Based upon information provided by Mr. Tripp Lindsey of MBA Engineers, Inc, the structural loading if estimated to be on the order to 500 kips for column pads and 12 kips per lineal foot for continuous wall footings. Once final design for the structure has been completed the building location along with structural loads should be submitted to Alt & Witzig Engineering, Inc. for review.

The proposed hotel will be constructed as a slab on grade structure adjacent to an existing hotel. Information from the design of the foundations for the adjacent hotel indicates that it is constructed upon conventional shallow foundations designed using a net allowable bearing pressure of 3,200 psf. Review of the plans for this structure show that the foundations immediately adjacent to the new hotel are founded at depths ranging from five (5) to six (6) feet below grade.

Site Preparation

Excessively organic soil and loose dumped fill material on the site generally undergo high volume changes, which are detrimental to the behavior of shallow foundations, floor slabs, pavement, and fill material. Therefore, it is recommended that organic soil and loose materials be stripped from the construction areas and wasted or stockpiled for later use.

Stripping on the order of eight (8) inches across the majority of the site is expected to remove the topsoil and asphalt from the site. However as previously noted some past earthwork has been performed across the site. Therefore the topsoil and loose soil depths on our boring logs are not exact and do not represent variations between boring locations. Therefore, these thicknesses should be used for estimating purposes only. The amount of stripping will be dependent on the condition of the subgrade during earthmoving operations. A representative of Alt & Witzig Engineering, Inc. should verify the stripping depth at the time grading operations occur.

After stripping has been performed, and prior to the placement of fill material, it is recommended Page 10 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

that the exposed subgrade be proof-rolled with approved equipment to identify soft or yielding soils. It is further recommended that a representative of Alt & Witzig Engineering, Inc. be present to witness the proof-roll evaluation. Any areas failing proof-rolling should be remediated as determined by the owner after consultation with Alt & Witzig Engineering. Due to the elevated shallow moisture contents (generally located in the western half of the site), it is anticipated that a portion of the site will fail a proofroll. Therefore it may be advantageous to consider chemical stabilization of the subgrade.

As previously discussed fill material was present within borings B-1, B-2 and B-3 to depths ranging from seven and one half (7 ½) to ten (10) feet as indicated within the following chart:

Chart #1: Depth to Natural Soil

Boring Location Depth to Natural Soil Fill Material (feet) B-1 8 Clay with brick and Concrete B-2 7.5 Sandy Clay with gravel B-3 10 Clay with brick and asphalt

The soils that were used to fill within this area appear to be placed in an unsuitable manner for support of foundations. However removal of these materials must be performed in a manner which does not undermine the foundations of the existing structure. Based upon our findings the fill material may extend to depths of up to four (4) feet greater than the existing foundations.

After completion of the proof-roll and any necessary remediation has been completed, it is recommended that proper control of subgrade compaction and fill, and structural fill replacement be maintained by a representative of Alt & Witzig Engineering, Inc. as per the Recommended Specifications for Compacted Fills and Backfills, presented in Appendix A of this report; thus minimizing volume changes and differential settlements which are detrimental to behavior of shallow foundations, floor slabs and pavements.

Page 11 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

Foundation Recommendations - Shallow Foundations

It is anticipated that the finished floor elevation of the proposed structure will be established at the same elevation as the existing hotel. As previously discussed, fill material containing debris was present within borings B-1, B-2 and B-3. In order to utilize shallow foundations at this site this material must be removed within the foundation influence zone. Once this material has been removed shallow foundations may be considered for design of the proposed foundations.

Based upon the previously mentioned undercutting to natural soils, a net allowable soil bearing pressure of 3,200 psf may be utilized for design of conventional spread and continuous wall footings constructed upon the natural medium stiff clay or properly placed structural fill. Due to the presence of fill material it will be necessary for the foundations to be inspected by Alt & Witzig Engineering, Inc. prior to placement of structural elements.

Foundations must be constructed such that undermining of adjacent footings and/or lateral loading of adjacent footings located at different elevations is avoided. If it is necessary to construct the new foundations within the "influence area" of the existing structure, shoring or underpinning of the existing structure will be necessary to allow for construction. The lateral loads applied by the existing footing should be considered in design of the proposed foundation. Additionally, flexible joints must be designed between the two buildings (existing and proposed) to accommodate for differential settlements.

The above recommended bearing pressures will help reduce differential settlements associated with footings founded on soil with varying stiffness across the building pad. Using the above- mentioned bearing pressure and recommendations, total settlements of less than one (1) inch and differential settlements of one half (½) inch or less can be anticipated. In utilizing the above- mentioned net allowable pressures for dimensioning footings, it is necessary to consider only those loads applied above the finished floor elevation.

In order to alleviate the effects of seasonal variation in moisture content on the behavior of the footings and eliminate the effects of frost action, all exterior foundations should be founded a minimum of three and one half (3½) feet below the final grade.

Page 12 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

Foundation Recommendations – Alternate Foundation Systems

As an alternative to shallow foundations with undercutting, a deep foundation or ground modification system may be considered. A deep foundation would consist of auger cast piles to depths of approximately forty (40) feet. At this time it is believed that the desired foundation system is shallow foundations. Alternatively the use of a ground modification system, such as rammed aggregate piers, will provide an increased bearing pressure while allowing for conventional foundation system construction. However if as plans progress it is determined that a deep foundation or ground modification system is desired more detailed recommendations regarding these foundation systems can be provided at that time.

Page 13 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

Floor Slab Recommendations

In those areas where the existing grade is below the final floor elevation, a well-compacted structural fill will be necessary to raise the site to the desired grade. All fill materials may consist of onsite materials, with the exception of topsoil and any dumped fill currently existing on the site. Other approved borrow materials may be used if proper moisture content and compaction procedures are maintained.

After stripping the site, prior to the placement of fill, it is recommended that the subgrade areas be proof-rolled in order to detect possible soft areas. Any areas failing proof-roll shall be stabilized as determined by the owner after consulting with Alt & Witzig Engineering, Inc. It is recommended that a field representative of Alt & Witzig Engineering, Inc. should verify the compaction of the subgrade.

After the building area has been leveled to the proper elevation, a minimum six (6) inch layer of granular material should be placed below the floor slab. It is recommended that all material placed with the intent of supporting the floor slab be compacted to 93% of the maximum dry density as determined by ASTM D-1557. Recommendations for proper filling procedures are presented in the Appendix.

Page 14 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

CONSTRUCTION CONSIDERATIONS

Groundwater

Groundwater level measurements, taken during and upon completion of the boring operations indicated groundwater as shallow as fifteen (15) feet at this site. The Custom Soil Resource Report for Allen County, Indiana indicates a seasonal high groundwater level as shallow as one foot below the natural ground surface. The exact location of the water table will fluctuate depending upon normal seasonal variations in precipitation and surface runoff.

Depending upon the time of the year and the weather conditions when the excavations are made, seepage from surface runoff may occur into shallow excavations and soften the subgrade soils. Since these foundation materials tend to loosen when exposed to free water, every effort should be made to keep the excavations dry should water be encountered. Sump pumps or other conventional dewatering procedures should be sufficient for this purpose. It is further recommended that all concrete for footings be poured the same day as the excavation is made in order to prevent the softening of foundation soils from groundwater infiltration.

Page 15 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

STATEMENT OF LIMITATIONS

This report is solely for the use of White Lodging Services and any reliance of this report by third parties shall be at such party’s sole risk and may not contain sufficient information for purposes of other parties for other uses. This report shall only be presented in full and may not be used to support any other objectives than those set out in the scope of work, except where written approval and consent are provided by White Lodging Services and Alt & Witzig Engineering, Inc.

An inherent limitation of any geotechnical engineering study is that conclusions must be drawn on the basis of data collected at a limited number of discrete locations. The geotechnical parameters provided in this report were developed from the information obtained from the test borings that depict subsurface conditions only at these specific locations and on the particular date indicated on the boring logs. Soil conditions at other locations may differ from conditions encountered at these boring locations and groundwater levels shall be expected to vary with time. The nature and extent of variations between the borings may not become evident until the course of construction.

The exploration and analysis reported herein is considered in sufficient detail and scope to form a reasonable basis for design. The recommendations submitted are based on the available soil information and assumed design details enumerated in this report. If the design details for the proposed structure differ from the assumptions noted within this document it is recommended that as design details become available they be presented to Alt & Witzig Engineering for review. At this time Alt & Witzig Engineering, Inc. can determine if changes in the foundation and site preparation recommendations are required. If deviations from the noted subsurface conditions are encountered during construction, they should also be brought to the attention of Alt & Witzig Engineering, Inc.

Page 16 of 14 Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

APPENDIX A

Recommended Specifications for Compacted Fills and Backfills Site Location Map Boring Location Plan Boring Logs General Notes

Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

RECOMMENDED SPECIFICATIONS FOR COMPACTED FILLS AND BACKFILLS

All fill shall be formed from material free of vegetable matter, rubbish, large rock, and other deleterious material. Prior to placement of fill, a sample of the proposed fill material should be submitted to Alt & Witzig Engineering, Inc. for approval.

The surface of each layer will be approximately horizontal but will be provided with sufficient longitudinal and transverse slope to provide for runoff of surface water from every point. The fill material should be placed in layers not to exceed eight (8) inches in loose thickness and should be sprinkled with water as required to secure specified compactions. Each layer should be uniformly compacted by means of suitable equipment of the type required by the materials composing the fill.

Under no circumstances should a bulldozer or similar tracked vehicles be used as compacting equipment. Material containing an excess of water so the specified compaction limits cannot be attained should be spread and dried to a moisture content that will permit proper compaction.

All fill should be compacted to the specified percent of the maximum density obtained in accordance with ASTM density Test D-1557 (95% of maximum dry density beneath foundations and 93% below floor slabs and pavements). Should the results of the in-place density tests indicate that the specified compaction limits are not obtained; the areas represented by such tests should be reworked and retested as required until the specified limits are reached.

Preliminary Subsurface Investigation & Geotechnical Recommendations Proposed 6-Story Hotel- Fort Wayne, Indiana Alt & Witzig File: 17FW0088

APPENDIX B

Seismic Design Parameters Custom Soil Resource of Allen County, Indiana

SITE LOCATION MAP

N

USGS Topographic Map: Fort Wayne West Quadrangle

Township: T 30 N. Range: R 12 E. Section: 2, 11

Site Location

Scale: 1 inch = 2,000 feet

PROJECT: Proposed 6 Story Hotel LOCATION: Fort Wayne, Indiana Alt & Witzig Engineering Inc. CLIENT: White Lodging Services 208 E. Collins Drive ·Fort Wayne, IN 46825 TEL (260) 484-08130 · FAX (260) 482-9652

A&W File No.: 17FW0088 www.altwitzig.com

Last Modified: 8/17/2017 9:24 AM

B-2 B-3

B-5 B-1

B-4

B-6

BORING LOCATION PLAN PROJECT: Proposed 6 Story Hotel LOCATION: Fort Wayne, Indiana Alt & Witzig Engineering Inc. CLIENT: White Lodging Services 208 E. Collins Drive ·Fort Wayne, IN 46825 TEL (260) 484-08130 · FAX (260) 482-9652 A&W File No.: 17FW0088 www.altwitzig.com

BORING LOG

Alt & Witzig Engineering, I nc.

CLIENT White Lodging Services BORING # B-1 PROJECT NAME Proposed 6 story Hotel ALT & WITZIG FILE # 17FW0088 PROJECT LOCATION Fort Wayne, Indiana

DRILLING and SAMPLING INFORMATION

Date Started 10/25/17 Hammer Wt. 140 lbs. Date Completed 10/25/17 Hammer Drop 30 in. TEST DATA Boring Method HSA Spoon Sampler OD 2 in. Driller J. Livingston Rig Type D-50 Truck

STRATA SOIL CLASSIFICATION

ELEV. SURFACE ELEVATION Depth Scale Sample No. Sample Type Sampler Graphics Graphics Recovery Ground Water Standard Penetration - blows/foot N Test, Unconfined Qu-tsf Strength Compressive PP-tsf Penetrometer Pocket Remarks Strata Depth Moisture Content % Content Moisture Weight (pcf) Unit Dry TOPSOIL 0.5

1 SS 50

Brown CLAY with Brick and Concrete Chunks 5 (FILL) 2 SS 6

8.0 3 SS 6

10 4 SS 16

Dark Brown Sandy CLAY

15.0 15 5 SS 26

Gray Fine SAND and GRAVEL 20 6 SS 50/4"

25.0 25 7 SS 60 2.0 13.7

Gray Sandy Silty CLAY 30 8 SS 50/4" 2.0' Heave Drilling Mud Added

33.0 Auger Refusal @ 33.0 feet. Auger Refusal on End of Boring at 33 feet Apparent Cobble. Sample Type Groundwater Boring Method SS - Driven Split Spoon During Drilling ft. HSA - Hollow Stem Augers ST - Pressed Shelby Tube At Completion ft. CFA - Continuous Flight Augers CA - Continuous Flight Auger DC - Driving Casing RC - Rock Core MD - Mud Drilling CU - Cuttings CT - Continuous Tube Page1 of 1 BORING LOG

Alt & Witzig Engineering, I nc.

CLIENT White Lodging Services BORING # B-2 PROJECT NAME Proposed 6 story Hotel ALT & WITZIG FILE # 17FW0088 PROJECT LOCATION Fort Wayne, Indiana

DRILLING and SAMPLING INFORMATION

Date Started 10/25/17 Hammer Wt. 140 lbs. Date Completed 10/25/17 Hammer Drop 30 in. TEST DATA Boring Method HSA Spoon Sampler OD 2 in. Driller J. Livingston Rig Type D-50 Truck

STRATA SOIL CLASSIFICATION

ELEV. SURFACE ELEVATION Depth Scale Sample No. Sample Type Sampler Graphics Graphics Recovery Ground Water Standard Penetration - blows/foot N Test, Unconfined Qu-tsf Strength Compressive PP-tsf Penetrometer Pocket Remarks Strata Depth Moisture Content % Content Moisture Weight (pcf) Unit Dry TOPSOIL 0.3

1 SS 13 2.0 8.5

Brown Sandy CLAY with Gravel (FILL) 5 2 SS 16 2.7 4.5 8.1

7.5 3 SS 49 4.5 6.5

10 4 SS 39 4.5 6.9 Brown LEAN CLAY with Gravel

14.5 15 5 SS 46 5.4 4.5 9.8

Gray LEAN CLAY with Gravel

20.0 20 6 SS 70

Gray SAND and GRAVEL

25.0 25 7 SS 29 3.0 12.6 1.0' Heave

Gray Sandy CLAY with Gravel

30.0 30 8 SS 50/0"

Gray, Wet Sandy GRAVEL 32.0 Auger Refusal @ 32.0 feet. Auger Refusal on End of Boring at 32 feet Apparent Cobble.

Sample Type Groundwater Boring Method SS - Driven Split Spoon During Drilling 20.0 ft. HSA - Hollow Stem Augers ST - Pressed Shelby Tube At Completion Dry ft. CFA - Continuous Flight Augers CA - Continuous Flight Auger Caved At Completion 16.0 ft. DC - Driving Casing RC - Rock Core MD - Mud Drilling CU - Cuttings CT - Continuous Tube Page1 of 1 BORING LOG

Alt & Witzig Engineering, I nc.

CLIENT White Lodging Services BORING # B-3 PROJECT NAME Proposed 6 story Hotel ALT & WITZIG FILE # 17FW0088 PROJECT LOCATION Fort Wayne, Indiana

DRILLING and SAMPLING INFORMATION

Date Started 10/25/17 Hammer Wt. 140 lbs. Date Completed 10/25/17 Hammer Drop 30 in. TEST DATA Boring Method HSA Spoon Sampler OD 2 in. Driller J. Livingston Rig Type D-50 Truck

STRATA SOIL CLASSIFICATION

ELEV. SURFACE ELEVATION Depth Scale Sample No. Sample Type Sampler Graphics Graphics Recovery Ground Water Standard Penetration - blows/foot N Test, Unconfined Qu-tsf Strength Compressive PP-tsf Penetrometer Pocket Remarks Strata Depth Moisture Content % Content Moisture Weight (pcf) Unit Dry 4" Asphalt 0.3 3" Crushed Stone 0.6 1 SS 15 0.8

Brown and Gray CLAY with Brick and Asphalt (FILL) 5 2 SS 7

7.5 3 SS 3 0.5

Black Silty Sandy CLAY 10.0 (Possible Fill) 10 4 SS 5 1.3

Gray CLAY

14.5 15 5 SS 61

20 6 SS 52

Gray SAND and GRAVEL

25 7 SS 39

30 8 SS 50/3" 31.0 End of Boring at 31 feet Drilling Mud Added

Sample Type Groundwater Boring Method SS - Driven Split Spoon During Drilling ft. HSA - Hollow Stem Augers ST - Pressed Shelby Tube At Completion ft. CFA - Continuous Flight Augers CA - Continuous Flight Auger DC - Driving Casing RC - Rock Core MD - Mud Drilling CU - Cuttings CT - Continuous Tube Page1 of 1 BORING LOG

Alt & Witzig Engineering, I nc.

CLIENT White Lodging Services BORING # B-4 PROJECT NAME Proposed 6 story Hotel ALT & WITZIG FILE # 17FW0088 PROJECT LOCATION Fort Wayne, Indiana

DRILLING and SAMPLING INFORMATION

Date Started 10/25/17 Hammer Wt. 140 lbs. Date Completed 10/25/17 Hammer Drop 30 in. TEST DATA Boring Method HSA Spoon Sampler OD 2 in. Driller J. Livingston Rig Type D-50 Truck

STRATA SOIL CLASSIFICATION

ELEV. SURFACE ELEVATION Depth Scale Sample No. Sample Type Sampler Graphics Graphics Recovery Ground Water Standard Penetration - blows/foot N Test, Unconfined Qu-tsf Strength Compressive PP-tsf Penetrometer Pocket Remarks Strata Depth Moisture Content % Content Moisture Weight (pcf) Unit Dry 4" Asphalt 0.3 3" Crushed Stone 0.6 1 SS 11 2.5 14.5 5 Brown CLAY with Sand Seams 2 SS 7 3.5 3 SS 20 3.5 10.0 10.0 10 4 SS 21 4.5 7.9

Gray Sandy LEAN CLAY with a Trace of Clay 15 5 SS 15 17.3

20.0 20 6 SS 50/4" Gray, Dry Silty SAND 25.5 25 7 SS 58

30 8 SS 51 Gray, Wet Fine SAND

35 36.5 9 SS 18

40 10 SS 51 1.5' Heave

45 11 SS 74 Gray SILT

50 12 SS 50/2" No Recovery

55.0 55 13 SS 50/4"

60 Gray SAND and GRAVEL 14 SS 50/2" No Recovery

66.0 65 15 SS 55 End of Boring at 66 feet

Sample Type Groundwater Boring Method SS - Driven Split Spoon During Drilling ft. HSA - Hollow Stem Augers ST - Pressed Shelby Tube At Completion ft. CFA - Continuous Flight Augers CA - Continuous Flight Auger DC - Driving Casing RC - Rock Core MD - Mud Drilling CU - Cuttings CT - Continuous Tube Page1 of 1 BORING LOG

Alt & Witzig Engineering, I nc.

CLIENT White Lodging Services BORING # B-5 PROJECT NAME Proposed 6 story Hotel ALT & WITZIG FILE # 17FW0088 PROJECT LOCATION Fort Wayne, Indiana

DRILLING and SAMPLING INFORMATION

Date Started Hammer Wt. 140 lbs. Date Completed Hammer Drop 30 in. TEST DATA Boring Method HSA Spoon Sampler OD 2 in. Driller J. Livingston Rig Type D-50 Truck

STRATA SOIL CLASSIFICATION

ELEV. SURFACE ELEVATION Depth Scale Sample No. Sample Type Sampler Graphics Graphics Recovery Ground Water Standard Penetration - blows/foot N Test, Unconfined Qu-tsf Strength Compressive PP-tsf Penetrometer Pocket Remarks Strata Depth Moisture Content % Content Moisture Weight (pcf) Unit Dry 3" Asphalt 0.2 0.6 4" Crushed Stone 1 SS 7 5.2 3.0 21.7

5 2 SS 13 3.5 8.7

Brown Silty Sandy CLAY 3 SS 21 3.0 9.1

10 4 SS 21 4.0 9.0

15.0 15 5 SS 23

20 6 SS 15

Gray SAND and GRAVEL with Cobbles

25 7 SS 38

30.5 30 8 SS 42 1.5' Heave

35 9 SS 40 Gray SAND

41.0 40 10 SS 50/3" No Recovery End of Boring at 41 feet

Sample Type Groundwater Boring Method SS - Driven Split Spoon During Drilling 16.0 ft. HSA - Hollow Stem Augers ST - Pressed Shelby Tube At Completion Dry ft. CFA - Continuous Flight Augers CA - Continuous Flight Auger Caved At Completion 15.0 ft. DC - Driving Casing RC - Rock Core MD - Mud Drilling CU - Cuttings CT - Continuous Tube Page1 of 1 MATERIAL GRAPHICS LEGEND

CL-ML: USCS Low Plasticity ASPHALT: Asphalt CL: USCS Low Plasticity Clay Silty Clay

CL: USCS Low Plasticity GP-SP: USCS Poorly-graded FILL: Fill (made ground) Sandy Clay Sandy Gravel

ML: USCS Silt SM: USCS Silty Sand SP: USCS Poorly-graded Sand

SP-GP: USCS Poorly-graded TOPSOIL Gravelly Sand

SOIL PROPERTY SYMBOLS

N: Standard "N" penetration value. Blows per foot of a 140-lb hammer falling 30" on a 2" O.D. split-spoon. Qu:Unconfined Compressive Strength, tsf PP:Pocket Penetrometer, tsf LL: Liquid Limit, % PL: Plastic Limit, % PI: Plasticity Index, %

DRILLING AND SAMPLING SYMBOLS

GROUNDWATER SYMBOLS SAMPLER SYMBOLS

Apparent water level noted while drilling. SS: Split Spoon Apparent water level noted upon completion. Apparent water level noted upon delayed time.

RELATIVE DENSITY & CONSISTANCY CLASSIFICATION (NON-COHESIVE SOILS) TERM BLOWS PER FOOT Very Loose 0 - 5 Loose 6 - 10 Medium Dense 11 - 30 Dense 31 - 50 Very Dense >51

RELATIVE DENSITY & CONSISTANCY CLASSIFICATION (COHESIVE SOILS) TERM BLOWS PER FOOT Very Soft 0 - 3 Soft 4 - 5 Medium Stiff 6 - 10 Stiff 11 - 15 Very Stiff 16 - 30 Hard >31

Alt & Witzig Engineering, Inc. GENERAL NOTES 4105 West 99th St. Project: Proposed 6 story Hotel Carmel, IN 46032 Telephone: Location: Fort Wayne, Indiana Fax: Number: 17FW0088 GENERAL NOTES - PROJECT SPECIFIC 17FW0088 GINT.GPJ US EVAL.GDT 11/17/17 17FW0088 EVAL.GDT GINT.GPJ US SPECIFIC - PROJECT NOTES GENERAL  ÿÿÿ !" YBcIUTÿfbCcÿaR``bEeÿABCDEF gcBEhaCBXIWIBSÿiTCRF ABCDEFÿHIFPB pqrsttuu rvwÿy€‚ƒ„‚vÿpq ÿ†tpqÿp†‡ˆp‡†‰ÿ‘’ QRIPSITUÿVDSBÿABWBEBTXBÿYDXR`BTF †tp†“†tp”ÿ•–—‚v–˜—w€–˜™ÿdew™fw–gÿ’€f‚ hijwkjÿe—w™wl‚mÿnonÿj˜l˜vfÿf˜—˜ÿ˜˜w™˜„™‚ÿw–ÿ†ttup aIFBÿVDDESITbFBc ˆpqtq””qry ÿu”qpˆp†urs aIFBÿaDIPÿVPbccIWIXbFIDT nw—‚ÿ’™˜mmÿ’ÿsÿtu‚vvÿw‚–m‚ÿn€w™ÿ˜–fÿn€x—ÿy€kz{ AIcdÿVbFBUDEe •“••“•••

ga|ah}ED~ISBSÿRFCRF

aaÿ€tqppqÿgafaÿ€tqpˆtÿgaYaÿ€tqtˆÿg

a‚ÿ€tqtƒpÿgaf‚ÿ€tqptˆÿgaY‚ÿ€tqtqtÿg r€vÿw–x€vƒ˜—w€–ÿ€–ÿj€iÿ—j‚ÿnnÿ˜–fÿnpÿ˜™e‚mÿ˜„€‚ÿj˜‚ÿ„‚‚–ÿk˜™ke™˜—‚fÿxv€ƒÿ„v€„˜„w™wm—wkÿhvwmz —˜vg‚—‚fpÿ˜–f f‚—‚vƒw–wm—wkÿgv€e–fÿƒ€—w€–mÿw–ÿ—j‚ÿfwv‚k—w€–ÿ€xÿƒ˜†wƒeƒÿj€vwl€–—˜™ÿv‚m„€–m‚ ÿ„™‚˜m‚ÿv‚—ev–ÿ—€ÿ—j‚ÿ˜„„™wk˜—w€–ÿ˜–f m‚™‚k—ÿ—j‚ÿt†ttÿy‡ˆy‰{ÿ„ew™fw–gÿk€f‚ÿv‚x‚v‚–k‚ÿf€keƒ‚–—q

ÿ

Š™—j€egjÿ—jwmÿw–x€vƒ˜—w€–ÿwmÿ˜ÿ„v€fek—ÿ€xÿ—j‚ÿqnqÿo‚€™€gwk˜™ÿnev‚v ÿi‚ÿ„v€wf‚ÿ–€ÿi˜vv˜–—v ÿ‚†„v‚mm‚fÿ€vÿwƒ„™w‚f ÿ˜mÿ—€ÿ—j‚ ˜kkev˜kvÿ€xÿ—j‚ÿf˜—˜ÿk€–—˜w–‚fÿ—j‚v‚w–qÿ‘jwmÿ—€€™ÿwmÿ–€—ÿ˜ÿme„m—w—e—‚ÿx€vÿ—‚kj–wk˜™ÿme„‹‚k— ƒ˜——‚vÿz–€i™‚fg‚q

#""$"#%&' ' !()0 '#1"2"3  242" "035'667742! "03896'54 ")234 &)" !@ United States A product of the National Custom Soil Resource Department of Cooperative Soil Survey, Agriculture a joint effort of the United Report for States Department of Agriculture and other Federal agencies, State Allen County, Natural agencies including the Resources Agricultural Experiment Conservation Stations, and local Indiana Service participants 17FW0088

November 17, 2017 Preface

Soil surveys contain information that affects land use planning in survey areas. They highlight soil limitations that affect various land uses and provide information about the properties of the soils in the survey areas. Soil surveys are designed for many different users, including farmers, ranchers, foresters, agronomists, urban planners, community officials, engineers, developers, builders, and home buyers. Also, conservationists, teachers, students, and specialists in recreation, waste disposal, and pollution control can use the surveys to help them understand, protect, or enhance the environment. Various land use regulations of Federal, State, and local governments may impose special restrictions on land use or land treatment. Soil surveys identify soil properties that are used in making various land use or land treatment decisions. The information is intended to help the land users identify and reduce the effects of soil limitations on various land uses. The landowner or user is responsible for identifying and complying with existing laws and regulations. Although soil survey information can be used for general farm, local, and wider area planning, onsite investigation is needed to supplement this information in some cases. Examples include soil quality assessments (http://www.nrcs.usda.gov/wps/ portal/nrcs/main/soils/health/) and certain conservation and engineering applications. For more detailed information, contact your local USDA Service Center (https://offices.sc.egov.usda.gov/locator/app?agency=nrcs) or your NRCS State Soil Scientist (http://www.nrcs.usda.gov/wps/portal/nrcs/detail/soils/contactus/? cid=nrcs142p2_053951). Great differences in soil properties can occur within short distances. Some soils are seasonally wet or subject to flooding. Some are too unstable to be used as a foundation for buildings or roads. Clayey or wet soils are poorly suited to use as septic tank absorption fields. A high water table makes a soil poorly suited to basements or underground installations. The National Cooperative Soil Survey is a joint effort of the United States Department of Agriculture and other Federal agencies, State agencies including the Agricultural Experiment Stations, and local agencies. The Natural Resources Conservation Service (NRCS) has leadership for the Federal part of the National Cooperative Soil Survey. Information about soils is updated periodically. Updated information is available through the NRCS Web Soil Survey, the site for official soil survey information. The U.S. Department of Agriculture (USDA) prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all or a part of an individual's income is derived from any public assistance program. (Not all prohibited bases apply to all programs.) Persons with disabilities who require

2 alternative means for communication of program information (Braille, large print, audiotape, etc.) should contact USDA's TARGET Center at (202) 720-2600 (voice and TDD). To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, D.C. 20250-9410 or call (800) 795-3272 (voice) or (202) 720-6382 (TDD). USDA is an equal opportunity provider and employer.

3 Contents

Preface...... 2 How Soil Surveys Are Made...... 5 Soil Map...... 8 Soil Map...... 9 Legend...... 10 Map Unit Legend...... 11 Map Unit Descriptions...... 11 Allen County, Indiana...... 13 GlrB—Glynwood silt loam, end moraine, 2 to 6 percent slopes...... 13 References...... 15

4 How Soil Surveys Are Made

Soil surveys are made to provide information about the soils and miscellaneous areas in a specific area. They include a description of the soils and miscellaneous areas and their location on the landscape and tables that show soil properties and limitations affecting various uses. Soil scientists observed the steepness, length, and shape of the slopes; the general pattern of drainage; the kinds of crops and native plants; and the kinds of bedrock. They observed and described many soil profiles. A soil profile is the sequence of natural layers, or horizons, in a soil. The profile extends from the surface down into the unconsolidated material in which the soil formed or from the surface down to bedrock. The unconsolidated material is devoid of roots and other living organisms and has not been changed by other biological activity. Currently, soils are mapped according to the boundaries of major land resource areas (MLRAs). MLRAs are geographically associated land resource units that share common characteristics related to physiography, geology, climate, water resources, soils, biological resources, and land uses (USDA, 2006). Soil survey areas typically consist of parts of one or more MLRA. The soils and miscellaneous areas in a survey area occur in an orderly pattern that is related to the geology, landforms, relief, climate, and natural vegetation of the area. Each kind of soil and miscellaneous area is associated with a particular kind of landform or with a segment of the landform. By observing the soils and miscellaneous areas in the survey area and relating their position to specific segments of the landform, a soil scientist develops a concept, or model, of how they were formed. Thus, during mapping, this model enables the soil scientist to predict with a considerable degree of accuracy the kind of soil or miscellaneous area at a specific location on the landscape. Commonly, individual soils on the landscape merge into one another as their characteristics gradually change. To construct an accurate soil map, however, soil scientists must determine the boundaries between the soils. They can observe only a limited number of soil profiles. Nevertheless, these observations, supplemented by an understanding of the soil-vegetation-landscape relationship, are sufficient to verify predictions of the kinds of soil in an area and to determine the boundaries. Soil scientists recorded the characteristics of the soil profiles that they studied. They noted soil color, texture, size and shape of soil aggregates, kind and amount of rock fragments, distribution of plant roots, reaction, and other features that enable them to identify soils. After describing the soils in the survey area and determining their properties, the soil scientists assigned the soils to taxonomic classes (units). Taxonomic classes are concepts. Each taxonomic class has a set of soil characteristics with precisely defined limits. The classes are used as a basis for comparison to classify soils systematically. Soil taxonomy, the system of taxonomic classification used in the United States, is based mainly on the kind and character of soil properties and the arrangement of horizons within the profile. After the soil

5 Custom Soil Resource Report scientists classified and named the soils in the survey area, they compared the individual soils with similar soils in the same taxonomic class in other areas so that they could confirm data and assemble additional data based on experience and research. The objective of soil mapping is not to delineate pure map unit components; the objective is to separate the landscape into landforms or landform segments that have similar use and management requirements. Each map unit is defined by a unique combination of soil components and/or miscellaneous areas in predictable proportions. Some components may be highly contrasting to the other components of the map unit. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The delineation of such landforms and landform segments on the map provides sufficient information for the development of resource plans. If intensive use of small areas is planned, onsite investigation is needed to define and locate the soils and miscellaneous areas. Soil scientists make many field observations in the process of producing a soil map. The frequency of observation is dependent upon several factors, including scale of mapping, intensity of mapping, design of map units, complexity of the landscape, and experience of the soil scientist. Observations are made to test and refine the soil-landscape model and predictions and to verify the classification of the soils at specific locations. Once the soil-landscape model is refined, a significantly smaller number of measurements of individual soil properties are made and recorded. These measurements may include field measurements, such as those for color, depth to bedrock, and texture, and laboratory measurements, such as those for content of sand, silt, clay, salt, and other components. Properties of each soil typically vary from one point to another across the landscape. Observations for map unit components are aggregated to develop ranges of characteristics for the components. The aggregated values are presented. Direct measurements do not exist for every property presented for every map unit component. Values for some properties are estimated from combinations of other properties. While a soil survey is in progress, samples of some of the soils in the area generally are collected for laboratory analyses and for engineering tests. Soil scientists interpret the data from these analyses and tests as well as the field-observed characteristics and the soil properties to determine the expected behavior of the soils under different uses. Interpretations for all of the soils are field tested through observation of the soils in different uses and under different levels of management. Some interpretations are modified to fit local conditions, and some new interpretations are developed to meet local needs. Data are assembled from other sources, such as research information, production records, and field experience of specialists. For example, data on crop yields under defined levels of management are assembled from farm records and from field or plot experiments on the same kinds of soil. Predictions about soil behavior are based not only on soil properties but also on such variables as climate and biological activity. Soil conditions are predictable over long periods of time, but they are not predictable from year to year. For example, soil scientists can predict with a fairly high degree of accuracy that a given soil will have a high water table within certain depths in most years, but they cannot predict that a high water table will always be at a specific level in the soil on a specific date. After soil scientists located and identified the significant natural bodies of soil in the survey area, they drew the boundaries of these bodies on aerial photographs and

6 Custom Soil Resource Report identified each as a specific map unit. Aerial photographs show trees, buildings, fields, roads, and rivers, all of which help in locating boundaries accurately.

7 Soil Map

The soil map section includes the soil map for the defined area of interest, a list of soil map units on the map and extent of each map unit, and cartographic symbols displayed on the map. Also presented are various metadata about data used to produce the map, and a description of each soil map unit.

8 Custom Soil Resource Report Soil Map 85° 8' 30'' W 30'' 8' 85° W 25'' 8' 85°

656120 656130 656140 656150 656160 656170 656180 656190 656200 656210 41° 4' 33'' N 41° 4' 33'' N 4548850 4548850 4548840 4548840 4548830 4548830 4548820 4548820 4548810 4548810 4548800 4548800 4548790 Soil Map may not be valid at this scale. 4548790

41° 4' 31'' N 41° 4' 31'' N 656120 656130 656140 656150 656160 656170 656180 656190 656200 656210

Map Scale: 1:486 if printed on A landscape (11" x 8.5") sheet. Meters 85° 8' 30'' W 30'' 8' 85° N 0 5 10 20 30 W 25'' 8' 85° Feet 0 20 40 80 120 Map projection: Web Mercator Corner coordinates: WGS84 Edge tics: UTM Zone 16N WGS84 9 Custom Soil Resource Report

MAP LEGEND MAP INFORMATION

Area of Interest (AOI) Spoil Area The soil surveys that comprise your AOI were mapped at Area of Interest (AOI) 1:15,800. Stony Spot Soils Very Stony Spot Soil Map Unit Polygons Warning: Soil Map may not be valid at this scale. Wet Spot Soil Map Unit Lines Enlargement of maps beyond the scale of mapping can cause Other Soil Map Unit Points misunderstanding of the detail of mapping and accuracy of soil Special Line Features line placement. The maps do not show the small areas of Special Point Features contrasting soils that could have been shown at a more detailed Water Features Blowout scale. Streams and Canals Borrow Pit Transportation Please rely on the bar scale on each map sheet for map Clay Spot Rails measurements. Closed Depression Interstate Highways Source of Map: Natural Resources Conservation Service Gravel Pit US Routes Web Soil Survey URL: Gravelly Spot Coordinate System: Web Mercator (EPSG:3857) Major Roads Landfill Local Roads Maps from the Web Soil Survey are based on the Web Mercator projection, which preserves direction and shape but distorts Lava Flow Background distance and area. A projection that preserves area, such as the Marsh or swamp Aerial Photography Albers equal-area conic projection, should be used if more Mine or Quarry accurate calculations of distance or area are required.

Miscellaneous Water This product is generated from the USDA-NRCS certified data as Perennial Water of the version date(s) listed below.

Rock Outcrop Soil Survey Area: Allen County, Indiana Saline Spot Survey Area Data: Version 17, Sep 19, 2017

Sandy Spot Soil map units are labeled (as space allows) for map scales Severely Eroded Spot 1:50,000 or larger.

Sinkhole Date(s) aerial images were photographed: May 23, 2015—Jun Slide or Slip 9, 2015

Sodic Spot The orthophoto or other base map on which the soil lines were compiled and digitized probably differs from the background imagery displayed on these maps. As a result, some minor shifting of map unit boundaries may be evident.

10 Custom Soil Resource Report

Map Unit Legend

Map Unit Symbol Map Unit Name Acres in AOI Percent of AOI

GlrB Glynwood silt loam, end 0.8 100.0% moraine, 2 to 6 percent slopes Totals for Area of Interest 0.8 100.0%

Map Unit Descriptions

The map units delineated on the detailed soil maps in a soil survey represent the soils or miscellaneous areas in the survey area. The map unit descriptions, along with the maps, can be used to determine the composition and properties of a unit. A map unit delineation on a soil map represents an area dominated by one or more major kinds of soil or miscellaneous areas. A map unit is identified and named according to the taxonomic classification of the dominant soils. Within a taxonomic class there are precisely defined limits for the properties of the soils. On the landscape, however, the soils are natural phenomena, and they have the characteristic variability of all natural phenomena. Thus, the range of some observed properties may extend beyond the limits defined for a taxonomic class. Areas of soils of a single taxonomic class rarely, if ever, can be mapped without including areas of other taxonomic classes. Consequently, every map unit is made up of the soils or miscellaneous areas for which it is named and some minor components that belong to taxonomic classes other than those of the major soils. Most minor soils have properties similar to those of the dominant soil or soils in the map unit, and thus they do not affect use and management. These are called noncontrasting, or similar, components. They may or may not be mentioned in a particular map unit description. Other minor components, however, have properties and behavioral characteristics divergent enough to affect use or to require different management. These are called contrasting, or dissimilar, components. They generally are in small areas and could not be mapped separately because of the scale used. Some small areas of strongly contrasting soils or miscellaneous areas are identified by a special symbol on the maps. If included in the database for a given area, the contrasting minor components are identified in the map unit descriptions along with some characteristics of each. A few areas of minor components may not have been observed, and consequently they are not mentioned in the descriptions, especially where the pattern was so complex that it was impractical to make enough observations to identify all the soils and miscellaneous areas on the landscape. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The objective of mapping is not to delineate pure taxonomic classes but rather to separate the landscape into landforms or landform segments that have similar use and management requirements. The delineation of such segments on the map provides sufficient information for the development of resource plans. If intensive use of small areas is planned, however,

11 Custom Soil Resource Report

onsite investigation is needed to define and locate the soils and miscellaneous areas. An identifying symbol precedes the map unit name in the map unit descriptions. Each description includes general facts about the unit and gives important soil properties and qualities. Soils that have profiles that are almost alike make up a soil series. Except for differences in texture of the surface layer, all the soils of a series have major horizons that are similar in composition, thickness, and arrangement. Soils of one series can differ in texture of the surface layer, slope, stoniness, salinity, degree of erosion, and other characteristics that affect their use. On the basis of such differences, a soil series is divided into soil phases. Most of the areas shown on the detailed soil maps are phases of soil series. The name of a soil phase commonly indicates a feature that affects use or management. For example, Alpha silt loam, 0 to 2 percent slopes, is a phase of the Alpha series. Some map units are made up of two or more major soils or miscellaneous areas. These map units are complexes, associations, or undifferentiated groups. A complex consists of two or more soils or miscellaneous areas in such an intricate pattern or in such small areas that they cannot be shown separately on the maps. The pattern and proportion of the soils or miscellaneous areas are somewhat similar in all areas. Alpha-Beta complex, 0 to 6 percent slopes, is an example. An association is made up of two or more geographically associated soils or miscellaneous areas that are shown as one unit on the maps. Because of present or anticipated uses of the map units in the survey area, it was not considered practical or necessary to map the soils or miscellaneous areas separately. The pattern and relative proportion of the soils or miscellaneous areas are somewhat similar. Alpha-Beta association, 0 to 2 percent slopes, is an example. An undifferentiated group is made up of two or more soils or miscellaneous areas that could be mapped individually but are mapped as one unit because similar interpretations can be made for use and management. The pattern and proportion of the soils or miscellaneous areas in a mapped area are not uniform. An area can be made up of only one of the major soils or miscellaneous areas, or it can be made up of all of them. Alpha and Beta soils, 0 to 2 percent slopes, is an example. Some surveys include miscellaneous areas. Such areas have little or no soil material and support little or no vegetation. Rock outcrop is an example.

12 Custom Soil Resource Report

Allen County, Indiana

GlrB—Glynwood silt loam, end moraine, 2 to 6 percent slopes

Map Unit Setting National map unit symbol: 2v4bm Elevation: 720 to 1,320 feet Mean annual precipitation: 34 to 42 inches Mean annual air temperature: 48 to 54 degrees F Frost-free period: 140 to 180 days Farmland classification: All areas are prime farmland

Map Unit Composition Glynwood, end moraine, and similar soils: 85 percent Minor components: 15 percent Estimates are based on observations, descriptions, and transects of the mapunit.

Description of Glynwood, End Moraine Setting Landform: End moraines on till plains Landform position (two-dimensional): Shoulder, summit Landform position (three-dimensional): Side slope, crest Down-slope shape: Convex Across-slope shape: Linear, convex Parent material: Wisconsin till derived from limestone and shale Typical profile Ap - 0 to 8 inches: silt loam Bt - 8 to 29 inches: clay BC - 29 to 34 inches: clay loam Cd - 34 to 79 inches: clay loam Properties and qualities Slope: 2 to 6 percent Depth to restrictive feature: 28 to 45 inches to densic material Natural drainage class: Moderately well drained Runoff class: High Capacity of the most limiting layer to transmit water (Ksat): Low to moderately high (0.01 to 0.20 in/hr) Depth to water table: About 12 to 24 inches Frequency of flooding: None Frequency of ponding: None Calcium carbonate, maximum in profile: 35 percent Salinity, maximum in profile: Nonsaline to very slightly saline (0.0 to 2.0 mmhos/cm) Available water storage in profile: Low (about 5.1 inches) Interpretive groups Land capability classification (irrigated): None specified Land capability classification (nonirrigated): 2e Hydrologic Soil Group: D Hydric soil rating: No

13 Custom Soil Resource Report

Minor Components Blount, end moraine Percent of map unit: 9 percent Landform: End moraines on till plains Landform position (two-dimensional): Backslope, footslope Landform position (three-dimensional): Interfluve Down-slope shape: Linear, concave Across-slope shape: Linear Hydric soil rating: No Pewamo Percent of map unit: 6 percent Landform: End moraines on till plains Landform position (two-dimensional): Toeslope Landform position (three-dimensional): Base slope Down-slope shape: Linear Across-slope shape: Concave Hydric soil rating: Yes

14 References

American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487-00. Cowardin, L.M., V. Carter, F.C. Golet, and E.T. LaRoe. 1979. Classification of wetlands and deep-water habitats of the United States. U.S. Fish and Wildlife Service FWS/OBS-79/31. Federal Register. July 13, 1994. Changes in hydric soils of the United States. Federal Register. September 18, 2002. Hydric soils of the United States. Hurt, G.W., and L.M. Vasilas, editors. Version 6.0, 2006. Field indicators of hydric soils in the United States. National Research Council. 1995. Wetlands: Characteristics and boundaries. Soil Survey Division Staff. 1993. Soil survey manual. Soil Conservation Service. U.S. Department of Agriculture Handbook 18. http://www.nrcs.usda.gov/wps/portal/ nrcs/detail/national/soils/?cid=nrcs142p2_054262 Soil Survey Staff. 1999. Soil taxonomy: A basic system of soil classification for making and interpreting soil surveys. 2nd edition. Natural Resources Conservation Service, U.S. Department of Agriculture Handbook 436. http:// www.nrcs.usda.gov/wps/portal/nrcs/detail/national/soils/?cid=nrcs142p2_053577 Soil Survey Staff. 2010. Keys to soil taxonomy. 11th edition. U.S. Department of Agriculture, Natural Resources Conservation Service. http:// www.nrcs.usda.gov/wps/portal/nrcs/detail/national/soils/?cid=nrcs142p2_053580 Tiner, R.W., Jr. 1985. Wetlands of Delaware. U.S. Fish and Wildlife Service and Delaware Department of Natural Resources and Environmental Control, Wetlands Section. United States Army Corps of Engineers, Environmental Laboratory. 1987. Corps of Engineers wetlands delineation manual. Waterways Experiment Station Technical Report Y-87-1. United States Department of Agriculture, Natural Resources Conservation Service. National forestry manual. http://www.nrcs.usda.gov/wps/portal/nrcs/detail/soils/ home/?cid=nrcs142p2_053374 United States Department of Agriculture, Natural Resources Conservation Service. National range and pasture handbook. http://www.nrcs.usda.gov/wps/portal/nrcs/ detail/national/landuse/rangepasture/?cid=stelprdb1043084

15 Custom Soil Resource Report

United States Department of Agriculture, Natural Resources Conservation Service. National soil survey handbook, title 430-VI. http://www.nrcs.usda.gov/wps/portal/ nrcs/detail/soils/scientists/?cid=nrcs142p2_054242 United States Department of Agriculture, Natural Resources Conservation Service. 2006. Land resource regions and major land resource areas of the United States, the Caribbean, and the Pacific Basin. U.S. Department of Agriculture Handbook 296. http://www.nrcs.usda.gov/wps/portal/nrcs/detail/national/soils/? cid=nrcs142p2_053624 United States Department of Agriculture, Soil Conservation Service. 1961. Land capability classification. U.S. Department of Agriculture Handbook 210. http:// www.nrcs.usda.gov/Internet/FSE_DOCUMENTS/nrcs142p2_052290.pdf

16

THIS PAGE IS LEFT INTENTIONALLY BLANK Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 10 00 SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: Hampton Inn & Suites - Harrison Square Garage Connector B. Owner's Name: Redevelopment Commission City of Fort Wayne, Indiana. C. Architect's Name: David Rausch Studio, LLC. D. The Project consists of the construction of new covered walkway canopy and related site work. 1.02 CONTRACT DESCRIPTION A. See Owner's General Provisions. 1.03 OWNER OCCUPANCY A. Owner intends to occupy the Project by the date stated in the Agreement as the contract completion date. B. Cooperate with Owner, adjacent property owner and adjacent construction project to minimize conflict and to facilitate operations of all parties involved. 1.04 CONTRACTOR USE OF SITE A. Construction Operations: Limited to areas noted on Drawings. 1. Locate and conduct construction activities in ways that will limit disturbance to site. B. Arrange use of site to allow: 1. Adjacent Work by Others. 2. Use of adjacent hotel's service and loading area by others. 3. See Owner's General Provisions for additional requirements. C. Provide access to and from site as required by law and by Owner: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 2. Do not obstruct roadways, sidewalks, or other public ways without permit. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 01 10 00

SUMMARY 01 10 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SUMMARY 01 10 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 23 00 ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. B. Procedures for pricing Alternates. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted Alternates will be identified in the Owner-Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.03 SCHEDULE OF ALTERNATES A. Alternate No. 1 - Provide Exposed Sand Matrix Concrete Paving in leiu of standard Portland Cement Concrete Pavement: 1. Base Bid Item: Section 32 13 13 - Portland Cement Concrete Pavement. 2. Alternate Item: Section 32 13 16.13 - Exposed Sand Matrix Concrete Paving. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 01 23 00

ALTERNATES 01 23 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

ALTERNATES 01 23 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Procedural requirements for proposed substitutions. 1.02 RELATED REQUIREMENTS A. See Owner's Instructions to Bidders for addition Substitution Requirements. B. Section 01 30 00 - Administrative Requirements: Submittal procedures, coordination. C. Section 01 60 00 - Product Requirements: Fundamental product requirements, product options, delivery, storage, and handling. 1.03 DEFINITIONS A. Substitutions: Changes from Contract Documents requirements proposed by Contractor to materials, products, assemblies, and equipment. 1. Substitutions for Cause: Proposed due to changed Project circumstances beyond Contractor's control. a. Unavailability. b. Regulatory changes. 2. Substitutions for Convenience: Proposed due to possibility of offering substantial advantage to the Project. a. Substitution requests offering advantages solely to the Contractor will not be considered. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS A. 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 provide same or equivalent maintenance service and source of replacement parts, as applicable. 4. 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. 5. Waives claims for additional costs or time extension that may subsequently become apparent. 6. Agrees to reimburse Owner and Architect for review or redesign services associated with re-approval by authorities. B. A Substitution Request for specified installer constitutes a representation that the submitter: 1. Has acted in good faith to obtain services of specified installer, but was unable to come to commercial, or other terms. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. Burden of proof is on proposer. 1. Note explicitly any non-compliant characteristics. D. Content: Include information necessary for tracking the status of each Substitution Request, and information necessary to provide an actionable response. 1. No specific form is required. Contractor's Substitution Request documentation must include the following: a. Project Information:

SUBSTITUTION PROCEDURES 01 25 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1) Official project name and number, and any additional required identifiers established in Contract Documents. 2) Owner's, Architect's, and Contractor's names. b. Substitution Request Information: 1) Discrete and consecutive Substitution Request number, and descriptive subject/title. 2) Indication of whether the substitution is for cause or convenience. 3) Issue date. 4) Reference to particular Contract Document(s) specification section number, title, and article/paragraph(s). 5) Description of Substitution. 6) Reason why the specified item cannot be provided. 7) Differences between proposed substitution and specified item. 8) Description of how proposed substitution affects other parts of work. c. Attached Comparative Data: Provide point-by-point, side-by-side comparison addressing essential attributes specified, as appropriate and relevant for the item: 1) Physical characteristics. 2) In-service performance. 3) Expected durability. 4) Visual effect. 5) Warranties. 6) Other salient features and requirements. 7) Include, as appropriate or requested, the following types of documentation: (a) Product Data: (b) Samples. (c) Certificates, test, reports or similar qualification data. (d) Drawings, when required to show impact on adjacent construction elements. d. Impact of Substitution: 1) Savings to Owner for accepting substitution. 2) Change to Contract Time due to accepting substitution. E. Limit each request to a single proposed substitution item. 1. Submit an electronic document, combining the request form with supporting data into single document. 3.02 SUBSTITUTION PROCEDURES DURING PROCUREMENT A. Owner will consider requests for substitutions only if submitted at least 10 days prior to the date for receipt of bids. 3.03 SUBSTITUTION PROCEDURES DURING CONSTRUCTION A. Submit request for Substitution for Cause within 14 days of discovery of need for substitution, but not later than 14 days prior to time required for review and approval by Architect, in order to stay on approved project schedule. B. Submit request for Substitution for Convenience within 14 days of discovery of its potential advantage to the project, but not later than 14 days prior to time required for review and approval by Architect, in order to stay on approved project schedule. 1. In addition to meeting general documentation requirements, document how the requested substitution benefits the Owner through cost savings, time savings, greater energy conservation, or in other specific ways. 2. Document means of coordinating of substitution item with other portions of the work, including work by affected subcontractors. 3. Bear the costs engendered by proposed substitution of: a. Owner's compensation to the Architect for any required redesign, time spent processing and evaluating the request. b. Other construction by Owner.

SUBSTITUTION PROCEDURES 01 25 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

c. Other unanticipated project considerations. C. Substitutions will not be considered under one or more of the following circumstances: 1. When they are indicated or implied on shop drawing or product data submittals, without having received prior approval. 2. Without a separate written request. 3. When acceptance will require revisions to the Contract Documents. 3.04 RESOLUTION A. Architect may request additional information and documentation prior to rendering a decision. Provide this data in an expeditious manner. B. Architect will notify Contractor in writing of decision to accept or reject request. 1. Architect's decision following review of proposed substitution will be noted on the submitted form. 3.05 ACCEPTANCE A. Accepted substitutions change the work of the Project. They will be documented and incorporated into work of the project by Change Order, Construction Change Directive, Architectural Supplementary Instructions, or similar instruments provided for in the Conditions of the Contract. 3.06 CLOSEOUT ACTIVITIES A. Include completed Substitution Request Forms as part of the Project record. Include both approved and rejected Requests. END OF SECTION 01 25 00

SUBSTITUTION PROCEDURES 01 25 00 - Page 3 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SUBSTITUTION PROCEDURES 01 25 00 - Page 4 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General administrative requirements. B. Electronic document submittal service. C. Preconstruction meeting. D. Progress meetings. E. Construction progress schedule. F. Contractor's daily reports. G. Progress photographs. H. Coordination drawings. I. Number of copies of submittals. J. Requests for Information (RFI) procedures. K. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Section 01 60 00 - Product Requirements: General product requirements. B. Section 01 70 00 - Execution and Closeout Requirements: Additional coordination requirements. C. Section 01 78 00 - Closeout Submittals: Project record documents; operation and maintenance data; warranties and bonds. 1.03 GENERAL ADMINISTRATIVE REQUIREMENTS A. Conform to requirements of Section 01 70 00 - Execution and Closeout Requirements for coordination of execution of administrative tasks with timing of construction activities. B. Make the following types of submittals to Architect: 1. Requests for Information (RFI). 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Design data. 6. Manufacturer's instructions and field reports. 7. Applications for payment and change order requests. 8. Coordination drawings. 9. Correction Punch List and Final Correction Punch List for Substantial Completion. 10. Closeout submittals. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ELECTRONIC DOCUMENT SUBMITTAL A. All documents transmitted for purposes of administration of the contract are to be in electronic (PDF) format and transmitted to the Architect as described in Instructions to Bidders. 1. Besides submittals for review, information, and closeout, this procedure applies to Requests for Information (RFIs), progress documentation, contract modification documents (e.g. supplementary instructions, change proposals, change orders), applications for payment, field reports and meeting minutes, Contractor's correction punchlist, and any other document any participant wishes to make part of the project record. 2. Contractor and Architect are required to use this service. ADMINISTRATIVE 01 30 00 - Page 1 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

3. It is Contractor's responsibility to submit documents in allowable format. 4. All other specified submittal and document transmission procedures apply, except that electronic document requirements do not apply to samples or color selection charts. B. Cost: The cost of the service is to be paid by Contractor; include the cost of the service in the Contract Sum. C. Submittal Service: Use one of the following: 1. Submittal Exchange (tel: 1-800-714-0024): www.submittalexchange.com. 2. EADOC LLC (tel: 1-877-305-3844): www.eadocsoftware.com. 3. Newforma Project Cloud: www.newformaprojectcloud.com. 4. Procore Technologies Inc.: www.procore.com. 3.02 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Architect. 3. Contractor. C. Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of subcontractors, list of products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract and Architect. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, Owner, participants, and those affected by decisions made. 3.03 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the work at maximum weekly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: 1. Contractor. 2. Owner. 3. Architect. 4. Special consultants. 5. Contractor's superintendent. 6. Major subcontractors. D. Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of RFIs log and status of responses. 7. Review of off-site fabrication and delivery schedules. 8. Maintenance of progress schedule. 9. Corrective measures to regain projected schedules. 10. Planned progress during succeeding work period. ADMINISTRATIVE 01 30 00 - Page 2 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

11. Coordination of projected progress. 12. Maintenance of quality and work standards. 13. Effect of proposed changes on progress schedule and coordination. 14. Other business relating to work. E. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, Owner, participants, and those affected by decisions made. 3.04 CONSTRUCTION PROGRESS SCHEDULE A. Within 10 days after date established in Notice to Proceed, submit preliminary schedule. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule every 14 days. 3.05 DAILY CONSTRUCTION REPORTS A. Include only factual information. Do not include personal remarks or opinions regarding operations and/or personnel. B. Prepare a daily construction report recording the following information concerning events at Project site and project progress: 1. Date. 2. High and low temperatures, and general weather conditions. 3. List of subcontractors at Project site. 4. List of separate contractors at Project site. 5. Approximate count of personnel at Project site. 6. Major equipment at Project site. 7. Material deliveries. 8. Safety, environmental, or industrial relations incidents. 9. Meetings and significant decisions. 10. Unusual events (submit a separate special report). 11. Stoppages, delays, shortages, and losses. Include comparison between scheduled work activities (in Contractor's most recently updated and published schedule) and actual activities. Explain differences, if any. Note days or periods when no work was in progress and explain the reasons why. 12. Emergency procedures. 13. Directives and requests of Authority(s) Having Jurisdiction (AHJ). 14. Change Orders received and implemented. 15. Testing and/or inspections performed. 16. List of verbal instruction given by Owner and/or Architect. 17. Signature of Contractor's authorized representative. 3.06 PROGRESS PHOTOGRAPHS A. Submit new photographs at least once a month, within 3 days after being taken. B. Maintain one set of all photographs at project site for reference; same copies as submitted, identified as such. C. Photography Type: Digital; electronic files. D. In addition to periodic, recurring views, take photographs of each of the following events: 1. Completion of site clearing. 2. Excavations in progress. 3. Foundations in progress and upon completion. 4. Structural framing in progress and upon completion. ADMINISTRATIVE 01 30 00 - Page 3 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

5. Enclosure of building, upon completion. 6. Final completion, minimum of ten (10) photos. E. Views: 1. Provide non-aerial photographs from four cardinal views at each specified time, until date of Substantial Completion. 2. Provide factual presentation. 3. Provide correct exposure and focus, high resolution and sharpness, maximum depth of field, and minimum distortion. F. Digital Photographs: 24 bit color, minimum resolution of 1024 by 768, in JPG format; provide files unaltered by photo editing software. 3.07 COORDINATION DRAWINGS A. Review drawings prior to submission to Architect. 3.08 REQUESTS FOR INTERPRETATION (RFI) A. Definition: A request seeking one of the following: 1. An interpretation, amplification, or clarification of some requirement of Contract Documents arising from inability to determine from them the exact material, process, or system to be installed; or when the elements of construction are required to occupy the same space (interference); or when an item of work is described differently at more than one place in the Contract Documents. 2. A resolution to an issue which has arisen due to field conditions and affects design intent. B. Whenever possible, request clarifications at the next appropriate project progress meeting, with response entered into meeting minutes, rendering unnecessary the issuance of a formal RFI. C. Preparation: Prepare an RFI immediately upon discovery of a need for interpretation of the Contract Documents. Failure to submit a RFI in a timely manner is not a legitimate cause for claiming additional costs or delays in execution of the work. 1. Prepare a separate RFI for each specific item. a. Review, coordinate, and comment on requests originating with subcontractors and/or materials suppliers. b. Do not forward requests which solely require internal coordination between subcontractors. 2. Prepare using software provided by the Electronic Document Submittal Service. D. Reason for the RFI: Prior to initiation of an RFI, carefully study all Contract Documents to confirm that information sufficient for their interpretation is definitely not included. 1. Unacceptable Uses for RFIs: Do not use RFIs to request the following:: a. Approval of submittals (use procedures specified elsewhere in this section). b. Approval of substitutions (see Section - 01 60 00 - Product Requirements) c. Changes that entail change in Contract Time and Contract Sum (comply with provisions of the Conditions of the Contract). d. Different methods of performing work than those indicated in the Contract Drawings and Specifications (comply with provisions of the Conditions of the Contract). 2. Improper RFIs: Requests not prepared in conformance to requirements of this section, and/or missing key information required to render an actionable response. They will be returned without a response, with an explanatory notation. 3. Frivolous RFIs: Requests regarding information that is clearly indicated on, or reasonably inferable from, the Contract Documents, with no additional input required to clarify the question. They will be returned without a response, with an explanatory notation. E. Content: Include identifiers necessary for tracking the status of each RFI, and information necessary to provide an actionable response. 1. Official Project name and number, and any additional required identifiers established in Contract Documents. 2. Discrete and consecutive RFI number, and descriptive subject/title. 3. Issue date, and requested reply date. ADMINISTRATIVE 01 30 00 - Page 4 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

4. Reference to particular Contract Document(s) requiring additional information/interpretation. Identify pertinent drawing and detail number and/or specification section number, title, and paragraph(s). 5. Annotations: Field dimensions and/or description of conditions which have engendered the request. 6. Contractor's suggested resolution: A written and/or a graphic solution, to scale, is required in cases where clarification of coordination issues is involved, for example; routing, clearances, and/or specific locations of work shown diagrammatically in Contract Documents. If applicable, state the likely impact of the suggested resolution on Contract Time or the Contract Sum. F. Attachments: Include sketches, coordination drawings, descriptions, photos, submittals, and other information necessary to substantiate the reason for the request. G. RFI Log: Prepare and maintain a tabular log of RFIs for the duration of the project. 1. Indicate current status of every RFI. Update log promptly and on a regular basis. 2. Note dates of when each request is made, and when a response is received. 3. Highlight items requiring priority or expedited response. 4. Highlight items for which a timely response has not been received to date. H. Review Time: Architect will respond and return RFIs to Contractor within 14 calendar days of receipt. For the purpose of establishing the start of the mandated response period, RFIs received after 12:00 noon will be considered as having been received on the following regular working day. 1. Response period may be shortened or lengthened for specific items, subject to mutual agreement, and recorded in a timely manner in progress meeting minutes. I. Responses: Content of answered RFIs will not constitute in any manner a directive or authorization to perform extra work or delay the project. If in Contractor's belief it is likely to lead to a change to Contract Sum or Contract Time, promptly issue a notice to this effect, and follow up with an appropriate Change Order request to Owner. 1. Response may include a request for additional information, in which case the original RFI will be deemed as having been answered, and an amended one is to be issued forthwith. Identify the amended RFI with an R suffix to the original number. 2. Do not extend applicability of a response to specific item to encompass other similar conditions, unless specifically so noted in the response. 3. Upon receipt of a response, promptly review and distribute it to all affected parties, and update the RFI Log. 4. Notify Architect within seven calendar days if an additional or corrected response is required by submitting an amended version of the original RFI, identified as specified above. 3.09 SUBMITTAL SCHEDULE A. Submit to Architect for review a schedule for submittals in tabular format. 1. Coordinate with Contractor's construction schedule and schedule of values. 2. Format schedule to allow tracking of status of submittals throughout duration of construction. 3. Arrange information to include scheduled date for initial submittal, specification number and title, submittal category (for review or for information), description of item of work covered, and role and name of subcontractor. 4. Account for time required for preparation, review, manufacturing, fabrication and delivery when establishing submittal delivery and review deadline dates. a. For assemblies, equipment, systems comprised of multiple components and/or requiring detailed coordination with other work, allow for additional time to make corrections or revisions to initial submittals, and time for their review. 3.10 NUMBER OF COPIES OF SUBMITTALS A. Electronic Documents: Submit one electronic copy in PDF format; an electronically-marked up file will be returned. Create PDFs at native size and right-side up; illegible files will be rejected. ADMINISTRATIVE 01 30 00 - Page 5 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

3.11 SUBMITTAL PROCEDURES A. General Requirements: 1. Use a single transmittal for related items. 2. Submit separate packages of submittals for review and submittals for information, when included in the same specification section. 3. Transmit using approved form. a. Use form generated by Electronic Document Submittal Service software. 4. Sequentially identify each item. For revised submittals use original number and a sequential numerical suffix. 5. Identify: Project; Contractor; subcontractor or supplier; pertinent drawing and detail number; and specification section number and article/paragraph, as appropriate on each copy. 6. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and Contract Documents. a. Submittals from sources other than the Contractor, or without Contractor's stamp will not be acknowledged, reviewed, or returned. 7. Deliver each submittal on date noted in submittal schedule, unless an earlier date has been agreed to by all affected parties, and is of the benefit to the project. a. Upload submittals in electronic form to Electronic Document Submittal Service website. 8. Schedule submittals to expedite the Project, and coordinate submission of related items. a. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. b. For sequential reviews involving Architect's consultants, Owner, or another affected party, allow an additional 7 days. 9. Identify variations from Contract Documents and product or system limitations that may be detrimental to successful performance of the completed work. 10. Provide space for Contractor and Architect review stamps. 11. When revised for resubmission, identify all changes made since previous submission. 12. Distribute reviewed submittals. Instruct parties to promptly report inability to comply with requirements. 13. Incomplete submittals will not be reviewed, unless they are partial submittals for distinct portion(s) of the work, and have received prior approval for their use. 14. Submittals not requested will be recognized, and will be returned "Not Reviewed", B. Product Data Procedures: 1. Submit only information required by individual specification sections. 2. Collect required information into a single submittal. 3. Submit concurrently with related shop drawing submittal. 4. Do not submit (Material) Safety Data Sheets for materials or products. C. Shop Drawing Procedures: 1. Prepare accurate, drawn-to-scale, original shop drawing documentation by interpreting the Contract Documents and coordinating related work. 2. Do not reproduce the Contract Documents to create shop drawings. 3. Generic, non-project-specific information submitted as shop drawings do not meet the requirements for shop drawings. D. Samples Procedures: 1. Transmit related items together as single package. 2. Identify each item to allow review for applicability in relation to shop drawings showing installation locations. 3. Include with transmittal high-resolution image files of samples to facilitate electronic review and approval. Provide separate submittal page for each item image. E. Shop Drawing Procedures: ADMINISTRATIVE 01 30 00 - Page 6 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1. Prepare accurate, drawn-to-scale, original shop drawing documentation by interpreting the Contract Documents and coordinating related Work. 2. Generic, non-project specific information submitted as shop drawings do not meet the requirements for shop drawings. F. Transmit each submittal with a copy of approved submittal form. G. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. H. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. I. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. J. Schedule submittals to expedite the Project, and coordinate submission of related items. K. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. L. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. M. Provide space for Contractor and Architect review stamps. N. When revised for resubmission, identify all changes made since previous submission. O. Distribute reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. P. Submittals not requested will not be recognized or processed. 3.12 SUBMITTAL REVIEW A. Submittals for Review: Architect will review each submittal, and approve, or take other appropriate action. B. Submittals for Information: Architect will acknowledge receipt, but will take no other action. C. Architect's actions will be reflected by marking each returned submittal using virtual stamp on electronic submittals. 1. Notations may be made directly on submitted items and/or listed on appended Submittal Review cover sheet. D. Architect's and consultants' actions on items submitted for review: 1. Authorizing purchasing, fabrication, delivery, and installation: a. "No Exceptions Taken", or language with same legal meaning. b. "Reviewed, make corrections noted", or language with same legal meaning. 1) At Contractor's option, submit corrected item, with review notations acknowledged and incorporated. 2. Not Authorizing fabrication, delivery, and installation: a. "Revise and Resubmit". 1) Resubmit revised item, with review notations acknowledged and incorporated. 2) Non-responsive resubmittals may be rejected. E. Architect's and consultants' actions on items submitted for information: 1. Items for which no action was taken: a. "Received" - to notify the Contractor that the submittal has been received for record only. 2. Items for which action was taken: a. "Reviewed" - no further action is required from Contractor. END OF SECTION 01 30 00

ADMINISTRATIVE 01 30 00 - Page 7 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

ADMINISTRATIVE 01 30 00 - Page 8 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Quality assurance. C. References and standards. D. Testing and inspection agencies and services. E. Control of installation. F. Mock-ups. G. Tolerances. H. Manufacturers' field services. I. Defect Assessment. 1.02 RELATED REQUIREMENTS A. Document 00 31 00 - Available Project Information: Soil investigation data. B. Section 01 21 00 - Allowances: Allowance for payment of testing services. C. Section 01 30 00 - Administrative Requirements: Submittal procedures. D. Section 01 42 16 - Definitions. E. Section 01 60 00 - Product Requirements: Requirements for material and product quality. 1.03 REFERENCE STANDARDS A. IAS AC89 - Accreditation Criteria for Testing Laboratories; 2010. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Design Data: Submit for Architect's knowledge and action as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Owner's information. 1. Include required product data and shop drawings. C. Test Reports: After each test/inspection, promptly submit PDF copies of report to Architect 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. Conformance with Contract Documents. k. When requested by Architect, provide interpretation of results. 2. Test report submittals are for Architect's knowledge as construction contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Owner's information. D. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect, in quantities specified for Product Data.

QUALITY REQUIREMENTS 01 40 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1. Indicate material or product conforms to 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 Architect. E. 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. F. Manufacturer's Field Reports: Submit reports for Architect's benefit as contract administrator or for Owner. 1. Submit report within 10 days of observation to Architect for information. 2. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 1.05 QUALITY ASSURANCE A. 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. 2. Submit copy of report of laboratory facilities inspection made by NIST Construction Materials Reference Laboratory during most recent inspection, with memorandum of remedies of any deficiencies reported by the inspection. 3. Qualification Statement: Provide documentation showing testing laboratory is accredited under IAS AC89. 1.06 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.07 TESTING AND INSPECTION AGENCIES AND SERVICES A. Owner will employ services of an independent testing agency to perform certain 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. Owner will employ and pay for services of an independent testing agency to perform other specified testing. C. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents.

QUALITY REQUIREMENTS 01 40 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as minimum quality for the work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK-UPS A. Before installing portions of the Work where mock-ups are required, construct mock-ups in location and size indicated for each form of construction and finish required to conform to the following requirements, using materials indicated for the completed Work. The purpose of mock-up is to demonstrate the proposed range of aesthetic effects and workmanship. B. Accepted mock-ups establish the standard of quality the Architect will use to judge the Work. C. Room Mock-ups: Construct room mock-ups as directed. Coordinate installation of materials, products, and assemblies as required in Specification Sections; finish according to requirements. Provide required lighting and any supplemental lighting where required to enable Owner and Architect to evaluate quality of the mock-up. D. Provide supervisory personnel who will oversee mock-up construction. Provide workers that will be employed during the construction at Project. E. Tests shall be performed under provisions identified in this section and identified in the respective product specification sections. F. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. G. Obtain Architect's approval of mock-ups before starting work, fabrication, or construction. 1. Architect will issue written comments within seven (7) working days of initial review and each subsequent follow up review of each mock-up. 2. Make corrections as necessary until Architect's approval is issued. H. Accepted mock-ups shall be a comparison standard for the remaining Work. I. Where mock-up has been accepted by Architect and is specified in product specification sections to be removed, protect mock-up throughout construction, remove mock-up and clear area when directed to do so by Architect. 3.03 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place.

QUALITY REQUIREMENTS 01 40 00 - Page 3 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

3.04 TESTING AND INSPECTION A. See individual specification sections for testing and inspection required. B. Testing Agency Duties: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or products. 6. Perform additional tests and inspections required by Architect. 7. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re-testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect. F. Re-testing required because of non-conformance to specified requirements shall be paid for by Contractor. 3.05 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect 30 days in advance of required observations. 1. Observer subject to approval of Owner. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.06 DEFECT ASSESSMENT A. Replace work or portions of the work not conforming to specified requirements.

QUALITY REQUIREMENTS 01 40 00 - Page 4 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

B. If, in the opinion of Owner, it is not practical to remove and replace the work, Owner will direct an appropriate remedy or adjust payment. END OF SECTION 01 40 00

QUALITY REQUIREMENTS 01 40 00 - Page 5 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

QUALITY REQUIREMENTS 01 40 00 - Page 6 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 41 00 REGULATORY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY OF REFERENCE STANDARDS A. Regulatory requirements applicable to this project are the following: B. 28 CFR 35 - Nondiscrimination on the Basis of Disability in State and Local Government Services; Final Rule; Department of Justice; current edition. C. 28 CFR 36 - Nondiscrimination by Public Accommodations and in Commercial Facilities; Final Rule; Department of Justice; current edition. D. 36 CFR 1191 - Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines; current edition. E. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. F. 29 CFR 1910 - Occupational Safety and Health Standards; current edition. G. State of Indiana amendments to some or all of the following. H. ICC A117.1 - Accessible and Usable Buildings and Facilities; 2009. I. Building Code: 2014 Indiana Building Code, Comprised of 2012 International Building Code and 675 IAC 13-2.6. J. Fire Code: 2014 Indiana Fire Code, Comprised of 2012 International Fire Code and 675 IAC 22-2.5 K. Plumbing Code: 2012 Indiana Plumbing Code, Comprised of 2006 International Plumbing Code and 675 IAC 16-1.4. L. Mechanical Code: 2014 Indiana Mechanical Code, Comprised of 2012 International Mechanical Code and 675 IAC 18-1.6. M. Electrical Code: 2009 Indiana Electrical Code, Comprised of 2008 NFPA 70 and 675 IAC 17-1.8 N. Elevator Code: 2011 Indiana Elevator Safety Code. O. Energy Code: 2010 Indiana Energy Conservation Code, Comprised of ASHRAE 90.1 and 675 IAC 19.3. 1.02 RELATED REQUIREMENTS A. Section 01 40 00 - Quality Requirements. 1.03 QUALITY ASSURANCE A. Contractor's Designer Qualifications: Refer to Section - 01 40 00 - Quality Requirements. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 01 41 00

REGULATORY REQUIREMENTS 01 41 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

REGULATORY REQUIREMENTS 01 41 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 42 16 DEFINITIONS PART 1 GENERAL 1.01 SUMMARY A. This section supplements the definitions contained in the General Conditions. B. Other definitions are included in individual specification sections. 1.02 DEFINITIONS A. Furnish: To supply, deliver, unload, and inspect for damage. B. Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, start up, and make ready for use. C. Product: Material, machinery, components, equipment, fixtures, and systems forming the work result. Not materials or equipment used for preparation, fabrication, conveying, or erection and not incorporated into the work result. Products may be new, never before used, or re-used materials or equipment. D. Project Manual: The book-sized volume that includes the procurement requirements (if any), the contracting requirements, and the specifications. E. Provide: To furnish and install. F. Supply: Same as Furnish. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 01 42 16

DEFINITIONS 01 42 16 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

DEFINITIONS 01 42 16 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary sanitary facilities. C. Temporary Controls: Barriers, enclosures, and fencing. D. Vehicular access and parking. E. Waste removal facilities and services. 1.02 REFERENCE STANDARDS A. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2018. 1.03 TEMPORARY UTILITIES A. See Owner's Instructions to Contractors for additional construction water requirements. B. Provide and pay for all electrical power, lighting, and water required for construction purposes. C. Use trigger-operated nozzles for water hoses, to avoid waste of water. 1.04 TEMPORARY SANITARY FACILITIES A. See Owner's Instructions to Contractors for sanitary accommodation requirements. 1.05 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide barricades and covered walkways required by governing authorities for public rights-of-way and for public access to existing building. C. Provide protection for plants designated to remain. Replace damaged plants. D. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.06 FENCING A. Construction: Commercial grade chain link fence. B. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.07 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Coordinate access and haul routes with governing authorities and Owner. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. 1.08 WASTE REMOVAL A. Provide containers with lids. Remove trash from site as required. B. If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. C. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids.

TEMPORARY FACILITIES AND 01 50 00 - Page 1 CONTROLS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1.09 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Date of Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 01 50 00

TEMPORARY FACILITIES AND 01 50 00 - Page 2 CONTROLS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Re-use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations. F. Procedures for Owner-supplied products. 1.02 RELATED REQUIREMENTS A. Section 01 25 00 - Substitution Procedures: Substitutions made during and after the Bidding/Negotiation Phase. B. Section 01 40 00 - Quality Requirements: Product quality monitoring. 1.03 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. B. Unforeseen historic items encountered remain the property of the Owner; notify Owner promptly upon discovery; protect, remove, handle, and store as directed by Owner. C. Existing materials and equipment indicated to be removed, but not to be re-used, relocated, reinstalled, delivered to the Owner, or otherwise indicated as to remain the property of the Owner, become the property of the Contractor; remove from site. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. DO NOT USE products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2. Containing lead, cadmium, asbestos. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named.

PRODUCT REQUIREMENTS 01 60 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

PART 3 EXECUTION 3.01 SUBSTITUTION LIMITATIONS A. See Section 01 25 00 - Substitution Procedures. B. See Owner's Instructions to Bidders for additional substitution requirements. C. Architect will consider requests for substitutions only within 30 days after date established in Notice to Proceed. D. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. E. A request for substitution 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. 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. F. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. G. Substitution Submittal Procedure (after contract award): 1. Submit PDF copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. Architect will notify Contractor in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Package products for shipment in manner to prevent damage; for equipment, package to avoid loss of factory calibration. B. If special precautions are required, attach instructions prominently and legibly on outside of packaging. C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product.

PRODUCT REQUIREMENTS 01 60 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

E. For exterior storage of fabricated products, place on sloped supports above ground. F. Exterior storage of fabricated products is not permitted. G. Provide bonded off-site storage and protection when site does not permit on-site storage or protection. H. Protect products from damage or deterioration due to construction operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. I. Comply with manufacturer's warranty conditions, if any. J. Do not store products directly on the ground. K. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. L. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. M. Prevent contact with material that may cause corrosion, discoloration, or staining. N. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. O. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 01 60 00

PRODUCT REQUIREMENTS 01 60 00 - Page 3 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

PRODUCT REQUIREMENTS 01 60 00 - Page 4 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition. C. Pre-installation meetings. D. Cutting and patching. E. Surveying for laying out the work. F. Cleaning and protection. G. Starting of systems and equipment. H. Demonstration and instruction of Owner personnel. I. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. J. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 10 00 - Summary: Limitations on working in existing building; continued occupancy; work sequence; identification of salvaged and relocated materials. B. Section 01 30 00 - Administrative Requirements: Submittals procedures. C. Section 01 40 00 - Quality Requirements: Testing and inspection procedures. D. Section 01 50 00 - Temporary Facilities and Controls: Temporary exterior enclosures. E. Section 01 78 00 - Closeout Submittals: Project record documents, operation and maintenance data, warranties . F. Individual Product Specification Sections: 1. Advance notification to other sections of openings required in work of those sections. 2. Limitations on cutting structural members. 1.03 REFERENCE STANDARDS A. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2013. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. On request, submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit surveys and survey logs for the project record. C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 6. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration.

EXECUTION AND CLOSEOUT 01 70 00 - Page 1 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

d. Description of proposed work and products to be used. e. Alternatives to cutting and patching. f. Effect on work of Owner or separate Contractor. g. Written permission of affected separate Contractor. h. Date and time work will be executed. D. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.05 QUALIFICATIONS A. For surveying work, employ a land surveyor registered in the State of Indiana and acceptable to Architect. 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, B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in the State of Indiana. Employ only individual(s) trained and experienced in establishing and maintaining horizontal and vertical control points necessary for laying out construction work on project of similar size, scope and/or complexity. C. For design of temporary shoring and bracing, employ a Professional Engineer experienced in design of this type of work and licensed in the State of Indiana. 1.06 PROJECT CONDITIONS A. Use of explosives is not permitted. B. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. C. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. D. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. E. 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. F. 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. 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. G. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1. At All Times: Excessively noisy tools and operations will not be tolerated on site anywhere at any time of day except when explicitly allowed by Owner; excessively noisy includes jackhammers and pile drivers. 2. Outdoors: Limit conduct of especially noisy exterior work to the hours of 8 am to 5 pm. H. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. 1. Pest Control Service: Weekly treatments. I. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. J. 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.

EXECUTION AND CLOSEOUT 01 70 00 - Page 2 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1.07 COORDINATION A. 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. B. Notify affected utility companies and comply with their requirements. C. 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. D. 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. E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of work of separate sections. G. 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. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 60 00 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. 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. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond.

EXECUTION AND CLOSEOUT 01 70 00 - Page 3 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Architect of any discrepancies discovered. C. Contractor shall locate and protect survey control and reference points. D. Control datum for survey is that established by Owner provided survey. E. Protect survey control points prior to starting site work; preserve permanent reference points during construction. F. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. G. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. H. Utilize recognized engineering survey practices. I. Establish a minimum of two permanent bench marks on site, referenced to established control points. Record locations, with horizontal and vertical data, on project record documents. J. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. 3. Building foundation, column locations, ground floor elevations. K. Periodically verify layouts by same means. L. Maintain a complete and accurate log of control and survey work as it progresses. M. On completion of foundation walls and major site improvements, prepare a certified survey illustrating dimensions, locations, angles, and elevations of construction and site work. 3.05 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. EXECUTION AND CLOSEOUT 01 70 00 - Page 4 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non-conforming work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. D. Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 84 00, to full thickness of the penetrated element. I. Patching: 1. 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. 2. Match color, texture, and appearance. 3. 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. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site daily and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Protect work from spilled liquids. If work is exposed to spilled liquids, immediately remove protective coverings, dry out work, and replace protective coverings. G. 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.

EXECUTION AND CLOSEOUT 01 70 00 - Page 5 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

H. Prohibit traffic from landscaped areas. I. Remove protective coverings when no longer needed; reuse or recycle coverings if possible. 3.09 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect 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 representative 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. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.10 DEMONSTRATION AND INSTRUCTION A. Demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. B. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. C. Provide a qualified person who is knowledgeable about the Project to perform demonstration and instruction of Owner's personnel. D. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 3.11 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. B. Testing, adjusting, and balancing HVAC systems: See Section 23 05 93 - Testing, Adjusting, and Balancing for HVAC. 3.12 FINAL CLEANING A. Each contractor shall execute final cleaning of their work prior to Punch List . 1. Construction Manager will final clean areas to be occupied by Owner prior to final completion before Owner occupancy. B. Use cleaning materials that are nonhazardous. C. 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. D. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. E. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. F. Replace filters of operating equipment.

EXECUTION AND CLOSEOUT 01 70 00 - Page 6 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

G. Clean debris from roofs, gutters, downspouts, scuppers, overflow drains, area drains, and drainage systems. H. Clean site; sweep paved areas, rake clean landscaped surfaces. I. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.13 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Architect and Owner. B. Notify Architect when work is considered ready for Architect's Substantial Completion inspection. C. 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 Architect's Substantial Completion inspection. D. Conduct Substantial Completion inspection and create Final Correction Punch List containing Architect's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Architect. E. Correct items of work listed in Final Correction Punch List and comply with requirements for access to Owner-occupied areas. F. Notify Architect when work is considered finally complete and ready for Architect's Substantial Completion final inspection. G. Complete items of work determined by Architect listed in executed Certificate of Substantial Completion. 3.14 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 01 70 00

EXECUTION AND CLOSEOUT 01 70 00 - Page 7 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

EXECUTION AND CLOSEOUT 01 70 00 - Page 8 REQUIREMENTS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 01 78 00 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 70 00 - Execution and Closeout Requirements: Contract closeout procedures. C. Individual Product Sections: Specific requirements for operation and maintenance data. D. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress.

CLOSEOUT SUBMITTALS 01 78 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. Source Data: For each product or system, list names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. 2. Information for re-ordering custom manufactured products. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Moisture protection and weather-exposed products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance, and repair. D. Additional information as specified in individual product specification sections. E. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. C. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed.

CLOSEOUT SUBMITTALS 01 78 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

D. Include color coded wiring diagrams as installed. E. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions. F. 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. G. Provide servicing and lubrication schedule, and list of lubricants required. H. Include manufacturer's printed operation and maintenance instructions. I. Include sequence of operation by controls manufacturer. J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. K. Provide control diagrams by controls manufacturer as installed. L. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. M. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. N. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. O. Include test and balancing reports. P. Additional Requirements: As specified in individual product specification sections. 3.05 ASSEMBLY OF OPERATION AND MAINTENANCE MANUALS A. Assemble operation and maintenance data into durable manuals for Owner's personnel use, with data arranged in the same sequence as, and identified by, the specification sections. B. Where systems involve more than one specification section, provide separate tabbed divider for each system. C. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Project Directory: Title and address of Project; names, addresses, and telephone numbers of Architect, Consultants, Contractor and subcontractors, with names of responsible parties. F. Tables of Contents: List every item separated by a divider, using the same identification as on the divider tab; where multiple volumes are required, include all volumes Tables of Contents in each volume, with the current volume clearly identified. G. Dividers: Provide tabbed dividers for each separate product and system; identify the contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment. H. Text: Manufacturer's printed data, or typewritten data on 20 pound paper. I. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. J. Arrangement of Contents: Organize each volume in parts as follows: 1. Project Directory. 2. Table of Contents, of all volumes, and of this volume. 3. Operation and Maintenance Data: Arranged by system, then by product category. a. Source data. b. Product data, shop drawings, and other submittals. c. Operation and maintenance data.

CLOSEOUT SUBMITTALS 01 78 00 - Page 3 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

d. Field quality control data. e. Photocopies of warranties and bonds. 4. Design Data: To allow for addition of design data furnished by Architect or others, provide a tab labeled "Design Data" and provide a binder large enough to allow for insertion of at least 20 pages of typed text. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION 01 78 00

CLOSEOUT SUBMITTALS 01 78 00 - Page 4 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Design and Construction: Concrete foundations and anchor bolts for pre-engineered structure. B. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 10 73 00 - Freestanding Metal Canopy Structure. B. Section 32 13 13 - Concrete Paving: Walks, ramp and steps. 1.03 REFERENCE STANDARDS A. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials; 2010 (Reapproved 2015). B. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; 1991 (Reapproved 2009). C. ACI 211.2 - Standard Practice for Selecting Proportions for Structural Lightweight Concrete; 1998 (Reapproved 2004). D. ACI 301 - Specifications for Structural Concrete; 2016. E. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000 (Reapproved 2009). F. ACI 305R - Guide to Hot Weather Concreting; 2010. G. ACI 306R - Guide to Cold Weather Concreting; 2016. H. ACI 308R - Guide to External Curing of Concrete; 2016. I. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; 2014 (Errata 2017). J. ACI 347R - Guide to Formwork for Concrete; 2014. K. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement; 2016. L. ASTM A767/A767M - Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement; 2016. M. ASTM A1064/A1064M - Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete; 2017. N. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2016, with Editorial Revision (2016). O. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2018. P. ASTM C94/C94M - Standard Specification for Ready-Mixed Concrete; 2017a. Q. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or (50-mm) Cube Specimens); 2016a. R. ASTM C143/C143M - Standard Test Method for Slump of Hydraulic-Cement Concrete; 2015a. S. ASTM C150/C150M - Standard Specification for Portland Cement; 2018. T. ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2016. U. ASTM C260/C260M - Standard Specification for Air-Entraining Admixtures for Concrete; 2010a (Reapproved 2016).

CAST-IN-PLACE CONCRETE 03 30 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

V. ASTM C330/C330M - Standard Specification for Lightweight Aggregates for Structural Concrete; 2017a. W. ASTM C827/C827M - Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures; 2016. X. ASTM C881/C881M - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete; 2015. Y. ASTM C1059/C1059M - Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete; 2013. Z. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink); 2014a. AA. ICRI 310.2R - Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays, and Concrete Repair; 2013. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Submit manufacturers' data on manufactured products showing compliance with specified requirements and installation instructions. C. Design Data: Submit comprehensive structural analysis of design for the specified loads. Stamp and sign calculations by professional engineer. D. Designer's Qualification Statement. E. Mix Design: Submit proposed concrete mix design. 1. Indicate proposed mix design complies with requirements of ACI 301, Section 4 - Concrete Mixtures. F. Manufacturer's Installation Instructions: For concrete accessories, indicate installation procedures and interface required with adjacent construction. G. Project Record Documents: Accurately record actual locations of embedded utilities and components that will be concealed from view upon completion of concrete work. 1.05 QUALITY ASSURANCE A. Designer Qualifications: Perform design under direct supervision of a Professional Engineer experienced in design of this type of work and licensed in the State of Indiana. 1. Conform to applicable code for submission of design calculations and reviewed shop and erection drawings as required for acquiring permits. 2. Cooperate with regulatory agency or authorities having jurisdiction (AHJ), and provide data as requested. B. Perform work of this section in accordance with ACI 301 and ACI 318. 1. Maintain one copy of each document on site. C. Follow recommendations of ACI 305R when concreting during hot weather. D. Follow recommendations of ACI 306R when concreting during cold weather. PART 2 PRODUCTS 2.01 FORMWORK A. Formwork Design and Construction: Comply with guidelines of ACI 347R to provide formwork that will produce concrete complying with tolerances of ACI 117. B. 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. Earth Cuts: Do not use earth cuts as forms for vertical surfaces. Natural rock formations that maintain a stable vertical edge may be used as side forms. 3. Form Coating: Release agent that will not adversely affect concrete.

CAST-IN-PLACE CONCRETE 03 30 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

4. Form Ties: Cone snap type that will leave no metal within 1-1/2 inches of concrete surface. 2.02 REINFORCEMENT MATERIALS A. Reinforcing Steel: ASTM A615/A615M, Grade 60 (60,000 psi). 1. Type: Deformed billet-steel bars. 2. Finish: Galvanized in accordance with ASTM A767/A767M, Class I, unless otherwise indicated. B. Steel Welded Wire Reinforcement (WWR): Galvanized, plain type, ASTM A1064/A1064M. 1. Form: Flat Sheets. 2. WWR Style: 4 x 8-W6 x W10. C. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage, 0.0508 inch. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 3. Provide stainless steel, galvanized, plastic, or plastic coated steel components for placement within 1-1/2 inches of weathering surfaces. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150/C150M, Type I - Normal Portland type. 1. Acquire cement for entire project from same source. B. Fine and Coarse Aggregates: ASTM C33/C33M. 1. Acquire aggregates for entire project from same source. C. Lightweight Aggregate: ASTM C330/C330M. D. Water: Clean and not detrimental to concrete. 2.04 ADMIXTURES A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. B. Air Entrainment Admixture: ASTM C260/C260M. 2.05 ACCESSORY MATERIALS A. Non-Shrink Cementitious Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents. 1. Grout: Comply with ASTM C1107/C1107M. 2. Height Change, Plastic State; when tested in accordance with ASTM C827/C827M: a. Maximum: Plus 4 percent. b. Minimum: Plus 1 percent. 3. Minimum Compressive Strength at 48 Hours, ASTM C109/C109M: 2,000 pounds per square inch. 4. Minimum Compressive Strength at 28 Days, ASTM C109/C109M: 7,000 pounds per square inch. 5. Products containing aluminum powder are not permitted. 2.06 BONDING AND JOINTING PRODUCTS A. Latex Bonding Agent: Non-redispersable acrylic latex, complying with ASTM C1059/C1059M, Type II. B. Epoxy Bonding System: 2.07 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Proportioning Structural Lightweight Concrete: Comply with ACI 211.2 recommendations. C. 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.

CAST-IN-PLACE CONCRETE 03 30 00 - Page 3 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1. For trial mixtures method, employ independent testing agency acceptable to Architect for preparing and reporting proposed mix designs. D. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended or required by manufacturer. E. Normal Weight Concrete: 1. Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days: 3,000 pounds per square inch. 2. Water-Cement Ratio: Maximum 40 percent by weight. 3. Total Air Content: 4 percent, determined in accordance with ASTM C173/C173M. 4. Maximum Slump: 3 inches. 5. Maximum Aggregate Size: 5/8 inch. F. Structural Lightweight Concrete: 1. Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days: 3,000 pounds per square inch. 2. Total Air Content: 3 percent, determined in accordance with ASTM C173/C173M. 3. Maximum Slump: 3 inches. 4. Maximum Aggregate Size: 5/8 inch. 2.08 MIXING A. Transit Mixers: Comply with ASTM C94/C94M. 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 and free of rust before applying release agent. C. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. D. Prepare existing concrete surfaces to be repaired according to ICRI 310.2R. E. Where new concrete is to be bonded to previously placed concrete, prepare existing surface by cleaning and applying bonding agent in according to bonding agent manufacturer's instructions. 1. Use epoxy bonding system for bonding to damp surfaces, for structural load-bearing applications, and where curing under humid conditions is required. 2. Use latex bonding agent only for non-load-bearing applications. F. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non-shrink grout. 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. 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. B. Install welded wire reinforcement in maximum possible lengths, and offset end laps in both directions. Splice laps with tie wire. 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. 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Notify Architect not less than 24 hours prior to commencement of placement operations.

CAST-IN-PLACE CONCRETE 03 30 00 - Page 4 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

C. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. D. Ensure reinforcement, inserts, and embedded parts will not be disturbed during concrete placement. E. Place concrete continuously without construction (cold) joints wherever possible; where construction joints are necessary, before next placement prepare joint surface by removing laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure water jetting. 3.05 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inch or more in height. C. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1/4 inch or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive, not more than 24 hours after form removal. 3.06 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 seven days. C. Formed Surfaces: Cure by moist curing with forms in place for full curing period. 3.07 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01 40 00 - Quality Requirements. B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to inspection and 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. Compressive Strength Tests: ASTM C39/C39M, for each test, mold and cure three concrete test cylinders. Obtain test samples for every 100 cubic yards or less of each class of concrete placed. F. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. G. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C143/C143M. 3.08 PROTECTION A. Do not permit traffic over unprotected concrete floor surface until fully cured. END OF SECTION 03 30 00

CAST-IN-PLACE CONCRETE 03 30 00 - Page 5 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

CAST-IN-PLACE CONCRETE 03 30 00 - Page 6 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 04 01 00 MAINTENANCE OF MASONRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Removal and reinstallation of existing brick masonry. B. Repointing mortar joints. 1.02 QUALITY ASSURANCE A. Comply with provisions of TMS 402/602, except where exceeded by requirements of the contract documents. B. Restorer: Company specializing in masonry restoration with minimum five years of documented experience. 1.03 FIELD CONDITIONS A. Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work. B. Maintain materials and surrounding air temperature to maximum 90 degrees F prior to, during, and 48 hours after completion of masonry work. PART 2 PRODUCTS 2.01 MORTAR MATERIALS A. Match existing. 2.02 MASONRY MATERIALS A. Brick: Reuse existing. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces to be repointed are ready for work of this section. 3.02 PREPARATION A. Protect surrounding elements from damage due to restoration procedures. B. Carefully remove and store removable items located in areas to be restored, including fixtures, fittings, and accessories; reinstall upon completion. C. Separate areas to be protected from restoration areas using means adequate to prevent damage. D. Cover existing landscaping with tarpaulins or similar covers. E. Mask immediately adjacent surfaces with material that will withstand cleaning and restoration procedures. 3.03 REBUILDING A. Cut away loose or unsound adjoining masonry to provide firm and solid bearing for new work. B. Build in reclaimed units following procedures for new work specified in other section(s). C. Mortar Mix: Colored and proportioned to match existing work. D. Ensure that anchors are correctly located and built in. E. Install built in masonry work to match and align with existing, with joints and coursing true and level, faces plumb and in line. Build in all openings, accessories and fittings. 3.04 REPOINTING A. Perform repointing prior to cleaning masonry surfaces. B. Cut out loose or disintegrated mortar in joints to minimum 1/2 inch depth or until sound mortar is reached.

MAINTENANCE OF MASONRY 04 01 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

C. Use power tools only after test cuts determine no damage to masonry units will result. D. Do not damage masonry units. E. When cutting is complete, remove dust and loose material by brushing. F. Premoisten joint and apply mortar. Pack tightly in maximum 1/4 inch layers. Form a smooth, compact concave joint to match existing. G. Moist cure for 72 hours. 3.05 CLEANING A. Immediately remove stains, efflorescence, or other excess resulting from the work of this section. B. Remove excess mortar, smears, and droppings as work proceeds and upon completion. C. Clean surrounding surfaces. END OF SECTION 04 01 00

MAINTENANCE OF MASONRY 04 01 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 05 52 00 ALUMINUM HANDRAILS AND RAILINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. Free-standing railings at steps and ramp. 1.02 RELATED REQUIREMENTS A. Section 03 30 00 - Cast-in-Place Concrete: Placement of anchors in concrete. B. Section 32 13 13 - Concrete Paving: Walks, Ramp and Steps. 1.03 REFERENCE STANDARDS A. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. B. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. C. ASTM B211 - Standard Specification for Aluminum and Aluminum-Alloy Rolled or Cold Finished Bar, Rod, and Wire; 2012. D. ASTM B211M - Standard Specification for Aluminum and Aluminum-Alloy Rolled or Cold-Finished Bar, Rod, and Wire (Metric); 2012. E. ASTM B241/B241M - Standard Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube; 2016. F. ASTM B429/B429M - Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube; 2010e1. G. ASTM B483/B483M - Standard Specification for Aluminum and Aluminum-Alloy Drawn Tubes for General Purpose Applications; 2013, with Editorial Revision (2014). H. ASTM E935 - Standard Test Methods for Performance of Permanent Metal Railing Systems and Rails for Buildings; 2013, with Editorial Revision. I. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). J. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. 2. Include the design engineer's seal and signature on each sheet of shop drawings. C. Samples: Submit two, 6 inch long samples of handrail. Submit two samples of elbow, Tee, wall bracket, escutcheon, and end stop. D. Designer's Qualification Statement. E. Fabricator's Qualification Statement. 1.05 QUALITY ASSURANCE A. Structural Designer Qualifications: Professional Structural Engineer experienced in design of this work and licensed in the State of Indiana, or personnel under direct supervision of such an engineer. B. Welder Qualifications: Show certification of welders employed on the Work, verifying AWS qualification within the previous 12 months. C. Fabricator Qualifications:

ALUMINUM HANDRAILS AND 05 52 00 - Page 1 RAILINGS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1. A company specializing in manufacturing products specified in this section, with not less than ten years of documented experience. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Handrails and Railings: 1. Alumi-Guard: www.alumi-guard.com/sle. 2. C.R. Laurence Company, Inc: www.crl-arch.com/sle. 3. Hansen Architectural Systems, Inc. 4. Kee Safety, Inc: www.keesafety.com. 5. KaneSterling: www.sterlingdula.com. 6. Superior Aluminum Products, Inc; Series 500: www.superioraluminum.com/#sle. 7. The Wagner Companies: www.wagnercompanies.com. 8. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 RAILINGS - GENERAL REQUIREMENTS A. Design, fabricate, and test railing assemblies in accordance with the most stringent requirements of ASTM E985 and applicable local code. B. Distributed Loads: Design railing assembly, wall rails, and attachments to resist distributed force of 75 pounds per linear foot applied to the top of the assembly and in any direction, without damage or permanent set. Test in accordance with ASTM E935. C. Concentrated Loads: Design railing assembly, wall rails, and attachments to resist a concentrated force of 200 pounds applied at any point on the top of the assembly and in any direction, without damage or permanent set. Test in accordance with ASTM E935. D. Allow for expansion and contraction of members and building movement without damage to connections or members. E. Dimensions: See drawings for configurations and heights. 1. Handrails: 1-1/2 inch diameter, round. 2. Posts: 1-1/2 inches square. 3. Balusters: 1/2 inch square solid bar. F. Provide anchors and other components as required to attach to structure, made of same materials as railing components unless otherwise indicated; where exposed fasteners are unavoidable provide flush countersunk fasteners. 1. For anchorage to concrete, provide inserts to be cast into concrete, for welding anchors. 2. For anchorage to masonry, provide brackets to be embedded in masonry, for welding anchors. 3. Posts: Provide adjustable flanged brackets. G. Provide welding fittings to join lengths, seal open ends, and conceal exposed mounting bolts and nuts, including but not limited to elbows, T-shapes, splice connectors, flanges, escutcheons, and wall brackets. 2.03 ALUMINUM MATERIALS A. Aluminum Pipe: Schedule 40; ASTM B429/B429M, ASTM B241/B241M, or ASTM B483/B483M. B. Aluminum Tube: Minimum wall thickness of 0.127 inch; ASTM B429/B429M, ASTM B241/B241M, or ASTM B483/B483M. C. Solid Bars and Flats: ASTM B211 (ASTM B211M). D. Welding Fittings: No exposed fasteners; cast aluminum. E. Straight Splice Connectors: Welding collars; cast aluminum. F. Exposed Fasteners: No exposed bolts or screws.

ALUMINUM HANDRAILS AND 05 52 00 - Page 2 RAILINGS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

2.04 FABRICATION A. Accurately form components to suit specific project conditions and for proper connection to building structure. B. Fit and shop assemble components in largest practical sizes for delivery to site. C. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. D. Welded Joints: 1. Exterior Components: Continuously seal joined pieces by continuous welds. Drill condensate drainage holes at bottom of members at locations that will not encourage water intrusion. 2. Interior Components: Continuously seal joined pieces by continuous welds. 3. 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. Install continuous plastic handrail cover. Heat weld joints and trim smooth. 2.05 ALUMINUM FINISHES A. High Performance Organic Coating System: AAMA 2604 multiple coat, thermally cured fluoropolymer system. B. Color: To be selected by Architect from manufacturer's full line. C. Touch-Up Materials: As recommended by coating manufacturer for field application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip aluminum where site welding is required. B. Supply items required to be cast into concrete with setting templates, for installation as work of other sections. C. Apply one coat of bituminous paint to concealed aluminum surfaces that will be in contact with cementitious or dissimilar materials. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install components plumb and level, accurately fitted, free from distortion or defects, with tight joints. C. Install railings in compliance with ADA Standards for accessible design at applicable locations. D. Anchor railings securely to structure. E. Field weld anchors as indicated on shop drawings. Touch-up welds with primer. Grind welds smooth. F. Conceal anchor bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per floor level, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out-of-Position: 1/4 inch. END OF SECTION 05 52 00

ALUMINUM HANDRAILS AND 05 52 00 - Page 3 RAILINGS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

ALUMINUM HANDRAILS AND 05 52 00 - Page 4 RAILINGS September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, gutters, and downspouts. B. Sealants for joints within sheet metal fabrications. 1.02 RELATED REQUIREMENTS A. Section 08 45 00 - Translucent Wall and Roof Panels. B. Section 10 73 00 - Free Standing Metal Canopy Structure. 1.03 REFERENCE STANDARDS A. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. B. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2014. C. ASTM B209M - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate (Metric); 2014. D. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2018. E. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 2007, with Editorial Revision (2012). F. CDA A4050 - Copper in Architecture - Handbook; current edition. G. SMACNA (ASMM) - Architectural Sheet Metal Manual; 2012. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. 1.06 QUALITY ASSURANCE A. Perform work in accordance with SMACNA (ASMM) and CDA A4050 requirements and standard details, except as otherwise indicated. 1.07 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. B. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Pre-Finished Aluminum: ASTM B209 (ASTM B209M); 20 gage, (0.032 inch) thick; plain finish shop pre-coated with fluoropolymer coating. 1. Fluoropolymer Coating: High Performance Organic Finish, AAMA 2604; multiple coat, thermally cured fluoropolymer finish system. 2. Color: As selected by Architect from manufacturer's full colors. 2.02 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners.

SHEET METAL FLASHING AND 07 62 00 - Page 1 TRIM September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

D. Form material with flat lock seams, except where otherwise indicated; at moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. E. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. F. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. G. Fabricate flashings to allow toe to extend 2 inches over roofing edge. Return and brake edges. 2.03 GUTTER AND DOWNSPOUT FABRICATION A. Gutters: SMACNA (ASMM), Rectangular profile. B. Downspouts: Rectangular profile. C. Gutters and Downspouts: Size for rainfall intensity determined by a storm occurrence of 1 in 10 years in accordance with SMACNA (ASMM). D. Accessories: Profiled to suit gutters and downspouts. 1. Anchorage Devices: Type recommended by fabricator. E. Downspout Extenders: Same material and finish as downspouts. F. Seal metal joints. 2.04 ACCESSORIES A. Fasteners: Galvanized steel, with soft neoprene washers. B. Primer: Zinc chromate type. C. Protective Backing Paint: Zinc molybdate alkyd. D. Concealed Sealants: Non-curing butyl sealant. E. Exposed Sealants: ASTM C920; elastomeric sealant, with minimum movement capability as recommended by manufacturer for substrates to be sealed; color to match adjacent material. F. Plastic Cement: ASTM D4586/D4586M, Type I. PART 3 EXECUTION 3.01 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Install surface mounted reglets true to lines and levels, and seal top of reglets with sealant. C. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. 3.02 INSTALLATION A. Conform to drawing details. B. Secure flashings in place using concealed fasteners, and use exposed fasteners only where permitted.. C. Apply plastic cement compound between metal flashings and felt flashings. D. Fit flashings tight in place; make corners square, surfaces true and straight in planes, and lines accurate to profiles. E. Seal metal joints watertight. F. Secure gutters and downspouts in place with concealed fasteners. G. Slope gutters 1/4 inch per 10 feet, minimum. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for field inspection requirements. B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. END OF SECTION 07 62 00 SHEET METAL FLASHING AND 07 62 00 - Page 2 TRIM September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SHEET METAL FLASHING AND 07 62 00 - Page 3 TRIM September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SHEET METAL FLASHING AND 07 62 00 - Page 4 TRIM September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 08 45 00 TRANSLUCENT WALL AND ROOF ASSEMBLIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Supported aluminum framed vertical and sloped glazing system. 1.02 RELATED REQUIREMENTS A. Section 07 62 00 - Sheet Metal Flashings and Trim. B. Section 10 73 00 - Freestanding Metal Canopy Structure. 1.03 REFERENCE STANDARDS A. AAMA CW-DG-1 - Aluminum Curtain Wall Design Guide Manual; 1996 (R2005). B. AAMA CW-10 - Care and Handling of Architectural Aluminum From Shop to Site; 2015. C. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. D. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. E. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. F. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2017. G. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2017. H. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2014. I. ASTM B209M - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate (Metric); 2014. J. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2014. K. ASTM B221M - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes (Metric); 2013. L. ASTM E330/E330M - Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference; 2014. M. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (Reapproved 2016). 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide component dimensions, describe components within assembly, anchorage and fasteners, panel configuration, internal drainage details. C. Shop Drawings: Indicate system dimensions, framed opening requirements and tolerances, affected related Work, weep drainage network, expansion and contraction joint location and details, and field welding required. D. Samples: Submit two samples, 12 x 12 inch in size, illustrating prefinished aluminum surface, specified panel with skins, glazing materials illustrating edge and corner. E. Design Data: Show structural and physical characteristics, engineering calculations, and dimensional limitations. TRANSLUCENT WALL AND 08 45 00 - Page 1 ROOF ASSEMBLIES September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

F. Test Reports: Submit substantiating engineering data, test results of previous tests which purport to meet performance criteria, and other supportive data. G. Installation Data: Special installation requirements. H. Designer's Qualification Statement. I. Manufacturer's Qualification Statement. J. Installer's Qualification Statement. 1.06 QUALITY ASSURANCE A. Perform work in accordance with AAMA CW-DG-1. 1. Maintain one copy on project site. B. Designer Qualifications: Design structural support framing components under direct supervision of a Professional Engineer experienced in design of this work and licensed in the State of Indiana. C. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than five years of documented experience. D. Installer Qualifications: Company specializing in performing the work of this section with at least five years of documented experience and approved by manufacturer. 1.07 MOCK-UP A. Provide fiull size mock-up, 12 feet long by 10 feet wide, include translucent panels, intermediate mullion. Assemble to illustrate component assembly including glazing materials, weep drainage system, attachments, anchors, and perimeter sealant. B. Locate where directed. C. Mock-up may remain as part of the Work. 1.08 DELIVERY, STORAGE, AND HANDLING A. Handle work of this section in accordance with AAMA CW-10. B. Protect prefinished aluminum surfaces with wrapping; do not use adhesive papers or sprayed coatings that bond when exposed to sunlight or weather. 1. Puncture wrappings at ends for ventilation. 1.09 FIELD CONDITIONS A. Do not install sealants when ambient temperature is less than 40 degrees F. B. Maintain this minimum temperature during and after installation of sealants. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: 1. Sloped Roof Panel Systems: CPI Daylighting, Inc.; Pentaglas 12mm Translucent Panel System in U-Lite standing seam aluminum frames. 2. Verticle Wind Screen Wall Panel System: CPI Daylighting, Inc.; 4mm monolithic polycarbonate panels in U-Lite standing seam aluminum frames. B. Other Acceptable Cellular Plastic Panel Translucent Wall and Roof Assemblies Manufacturers: 1. Duo-Gard Industries, Inc: www.duo-gard.com. 2. Plazit Polygal, the Plastic Sheets Group: www.polygal-northamerica.com/sle. 3. SABIC Innovative Plastics US LLC: www.sabic.com/sfs/#sle. 4. Wasco Skylights - Part of the VELUX Group: www.wascoskylights.com/#sle. 5. Substitutions: See Section 01 60 00 - Product Requirements.

TRANSLUCENT WALL AND 08 45 00 - Page 2 ROOF ASSEMBLIES September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

2.02 PERFORMANCE REQUIREMENTS A. System Design: Design and size components to withstand dead loads and live loads caused by snow, hail, and positive and negative wind loads acting on plane of panel without damage or permanent set. 1. Design Loads: Calculate in accordance with applicable code. 2. Measure performance in accordance with ASTM E330/E330M, using test load of 1.5 times the design wind pressure and 10 second duration of maximum load. B. Seismic Loads: Design and size components to withstand seismic loads and sway displacement as calculated in accordance with applicable code. C. Deflection: Limit mullion deflection to 3/4 inch with full recovery of glazing materials. D. Water Leakage: None, when measured in accordance with ASTM E331 at a test pressure difference of 2.86 lbf/sq ft. E. Expansion / Contraction: System to provide for expansion and contraction within system components caused by a cycling temperature range of 170 degrees F over a 12 hour period without causing detrimental effect to system components. F. System Internal Drainage: Drain water entering joints, condensation occurring in framing system, or migrating moisture occurring within system, to the exterior by a weep drainage network. G. Fabricate to prevent vibration harmonics, thermal movement transmitted to other building elements, and loosening, weakening, or fracturing of attachments or components of system. 2.03 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221M). B. Sheet Aluminum: ASTM B209 (ASTM B209M). C. Sheet Steel: Hot-dipped galvanized steel sheet, ASTM A653/A653M, with G90/Z275 coating. D. Steel Sections: ASTM A36/A36M; shaped to suit mullion sections. E. Fasteners: Stainless steel. 2.04 COMPONENTS A. Translucent Roof System: Extruded plastic cellular panels, with supplementary support framing, shop fabricated, factory prefinished, battens, cap strips, related flashings, anchorage and attachment devices. B. Translucent Wall System: Monolithic panels, with supplementary support framing, shop fabricated, factory prefinished, battens, cap strips, related flashings, anchorage and attachment devices. C. Panels: Monolithic and extruded cellular polycarbonate, color as selected by Architect. 1. Type: Standing seam panel. D. Support Framing: Extruded aluminum of profile and size as determined by manufacturer. E. Battens, Cover Strips, Cover Plates, and Integral Flashings: Extruded aluminum, to suit location and application; sized to rigidly retain panels in place. F. Flashings: Prefinished aluminum, color as selected by architect, secured with concealed fastening method. G. Weather Seals: To suit application; non-bleeding; non-staining. H. Sealant for Within Translucent Assembly: As required by manufacturer. I. Sill Flashing Sealant: Elastomeric, silicone or polyurethane, and compatible with flashing material. 2.05 FABRICATION A. Fabricate system components with minimum clearances and shim spacing around perimeter of assembly, and ensure proper installation and dynamic movement of perimeter seals. TRANSLUCENT WALL AND 08 45 00 - Page 3 ROOF ASSEMBLIES September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

B. Accurately fit and secure joints and corners. Make joints flush, hairline, and weatherproof. C. Prepare components to receive fabricated anchor devices. D. Locate fasteners and attachments to ensure concealment from view. E. Reinforce framing members for external imposed loads. 2.06 FINISHES A. High Performance Organic Coatings: AAMA 2604; multiple coats, thermally cured fluoropolymer system. B. Pigmented Organic Coatings: AAMA 2603; polyester or acrylic baked enamel finish. C. Color: To be selected by Architect from manufacturer's full range. D. Touch-Up Materials: As recommended by coating manufacturer for field application. E. Concealed Steel Items: 1. Galvanized in accordance with requirements of ASTM A123/A123M. 2. Primed with iron oxide paint. F. Apply one coat of bituminous paint to concealed aluminum and steel surfaces in contact with cementitious or dissimilar materials. PART 3 EXECUTION 3.01 EXAMINATION A. Verify dimensions, tolerances, and method of attachment with other work. B. Verify wall openings and adjoining air barrier and vapor retarder materials are ready to receive work of this section. 3.02 INSTALLATION A. Install translucent panel system with cells vertical in accordance with manufacturer instructions. B. Attach to structure to permit sufficient adjustment to accommodate construction tolerances and other irregularities. C. Provide alignment attachments and shims to permanently fasten system to building structure. D. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances and align with adjacent work. 3.03 TOLERANCES A. Maximum Variation from Plumb: 0.06 inches every 3 ft non-cumulative or 0.5 inches per 100 ft, whichever is less. B. Maximum Misalignment of Two Adjoining Members Abutting in Plane: 1/32 inch. C. Sealant Space Between Panel System Members and Adjacent Construction: Maximum of 3/4 inch and minimum of 1/4 inch. 3.04 FIELD QUALITY CONTROL A. Provide the services of the manufacturer's field representative to observe installation and make report. B. Inspection will monitor quality of installation and glazing. 3.05 CLEANING A. Remove protective material from prefinished aluminum surfaces. B. Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean wiping cloths; remove dirt from corners and wipe surfaces clean. 3.06 PROTECTION A. Protect finished work from damage until Date of Substantial Completion. END OF SECTION 08 45 00

TRANSLUCENT WALL AND 08 45 00 - Page 4 ROOF ASSEMBLIES September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 10 73 26 FREESTANDING METAL WALKWAY CANOPY STRUCTURE PART 1 GENERAL 1.01 SECTION INCLUDES A. Design and Construction: Freestanding shop fabricated metal canopy structure. 1.02 RELATED REQUIREMENTS A. Section 03 30 00 - Cast-in-Place Concrete: Concrete footings. B. Section 07 62 00 - Sheet Metal Flashings and Trims: Gutters and Downspouts. C. Section 08 45 00 - Translucent Wall and Roof Assemblies. 1.03 REFERENCE STANDARDS A. AISC 303 - Code of Standard Practice for Steel Buildings and Bridges; 2016. B. ASCE 7 - Minimum Design Loads and Associated Criteria for Buildings and Other Structures; Most Recent Edition Cited by Referring Code or Reference Standard. C. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. D. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength; 2014 (Editorial 2017). E. ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013. F. ASTM A572/A572M - Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel; 2015. G. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink); 2014a. H. ASTM E2950 - Standard Specification for Metal Canopy Systems; 2014. I. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs; 2017. J. ASTM F3125/F3125M - Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi (830 MPa) and 150 ksi (1040 MPa) Minimum Tensile Strength, Inch and Metric Dimensions; 2015a. K. AWS D1.1/D1.1M - Structural Welding Code - Steel; 2015, with Errata (2016). 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Submit product data sheets, including material descriptions and finishes, and preparation instructions and recommendations. C. Shop Drawings: Prior to commencement of fabrication, submit detailed shop drawings, showing profiles, sections of components, finishes, and fastening details. D. Design Data: Submit comprehensive structural analysis of design for the specified loads. Stamp and sign calculations by professional engineer. E. Designer's Qualification Statement. F. Manufacturer's Qualification Statement. G. Erector's Qualification Statement. H. Warranty Documentation: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer.

FREESTANDING METAL 10 73 26 - Page 1 WALKWAY CANOPY STRUCTURE September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

1.05 QUALITY ASSURANCE A. Designer Qualifications: Perform design under direct supervision of a Professional Engineer experienced in design of this type of work and licensed in the State of Indiana. 1. Conform to applicable code for submission of design calculations and reviewed shop and erection drawings as required for acquiring permits. 2. Cooperate with regulatory agency or authorities having jurisdiction (AHJ), and provide data as requested. B. Perform work in accordance with AISC 303. 1. Maintain one copy on site. C. Manufacturer Qualifications: Company specializing in the manufacture of products similar to those required for this project. 1. Not less than five years of documented experience. D. Erector Qualifications: Company specializing in performing the work of this section. 1. Not less than five years of documented experience and approved by canopy manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to project site ready for erection. B. Package using methods that prevent damage during shipping and storage on site. C. Store materials under cover and elevated above grade. 1.07 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Metal Canopies: Correct defective work within a two year period after Date of Substantial Completion. C. Finish Warranty: Provide manufacturer's ten year warranty on factory finish against cracking, peeling, and blistering. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Metal Canopies: Basis of Design: Poligon by Porter Corp; Covered Walkway Cantilever (CWC). B. Other Acceptable Manufacturers: 1. Austin Mohawk, Inc: www.austinmohawk.com/#sle.; 2. CPI Daylighting, Inc. 3. Duo-Gard: www.duo-gard.com. 4. Madison Industries: www.madisonind.com. 5. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 METAL CANOPIES A. Shop Fabricated Metal Canopy 1. Pre-engineered system complying with ASTM E2950. 2. Design and fabricate metal canopy system to resist wind, snow, live, and seismic loads without failure, damage, or permanent deflection in accordance with ASCE 7: a. Loads: In compliance with local building codes. 3. Thermal Movement: Design canopy system to accommodate thermal movement caused by ambient temperature range of 120 degrees F and surface temperature range of 180 degrees F without buckling, failure of joint seals, undue stress on fasteners or other detrimental effects on assembly components. B. Configuration: Column layout, canopy clearance, fascia profile, and roof covering design as indicated on drawings.

FREESTANDING METAL 10 73 26 - Page 2 WALKWAY CANOPY STRUCTURE September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

2.03 COMPONENTS A. Structural Steel Framing: 1. Columns: ASTM A500/A500M, Grade B, round or rectangular tubing, sized to suit project design load requirements. 2. Base and Top Plates: ASTM A36/A36M, with pre-drilled bolt holes. 3. Beams: Wide flange, ASTM A572/A572M, Grade 50. 4. Other Structural Steel Members: ASTM A36/A36M. B. Covering: Translucent wall and roof panels as specified in Section 08 45 00. C. Anchor Bolts: ASTM A307 or ASTM A572/A572M, formed with bent shank, assembled with template for casting into concrete. 1. Minimum exposed thread of 7 inches above footing and 23 inch minimum embedment. 2. Provide nuts and washers as required for column leveling and plumbing. D. Concrete Footings: Refer to Section 03 30 00 for additional requirements. E. Exposed Gutters and Downspouts: Galvanized steel with baked enamel finish, color to match canopy covering, manufacturer's recommended size for canopy specified. 1. Refer to Section 07 62 00 for additional requirements. 2.04 SHOP FABRICATION A. Provide a complete system ready for erection at project site. B. Shop fabricate to the greatest extent possible; disassemble if necessary for shipping. C. Perform welding in accordance with AWS D1.1/D1.1M. D. Fabricate connections for bolt, nut, and washer connectors. 2.05 FINISHES A. Structural Steel Framing: 1. Powder Coat over Galvanized: Poli-5000 Powder Coat over hot dip galvanizing. 2. Powder Coat Finish Color: As selected by Architect from manufacturer's full range. 2.06 ACCESSORIES A. Structural Bolts: ASTM F3125/F3125M, Grade A325, minimum 3/4 inch diameter. B. Trim, Closure Pieces, and Flashings: Same material, thickness and finish as sheet metal decking; factory-fabricated to required profiles. 1. Exposed Fasteners: Not permitted. C. Grout: ASTM C1107/C1107M; Non-shrink; premixed compound consisting of non-metallic aggregate, cement, water-reducing and plasticizing agents. D. Fasteners, Non-Structural: ASTM F593 stainless steel or ASTM A307 carbon steel. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates and site area for conditions that might prevent satisfactory installation. B. Verify that foundation, electrical utilities, and placed anchors are in correct position. C. Verify that bearing surfaces are ready to receive this work. D. Do not proceed with installation until all conditions are satisfactory. 3.02 INSTALLATION - FRAMING A. Erect framing in accordance with AISC 303. B. Provide for erection and wind loads. Provide temporary bracing to maintain structure plumb and in alignment until completion of erection and installation. C. Set column base plates with non-shrink grout to achieve full plate bearing. D. Fasten columns to anchor bolts. FREESTANDING METAL 10 73 26 - Page 3 WALKWAY CANOPY STRUCTURE September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

E. Do not field cut or alter structural members without approval. F. After erection, prime welds, abrasions, and surfaces not shop primed. 3.03 INSTALLATION - CANOPY COVERING A. Install in accordance with manufacturer's instructions. B. Fasten metal decking to steel support members, aligned level and plumb. C. Install fascia panels, trim, and flashing. D. Separate dissimilar metals using concealed bituminous paint. E. Touch-up damaged finish coating using material provided by manufacturer to match original coating. 3.04 TOLERANCES A. Maximum Variation from Level: Plus/Minus 1/8 inch. 3.05 CLEANING A. Clean surfaces of dust and debris; follow manufacturer's cleaning instructions for the finish used. 3.06 PROTECTION A. Protect canopy after installation to prevent damage due to other work until Date of Substantial Completion. END OF SECTION 10 73 26

FREESTANDING METAL 10 73 26 - Page 4 WALKWAY CANOPY STRUCTURE September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

SECTION 26 05 05 CONCRETE PADS AND CURBS

PART 1: GENERAL

1.01 WORK INCLUDED

Furnish and install cast-in-place concrete pads and curbs for equipment where shown on the drawings and as specified herein.

1.02 SUBMITTALS

Submit complete shop and setting drawings in accordance with Specifications Section 26 05 01, General Provisions.

PART 2: PRODUCTS

2.01 CONCRETE FORMWORK

A. Design criteria: conform to tables for form design in APA Form V345, including strength.

B. Lumber: construction standard grade.

C. Plywood: exterior type softwood plywood, PS 1.

D. Ties: carbon steel, snap ties, 1" breakback, 1/4" maximum diameter.

E. Form coatings: non-staining

F. Form Joint Tape: closed cell foam.

2.02 CONCRETE REINFORCEMENT

A. Materials

1. Bars: deformed billet steel: ASTM A615, Grade 40. 2. Wire: a. Cold drawn steel: ASTM A82 b. Deformed steel: ASTM A496 3. Tie Wire: FS-QQ-W-461, annealed steel, black 16 gauge, min. 4. Welding Electrodes: AWS A5.1, low hydrogen, E70 Series. 5. Splice Devices: sized to develop 125% of yield strength of bar. 6. Bar supports: conform to "Bar Support Specifications", CRSI Manual of Standard Practice, Chapter 3. 7. Wire Fabric: welded steel, ASTM A195

B. Placement: Set reinforcing accurately and tie all items securely.

C. Pin all interior pads and curbs to floor slabs, with dowels or bars (exception: do not pin to post tensioned slabs).

CONCRETE PADS AND CURBS 26 05 05 – Page 1 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

2.03 EXPANSION AND CONTRACTION JOINTS

A. Joint Filler: Pre-molded, treated, non-bituminous, non-extruding wood fiber in concrete color and compatible with specified sealants. Filler shall conform to the performance requirements of ASTM D1752, Type 1.

B. Acceptable Manufacturers

1. Everlastic 2. Rescor 3. Homex 300 4. Sponge Rubber 5. Williams Products 6. W.R. Meadows 7. Homasote 8. Construction Gaskets

2.04 CAST-IN-PLACE CONCRETE

A. Interior: 4000 PSI, ready mix, to conform to ASTM C94.

B. Exterior and Below Grades: 4000 PSI with 4% - 6% air entrainment.

C. Slump: 5 inch maximum, tolerance, zero plus and minus 2 inches.

D. Concrete shall be thoroughly consolidated without honeycombed finish surface.

E. Provide 1" chamfered edges on perimeter of all pads.

2.05 CONCRETE FINISHING

A. Interior Pads 1. Provide smooth (floated) sides and top. 2. Grind smooth all chamfered edges

B. Exterior Pads 1. Provide smooth (troweled) sides 2. Provide broom finish top 3. Grind smooth all chamfered edges

2.06 CONCRETE CURING

A. Apply concrete curing compound only at exposed slab.

B. Acceptable Manufacturers

1. Curetox - Toch Brothers 2. Sealtight AR-30C - W.R. Meadows 3. Promulsion 100 - Protex

PART 3: EXECUTION

CONCRETE PADS AND CURBS 26 05 05 – Page 2 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.01 INSTALLATION

A. Provide 3-1/2" (Nominal 4") concrete housekeeping pads under all floor mounted Electrical Equipment.

B. Coordinate location and size of pads with other concerned contractors.

C. Expansion joints will not be permitted to cross limits of a piece of equipment.

D. Concrete pad shall extend 6" past all sides of equipment.

E. For exterior pads, all preparation and grading is the responsibility of the Electrical Contractor. Pad preparation includes, grading, leveling, stone backfill, reseeding as necessary for a completely installed pad.

END OF SECTION

CONCRETE PADS AND CURBS 26 05 05 – Page 3 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

THIS PAGE IS LEFT INTENTIONALLY BLANK

CONCRETE PADS AND CURBS 26 05 05 – Page 4 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

SECTION 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1: GENERAL

1.01 RELATED WORK SPECIFIED ELSEWHERE A. Raceways and Boxes: Section 26 05 33

PART 2: PRODUCTS

2.01 WIRE AND CABLE (UP TO 600 VOLTS)

A. UL Standards: UL 44 and UL 83.

B. Insulation: color coded thermoplastic type rated 600 volts, 75 degree C except where otherwise noted.

C. Conductors: soft drawn copper.

D. Conductors #10 and Smaller 1. For final connections to motors, light fixtures and all locations where vibration or movement is present use Class B, stranded conductors. 2. For all other locations use solid conductors. Stranded conductors may be used on #12 and #10 wire, provided terminations under screw terminals are made using insulated spade connectors such as "Sta-Con" or other approved equivalent connectors.

E. Conductors #8 and larger: double braid, Class B concentric stranded per ASTM B8.

F. Minimum Wire Size: General #12; Over 100' #10; Over 200' #8; Control #14; Signal #18 or as detailed in appropriate section of the specifications and/or as shown on the drawings. Contractor shall adjust wire sizes to insure that voltage drop in branch circuits does not exceed 3 percent to the farthest outlet and that the maximum total voltage drop in both feeder and branch circuits does not exceed 5 percent to the farthest outlet. Contractor shall adjust wire sizes to insure that voltage drop in branch circuits does not exceed 3 percent to the farthest outlet and that the maximum total voltage drop in both feeder and branch circuits does not exceed 5 percent to the farthest outlet.

G. Aluminum Wire: contractor may use cable with compressed aluminum conductors in lieu of copper conductors for sizes #1 AWG and larger provided that: 1. All lugs or terminals used are approved for use with aluminum conductors and are of the compression type and are increased in size as necessary to accommodate larger conductor size.

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19 – Page 1 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

2. All lugs or terminals are sized to accept increased size of conductors accounting for voltage drop. 3. All terminations are treated with an anti-oxidizing compound similar to Burndy Penetrox or Penn Union CUAL Acid. 4. Sizes of conductors and conduits are increased to provide equivalent amperage and conduit fill indicated by copper conductors specified. 5. Aluminum may only be used on AWG #1 and larger, provided no splices are used. 6. Copper wiring is used for all branch circuit wiring from panelboards/load centers.

H. Types and Uses (unless otherwise specified or indicated on the drawings). All conduit sizing is based on Type THWN and THHN. (Conduits may need to be increased in size if other wiring is selected). 1. Feeders and service entrance conductors: THWN or THW 2. Power circuits above 40 amps: THWN or THW (#8 or larger) 3. Branch lighting, receptacles and small power circuits: THWN (#10 and #12) 4. Branch circuits in wiring channels of continuous rows of fluorescent lighting fixtures: THHN or THWN 5. Direct burial feeders and branch circuits: UF 6. Control Wiring: MTW (#18 and #16)

I. Wire Tags: Main and feeder cables shall be tagged in all pull boxes, wireways and wiring gutters of panels. Tags shall identify wire or cable number and/or equipment served as shown on the drawings. Tags shall be of flame resisting adhesive material, T & B Type WSL or approved equal.

2.02 CABLE LUGS AND TAPS

A. Large Cables (No. 8 and larger)

1. Use compression type connectors, taps and splices specifically designed for the particular connection; insulated splice "Bakelite" covers designed to fit around splice. Mechanical lugs approved for use with copper cables only. 2. Manufacturers: Burndy Engineering Co., Inc. Thomas & Betts, or approved equal.

B. Branch Circuit Wires (No. 10 and smaller): Use any of the following type of terminals and connecting devices.

1. Hand applied: coiled tapered, spring wound devices with a conducting corrosion-resistant coating over the spring steel and a plastic covered and skirt providing full insulation for splice and wire ends. Screw connector on by hand. Manufacturers: Ideal Industries "Wing Nut"; Thomas & Betts "Piggy"; 3M Company "Scotchlok"; or approved equal. 2. Tool applied: steel cap with conducting and corrosion-resistant metallic plating, open at both ends, fitted around the twisted ends of the wire and compressed or crimped by means of a special die designed for the purpose. Specially fitted plastic or rubber insulating cover wrap over each connector. Manufacturer: Thomas & Betts "Staken"; Ideal Industries "No. 410 Crimp Connector" and "Wrap-Cap"; Buchanan; Burndy; or approved equal.

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19 – Page 2 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

2.03 CABLE SUPPORTS IN RISERS

Clamping devices employing insulating wedges at code required locations or as indicated. O.Z. Type S or approved equal.

2.04 ELECTRICAL INSULATING TAPE

A. Tape shall be specially designed for use as an insulating tape.

B. Manufacturers: Scotch #23 (rubber), Scotch #33 (plastic) or equal by Johns-Manville; Minnesota Mining.

2.05 MANUFACTURERS

Southwire, Rome Carroll, American, Okonite, Encore, Pirelli, AFC Cable Systems or approved equal.

PART 3: EXECUTION

3.01 INSTALLATION

A. Run all wire in approved conduit, unless otherwise specified, shown on the drawings or directed.

B. Run all wires of same circuit in same conduit. Maximum number of current carrying conductors in conduit shall be six.

C. No wire to be pulled until conduit installation is complete.

D. Pull no thermoplastic insulated wire if temperature is lower than 33°F.

E. Use approved pull-in compound (similar to Wire-Lube or Y-Er-Ease) to facilitate pulling of wire. Grease or oil not permitted.

F. Splice and connect wires only in readily accessible boxes.

G. Care shall be exercised when installing wire so as not to injure the conductor insulation. Lubricating compounds, recommended by the cable manufacturer, may be used when pulling wire or cable.

H. Bending radius and maximum pull tension of any insulated wire or cable shall not exceed the limits recommended by the Manufacturer.

I. Splices shall not be permitted except for lighting and as shown on the drawings. After splicing, insulation tape equal to that on the spliced wire shall be applied to each splice but not less than two (2) layers of rubber tape covered by two (2) layers of plastic tape.

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19 – Page 3 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.02 WIRE AND CABLE IDENTIFICATION

A. Color code wire #10, #12 and #14 AWG as follows: 208V/120V 480V/277V 1. Phase A Black Brown 2. Phase B Red Orange 3. Phase C Blue Yellow 4. Neutral White or Gray Gray 5. Ground Green Green with Yellow stripes B. Identify control wires at terminations with numbers shown on the Control Drawings.

C. Train and lace wiring inside equipment and panelboards with plastic tie wraps for a neat appearance.

D. Make all spare wires in cabinets or panelboards of adequate length for connections. Terminate with insulating tape and tag.

E. Factory color code all cables.

F. Circuit/panel identification

1. Provide identification of all panel and motor feeder cables and control wires in pull boxes and at terminations. 2. Use flameproof cloth, vinyl plastic or aluminum foil markers for labels wrapped around wire. 3. Mark tags on power cables with panel and circuit name in black on a yellow background. 4. Mark tags on control wires with terminal numbers and circuit name in black on a yellow background. 5. Use pre-printed markers with protective coatings wherever possible. Use only black India ink or permanent write-on markers. 6. Manufacturer: Brady Slip on Markers

3.03 WIRE CONNECTIONS AND DEVICES

A. Thoroughly clean wires before installing lugs and connectors, so that joint will carry full capacity of conductors without perceptible temperature rise.

B. Use lugs or connectors of sufficient size to enclose all strands of conductors.

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19 – Page 4 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.04 PULL CABLES

Insert nylon pulling cable with carbon dioxide, compressed air or vacuum.

3.05 277 VOLT LIGHTING AND 480 VOLT CIRCUITS

A. Test cables with 1000 volt megger between phases and between each phase and ground, with test maintained until readings are steady for three minutes. Readings to be equivalent to the manufacturer's specifications and similar readings not to deviate more than 5%.

B. Tests must be conducted in the presence of the Owner's representative.

END OF SECTION

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19 – Page 5 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

THIS PAGE IS LEFT INTENTIONALLY BLANK

LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19 – Page 6 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

SECTION 26 05 26 GROUNDING AND BONDING

PART 1: GENERAL

1.01 RELATED WORK SPECIFIED ELSEWHERE

A. Raceways and Boxes: Section 26 05 33

B. Low Voltage Electrical Power Conductors and Cables: Section 26 05 19

PART 2: PRODUCTS

2.01 GENERAL

A. Entire installation to be grounded and bonded in accordance with requirements of Article 250 of the National Electrical Code (NEC).

B. Equipment grounding shall be provided for, but not limited to, the following items:

1. Panelboard tubs, switchboard frames, transformers and electrical structures. 2. All motor frames that are not otherwise effectively insulated from ground. 3. Enclosure for motor controllers and safety switches. 4. Raised computer floor support pedestals. 5. All metal objects with 10'-0" of a swimming pool.

C. Provide code size grounding conductor in all conduits and raceways.

D. An equipment bonding jumper shall be used to connect the grounding terminal of a grounding type receptacle to a grounded box.

E. All grounding type receptacles are to have grounding slot connected to green ground conductor.

2.02 EQUIPMENT GROUND

A. Existing telephone and electrical grounds shall be maintained at all times. Temporary ground shall be made during any transition period affecting grounding capability.

B. Provide C.O. ground bus in tele/data equipment rooms with 3/0 MCM, "THW" grounded electrode conductor extended back to AC ground.

GROUNDING AND BONDING 26 05 26 – Page 1 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

2.03 AC SYSTEM GROUND

A. Ground system shall consists of 3 ground rods in triangle pattern or in a straight line 12'-0" apart. All ground rods shall be 3/4" diameter, 8'-0" sectional, Copperweld Blackburn, Penn Union or Weaver rods driven to a depth required to obtain ground resistance stated below.

B. In addition to the triangle pattern ground rod system, ground to the street side of the water meter using OZ-Gedney Type 'BJ' Jumper, to foundation rebar, and to building steel as required by the NEC. After the ground system has been installed, but before it is fully covered, it shall be tested and shall be modified as required to obtain the ground resistance specified.

PART 3: EXECUTION

3.01 GENERAL

A. All grounding system connections shall be made using a thermoweld process similar to "Cadweld" and Thermoweld or a high pressure (non-reversible) compression type system similar to Burdy "Hyground".

B. Test resistance to ground of ground system or grounding network at point where equipment, raceways and conductors are to be connected. Value of this resistance to ground shall not exceed 5 ohms and shall be measured from ground being tested to the system ground rod driven into the earth.

C. Ground system tests shall be performed by qualified testing concern normally employed in this field using nationally acceptable test instruments. All test reports shall be certified and shall be submitted to the Engineer for review.

D. Bond conduits at panels per NEC.

E. No equipment rated at more than 150 volts to ground shall be grounded in a manner which will permit the building steel to provide the only return path for ground fault currents.

F. Grounding wire run below grade shall be buried 18" deep (minimum).

G. All contact surfaces shall be thoroughly clean and bright, before connection are made, to insure making good electrical contact.

H. Each feeder conduit shall have all joints made with conductive, waterproof joint compound as Sherwin Williams "Zink Clad", T & B "Kopr/Shield" or approved equal.

GROUNDING AND BONDING 26 05 26 – Page 2 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.02 GROUNDING SYSTEMS TESTS

A. Visual and Mechanical Inspection: Inspect ground system for compliance with plans and specifications.

B. Electrical Tests

1. Perform 3-point fall-of-potential test per IEEE Standard No. 81, Section 9.04 on the main grounding electrode of system. 2. Perform the 2-point method test per IEEE No. 81, Section 9.03 to determine the ground resistance between the main grounding system and all major electrical equipment frames, system neutral and/or derived neutral points. 3. Alternate Method to 2 above: Perform ground continuity test between main ground system and equipment frame, system neutral and/or derived neutral point. This test shall be made by passing a minimum of ten amperes DC current between ground reference system and the ground point to be tested. Voltage drop shall be measured and resistance calculated by voltage drop method.

C. Test Values: The main ground electrode system resistance to ground should be no greater than five ohms.

END OF SECTION

GROUNDING AND BONDING 26 05 26 – Page 3 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

THIS PAGE IS LEFT INTENTIONALLY BLANK

GROUNDING AND BONDING 26 05 26 – Page 4 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

SECTION 26 05 33 RACEWAYS AND BOXES

PART 1: GENERAL

1.01 RELATED WORK SPECIFIED ELSEWHERE

A. Low Voltage Electrical Power Conductors and Cables: Section 26 05 19

1.02 PENETRATIONS

Penetrations of fire rated walls, floors, roofs and ceiling will be sealed with rated fire stops by General Contractor.

1.03 WORK INCLUDED

A. Furnished all labor, materials and equipment necessary to provide all sleeves and anchors as shown on the drawings.

B. Any and all penetrations of below grade walls with conduit shall be protected by a sleeve with water sealing assemblies.

PART 2: PRODUCTS

2.01 METALLIC TYPE CONDUITS

A. Rigid Galvanized Steel (RGS): UL 6 and ASA C80.1 Full weight mild galvanized or sheradized steel pipe of standard pipe dimensions; with screwed fittings. Bushing shall be malleable iron. Bushings 1-1/4" and larger shall be insulated throat and grounding lug.

B. Rigid-Aluminum-Heavy Wall Type (RA): Heavy Wall aluminum pipe of standard pipe dimension.

C. Intermediate Metal Conduit (IMC): UL 242, Lighter weight galvanized or sheradized steel pipe of standard pipe dimension with full weight screwed fittings. Bushings shall be malleable iron. Bushings 1-1/4" and larger shall have insulated throat grounding lug.

D. Electrical Metallic Tubing (EMT): UL 797 and ASA C80.3, Galvanized or sheradized thinwall steel conduit. Fittings 1-1/4" and larger shall have nylon insulated throat. Indentor or drive-on fittings are not acceptable.

E. Flexible Metal Conduit (FMC): UL 1, Galvanized, single strip type with smooth wiring channel. Use in dry locations and for connections to motors, transformers, lighting fixtures and other equipment that may have movement or vibration. Fittings shall be steel.

RACEWAYS AND BOXES 26 05 33 – Page 1 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

F. Liquid tight flexible metal conduit (LFMC): UL 360 galvanized, single strip with smooth wiring channel and neoprene jacket. Fittings shall be compression type. Use in moist locations for final connections to motors, transformers, lighting fixtures or other items with movement or vibration.

2.02 POLYVINYL CHLORIDE TYPE (PVC)

A. PVC pipe of standard pipe dimensions suitable for use with socket type solvent weld couplings, boxes and fittings.

B. Conduit shall be PVC Schedule 40 or 80 (90°C) for application in underground, encased and exposed applications in accordance with NEC. Where exposed, Schedule 80 shall be used to 8 feet above floor or grade.

C. PVC conduit and fittings shall be UL rated for electrical use. Material shall comply to NEMA Specifications TC-2, TC-3, Federal Specifications W-C-1094A, UL-651 and ANSI C33.91.

D. Conduit shall be made from virgin polyvinyl chloride C300 to reduce smoke and HCL emissions in a fire situation. Conduit shall be rated for UV (ultraviolet) resistance for above ground installations outdoors or where exposed to ultraviolet radiation.

E. Conduit, fittings and solvent weld cement shall be produced by same manufacturer to assure system integrity.

F. Use metallic conduit for all 90 degree ells from below grade into building to protect conduit from damage.

G. Manufacturers: Carlon PV-Duct Plus Systems or approved equal.

2.03 FIRE STOP SEALANTS

A. Penetration Sealants 1. Dow Corning “Firestop Foam” and “Firestop Sealant” 2. Insta-Foam Products, Inc. “Insta-Foam Seal Silicone RTV Foam” 3. 3M Brand “Fire Barrier” Caulk 4. 3M Brand Moldable Putty “Pads” and Moldable Putty “Stix”

B. Intumescent sealants for use in openings and sleeves involving plastic pipe, insulated pipe or flexible cable:

1. Dow Corning “Firestop Intumescent Wrap Strip” 2. Fox Coupling, Inc. “Cast-In-Place Firestop Coupling” 3. 3M Brand “Fire Barrier” Caulk with FS-195 wrap strip and CS-195 composite sheet.

C. Firestop Pillows 1. Metacaulk® PILLOWS 2. BIOSTOP™ Firestop PILLOWS 3. 3M Firestop Pillows

RACEWAYS AND BOXES 26 05 33 – Page 2 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

D. Wall Opening Protective Materials 1. LECTRA-STOP™ Fire Rated Electrical Box Inserts, by BIO FIRESHIELD™ 2. BIOSTOP™ Fire Rated Putty Pads 3. 3M Moldable Putty Pads 4. Metacaulk® BOX GUARD ™ Fire Rated Electrical Box Inserts, By RectorSeal Corporation 5. Metacaulk® Putty Pads 6. Metacaulk® Cover Guard™ 7. Bio Fireshield ™ Firestopping Gasket

E. Accessories: as specified by the tested assembly and:

1. Forming/Damming Materials: Mineral fiberboard or other type recommended by manufacturer’s tested system. 2. Primer, Sealant and Solvent Cleaner: As recommended by manufacturer’s tested system. 3. Fasteners, universal restricting collars, etc. as recommended by the manufacturer’s tested system.

2.04 METALLIC STEEL OUTLET BOXES

A. General use interior boxes shall be galvanized die cast pressed steel units of proper depth and gauge required by the outlet location. Boxes shall be equipped with plaster ring or cover as necessary. These units shall be manufactured by Raco, Steel City or approved equal.

1. Wall outlets: 4" square x 1-1/2" deep (minimum) with plaster ring as required. 2. Ceiling outlet: 4" square or octagonal x 1-1/2" or 2-1/8" deep with stud or ears where required. 3. Outlet boxes in finished ceilings or walls shall be fitted with appropriate covers, set to come flush with the finished surface. Where more than one switch or device is located at one point, use gang boxes and covers unless otherwise indicated. Sectional switch boxes or utility boxes will not be permitted. Provide outlet boxes of the type and size suitable for the specific application.

B. Exposed outlets: malleable iron or heavy cast aluminum with threaded hubs, Type FS, FD or GS as manufactured by Crouse Hinds, Appleton, Killark or approved equal. Die cast stamped steel boxes are not acceptable.

C. Special system and equipment outlet boxes shall be as recommended by the manufacturers of this equipment. Construct junction or pull boxes not over 150 cubic inches in size as standard outlet boxes and those over 150 cubic inches the same as "cabinets" with screw covers of the same gauge metal.

D. Telephone/data rough-ins shall consist of a 4" square x 1-1/4" deep (minimum) with plaster ring as required with ¾” conduit stubbed up to above ceiling and bushed. (One rough-in = ¾” conduit, two rough-ins = 1" conduit, three rough-ins = 1-1/4" conduit.)

E. All junction and outlet boxes shall be of a NEMA Type 3R construction in wet

RACEWAYS AND BOXES 26 05 33 – Page 3 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

outdoor areas and NEMA Type 12 in moist indoor areas.

F. Back-to-back outlets in the same wall or "thru-wall" type boxes are not permitted. Provide 12" (minimum) long nipple to offset for all outlets shown on opposite sides of a common wall to minimize sound transmission. Provide 24" (minimum) offset for boxes in fire rated walls to comply with code.

G. Unless otherwise noted, locate outlets as follows. Heights listed are from finished floor to center of device. Mounting heights for other equipment are as shown on the electrical or architectural plans or as herein further indicated.

1. Convenience and signal outlets: 18 inches above finished floor unless otherwise noted. 2. Lighting switches: 4 feet, 0 inches 3. Outlets: 18 inches above finished floor 4. Where counter occur, mount all devices 44" AFF to top

2.05 POLYVINYLCHLORIDE NON-METALLIC OUTLET BOXES

A. Junction boxes in exposed overhead conduit runs shall be round type with 4-/2" and 3/4" knockout socket openings. Similar to Carlon E970D an E970E.

B. Outlet and switch boxes in walls shall be single gang type with one or two 1/2" or 3/4" knockout sockets openings. Similar to Carlon FSS of FSC series.

C. Outlet boxes in ceiling slabs shall be 2-1/2" deep 4" octagonal stamped steel concrete type box. Each box to be liberally coated inside and outside with spray on PVC coating similar to Carlon.

D. PVC floor boxes shall have 4-1/2", 3/4" or 1" outlet openings for conduit. Similar to Carlon E971Q base and E971C top assembly.

E. All junction and outlet boxes shall be of a NEMA Type 3R construction in wet outdoor areas and NEMA Type 12 in moist indoor areas.

F. Junction boxes with screw down covers shall be fully gasketed and shall be available in the following sizes: 4" x 4" x 4" Similar to Carlon E987N 6" x 6" x 6" Similar to Carlon E987R 8" x 8" x 8" Similar to Carlon E989N 12" x 12" x 12" Similar to Carlon E989R

2.06 ANCHORS AND FASTENERS

A. Anchors and fasteners shall be of a type designed and intended for use in the base material to which the material support is to be attached and shall be capable of supporting the intended load and withstanding any associated stresses and vibrations.

B. In general, screws shall be used in wood, masonry anchors on concrete or brick, toggle bolts in hollow walls, and machine screws, bolts or welded studs on steel.

C. Nails shall not be used except for temporary support or for light loads in wood frame construction.

D. In outdoor locations or other corrosive atmospheres, the anchors and fasteners

RACEWAYS AND BOXES 26 05 33 – Page 4 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

shall be non-corrosive or have suitable corrosion resisting coatings.

2.07 JUNCTION AND PULL BOXES

A. Special junction boxes shall be sized as required for the conductors and number of splices they are to house. They shall be made from galvanized sheet metal and sized in accordance with the National Electric Code (NEC).

B. Type: code gauge sheet steel, galvanized sized in accordance with NEC.

C. Covers: screw attached except as noted.

2.08 WALL SLEEVES

A. Each sleeve shall consist of a sleeve body, oversized conduit and a pressure clamp, pressure ring and sealing grommet.

B. The basic design of the sleeve shall be such that will allow the sleeve body and sleeve conduit to be cast into the concrete walls and the sleeve pressure clamp to be installed at a later date.

C. The sleeve body and conduit shall be so designed to accept several different size pressure clamp assemblies.

D. Sleeve Construction shall be as follows:

1. Body: the body shall be malleable with hot dip galvanized finish. Provide ground lug connection for #8 AWG copper conductor. Sleeve body shall have a sealing ring between the body and the conduit sleeve. 2. Conduit Sleeve: the conduit sleeve portion shall be oversize PVC sleeve. 3. Pressure Clamp and Pressure Ring with Sealing Grommet: the body shall be so designed to accept the following: a. Pressure Clamp: shall be constructed of malleable iron with hot-dip galvanized finish with hex headscrews that anchor into the sleeve body. b. The sealing grommet shall consist of an expandable type long lasting elastic material that is sandwiched between two (2) malleable hotdip galvanized pressure plates. All sized for the exact O.D. thickness of conduit that will pass through the sleeve.

E. Manufacturer: similar to O-Z/Gedney type "FSK" #1020, 2030, 3040 or 4050 as indicated on drawings.

RACEWAYS AND BOXES 26 05 33 – Page 5 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

PART 3: EXECUTION 3.01 CONDUIT USAGE (All conduit types noted are acceptable for use listed.) A. General Conduit Types 1. Underground electrical & RGS IMC PVC telephone service entrance 2. Electrical & telephone RGS RA services other than underground 3. Conduits in concrete slab RGS IMC PVC 4. Conduits below lowest floor slab RGS IMC PVC. 5. Conduits in moist locations RGS IMC RA or exposed to weather 6. Feeders, power circuits RGS IMC RA (1-1/4" and larger) 7. Branch lighting and recept- IMC EMT (up to and acle circuits including 60 amp) 8. Underground to remote loca- RGS IMC PVC tions. (Rigid or IMC must be liberally coated with asphaltum) 9. Final connections to motors, FMC LFMC transformers or other equip- ment requiring vibration isolation. (max length of 72") 10. From junction box to recessed FMC LFMC lighting fixture 11. Short connections where use FMC LFMC of rigid is impractical (must be approved by Engineer prior to installation) 12. For mechanical protection RGS RA IMC 13. Final connections to motors, LFMC transformers, under computer floors or other equipment in moist locations requiring vibration isolation. Max- imum length of 72" unless otherwise noted. 14. All other locations unless EMT otherwise noted 15. For ground electrode PVC Connectors 16. Fire alarm RGS IMC EMT 17. Security (access control and CC Cameras) RGS IMC EMT NOTE: RGS: Rigid galvanized steel IMC: Intermediate metal EMT: Electrical metallic tubing PVC: Polyvinyl chloride FMC: Flexible metal conduit LFMC: Liquidtight flexible metal conduit RA: Rigid aluminum

B. Conduit fill shall be limited to not more than six (6) conductors, not including ground conductor.

3.02 PULL WIRES

RACEWAYS AND BOXES 26 05 33 – Page 6 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

A. RGS, IMC, EMT: Use steel, nylon or polypropylene pull wires.

B. PVC, RA, FMC, LFMC: Use nylon or polypropylene only.

3.03 CONDUIT INSTALLATION (GENERAL)

A. Conduit system to be electrically continuous and shall be grounded in accordance with NEC. Separate grounding conductors to be used in all conduits.

B. All conduit terminations to be equipped with locknuts and bushings. Conduits 1-1/4" and larger shall have insulating bushings, grounding lug and shall have locknuts inside and outside the enclosure.

C. Conduits to be supported by pipe straps or trapeze hangers shall have their supports spaced not more than 8'-0" on center. Secure supports by means of toggle bolts, inserts or expansion bolts. MC cable shall be supported at distances no greater than 6 feet and with 12 inches of terminations at boxes and panels. PVC conduit shall be supported at distances not greater than the distances as required by NEC table 352.30.

D. Conduits to be supported by wall brackets shall have their supports spaced not more than 4'-6" on center. Secure supports by means of toggle bolts, inserts or expansion bolts.

E. Conduits shall be supported directly from structural members not from ceiling suspensions system, ductwork, air handling units, pump bases, piping, etc. Additional supports shall be provided at junction and pull boxes.

F. Conceal raceways in floors, walls, ceilings or furred spaces in finished areas unless otherwise noted on drawings.

G. Support single horizontal conduits 1-1/4" and larger by means of rod and cast ring hangers. Support multiple horizontal runs of conduit in similar manner or use common trapeze hanger similar to Unistrut P2000 or P4000 as required for span and loading. Provide end caps on Unistrut type hangers in mechanical rooms. Conduits on Unistrut may be fastened by means of heavy galvanized steel straps if the Unistrut is above 7'-0" above finished floor.

H. Surface mounted horizontal and vertical conduit supports on walls up to a height of 7'-0" above the floor shall be one or two hole sheet metal pipe straps. Pinch type hangers similar to Minerallac type may only be used at heights greater than 8'-0". The use of pinch type hangers similar to Minerallac type are expressly prohibited on ductwork, air handling units, and other mechanical equipment below 8'-0".

I. Protect conduits during construction with temporary plugs or caps. All conduit shall be securely capped until wire or cable is installed therein.

J. Minimum conduit size is ½". Except for homeruns to panels which shall be 3/4".

K. No conduit shall be installed in elevated or supported concrete slabs except as noted on Structural Drawings and/or as approved by Structural Engineer.

L. Provide three 1" conduits stubbed out into furred ceiling space above each flush

RACEWAYS AND BOXES 26 05 33 – Page 7 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

mounted panelboard or cabinet.

M. Running conduit horizontally in walls is not permitted. Convenience outlets, switches or other devices located on or in walls shall be individually fed overhead from ceiling unless otherwise noted or indicated on the drawings.

N. Furnish expansion fittings where raceway crosses the building expansion joints. (O.Z. Type AX, EX, EXDS, TX, EXE or approved equal.)

O. Provide pull wire in all conduits where other contractors or utilities are to install cables (i.e.: telephone, computer and other such conduit systems).

P. Electrical drawings show the intended arrangement and electrical equipment and devices, they shall be followed as closely as actual building construction will allow. The Contractor shall coordinate his work with the different trades so that interferences between conduit, cable tray, piping, equipment, architectural and structural work shall be avoided. Should an interference arise, the Contractor shall inform the Engineer before proceeding with the work. Should the Contractor fail to contact the Engineer and interferences develop, the Owner's Representative will decide which equipment, piping, etc. must be replaced, regardless of which was installed first. The relocating shall be performed at no expense to the Owner.

Q. Conduit shall be continuous between power source, equipment, junction or pull boxes and fittings, and shall enter and be secured to all boxes in such a manner that each system shall be electrically continuous from point of service to all outlets.

R. There shall not be more than the equivalent of three 90° bends in any single run of conduit between outlet boxes or fittings. Bends shall be made so that the conduit will not be flattened or kinked and that the internal diameter of the conduit will not be reduced. The radius of the curve of the inner edge of any bend shall not be less than as indicated by the National Electrical Code.

S. In no case shall any conduit be bent or any fabricated elbow be applied to less than the allowable bending radius, as specified by the cable manufacturer of the installed conductor.

T. When it is necessary to make field bends, they shall be made with tools designed for conduit bending. Heating of metallic conduit to facilitate bending is not permitted.

U. Conduit shall be installed so as to incorporate a minimum of one pull box or condulet fitting per 100 foot run for easy installation of wire.

V. The Contractor shall not cut, burn or drill any structural member to mount electrical equipment or to facilitate tray or conduit installations without having previously received approval, in writing, from the Owner or Engineer.

RACEWAYS AND BOXES 26 05 33 – Page 8 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

W. Use set screw or compression type fittings on all EMT conduit. Do not mix types on a single run on conduit.

X. Pulling of wire or cable shall be immediately preceded by a thorough cleaning of the conduit to make it completely free of water or foreign matter.

Y. Mount all conduits a minimum of seven inches above any accessible type ceiling or with spacing as required to permit relocation of recessed fixtures to any location.

Z. Below or in floor conduit installation is to be anchored to prohibit floating within the concrete floor installation. Obtain approval from a flooring consultant on the proper cutting and patching required for existing floor electrical installations to insure proper floor finish results.

AA. Feeder conduits run under on grade tenant floor slab areas are to be installed a minimum of 36" below finished slab elevation, be concrete encased with a minimum of 3" cover and have a yellow warning tape installed 6" above the concrete encasement. Dimensioned as-built drawings showing final locations are to be provided to the Engineer and Owner immediately after the installation is complete. Conduit to be concrete encased may be Schedule 40 PVC.

BB. Exterior site lighting conduit will be Schedule 40 PVC with a minimum size of 1". Burial depth shall be a minimum of 24" below grade or below the frost line, whichever is greater.

CC. All conduit installed outdoors or in concrete shall be temporarily capped or plugged immediately after installation. Seal all conduit penetrations where conduit passes from wet to dry areas.

DD. Conduits crossing building expansion joints shall include expansion joints for the conduits.

EE. PVC conduit shall not be used from 18” below grade or finished floor to 10’-0” above grade or finished floor.

3.04 SPECIAL CONDUIT LOCATION REQUIREMENTS

A. Conduit run shall be kept at least six inches from insulated pipes, steam lines or any other hot pipes which they pass. Where the lines are not insulated, the clearances shall be increased until the temperature of the conduit, with no live conductors enclosed, does not rise above the ambient temperature, of the installation area.

B. The location and sizing of conduit sleeves passing through floors, walls, etc. that are not shown on the drawings, shall be the responsibility of the Contractor subject to the Owner and Engineer's approval.

C. Install all raceways concealed except at surface cabinets, for motor and equipment connection and in mechanical rooms.

D. Provide flashing and counterflashing or pitch pockets for waterproofing of all raceways, outlets, fittings, etc. which penetrate the roof.

E. Route all raceways parallel or perpendicular to the building lines with right angle

RACEWAYS AND BOXES 26 05 33 – Page 9 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

turns and symmetrical bends.

F. Provide sleeves in forms for concrete walls, floor slabs and partitions for passage of raceways. Seal in an approved manner all raceway openings and sleeves through fire rated walls, floors and ceilings after raceway installation. Waterproof all sleeves raceways where required. Submit shop drawings showing locations of all sleeves through slabs, walls and masonry partitions.

3.05 CONDUIT INSTALLATION (RIGID AND IMC)

A. Rigid and IMC conduit shall utilize threaded type fittings. Ends of conduit shall be threaded with five full threads and shall be reamed out to remove any rough edges and burrs. All conduit shall be thoroughly cleaned internally prior to installation of the conductors. Long threads known as "running threads" shall not be used. Field cuts on conduit shall be made with a hand or power saw or approved cutting machine and shall be made square.

B. Conduit threads shall be coated with an approved conductive lubricant before the couplings are applied. Teflon tape shall not be used to lubricate any threaded conduit connections.

3.06 CONDUIT INSTALLATION (ALUMINUM)

A. Use nylon pull ropes only with aluminum conduit.

B. Lubricate screw threads with approved aluminum lubricant before assembling conduit fittings to pipe.

C. Aluminum conduit shall not be used below grade, in contact with earth, or in contact with concrete.

3.07 CONDUIT SLEEVES

A. Furnish, locate and set sleeves where conduit passes through floors, walls and other concrete or masonry structural materials except where tunnels, chases or shafts are provided in the construction. Sleeves through poured-in-place concrete floors shall be set prior to the pour and shall be of a design that will seal against passage of water between sleeves and concrete floor.

B. Wall sleeves shall finish flush with walls. Floor sleeves shall extend 3" above finished floors unless otherwise specified.

C. The void between the sleeve wall and conduit shall be neatly filled with an approved fire stop material.

3.08 FIRE ALARM CONDUIT

A. Interior concealed dry spaces 1. RGS, IMC, or EMT 2. Where otherwise directed on drawings, or with Engineers approval, plenum rated, MC type cable specifically manufactured for use with Fire Alarm Systems shall be used in interior concealed dry spaces (MC-FPLP). Jacket shall have red coloring.

B. Interior exposed, or in moist locations RGS or IMC shall be used.

RACEWAYS AND BOXES 26 05 33 – Page 10 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.09 UNDERGROUND RACEWAYS

A. Low Voltage Feeder/Service Entrance

The system shall consist of Schedule 40 PVC, IMC or RGS conduits. Concrete encased and quantity as indicated on drawings. Minimum conduit size is 4" unless otherwise noted on the drawings. Spacing between conduits shall be a minimum of 2" and the concrete envelope where required shall be 3" thick. Use end bell fittings where conduits terminate in manholes or building walls. Plastic conduit spacers shall be used to support conduits and to maintain proper spacing. Install polyethylene plugs on unused conduits. The top of ductbanks shall be minimum of 2'-6" below grade and shall be sloped to drain away from buildings. Install a magnetic type marking tape 1' above top of ductbank. Bends in ductbank shall be 30" minimum radius. Where concrete encased ductbank connects to a building install #4 re-bars in corner and tie to building wall reinforcing steel. Use similar method at manholes. At completion of construction of ductbank pull a brush or pig through all conduits in presence of Owner’s representative to verify accessibility of conduit system.

B. Low Voltage Branch Circuits

Minimum burial depth of 2'-6" for Schedule 40 PVC is required. Junction boxes and covers for branch circuits shall be constructed of cast iron or cast aluminum with neoprene gaskets and stainless steel screws.

C. Telecommunication System 1. The underground raceway system for the telecommunication system shall be constructed with similar methods to those outlined above in paragraph ‘A’ except use Schedule 40 PVC conduit only for telecommunications ducts. 2. Install “inner-duct” in one of the ducts as follows: a. Manhole-to-building” (1) 3 channel inner-duct, 1-1/2" channel. b. Inner-duct shall be U.L. listed for use with telecommunications/fiberoptic cabling systems. c. Manufacturers: Carlon or approved equal.

3.10 OUTLET BOX INSTALLATION

A. Set box square and true with finished building surfaces and trim.

B. Secure boxes firmly to building structure.

C. Verify location of outlets and switches in finished rooms with Architectural Drawings of interior details and finish. In centering outlets and locating boxes, allow for overhead pipes, ducts and mechanical equipment, variations in fireproofing and plastering, window and like, and correct any inaccuracy from failure to do so without expense to the Owner.

RACEWAYS AND BOXES 26 05 33 – Page 11 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

D. Maintain symmetry of all outlets as closely as possible within Architectural Section contained. For example, the Contractor shall center light fixture over doorway or receptacle in section of masonry wall, if shown in that approximate position. If receptacle is shown in same location as counter or bench, determine countertop height and set receptacle to clear top and trim of counter and render outlet easily accessible.

E. In the event of conflict between locations of electrical outlets as shown on the Electrical Drawings and on the Architectural Drawings, outlets shall be installed in accordance with the latter.

F. Locate light switches on latch side of door and verify door hinge location in field prior to switch outlet installation.

G. Protect devices on outlets in locations where outlets are subject to injury, by means of wire guards or other approved means of protection. (Example: Provide wire guards on all "exit" signs, emergency egress lighting and other surface mounted equipment in gymnasiums).

H. The Owner reserves the right to relocate any device as much as 10’-0”" (measured horizontally) from it's indicated location at no additional cost, provided the contractor is notified prior to roughing that device in.

3.11 JUNCTION AND PULL BOX INSTALLATION

A. Provide pull boxes wherever necessary to facilitate pulling of wire and as indicated.

B. Locate junction and pull boxes as approved, generally not exposed in finished space unless otherwise indicated or approved by Engineer. Where necessary, reroute conduit or make other arrangements for concealment as required.

C. Covers shall be accessible.

D. Junction boxes for fixtures, recessed in hung ceiling, to be accessible through opening created by removal of the fixtures.

3.12 SLEEVE INSTALLATION

A. Sleeves shall be mounted in concrete forms prior to concrete pour as recommended by sleeve manufacturer.

B. Oversized PVC conduit sleeve shall be cut off to proper length prior to pour.

C. Sleeve shall be capped at both ends as recommended by manufacturer to prevent entry of foreign material during concrete pour.

3.13 EPC-40-PVC CONDUIT INSTALLATION

A. Conduit system to be continuous in accordance with NEC. Separate grounding conductors to be used in all conduit runs.

B. All conduit terminations to be equipped with bushing type box adapters.

C. Conduit to be supported by wall brackets or pipe straps on trapeze hangers

RACEWAYS AND BOXES 26 05 33 – Page 12 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

spaced not more than 3'-0" on center. Secure supports by means of toggle bolts, inserts or expansion bolts. Pipe straps shall be so designed to allow expansion and contraction of pipe.

D. Conduit above ceilings to be supported from structural system, not from ceiling suspension system. Additional supports shall also be provided at junction or pull box locations.

E. Conceal raceways in floors, walls, ceilings or furred spaces in finished areas wherever possible.

F. Protect conduits during construction with temporary plugs or caps.

G. Short conduit runs of between 50 to 100' shall have expansion couplings with expansion capabilities of 2". Conduit runs over 100' shall have expansion couplings capable of expanding up 6". Expansion couplings shall be spaced on 150' center maximum for runs in excess of 300'.

H. Minimum conduit size - 1/2".

I. No conduit larger than 1" size to be installed in concrete slab.

J. Provide code size green grounding conductor in all raceways. See NEC Table 250-95.

K. Provide three 1" conduits stubbed out into furred ceiling space above each flush mounted panelboard or cabinet.

L. PVC conduit turning up from below grade shall transition to RGS/IMC elbows at 18” below grade.

3.14 FIRE STOP INSTALLATION

A. General 1. Provide firestopping for conditions specified whether or not firestopping is indicated, and if indicated, whether such material is designated as insulation, safing, or otherwise. Firestopping shall preserve integrity of fire rating of barrier. 2. Insulation types specified in other sections shall not be installed in lieu of firestopping material specified herein.

B. Interior Walls and Partitions 1. Where a wall or partition is continuous past a structural floor, such as a stairwells and vertical shafts, and a space would otherwise remain open between the wall face and perimeter edges of the adjoining structural floor, provide firestopping. 2. Provide firestopping whether or not there are any clips, angles, plates or other members bridging or interconnecting the wall and floor systems, and whether or not such items are continuous. 3. Where the top edge of a fire-rated wall or partition abuts and is at right angles to fluted-type metal decking, and the construction is such that would otherwise leave the flute spaces open, provide firestopping.

RACEWAYS AND BOXES 26 05 33 – Page 13 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

C. Penetrations 1. Penetrations include conduit, cable, wire, pipe, duct or other elements which pass through one or both outer surfaces of a fire rated floor, wall, or partition. 2. Except for floors on grade, where a penetration occurs through a structural floor or roof and a space would otherwise remain open between the surfaces of the penetration and the edge of the adjoining structural floor or roof, provide firestopping to fill such spaces in accordance with ASTM E-1966 and UL2079 for dynamic movement. 3. Where penetrations occurs at fire-rated walls or partitions of solid-type construction, provide fire-stopping to completely fill spaces around the penetration, in accordance with ASTM E-814. 4. Where penetrations occur at fire-rated walls or partitions of hollow-type construction, provide fire-stopping to completely fill spaces around the penetration, on each side of the wall or partition, in accordance with ASTM E-814. 5. These requirements for penetrations shall apply whether or not sleeves have been provided and whether or not penetrations are to be equipped with escutcheons or other trim. If penetrations are sleeved, fire stop annular spaces - if any - between sleeve and wall of opening. 6. Where openings occur for expansion, at intersections of dissimilar rated construction, or control joints provide a rated joint system in accordance with ASTM E-1966 or UL 2079.

D. Provide firestopping to fill miscellaneous voids and openings in fire-rated construction in a manner essentially the same as specified herein before.

E. General 1. Install of FireStops shall be performed by either a specialty contractor specializing in Firestop application (FM4991 Approved Contractor), or general or sub-contractors with experience in similar applications and projects with installers qualified and trained by the manufacturer. Installation shall be performed in strict accordance with manufacturer’s detailed installation procedures. 2. Apply Firestops in accordance with fire test reports, fire resistance requirements, acceptable sample installations, and manufacturer’s recommendations. 3. Coordinate with plumbing, mechanical, electrical and other trades to assure that all pipe, conduit, cable, and other items which penetrate fire rated construction have been permanently installed prior to installation of Firestops, schedule and sequence the work to assure that partitions and other construction, which would conceal penetrations, is not erected prior to the installation of Firestops.

F. Dam Construction: Install dams when required to properly contain Firestopping materials within openings and as required to achieve required fire resistance rating. Combustible damming material must be removed after appropriate curing. Incombustible damming materials may be left as a permanent component of the Firestop system.

RACEWAYS AND BOXES 26 05 33 – Page 14 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

G. Fire Quality Control 1. Prepare and install firestopping systems in accordance with manufacturer’s printed instructions and recommendations. 2. Follow safety procedures recommended in the Material Safety Data Sheets. 3. Finish surfaces of firestopping which is to remain exposed in the completed Work to a uniform and level condition. 4. All areas of Work must be accessible until inspection by the application Code authorities. 5. Correct unacceptable firestops and provide additional inspection to verify compliance with this specification at no additional cost.

END OF SECTION

RACEWAYS AND BOXES 26 05 33 – Page 15 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

THIS PAGE IS LEFT INTENTIONALLY BLANK

RACEWAYS AND BOXES 26 05 33 – Page 16 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

SECTION 26 05 40 TRENCHING, BACKFILLING AND COMPACTING

PART 1: GENERAL

1.01 RELATED WORK SPECIFIED ELSEWHERE

A. Raceways and Boxes: Section 26 05 33

1.02 REFERENCES

The latest issues of the following documents form a part of this specification to the extent hereinafter specified.

A. American Society of Testing Materials (ASTM) 1. D698 Standard Proctor Maximum Dry Density 2. D1556-64 Density of Soil in Place by the Sand Cone Method 3. D2167-66 Density of Soil in Place by the Rubber Balloon Method

B. Indiana State Highway Commission Standard Specifications (ISHSS), Section 903, Aggregates

1.03 DELIVERY, STORAGE AND HANDLING

A. Imported materials shall be stockpiled on site where directed if not ready for installation. Maintain segregation of differing materials.

B. Do not deliver materials until ready for incorporation into the permanent work. Storage space is not available.

1.04 PROJECT/SITE CONDITIONS

A. Subgrade and embankment protection 1. During construction, embankments and excavations shall be kept shaped and drained. Ditches and drains along the subgrade shall be maintained in such manner as to drain effectively at all times. 2. Operate pumping equipment as required to keep the excavation free of water and subgrades dry, firm and undisturbed until approval of the permanent work has been received from the Architect. 3. Where ruts occur in the subgrade, the subgrade shall be brought to grade, reshaped if required and recompacted prior to the placing of surfacing. 4. The storage or stockpiling of materials on a finished subgrade will not be permitted. 5. Erosion control shall be performed by this Contractor until the installation of permanent vegetation, structures and erosion control devices.

TRENCHING, BACKFILLING AND COMPACTING 26 05 40 – Page 1 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

B. Protection of top soil areas: after placement of top soil, all such areas shall be protected from heavy machinery. All topsoil compacted by heavy machinery shall be removed and replaced at no additional cost to the Owner.

C. Shore and brace excavations as necessary to prevent cave-ins.

PART 2: PRODUCTS

2.01 MATERIALS

Select Aggregate: No. 14-2 sand in accordance with ISHSS 903.01(g).

PART 3: EXECUTION

3.01 INSPECTION

Before commencement of work, verify the following with the documents associated with all site work.

A. Verify installation of fences.

B. Protective fencing for trees and plants has been installed as specified.

C. Demolition of miscellaneous structures.

D. Clearing and grubbing.

E. Stripping and disposal of sod and stripping and stockpiling of topsoil.

3.02 PREPARATION

A. Layout the various lines on the ground using stakes, flags or painting.

B. Do not proceed with excavation until layout is approved.

C. Set line and grade stakes as required or specified in the various sections covering the installation of conduits.

TRENCHING, BACKFILLING AND COMPACTING 26 05 40 – Page 2 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.03 TRENCHING

A. General: All excavation of every description and of whatever substances encountered shall be performed to the depths indicated or as otherwise specified. During excavation, material suitable for backfilling shall be piled in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slides or cave-ins. All excavated materials not required or suitable for backfill shall be removed. Grading shall be done as may be necessary to prevent surface water from flowing into trenches or other excavations and any water accumulating therein shall be removed by pumping or by other approved methods. Sheeting and shoring shall be placed as may be necessary for the protection of the work and for the safety of personnel. Unless otherwise indicated, excavation shall be by open cut except that short sections of a trench may be tunneled if the conduit can be safely and properly installed and backfill can be compacted in such tunnel sections.

B. Trench Excavation: Trenches shall be of the necessary width for proper laying of conduit. The banks of trenches shall be as neatly vertical as practicable. Care shall be taken not to over-excavate. The bottom of the trenches shall be accurately graded to provide a uniform surface for the type of bedding specified. Stones shall be removed as necessary to avoid point bearing. Except as hereinafter specified for wet or otherwise unstable material, overdepths shall be backfilled as and with materials specified for backfilling the lower portion of trenches. Whenever wet or otherwise unstable material that is incapable of properly supporting the conduit is encountered in the bottom of the trench, such material shall be overexcavated to a depth to allow for construction of a stable conduit bedding.

C. Special requirements for specific utilities.

1. Electrical Conduits: unless otherwise indicated, trenches shall be excavated to a depth that will provide not less than 3 feet of cover over the top of the conduit from finished grade. 2. Excavation for Appurtenances: Excavation for manholes, junction boxes and similar structures shall be sufficient to leave at least 12" clear space between the outer surface of structure and the bank or timber that may be used to hold and protect the banks. Any overdepth excavation below such appurtenances that has not been directed will be considered unauthorized and shall be refilled with sand, gravel or concrete as directed at no additional cost to the Owner.

3.04 BACKFILLING

A. General: After bedding, the trenches shall not be backfilled until all required tests are performed. Except as otherwise specified for special conditions of overdepths, trenches shall be backfilled to the ground surface with selected material as hereinafter specified. Trenches improperly backfilled shall be reopened to the depth required for proper compaction, then refilled and compacted as specified or the condition shall be restored to its original condition as near as practicable and as hereinafter specified.

TRENCHING, BACKFILLING AND COMPACTING 26 05 40 – Page 3 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

B. Backfilling lower portion of trench: No. 14 sand shall be deposited in 6-inch maximum thickness layers and compacted with suitable tampers to the specified density and graded as hereinafter specified until there is a cover of not less than one foot over other utility lines unless detailed otherwise. If any portion of the cover in the lower portion of the trench is in the depth of special compaction and materials requirements under pavement, the special requirements shall control. Special care shall be taken not to damage the coating or wrapping of conduit.

C. Backfilling remainder of trench: Except for special materials for pavements, the remainder of the trench shall be backfilled with excavated material that is free of stones larger than three inches or one-half the layered thickness, whichever is smaller, in any dimension. Backfill material shall be deposited in layers not exceeding the thickness specified hereinafter and each layer shall be compacted to the minimum specified hereinafter as applicable to the particular area.

D. Backfilled under Roadways, Parking Areas and Walks: Six inch layers, at least 95% of maximum density at moisture contents ranging from 1% below to 4% above optimum up to the elevations at which the requirements for pavement subgrade materials and compaction control.

E. Trenches within the building: Entire trench shall be backfilled with No. 14-2 sand in six inch layers to subgrade line for capillary water barrier.

F. Under sodded or seeded areas: Twelve inch layers, at least 88% of maximum density at moisture contents raging from 1% below to 4% above optimum up to the elevation at which topsoil requirements control.

G. Topsoil placement: Placement and depth as indicated on the drawings or described herein. Contractor shall overfill by 20% to allow for settlement.

3.05 TESTS

A. Tests for and Control of Density: Tests for determination of maximum density and optimum moisture shall be the responsibility of the Electrical Contractor and shall be performed by the Testing Agency in accordance with the requirements of ASTM D698 Standard Proctor maximum dry density. Samples shall be representative of the materials to be placed. An optimum moisture-density curve shall be obtained for each principal type of material or combination of materials encountered or utilized. Results of these tests shall be the basis of control for compaction. The above testing shall include Atterberg limits, grain size determinations and specific gravity.

B. Test for Density Control: The Testing Agency will control the density of the backfill by test made in accordance with ASTM Standard D1556. A density test shall be made for each foot of fill for each 200 lineal feet or less of trench. The Contractor shall make as many additional tests as he requires to obtain the specified density at all points.

TRENCHING, BACKFILLING AND COMPACTING 26 05 40 – Page 4 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

3.06 PAVEMENT REMOVAL AND REPLACEMENT

A. Where construction requires cutting and replacing of flexible pavement, cutting shall be so accomplished that the remaining exposed edges shall conform vertically and horizontally to a straight line. Width of the section of pavement removed shall be of necessary width for proper laying of pipe or duct. After the pavement is removed to its full depth, the surface course shall be cut back one foot on both sides of the trench with a concrete saw to provide a true joint in the surface courses. Pavement removed shall be replaced to the same section, materials and compaction as the original pavement. Waste materials shall be disposed of by the Contractor offsite at his own expense and responsibility.

B. Where construction requires removal and replacement of rigid pavement, the cutting shall be accomplished by a concrete saw, minimum depth of vertical cut shall be one inch. The remaining depth of section may be broken out in any approved manner. Width of section removed shall be such that no area of pavement removed or replaced and no adjacent slab or portion of slab which remains in the pavement abutting the replacement slab shall have length or width between joints of less than 10 feet. Pavement removed shall be replaced to the same section using Class E concrete. Concrete rubble resulting from the above operations shall be disposed of offsite at the Contractor's expense and responsibility.

END OF SECTION

TRENCHING, BACKFILLING AND COMPACTING 26 05 40 – Page 5 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

THIS PAGE IS LEFT INTENTIONALLY BLANK

TRENCHING, BACKFILLING AND COMPACTING 26 05 40 – Page 6 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

SECTION 265600 EXTERIOR LIGHTING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary, apply to this Section.

A. See Drawings for LUMINAIRE SCHEDULE for all luminaires specified by Circle Design Group Lighting.

1.2 SUMMARY

A. Scope: The extent of exterior lighting required is indicated on the drawings and schedules and by the requirements of this Section, and all related Electrical Specification Sections.

B. Furnish and install material, labor, and accessories required for the following pieces of equipment as shown on the drawings as specified herein.

C. Types of luminaires specified in this Section are for outdoor use and include the following:

1. LED exterior rated luminaires

D. Related Sections: Refer to other Electrical Specification sections for the following:

1. See drawings for Luminaire schedule. 2. Section 26 05 33 RACEWAYS & BOXES 3. Section 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

1.3 SUBSTITUTIONS

A. No substitutions will be accepted after bids are received. The lighting equipment specified herein has been carefully chosen for its ability to meet the luminous performance requirements of this project.

B. One Manufacturer or “Pre-Bid Approved Equal”: When only one manufacturer is listed within the description of the luminaire, the engineering, performance, or aesthetics MAY NOT allow substitution of other manufacturers. “Pre-Bid Approved Equal” permits pre-bid submittal of a product for consideration under submittal guidelines established by this specification section.

C. Three manufacturers: When three manufacturers are listed on the Luminaire Schedule, the design, engineering, or architectural aesthetics will allow the CONTRACTOR to choose one of the three manufacturers listed. The first manufacturer listed by name and catalog number is the basis of design. The second and third manufacturer’s name will be noted along with the wording “EQUAL PRODUCT” instead of a catalog number.

EXTERIOR LIGHTING 26 56 00 - Page 1 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

The second and third listed manufacturer’s “EQUAL PRODUCT” shall be provided which meets or exceeds the manufacturer’s product noted with catalog number in materials, finish, components and accessories. CDG Lighting will have final opinion of “EQUAL PRODUCT” interpretation. Contractor/Distributor/Representative must formally submit questions in writing. All submittals must be in CDG Lighting possession not later than ten (10) business days before the bid opening. CDG Lighting will issue a formal written response thru official channels.

D. Luminaire Substitutions / Substitution Packages: Contractor may elect to submit to CDG Lighting a luminaire substitution package for review. All submittals must be in CDG Lighting possession not later than ten (10) days prior to bid date. All luminaire substitutions must meet or exceed the following Substitution Submittal Requirements or will be rejected outright by CDG Lighting.

E. Substitution Submittal Requirements: A luminaire substitution (substitution package) shall consist of the following information or will be rejected outright by CDG Lighting:

1. Original luminaire cut sheet noting exact options/features of the proposed product in detail / dimensional accuracy. 2. Color image of luminaire, in the configuration of the proposed product. 3. Dimensioned drawing of luminaire to an identified scale per sheet print size. 4. Electric data of the proposed luminaire with specified lamp, ballast, transformer, driver or power supply. 5. IES format photometric files for the proposed luminaire with specified lamp. 6. Photometric reports must list the actual candela values for the luminaires’ distribution in at least three planes. Copies of candela curves, footcandle and lumen tables and iso-footcandle contours must also include IES format electronic photometric files identified by CDG Lighting for each proposed luminaire type.

F. All substitution submittals shall be provided to CDG Lighting.

1. Electronically posted files will be delivered thru Owner / Architect / Contractor established communication channels. No files shall be directly delivered to the CDG Lighting by vendors or their agents.

G. CDG Lighting Fee Compensation

1. CONTRACTOR will be responsible for all costs (architecture time, CDG Lighting time, engineering time, manufacturer’s costs, distributor costs, etc.) incurred to replace installed lighting equipment not approved by CDG Lighting. 2. CONTRACTOR shall pay professional fees at current standard hourly rates and reimburse expenses directly to all design professionals for time spent reviewing substitutions proposed by the Contractor after the bid has been awarded. If payment by the Contractor is not made within 60 days of invoice date, the Owner shall deduct the amount due from subsequent payments to the Contractor in order to reimburse designers. 3. Additional fees will be required for all submittals / substitution reviews exceeding (3) shop drawing submittals per luminaire.

EXTERIOR LIGHTING 26 56 00 - Page 2 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

1.4 SUBMITTALS

A. General: Furnish submittals in accordance with the requirements of the related section.

B. Coordination: All luminaire drawings shall be coordinated with the drawings and details of the Architectural, Structural, Electrical, Mechanical, and other related trades to assure a perfect and efficient installation.

C. No Variations: No variations from the general arrangement and details indicated on the drawings shall be made on the shop drawings unless required to suit the actual conditions on the premises, and then only with the written acceptance by the architect. All variations must be clearly marked on the drawings submitted for approval.

D. Product Data describing luminaires:

1. Luminaire Shop Drawings: Submit legible, dimensioned drawings of specified lighting assemblies including:

a. Specified luminaire accessories, finishes, components on each sheet. If only the catalog number is provided without graphically identifying the exact Luminaire accessories, finishes, components on each sheet, the luminaire type will be REJECTED AS NOTED. b. Modified or custom luminaires require a factory produced shop drawing. Standard Luminaire cut sheet annotated/noted as “modified” will not be permitted (even for lamping modification) the luminaire type will be REJECTED AS NOTED. c. No hand written notes are permitted on lighting shop drawing submittals or the luminaire type will be REJECTED AS NOTED. d. Catalog cuts lacking sufficient detail to indicate compliance with contract documents with be REJECTED AS NOTED. e. Luminaires / ceiling systems - See other specification sections for ceiling systems. 1) Contractor responsible to coordinate luminaire compatibility of hardware, trims and materials. 2) Contractor to provide Lighting Manufacturers will both CAD and face based REVIT files of the ceiling systems for luminaire compatibility/integration/coordination. 3) Booklet format: Shop drawings shall be submitted in booklet form organized with a separate sheet for each grouping of luminaire, ballast matrix and typical cut sheets, lamp matrix and typical cut sheets, and Contractor’s Luminaires / Ceiling Systems compatibility confirmation assembled in alpha-numeric order of luminaire “type” designation. 4) Submittal format: Submittals shall be provided to CDG Lighting: (a) Electronically posted files will be delivered thru Owner / Architect / Contractor established communication channels. No files shall be directly delivered to CDG Lighting by vendors or their agents

EXTERIOR LIGHTING 26 56 00 - Page 3 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

2. Record Shop Drawings Required: Record luminaire, ballast and lamp shop drawings shall be delivered to the CDG Lighting at time of Substantial Completion. All “Approved as Noted” comments shall be corrected / picked-up in this record set. All shop drawing review comments shall be included in this set. Record luminaire shop drawings shall be three ring bound in a bright yellow or orange color binder and provided electronically on DVD/CD(s).

3. Luminaire Ordering Schedules and Shop Drawing Schedules: All lighting equipment shall be ordered in a timely manner. The Contractor shall provide a spreadsheet to CDG Lighting with the following detailed information organized by luminaire type:

a. Originally quoted delivery dates (6-8 weeks, etc.) from time of Bidding. b. Shop drawings delivery dates to CDG Lighting. c. Dates when equipment orders are placed / finalized per approved shop drawings. d. Final product delivery schedules. e. Long Lead Items - At time of original quote/bid, Contractor is required to identify any long lead lighting items and identify in the master project construction schedule for trade coordination.

E. Electrical Ratings and Photometric Data with certified results of independent laboratory tests for luminaires and specified lamps.

F. Field test reports, indicating and interpreting test results, specified in Part 3 of this section

G. Maintenance Manual: Refer to Section 26 05 01 for general requirements. At the completion of the project, the luminaire manufacturer shall furnish to the owner a recommended maintenance manual. Each maintenance manual shall include:

1. Tools Required. 2. Types of cleaners to be used. a. Replacement parts identification lists. b. Final as built shop drawings.

H. No variation from the general arrangement and details indicated on the drawings shall be made on the shop drawings unless required to suit the actual conditions on the premises, and then only with the written acceptance of CDG Lighting. All variations must be clearly marked as such on the drawings submitted for approval.

1.5 QUALITY ASSURANCE

A. Standards: Materials, equipment, and appurtenances as well as workmanship provided under this section shall conform to the highest commercial standard as specified and as indicated on drawings.

B. Electrical Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL where available.

EXTERIOR LIGHTING 26 56 00 - Page 4 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

C. Listing and Labeling: Provide luminaires, emergency lighting units, and accessory components specified in this section that are listed and labeled for their indicated use and installation conditions on Project.

D. Special Listing and Labeling: Provide luminaires for use in damp and wet locations that are specifically listed and labeled for such use.

E. The Terms "Listed" and "Labeled": As defined in the National Electrical Code, Article 100.

F. Coordinate luminaires, mounting hardware, and trim with adjacent materials and other items, including work of other trades, required for installation. Confirm compatibility of luminaires with the final, as-ordered mounting materials/surfaces prior to ordering all luminaires. See SUBMITTAL section for required documentation.

G. Codes and Standards: Provide luminaires and appurtenances conforming to the following:

1. Conform to applicable sections of American Society for Testing and Materials (ASTM)

a. B 429, "Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube." 2. National Electrical Manufacturers Association (NEMA):

a. FA 1 Outdoor Floodlighting Equipment b. OD 3 Physical and Electrical Interchangeability of Photo Control Devices

3. Conform to applicable sections of National Fire Protection Association (NFPA) 70, "National Electrical Code."

4. Underwriters Laboratories, Inc. (UL)

a. 57 Electric Lighting Luminaire

1.6 WARRANTY

A. General Warranty: The warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Subject to compliance of requirements, provide the products specified in the Luminaire Schedule.

EXTERIOR LIGHTING 26 56 00 - Page 5 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

2.2 LUMINAIRES

A. General: Provide luminaires of the sizes, types and ratings indicated, complete with housings, lenses, louvers, refractors, lamps, lamp holders, reflectors, ballasts, starters, ignitors, mounting brackets or hardware with adjusting means and wiring.

B. Housings: Provide luminaires with rigidly formed, weather and light tight enclosures that will not warp, sag, or deform in use. Provide housings free from burrs, sharp edges or corners. Provide filter/breather to minimize dirt buildup.

C. Hinged Lens Doors: Provide captive hinged doors, operating freely, to allow lamp installation and removal without the use of tools. Equip door mechanism to preclude accidental falling of the door when opening or closing or when secured in the closed position. Provide for door removal for cleaning or replacing lens.

D. Exposed Hardware: Provide stainless steel hinges, latches, fasteners, and exposed hardware to prevent corrosion of hardware or the staining of adjacent surfaces. Provide captive hardware on all exposed fasteners.

E. Interior Reflecting Surfaces: Use interior formed and supported light reflecting surfaces having reflectances of not less than 85 percent for white surfaces, 83 percent for specular surfaces, and 75 percent for specular diffuse surfaces.

F. Lenses and Refractors

1. Plastic: Plastic for clear lenses and diffusers shall be formed of colorless 100% virgin acrylic. The quality of the raw material shall meet or exceed IES, SPI, and NEMA specifications and shall not exceed a yellowness factor of 3 after 2,000 hours of exposure in the Fade-meter or as tested by an independent laboratory. Acrylic plastic lenses and diffusers shall be properly cast, molded, or extruded, as specified and shall remain free of any dimensional instability, discoloration, embrittlement, or loss of light transmittance for at least 10 years.

2. Glass: Glass used for exterior glass lenses shall use tempered Borosilicate glass unless otherwise noted.

3. Mechanical: All lenses, louvers, or other light diffusing elements shall be removable, but positively held so that hinging or other normal motion does not cause them to drop out.

4. Cleaning: Lenses shall be turned over to the owner clean and free of dust.

G. Metal Finishes: Provide finishes of the color and type Indicated and having the following properties:

1. Protection of metal from corrosion - 5-year warranty against perforation or erosion of the finish from weathering. 2. Color retention - 5-year warranty against fading, staining, or chalking from weathering, including solar radiation.

3. Uniformity - Provide finish of uniform thickness and color, free from streaks, stains or orange peel texture.

EXTERIOR LIGHTING 26 56 00 - Page 6 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

4. Lamp Sockets: Provide lamp sockets complying with applicable UL and ANSI requirements.

2.3 LED LIGHTING SYSTEMS

A. Complete System: The contractor shall furnish the completed LED-based lighting system. A `Complete System’ shall refer to an LED Luminaire and any power conditioning and/or interface equipment functioning together as a working unit.

B. Thermal Management: The LED Luminaire manufacturer shall provide appropriate thermal management technology to ensure that temperatures do not exceed the limits established by the LED chip manufacturer.

C. LED Luminaires: LED Luminaires shall provide a continuous light output. Luminaire output and dimensions shall be in accordance with the contract drawings and specifications. LED Luminaire lumen output will be in accordance with the specifications and shall not depreciate more than 20% after 10,000 hours of use. Rated lumen output for LED Luminaires to operate in ambient temperature of -20 degrees Celsius and +50 degrees Celsius White LEDs to have a minimum life of 50,000 hours and color LEDs to a minimum of 70,000 hours. All LED Luminaire types shall be provided with complete photometric data including lumen output, lumen depreciation, life, and distribution.

D. Performance Assessment: The performance of LED Luminaires shall be evaluated according to IESDNA standards LM-79 ‘Electrical and Photometric Measurements of SolidState Lighting Products’ and LM-80 ‘Measuring Lumen Maintenance of LED Light Sources’. The results of such evaluation shall be reported by the LED Luminaire manufacturer.

E. Performance Requirements:

1. Driver shall operate from 60 Hz input source of 120V thru 277V with sustained variations of +/- 10% with no damage to the driver. 2. Driver output shall be regulated to +/- 5% across published load range. 3. Power Factor: Greater than 90%. 4. Total Harmonic Distortion: Less than 20% 5. Sound Rating: Class A. 6. Minimum operating temperature: -40 deg F. 7. Ballast shall tolerate sustained open circuit and short circuit output conditions. 8. Dimmable drivers shall be controlled by Class 2 low voltage 0-10V DC controller.

F. Regulatory Requirements

1. Driver shall be UL listed, Class 2 Outdoor.. 2. Comply with ANSI C62.41 Category A for transient protection. 3. Comply with ANSI C82.11

EXTERIOR LIGHTING 26 56 00 - Page 7 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

4. Comply with Federal Communications Commission (FCC) rules and regulations, Title 47 CFR part 18 non consumer Class A for EMI/RFI (conducted and Radiated). 2.4 LAMPS

A. LED “lamps” and drivers are not all required to be provided by the same LED lamp supplier. It is understood each lighting manufacture will source LEDs from different sub- vendors/suppliers.

B. Comply with ANSI C78 series that is applicable to each type of lamp.

C. LED Lamps: Luminaire manufacturer shall be required to provide adequate heat sinking and thermal management. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Lumileds, Osram Sylvania, Nichia, or as noted in the Luminaire schedule.

1. White Light LEDS – Color temperature as specified. Minimum rated lamp life 50,000 hours.

2. Colored LEDS - RGB LED systems to be controlled as noted. Minimum rated lamp life 70,000 hours.

2.5 FINISHES

A. Manufacturer's standard, except as otherwise indicated, applied over corrosion-resistant treatment or primer, free of streaks, runs, holidays, stains, blisters, and similar defects.

2.6 LUMINAIRE MOUNTING

A. General: Provide corrosion resistant metal luminaire mounting compatible with the luminaires that will not cause galvanic action at contact points. Provide mounting that will correctly position the luminaire to provide the required light distribution.

PART 3 - EXECUTION

3.1 LUMINAIRE INSTALLATION

A. General: Install exterior luminaires at locations and heights as indicated on the drawings, in accordance with the manufacturer's written instructions, applicable requirements of NFPA 70, ANSI C2 and with recognized industry practices to ensure that lighting installation fulfills requirements.

B. Support: Fasten luminaires securely to indicated structural supports; and check to ensure that the required degree of freedom is provided to allow alignment or aiming of the Luminaires for indicated light distribution. Provide excavation and poured reinforced concrete pads as noted on the drawings and provide anchor hook-bolts, nuts and washers in conformance with the details and manufacturer's requirements.

C. Condition: Clean exterior luminaires of dirt and debris upon completion of installation. Do not damage finishes or lens or refractor surfaces.

EXTERIOR LIGHTING 26 56 00 - Page 8 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

D. Grounding: Provide equipment grounding connections using branch circuit equipment and connected sufficiently tight to assure a permanent and effective ground.

3.2 TESTS AND DEMONSTRATIONS

A. General: Upon completion of installation and after energizing branch supply circuitry, apply electrical energy to luminaires to demonstrate compliance with requirements.

1. Where possible, correct malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting.

3.3 CLEAN LUMINAIRES

A. Clean: During construction, installation, clean lighting Luminaires of dirt and debris to insure proper performance and operational temperatures. At time of Substantial Completion, all luminaires must be clean of dirt and debris.

B. Protection: Protect installed Luminaires from damage during the construction period.

END OF SECTION

EXTERIOR LIGHTING 26 56 00 - Page 9 September 14, 2018 Hampton Inn & Suites – Harrison Square Garage Connector

THIS PAGE IS LEFT INTENTIONALLY BLANK

EXTERIOR LIGHTING 26 56 00 - Page 10 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 31 00 00 CONTROL OF SITE WORK

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. All division 31, 32, and 33 specification sections.

B. Permitting.

1.2 VERIFY EXISTING CONDITIONS:

A. Contractor shall study the site survey, site demolition drawing, and have the Utility Locator Service mark existing underground utilities prior to construction operations. The Contractor shall locate private utilities. If existing conditions are different than reflected in the site drawings, notify the Owner’s Agent for further instruction, and do not proceed with operations until written direction is given. Do not disconnect any utilities until approved by both the property and utility Owner.

1.3 OPERATION OF ADJACENT FACILITIES:

A. Contractor shall maintain operation of adjacent facilities, including pedestrian and vehicular traffic circulation on neighboring properties and roadways. Any required closures shall be coordinated and approved by all adjacent property Owners in writing, including authorities of jurisdiction, prior to commencing construction operations. Provide an alternate route that meets the Americans With Disabilities Act (ADA) requirements.

1.4 PROTECT EXISTING STRUCTURES AND UTILITIES:

A. Protect and maintain the provided benchmarks and survey control points from disturbance during construction. Replacement of any control that is disturbed by construction activities shall be by a Registered Land Surveyor at the Contractor’s expense.

B. Contractor to repair damaged field tile as a result of construction operations.

C. Locate and clearly flag trees and plantings that are identified to remain or to be relocated. Place construction fencing around trees and plantings to remain at the dripline to protect the root system.

D. Contractor shall restore any items damaged by construction operations including but not limited to: sidewalks, driveways, roadways, lawns, utilities, walls, and building structures, at no additional expense to the Owner.

E. All construction traffic on roadways and driveways shall be limited to legal weights and measures.

CONTROL OF SITE WORK 31 00 00 - Page 1 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

1.5 EROSION CONTROL:

A. Any erosion of soils or dust generated from construction activities shall be controlled in a manner that will not adversely impact the adjacent properties and roadways. See the erosion control specification for further requirements.

B. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required.

C. Stockpile soil materials to be re-used in an area designated by the Owner. Grade all piles to provide positive drainage of storm water. Provide temporary seeding according to the site drawings to stabilize sloped surfaces from erosion. Excess satisfactory and all unsatisfactory soil material shall be removed off site and legally disposed of.

D. All disturbed areas shall be fine graded and broadcast seeded. Slopes greater than 4:1 shall have erosion control fabric placed as part of the seeding and restoration process.

1.6 PERMITTING:

A. Contractor shall review and understand any conditions or special provisions of the Improvement Location Permit with the City Planning Office. The contractor is responsible for all requirements of the permit.

B. Contractor shall comply with any conditions or special provisions of the Rule 5 permit through the Indiana Department of Environmental Management.

C. Contractor shall comply with any conditions or special provisions of the Sanitary Sewer Permit through the Indiana Department of Environmental Management.

D. Contractor shall comply with any conditions or special provisions of the Water Main Permit through the Indiana Department of Environmental Management.

E. Contractor shall be responsible to pay all permit fees, connection fees, testing fees, and inspection fees required to perform work.

1.7 RECORD DRAWINGS:

A. Record Drawings: Contractor shall provide a set of record drawings (certified by a Land Surveyor in the State of Indiana) to the owner. Include size, material, depth of cover, location, and elevation of all improvements within the contract documents. Include details of underground structures and connections. Identify any items that deviate from the contract documents including but not limited to: underground utilities, finish grades, substitutions if approved, detail modification, etc.

END OF SECTION 31 00 00

CONTROL OF SITE WORK 31 00 00 - Page 2 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 31 10 00 SITE DEMOLITION

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. Removal of trees and plantings.

B. Clearing and grubbing existing ground surface.

C. Stripping topsoil to the depth indicated on the soil borings.

D. Demolition of underground utilities.

E. Protection of existing structures.

F. Demolition of site structures not classified as a building.

1.2 REFERENCE STANDARDS AND SPECIFICATIONS:

A. Tree protection and trimming specification.

B. Site Earthwork specification for excavation, backfill, and compaction requirements.

C. Control of Site Work Specification.

1.3 RECORD OF EXISTING CONDITIONS:

A. Provide photographs or videotape to sufficiently detail the existing condition of trees, plantings, adjoining construction, existing roadways, and existing structures that are indicated to remain.

1.4 CONTROL OF WORK:

A. The Contractor shall record all utilities encountered during the clearing and demolition operations. Any additional expense related to uncovering and locating un-marked utility services, or buried drain tile known by the contractor prior to the completion of work, will be the contractor’s expense.

1.5 TREE PROTECTION:

A. Protect trees identified to remain from damage during construction. Damaged trees will be repaired or replaced as determined by the Owner’s arborist at the Contractor’s expense.

B. Provide and install a temporary construction fence around trees and plantings identified to remain. Do not store materials, construction equipment or drive vehicles within the barricaded area. Remove the temporary fence when construction is complete.

SITE DEMOLITION 31 10 00 - Page 1 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

1.6 PROTECTION OF EXISTING STRUCTURES AND UTILITIES:

A. Protect existing utilities and building structures not identified to be removed from damage during construction. Damaged utilities will be repaired or replaced at the Contractor’s expense.

PART 2 - REMOVALS

2.1 TOPSOIL STRIPPING AND RESPREADING:

A. Remove sod and grass before stripping topsoil. Strip topsoil to a depth of 12” within the disturbed area as identified on the site plans. Excess and unsuitable topsoil, including trash, debris, weeds, roots, and other waste materials shall be removed from site and properly disposed of.

B. Stockpile topsoil materials in the designated spoil area. Provide temporary seeding to stabilize the slope, and provide erosion control measures to minimize sedimentation onto adjacent properties and water ways. All stockpiles shall be graded to drain.

C. Re-spread topsoil in lawn areas to finished grade as shown on the site plans.

2.2 CLEARING AND GRUBBING:

A. Remove trees, shrubs, grass, stumps, roots, and other vegetation as identified on the site demolition plan.

B. Fill depressions caused by clearing and grubbing operations with standard fill material according to the earthwork specification, unless further excavation or earthwork is indicated to establish proposed subgrade elevations. Provide temporary drainage for any areas that may trap storm runoff prior to completing excavation operations.

2.3 STORM DRAINAGE SYSTEM

A. Piping removal: Excavate and completely remove piping as identified on the plans. All removed utilities under parking areas or building foundations and slabs shall be backfilled with #53/#73 crushed limestone.

B. Pipe abandonment: Existing sewer piping that will not interfere with proposed improvements as shown on the drawings may be abandoned in place by completely filling with flowable concrete fill. Any existing piping that lies within the influence of proposed building foundations, including floor slabs, must be removed.

C. Structure removal: Excavate and remove structure, close open ends of remaining piping, and backfill to subgrade elevations. See the earthwork specification for filling requirements.

2.4 PAVEMENT REMOVAL:

A. Remove concrete slabs, paving, curbs, gutters, and aggregate base as indicated. Saw-cut the existing pavement indicated to remain full depth before removal operations to provide a clean line of separation.

SITE DEMOLITION 31 10 00 - Page 2 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

2.5 HAZARDOUS MATERIALS:

A. Although no hazardous materials are suspected within the project boundary, the Contractor shall immediately report any suspected hazardous materials encountered during demolition operations to the Owner’s Agent. Hazardous waste removal and disposal will be performed by a licensed contractor to do the work outside the scope of this section.

2.6 DISPOSAL:

A. All cleared materials shall become the Contractor’s property, except for materials indicated to be salvaged for the Owner. Store and protect all salvaged items in the area identified by the Owner’s Agent. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off the Owner's property.

PART 3 - RE-USE OF MATERIALS

3.1 PAVEMENT:

A. Removed pavement may be pulverized and amended per specification and used as subgrade fill under new pavements and walkways, but in no circumstance will the amended mix be allowed as utility trench backfill, subgrade fill under building slabs and foundations, or under lawn areas. A proposed design mix must be approved by a certified geotechnical engineer, and approved by the Owner’s Agent prior to any operations.

3.2 AGGREGATE:

A. Gravel drive material may be used as subgrade fill below new pavement and walkway areas, but in no circumstance will the material be allowed as utility trench backfill, subgrade fill under building slabs and foundations, or under lawn areas.

END OF SECTION 31 10 00

SITE DEMOLITION 31 10 00 - Page 3 September 14, 2018

THIS PAGE IS LEFT INTENTIONALLY BLANK Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 31 20 00 SITE EARTHWORK

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. Site earthwork as shown on the Site Plans within the project limits.

B. Excavation and Backfill for site utilities.

1.2 REFERENCE STANDARDS AND SPECIFICATIONS:

A. Terms and conditions of construction as required by the Contractor’s permit with the controlling agency. When conditions of the permit conflict with proposed work, the contractor shall notify the Engineer for correction prior to installation. Any non-compliant work performed by the Contractor shall be at the Contractor’s expense.

B. Site Demolition specification for removals and topsoil stripping.

C. Control of Site Work Specification.

1.3 UNKNOWN CONDITIONS (change to contract):

A. Rock: Material 1 cy and larger that exceeds a standard penetration resistance of 100 blows/2 inches. Notify the Owner’s Agent if any rock is encountered. Removal of material will be considered a change to the contract. Work shall not commence until instructed by the Owner’s Agent.

B. Unsuitable subgrade: Notify the Owner’s Agent if any unsuitable subgrade is encountered. Stabilization of subgrade material above and beyond as stated in part two of this section, will be considered a change to the contract beyond the work covered in this specification. Work shall not commence until instructed by the Owner’s Agent.

1.4 TESTING:

A. Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing. See Part II of this specification for testing requirements.

1.5 FINISH GRADING:

A. Final grades shall direct storm water to all collection points and meet the intent of the storm water management plan as identified in the site drawings. Establish grades to within required tolerances. Fill any settled areas as required to meet the specifications within the one year warranty period. Final grade is defined as the elevation of the final surface, including any mulching material in landscaping beds, applied rubberized surfaces, etc.

SITE EARTHWORK 31 20 00 - Page 1 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

1.6 EARTHWORK BALANCE:

A. No guarantee is made that the site grading plan provides a balanced site condition. The contractor shall import or export soil materials from site as required to meet the conditions of the construction documents.

1.7 PROTECTION OF EXPOSED GRADE:

A. Protect exposed layers against freezing temperatures, frost, rain, accumulated water, and construction activities, including any open excavations and utility trenches. Reconstruction of damaged layers will be corrected by the contractor according to this specification at no additional cost to the Owner, including areas previously approved by the Geotechnical Engineer.

PART 2 - INSTALLATION

2.1 PREPARATION OF SUBGRADE:

A. Soil surface immediately below proposed fills (after stripping topsoil) and bottom of proposed excavations (in cut areas).

B. See the site demolition specification for site clearing requirements.

C. Notify Geotechnical Engineer when excavations have reached the required subgrade elevations for approval prior to continuing with backfill and fill operations. The contractor shall proof roll the existing subgrade that is not wet or saturated with heavy pneumatic-tired equipment of not less than 10 ton rated weight and identify any soft pockets or areas of excessive yielding. The contractor shall re-work the existing subgrade material to the depth and moisture content as recommended in the soil report. The subgrade will not be approved until both minimum compaction, and optimum moisture content is achieved.

2.2 SUBGRADE STABILIZATION (change to contract):

A. Any stabilization measures must be authorized by the owner and approved by the Geotechnical Engineer prior to operations or all work shall be at the contractor’s risk. No payment will be made for unauthorized work.

B. If the Geotechnical Engineer determines that unsatisfactory soils are present, continue the excavation and replace with compacted backfill or fill material as directed and after the Owner approves. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. Any stabilization measures must be authorized by the owner and approved by the geotechnical engineer prior to operations or all work shall be at the contractor’s risk. No payment will be made for unauthorized work.

C. Lime stabilization: Blend the top 16” of subgrade with 65% fly ash, 30% lime, and 5% kiln dust. Lime stabilization will not be allowed under building foundations and slabs.

D. Engineered subgrade: Undercut the existing subgrade 8” and replace with 8” of #53/#73 limestone over a Tensar BX1100 structural geogrid.

2.3 BACKFILL AND FILL:

A. Soil materials used to fill an excavation or raise existing grades.

SITE EARTHWORK 31 20 00 - Page 2 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

B. Subgrade Backfill and Fill: Do not place backfill or fill material on surfaces that are muddy, frozen, wet, or contain frost or ice. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers.

C. Foundation and Slab Backfill and Fill: Do not place backfill or fill material on surfaces that are muddy, frozen, wet, or contain frost or ice. Place backfill and fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers.

D. The Geotechnical Engineer shall test each lift for compliance with the specifications prior to continuing with backfill and fill operations. Each fill and backfill layer will not be approved until both minimum compaction, and optimum moisture content is achieved.

E. Moisture content: Each fill and backfill layer shall be within 2% of the materials optimum moisture content.

F. Standard Fill Material: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, CL, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and trash.

G. Unsuitable Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CH, OL, OH, and PT, or a combination of these group symbols, and standard fill material not maintained within 2 percent of optimum moisture content at time of compaction.

H. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve.

I. Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of weeds, roots, and other deleterious materials.

J. Amended Topsoil: Topsoil shall be fertile soil capable of sustaining vigorous plant growth, taken from a well drained site. Contractor to amend topsoil onsite to meet the following requirement. It should be free of subsoil, clay or impurities such as plants, weeds, and roots. It should have a minimum ph value of 5.5 and maximum of 7.4.

2.4 PAVEMENTS AND SITE SLABS ON GRADE:

A. Subgrade: scarify and compact the top 12 inches of existing subgrade, and each following lift of fill or base material to 95 percent of maximum dry unit weight according to ASTM D 1557 (modified proctor). Establish grades to within 1” of proposed.

B. Fill Material: Place and compact each lift with standard fill material to the bottom of the aggregate base layer.

C. Aggregate Base: See site drawings for material.

D. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per 500 sf.

SITE EARTHWORK 31 20 00 - Page 3 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

2.5 WALKWAYS:

A. Subgrade: scarify and compact the top 12 inches of existing subgrade, and each following lift of fill or base material to 95 percent of maximum dry unit weight according to ASTM D 1557 (modified proctor). Establish grades to within 1” of proposed.

B. Fill Material: Place and compact each lift with standard fill material to the bottom of the aggregate base layer.

C. Aggregate Base: See site drawings for material.

D. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per 50 lf.

2.6 BUILDING STRUCTURES:

A. Buildings, floor slabs, foundations, retaining walls, tanks, or other stationary features.

B. Subgrade: scarify and compact the top 12 inches of existing subgrade, and each following lift of fill or base material to 98 percent of maximum dry unit weight according to ASTM D 1557 (modified proctor). Establish grades to within 1” of proposed.

C. Subgrade Fill Material: Place and compact each lift with standard fill material, unless noted otherwise on drawings, to subgrade elevations directly beneath the bottom of the aggregate base layer.

D. Foundation Wall Backfill: Engineered Fill material unless noted otherwise on the building construction drawings.

E. Floor Slab Aggregate Base: See building plans for material.

F. Fill unauthorized excavation under structures by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill may be used when approved by Engineer.

G. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per 500 sf of building slab, one test per 50 lf of foundations, one test per column footing.

2.7 LAWN AND LANDSCAPING BEDS:

A. Subgrade: scarify and compact the top 12 inches of existing subgrade, and each following lift of fill or base material to 90 percent of maximum dry unit weight according to ASTM D 1557 (modified proctor). Establish grades to within 1” of proposed.

B. Fill Material: Place and compact each lift with standard fill material to the bottom of the topsoil layer. Unsuitable soil materials may be used as fill when approved by the Geotechnical Engineer and the Landscape Architect.

C. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per 1000 sf.

D. Final Grade: Establish grades to within 1” of proposed.

E. Contractor shall repair any settled areas to meet project specifications within the warranty period.

SITE EARTHWORK 31 20 00 - Page 4 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

F. 6” of topsoil shall be used in lawn areas.

G. Amended topsoil shall be used in landscaping areas.

2.8 UTILITY TRENCH EXCAVATION AND BACKFILL:

A. Notify Geotechnical Engineer when excavations have reached the required bottom of trench elevation prior to continuing with backfill and fill operations. If the Geotechnical Engineer determines that unsatisfactory soils are present, the Engineer will instruct the contractor on corrective measures. Additional work required to correct and stabilize the existing subgrade will be paid for according to Contract provisions for changes in the Work.

B. Fill material required to re-establish the trench bottom due to over-excavation of the utility trench will be bedding material, and placed by the contractor at no additional cost to the Owner.

C. Place and shape the pipe bedding material as shown on the site drawings to provide continuous support for the conduit. Place and compact the initial backfill to a height of 12 inches over the utility pipe. Carefully compact backfill material under the pipe haunches and bring up evenly on both sides.

D. Backfill material: See site drawings.

E. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per 100 lf per lift.

2.9 DRAINAGE STRUCTURE EXCAVATION AND BACKFILL:

A. Notify Geotechnical Engineer when excavations have reached the required the bottom of trench elevation prior to continuing with backfill and fill operations. If the Geotechnical Engineer determines that unsatisfactory soils are present, the Engineer will instruct the contractor on corrective measures. Additional work required to correct and stabilized the existing subgrade will be paid for according to Contract provisions for changes in the Work.

B. Fill material required to re-establish the bottom of excavation due to over-excavation of the utility trench will be bedding material, and placed by the contractor at no additional cost to the Owner.

C. Place and compact a 6” minimum depth foundation of Class I or Class II special fill material according to ASTM D2321. After placement of structure and connection of sewer piping, continue special fill to a minimum of 12” above sewer piping in lawn areas, and to subgrade elevation in paved areas or within the influence of building foundations or site slabs on grade.

D. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per structure.

END OF SECTION 31 20 00

SITE EARTHWORK 31 20 00 - Page 5 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 32 13 13 PORTLAND CEMENT CONCRETE PAVEMENT

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. Concrete paving for site slabs on grade.

B. Sealants for construction joints.

C. Sealants for expansion joints.

1.2 REFERENCE STANDARDS AND SPECIFICATIONS:

A. Site Earthwork specification for subgrade and aggregate base requirements.

B. Terms and conditions of construction as required by the Contractor’s permit with the controlling agency. When conditions of the permit conflict with proposed work, the contractor shall notify the Engineer for correction prior to installation. Any non-compliant work performed by the Contractor shall be at the Contractor’s expense.

C. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents.

D. CRSI's "Manual of Standard Practice"

E. CRSI's "Placing Reinforcing Bars"

F. Control of Site Work specification.

1.3 DELIVERABLES:

A. Record Drawings: Include size, material, depth of cover, location, and elevation of all improvements within the contract documents. Include details of underground structures and connections.

B. Material certificates for the pavement design mix according to ACI 211.1 and ACI 301.

C. Passing test reports.

D. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment.

E. Submittal for hot applied joint sealant.

F. Submittal for cold applied joint sealant.

PORTLAND CEMENT CONCRETE PAVEMENT 32 13 13 - Page 1 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

1.4 CONTROL OF WORK:

A. Schedule tests and inspections with the Owner’s Geotechnical Engineer and as required under the conditions of the permit. The finished paving will not be accepted or considered complete until all improvements pass the testing requirements of these specifications and the permitting authority.

PART 2 - PRODUCTS

2.1 AGGREGATE BASE:

A. See the site drawings for material requirements. See the Earthwork Specification for subgrade compaction and installation requirements.

2.2 CONCRETE MATERIALS:

A. Provide ready mixed concrete according to ASTM C 94 with the following properties: 4000 psi at 28 day compressive strength, 0.45 maximum water to cement ratio, and a 4” maximum slump limit. Provide admixtures to establish an air content of 4.5 to 7.5% according to ASTM C 260

B. Portland Cement: ASTM C 150, Type I or II. Aggregate: ASTM C 33, uniformly graded, from a single source.

C. Water: ASTM C 94

D. Provide a medium textured broom finish on all surfaces unless noted otherwise on the plans.

E. Allowable Water-Reducing Admixture according to ASTM C 494, Type A

F. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other admixtures

G. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene.

2.3 CONSTRUCTION JOINTS:

A. Place joints at the end of concrete pouring operations if more than 30 minutes has elapsed.

B. Provide joint filler strips according to ASTM D 1751 or ASTM D 1752 and type SL Silicone Sealant complying with ASTM D 5893 for Type SL. Install per the manufacturer’s recommendations and according to ASTM C 1193.

C. Continue reinforcing steel through the construction joint and lap bars of a sufficient development length to assure a good bond with future concrete placement.

2.4 EXPANSION JOINTS:

A. Place joints at the interface between new concrete pavement and: concrete curbs, site structures, building stoops, and at maximum intervals of 50 feet.

PORTLAND CEMENT CONCRETE PAVEMENT 32 13 13 - Page 2 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

B. Provide joint filler strips according to ASTM D 1751 or ASTM D 1752 and type SL Silicone Sealant complying with ASTM D 5893 for Type SL. Install per the manufacturer’s recommendations and according to ASTM C 1193.

C. Do not continue reinforcing steel through the expansion joint.

2.5 CONTRACTION JOINTS:

A. Sawcut or hand tool contraction joints in the locations identified on the site drawings. The minimum depth of all joints shall be 25% of the total pavement thickness. Tooled joints shall be a minimum of 1/8” wide, with ¼” radii. Sawcut joints shall be a minimum of 1/8”. Joint sealants are not required at contraction joint locations.

2.6 CURING MATERIALS:

A. Provide curing materials after initial placement of concrete. Acceptable methods include: Polyethylene sheeting according to ASTM C 171, burlap cloth according to AASHTO M 182, Class 2, and clear solvent according to ASTM C 309, Type 1, Class B.

2.7 CONCRETE PLACEMENT:

A. Proof-roll prepared subbase surface to check for unstable areas and verify need for additional compaction.

B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. Do not place concrete when the surface temperature is below 40 deg F.

C. Install clean forms and apply a release agent prior to concrete placement. Use flexible forms for radii that are less than 100’. Allow forms to set for a minimum of 24 hrs after concrete placement before removal.

D. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment.

E. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete.

F. Do not add water to concrete during delivery, at Project site, or during placement.

G. Consolidate concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R.

H. Cold-Weather Placement: Comply with ACI 306 R. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. Do not use frozen materials or materials containing ice or snow. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs.

PORTLAND CEMENT CONCRETE PAVEMENT 32 13 13 - Page 3 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

I. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F.

J. Tolerance: Gap below 10-foot long, unleveled straightedge not to exceed 1/8 inch. Comply with tolerances of ACI 117 and as follows: Thickness: Plus 3/8 inch, minus 1/4 inch. Elevation: 1/4 inch.

2.8 TESTING:

A. Reports of compressive-strength tests shall include: concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests.

B. Additional Tests: Testing agency shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Architect. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed.

C. Frequency of testing: Coordinate with the Geotechnical Engineer to perform a minimum of one test per load delivered to the site.

END OF SECTION 32 13 13

PORTLAND CEMENT CONCRETE PAVEMENT 32 13 13 - Page 4 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 32 13 16 EXPOSED SAND MATRIX CONCRETE PAVING PART 1 - GENERAL 1.01 SECTION INCLUDES A. Exposed sand matrix concrete paving. 1. Alternate for Section 32 13 13 - Portland Cement Concrete Pavement. 1.02 RELATED SECTIONS: A. Section 01 23 00 - Alternates B. Section 32 13 13 - Portland Cement Concrete Pavement. C. Division 32 Sections for subgrade preparation, grading and subbase course. 1.03 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.04 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated and proposed. B. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Samples for Initial Selection: For each type of product, ingredient, or admixture requiring color, pattern, or texture selection. D. Samples for Verification: For each type of exposed color, pattern, or texture indicated. E. Placement Procedure: Submit written placement procedure following approval of mock-up and prior to beginning placement of Work. F. Qualification Data: For Installer, ready-mix concrete producer and testing agency. 1. Installer shall submit documents showing they have a minimum of 5 years experience installing decorative cement concrete pavements. 2. Installer shall submit documentation showing they have completed a minimum of 5 projects of similar size and complexity, including photos of at least two with exposed sand matrix finishes. G. Material Certificates: For the following, from manufacturer: 1. Cementitious materials. 2. Steel reinforcement and reinforcement accessories. 3. Admixtures. 4. Curing compounds. 5. Applied finish materials. 6. Bonding agent or epoxy adhesive. 7. Joint fillers. H. Field quality-control reports. I. Minutes of preinstallation conference recorded by Contractor. 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed exposed sand matrix finished pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance.

EXPOSED SAND MATRIX 32 13 16 - Page 1 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

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. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" (Quality Control Manual - Section 3, "Plant Certification Checklist"). C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. D. ACI Publications: Comply with ACI 301 (Exposed Aggregate Finish) unless otherwise indicated. E. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. F. Mockups: Cast mockups of full-size sections of concrete pavement to demonstrate typical joints, surface finish, texture, color, and standard of workmanship for each type of concrete. 1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Architect. a. Notify Architect seven days in advance of dates and times when mockups will be constructed. b. Obtain Architect's approval of mockups before starting construction. c. Maintain approved mockups during construction in an undisturbed condition as a standard for judging the completed pavement. d. Demolish and remove approved mockups from the site when directed by Architect. G. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1. Before submitting design mixes, review concrete pavement mix design and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with concrete pavement to attend, including the following: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixes. c. Ready-mix concrete producer. d. Concrete subcontractor. 1.06 FIELD CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B. Cold-Weather Concrete Placement: Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. Comply with ACI 306.1 and the following: 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures. C. Hot-Weather Concrete Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap, so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas.

EXPOSED SAND MATRIX 32 13 16 - Page 2 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

PART 2 - PRODUCTS 2.01 CONCRETE, GENERAL A. ACI Publications: Comply with ACI 301 unless otherwise indicated. 2.02 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel materials to provide full-depth, continuous, straight, and smooth exposed surfaces of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forms, free of distortion and defects. 1. Use flexible spring steel or laminated curved forms for curves of a radius 100 feet (30.5m) or less. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.03 STEEL REINFORCEMENT A. Plain-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, fabricated from galvanized- steel wire into flat sheets. B. Galvanized Reinforcing Bars: ASTM A 767/A 767M, Class II zinc coated, hot-dip galvanized after fabrication and bending; with ASTM A 615/A 615M, Grade 60 deformed bars. C. Joint Dowel Bars: Product indicated on Drawings. D. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded-wire reinforcement, and dowels in place. 1. Hot-dip galvanized bar supports, spacers, and reinforcement supports. 2. 16.5 gauge or heavier galvanized tie wire; or 3. Plastic or non-conductive coated steel. E. Zinc Repair Material: ASTM A 780/A 780M. 2.04 CONCRETE MATERIALS A. Cementitious Materials: Use the following cementitious materials, of same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150/C 150M, gray portland cement Type I. B. Normal-Weight Aggregates: ASTM C 33, Class 4S, uniformly graded. Provide aggregates from a single source with documented service-record data of at least 10 years' satisfactory service in similar paving applications and service conditions using similar aggregates and cementitious materials. 1. Maximum Aggregate Size: 3/4 inch nominal. 2. Exposed/Fine Aggregate: FA-2 natural sand. Free of materials with deleterious reactivity to alkali in cement. C. Water: Potable and complying with ASTM C 94/C 94M. 2.05 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air-Entraining Admixture: ASTM C 260. C. Water-Reducing Admixture: ASTM C 494, Type A. D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D.

EXPOSED SAND MATRIX 32 13 16 - Page 3 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

2.06 COLOR MATERIALS A. Integral Coloring Agent: ASTM C 979, synthetic mineral-oxide pigments or colored water- reducing admixtures; color stable, nonfading, and resistant to lime and other alkalis. 1. Colors: From Chromix Admixtures full range of colors as manufactured by L.M. Scofield as selected by Architect. 2.07 FIBER REINFORCEMENT A. Synthetic Fiber: Monofilament polypropylene fibers engineered and designed for use in exposed sand matrix concrete paving, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1-1/2 inches long. B. Synthetic Fiber: Fibrillated polypropylene fibers engineered and designed for use in exposed sand matrix concrete paving, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1-1/2 inches long. 2.08 CURING MATERIALS A. Cure and Seal: Provide V-Seal 102 deep penetrating cure and seal by V-SEAL Concrete Sealers of Lewis Center, Ohio. B. Water: Potable. 2.09 RELATED MATERIALS A. Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. B. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to requirements, and as follows: 1. Types I and II, non-load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. C. Chemical Surface Retarder: Water-soluble, liquid set retarder without color dye, for horizontal concrete surface application, capable of temporarily delaying final hardening of concrete to a depth of 1/8 to 1/4 inch. 1. Products: Subject to compliance with requirements, provide one of the following: a. True Etch Surface Retarder; Burke Group, LLC (The). b. Exposee; ChemMasters c. Delay S; Conspec Marketing & Manufacturing Co., Inc. d. Concrete Surface Retarders; Euclid Chemical Co. e. Expose; Kaufman Products, Inc. f. Surftard; Metaicrete Industries. g. Crete-Nox TA; Nox-Crete Products Group, Kinsman Corporation. h. Lithotex; L. M. Scofield Co. i. Rugasol-S; Sika Corporation. j. Certi-Vex Envioset; Vexcon Chemicals, Inc. k. Top-Cast; W. R Grace 2.10 CONCRETE MIXES A. Prepare design mixes as follows: Proportioned according to ACI 211.1 and ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. C. Mix Design: Provide plant mixed concrete for exposed aggregate finish to match Architects Sample. The following design mix is given as a general guide. The Contractor is responsible for providing a mix which matches the referenced standard. 1. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience.

EXPOSED SAND MATRIX 32 13 16 - Page 4 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

a. Use a qualified independent testing agency for preparing and reporting proposed concrete mixture designs for the trial batch method. 2. Proportion mixtures to provide normal-weight concrete with the following properties: a. Select strength from options in subparagraph below or revise to suit Project. Add b. Compressive Strength (28 Days): 4000 psi. c. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.45. d. Slump Limit: 3 inches. 3. Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows: a. Air Content: 6 percent plus or minus 1.5 percent for 3/4-inch nominal maximum aggregate size. 4. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent by weight of cement. 5. Chemical Admixtures: Use admixtures according to manufacturer's written instructions. a. Use water reducing admixture in concrete, as required, for placement and workability. b. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 6. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 requirements for concrete exposed to deicing chemicals. 7. Synthetic Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate, but not less than 1.5 lb/cu. yd. 8. Coloring Agent: Add coloring agent to mix according to manufacturer's written instructions. 2.11 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116M. Furnish batch certificates for each batch discharged and used in the Work. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with tolerances for dimensional, grading, and elevation tolerances. B. Proceed with exposed sand matrix concrete pavement operations only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. 3.02 PREPARATION A. Proof-roll prepared subbase surface with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. 1. Completely proof-roll subbase in one direction. Limit vehicle speed to 3 mph. 2. Proof-roll with a loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons. 3. Subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2 inch require correction according to requirements in Division 32 Section "Earthwork." B. Remove loose material from compacted subbase surface immediately before placing concrete. C. Protect adjacent construction from discoloration and spillage during application of color hardeners, release agents, stains, curing compounds, and sealers. 3.03 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement.

EXPOSED SAND MATRIX 32 13 16 - Page 5 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.04 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's “Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. E. Install fabricated bar mats in lengths as long as practicable. Handle units to keep them flat and free of distortions. Straighten bends, kinks, and other irregularities, or replace units as required before placement. Set mats for a minimum 2-inch overlap to adjacent mats. F. Zinc-Coated Reinforcement: Use galvanized-steel wire ties to fasten zinc-coated reinforcement. Repair cut and damaged zinc coatings with zinc repair material. 3.05 JOINTS A. Construct construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. C. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 1. Provide tie bars at sides of pavement strips where indicated. 2. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. D. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Locate expansion joints at intervals of 50 feet (15.25 m), unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler less than 1/2 inch (12 mm) or more than 1 inch (25 mm) below finished surface if joint sealant is indicated. 4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 5. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 6. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. E. Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. F. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows, to match jointing of existing adjacent concrete paving: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 1/4-inch radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate grooving-tool marks on concrete surfaces. EXPOSED SAND MATRIX 32 13 16 - Page 6 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

a. Tolerance: Ensure that grooved joints are within 3 inches either way from centers of dowels. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. a. Tolerance: Ensure that sawed joints are within 3 inches either way from centers of dowels. b. Hand saw cut joints with mini grinder to finish joints where power grinder cannot proceed without damage to adjacent work including, but not limited to, the base of the building and as required at other locations. c. Bevel Joints where indicated on the drawings. 3. Doweled Contraction Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. 3.06 CONCRETE PLACEMENT A. Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery, at Project site, or during placement. F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand-spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. H. When reinforcing is not set prior to placement of concrete, place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Architect. I. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry-shake surface treatments. J. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. 3.07 CONCRETE FINISHING A. General: Do not add water to concrete surfaces during finishing operations.

EXPOSED SAND MATRIX 32 13 16 - Page 7 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power- driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. C. Monolithic Exposed Sand Matrix Finish: Expose sand aggregate to pavement surfaces as follows and in accordance with procedures developed during the mock-up: 1. Immediately after floating, spray-apply chemical surface retarder to pavement according to manufacturer's written instructions. 2. Cover with plastic sheeting, sealing laps with tape, and remove when ready to continue finishing operations. 3. When concrete has taken its initial set, and after the finishing operations are completed, direct a fine spray of water at an approximate angle of fifteen degrees to the surface of the concrete. 4. Wash the laitance and retarder from the surface without both disturbing the small aggregate and causing sand runs to appear. 5. Remove laitance, retarder residue, and dirty wash water from finished surfaces as soon as washing operations are complete. 6. Apply a dilute solution acid wash as required to kill the efflorescence. a. Later applications may be stronger. 7. Design consolidation and finishing methods to avoid uneven settlement of aggregate above reinforcing bar locations. Uneven settlement results in uneven surface when combined with retarder application. D. Finish Schedule: 1. Exposed Finish: Light surface retarder, sand matrix, chromix color additive 3.08 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B. Comply with ACI 306.1 for cold-weather protection. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by curing compound as follows: 1. Cure and Seal Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating, and repair damage during curing period. 2. Curing compound shall not be placed on concrete to be covered by unit pavers, tiles, or other materials set in mortar. 3.09 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-feet- long; unleveled straightedge not to exceed 1/4 inch. 4. Alignment of Tie-Bar End Relative to Line Perpendicular to Paving Edge: 1/2 inch per 12 inches of tie bar. 5. Lateral Alignment and Spacing of Dowels: 1 inch. 6. Vertical Alignment of Dowels: 1/4 inch.

EXPOSED SAND MATRIX 32 13 16 - Page 8 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Paving Edge: 1/4 inch per 12 inches of dowel. 8. Joint Spacing: 3 inches. 9. Contraction Joint Depth: Plus 1/4 inch, no minus. 10. Joint Width: Plus 1/8 inch, no minus. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Testing Services: Testing and inspecting of composite samples of fresh concrete obtained according to ASTM C 172/C 172M shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231/C 231M, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when it is 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory cure one set of three standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test one specimen at seven days and two specimens at 28 days. a. A compressive-strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mixture will be satisfactory if average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. G. Concrete paving will be considered defective if it does not pass tests and inspections. H. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. I. Prepare test and inspection reports. 3.11 REPAIRS AND PROTECTION A. Remove and replace concrete paving that is broken, damaged, or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect.

EXPOSED SAND MATRIX 32 13 16 - Page 9 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

B. Drill test cores, where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive. C. Protect 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. D. Maintain 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

EXPOSED SAND MATRIX 32 13 16 - Page 10 CONCRETE PAVING September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 32 93 00 SITE LANDSCAPING

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. Site Landscaping.

1.2 REFERENCE STANDARDS AND SPECIFICATIONS:

A. All trees, shrubs and plants provided shall meet all applicable requirements of ANSI z60.1 "American Standard for Nursery Stock."

B. Site Earthwork Specification.

C. Control of Site Work specification.

1.3 CONTROL OF WORK:

A. Remove or replace damage to paving, sidewalks, or other materials at no cost to the owner.

B. Contractor shall protect all plant material during construction. Any material damaged during construction shall be treated, repaired or replaced by the contractor as directed by the architect.

C. Trees and Shrubs shall be measured in accordance with ANSI z60.1. No pruning shall be performed to achieve the sizes required. Measure all tree calipers 6" above the ground. For height and width measurements of trees and shrubs use the main body of the plant for measurement. Provide plants according to measurements indicated. Plants larger in size than specified may be used when approved by the Landscape Architect.

D. Contractor shall not substitute different plants or different varieties of the plant designated on the bid documents without the approval of the Architect. Any plant materials that are substituted by the contractor without the prior approval of the Architect shall be removed from the project site at the contractor’s expense and replaced with the plants specified on the bid documents. If a discrepancy occurs between the Common Name and Botanical Name on the Plant Schedule than the contractor shall ask the Architect to clarify the intended plant prior to any plants being purchased.

E. The Architect has the right to inspect trees and shrubs at the place of growth or at the project site prior to planting, for compliance with requirements of genus, species, variety, size and quality. The Architect also has the right to inspect the plant materials condition of the root balls and root systems and check for insects, injuries or defects. The Architect has the right to reject any unsatisfactory or defective plant material at any time during the progress of the work. The Contractor shall remove all rejected plant material from the site and submit new plant material for Architects approval.

F. All care shall be taken to ensure healthy, vigorous shrubs and trees are delivered to the site. No plant material shall be dropped or bent during delivery, and protective coverings shall be used during transportation. Only handle balled and burlapped plants by the root ball. Plants will be rejected by Architect if in poor health and/or damaged during delivery.

SITE LANDSCAPING 32 93 00 - Page 1 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

G. Plants shall have been grown in the same or colder climatic zone as this Project location, and in similar soil types.

H. Only deliver plants to the site when planting is ready to begin. If a delay arises of more than 6 hours, move plants to a shaded protected site, and keep roots moist. Also, ensure the plants are protected from mechanical damage.

I. If any conditions arise which would be harmful to any of the plants such as drainage problems, gravel filled planting holes or utility conflicts then the Architect shall be notified. Examine planting areas, test drainage of plant beds and pits by filling with water twice in succession. Notify Architect of conditions permitting water retention in the beds and pits for more than twenty-four (24) hours. Unsatisfactory conditions might require the plants to be relocated elsewhere on the site.

J. Planting shall not commence until all unsatisfactory conditions are corrected.

K. All plants shall be installed during the optimum planting season for each variety that is required.

L. A one year warranty shall be provided for all plant material. The one year warranty shall start from the date of substantial completion. Plants will not be accepted unless they are alive and healthy. The Contractor shall replace plants which are dead, or in the opinion of the Architect, are in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches, excessive pruning, or other causes, with same size and species originally installed.

M. The Contractor will not be responsible for defects resulting from the direct result of owner negligence, abuse, lack of maintenance such as watering, if the Contractor was not under a maintenance agreement at the time, or unusual phenomena or incidents beyond the landscape installer’s control which result from natural causes such as floods, lightning, storms, freezing rain, winds over 60 mph, fires or vandalism.

N. Replacements shall be a plant of the same species and size as indicated on the plans. Contractor shall plant replacements in the next growing season, with a new warranty commencing on date of replacement at no cost to owner.

PART 2 - PRODUCTS

A. If a discrepancy is found between the quantities shown on the plant list and on the planting plan, than the planting plan shall take precedence.

2.1 TREE AND SHRUB MATERIAL

A. See the site Landscape Plan for material selection and specifications.

1. All trees and shrubs provided shall be nursery grown with a healthy root system, and meet the requirements of ANSI z60.1. All trees and shrubs shall be provided in the sizes as indicated on the plans.

2. Trees and shrubs shall be healthy and free of disease, insects, and defects or disfigurements. No tree leader shoots shall be cut or broken. Plants that do not comply with these standards shall be rejected by the Architect.

3. Tree and Shrub Pruning - Standard horticulture practice shall be used to prune shrubs and trees. Prune only dead or injured branches, and maintain the plants required height

SITE LANDSCAPING 32 93 00 - Page 2 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

or spread. Do not prune the trees leader. Shrub size indicated on the plant list is the size required after pruning.

2.2 GROUND COVERS AND PLANTS

A. See the site Landscape Plan for material selection and specifications.

1. Provide healthy ground covers and plants in removable containers or peat pots in the sizes as indicated on the plans. Ground covers shall have the appropriate amounts and lengths of runners to meet the requirements of ANSI z60.1. Use only groundcovers and plants that are well established. Plants that do not comply with these standards shall be rejected by the architect.

2.3 TOPSOIL

A. See Site Earthwork Specification #31 20 00 for topsoil information.

2.4 FERTILIZER

A. Provide a slow-release granular fertilizer. Fifty percent of the fertilizer shall be derived from organic sources with the composition of 20 percent nitrogen, 10% phosphorus, and 10% potassium by weight. Fertilize trees and shrubs in accordance to manufacturer’s recommendations.

B. Topdress groundcover beds with 0.12% of actual phosphoric acid per cubic yard of planting mix.

2.5 MULCHES

A. The mulching material shall consist of organic shredded hardwood mulch which is free from any weeds or harmful materials, and is suitable for use around plant materials.

B. The mulch shall be 3 inches in depth and level with adjacent surfaces. No mulch shall be placed directly against trunks or stems of any plant material.

C. Mulch for groundcover shall be shredded hardwood mulch that is free of wood from the walnut family.

D. Mulch within twenty-four (24) hours after planting. Spread uniform thickness of three (3) inches unless otherwise shown on the Construction Documents. Keep mulch out of crowns of shrubs and away from the root flare of trees, and off buildings, sidewalks, light standards and other structures.

2.6 WEED CONTROL

A. Provide a non-woven fabric consisting of polypropylene or polyester fabric, 3 oz. per sq. yd. minimum, to all shrub beds. Completely cover area to be mulched - overlapping edges a minimum of 6 inches. Perennial and ground cover plantings shall not have filter fabric placed around them.

SITE LANDSCAPING 32 93 00 - Page 3 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

B. To control weed growth apply an herbicide such as Teflan or approved equal prior to planting to all plant beds. Ensure that the herbicide is safe to use around plant materials specified. Any damage to plant material from the herbicide will be the contractor’s responsibility to replace.

2.7 LANDSCAPE EDGINGS - See the Site Landscape Plan for location of all edging.

A. Landscape edging shall be placed along all shrub beds adjacent to turf areas.

B. Metal – Provide standard 3/16” thick x 4” wide metal edging with a rolled edge. Edging shall be staked every 30 inches with a 15” long tapered steel stake. Provide all accessories including: corners, tapered ends, and splicing as required to properly install the steel edging. Edging shall have a standard paint finish, color shall be dark green.

C. Refer to Drawings for bed shape.

2.8 WRAPPING AND GUYING MATERIALS

A. Trunk Wrapping: Contractor shall not wrap tree trunks without the approval of the Architect.

B. Stakes: Galvanized steel fence post with pointed end and plate removed.

C. Cable: Non-corrosive #10 double strand wire of sufficient strength to withstand wind pressure and resultant movement of the plant.

D. Plant Protector: Five-ply new nylon-reinforced rubber garden hose.

2.9 ANTI-TRANSPIRANT SPRAY

A. All trees and shrubs when moved and in full-leaf shall be sprayed with anti-transpirant spray before moving at the nursery and again 2 weeks later after planting. Spray the entire plant which includes trunks, branches, stems, twigs, and foliage with adequate film. Spray not only the tops of the leaves, but also the bottom.

2.10 WATER

A. Provide uniform coverage which will not cause erosion or damage to finished surfaces. Water the area sufficiently to penetrate planting bed to a depth of four (4) inches.

PART 3 - EXECUTION

3.1 PREPARATION OF PLANTING PITS AND BEDS

A. Plant Pits: Refer to the Shrub and Perennial/Groundcover Planting Details in the Construction Documents.

B. Individual pits shall be circular in shape. Beds for shrub masses, ornamental grasses, hedges, groundcover and perennials shall be entirely excavated edge to edge and backfilled with backfill mixture. They shall not be treated as individual planting pits.

SITE LANDSCAPING 32 93 00 - Page 4 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

C. Remove all sticks, stones, roots, and other objectionable materials larger than one inch in diameter following tilling operations.

3.2 LAYOUT

A. Plant material shall be laid out according to the Construction Documents. If Contractor does not follow the intended placement and spacing of the plant materials it will be at the Contractors cost to relocate said plants.

3.3 PLANTING

A. Setting Plants: Handle balled and burlapped and container-grown plants by ball or container. Set plants and hold in plumb position until sufficient pit backfill has been firmly placed around roots or ball. Set plants in relation to surrounding grade so that they are even with the depth at which they were grown in nursery, collecting field, or container.

B. Place fertilizer prior to backfilling. Groundcover plant shall be planted after mulch is in place. Avoid contaminating mulch with planting soil.

C. Balled and Burlapped Plants and Container Trees: Identify the proper depth for planting. In addition to the following information, plant trees per the Tree and Evergreen Planting Details in the Construction Documents. Lift the tree by the root ball and never by the trunk. Cleanly cut off broken or frayed roots. Straighten plant material in hole. Place planting mixture around the ball and carefully compact to avoid injury to the roots and to fill the voids. After backfilling planting pit approximately two-thirds full, add water and allow planting mixture to settle. After water has been absorbed, fill the planting pit with planting mixture and tamp light to grade. Replace planting stock if ball is cracked or broken before or during planting operations.

D. No Augers shall be used to dig tree or shrub planting holes.

E. Transplant groundcover between April and September. Install groundcover within 48 hours of digging. Keep groundcover moist until installation and thoroughly water immediately thereafter. Do not damage roots either by digging or separating individual plants.

F. Contractor shall refer to the Planting Details located on the Construction Documents for additional planting instructions.

3.4 SUPPORT

A. Support plants vertically with plant protector-wrapped guy wires and stakes as indicated on the Construction Documents. Bracing shall be removed by the Contractor at the end of the guarantee period.

END OF SECTION 32 93 00

SITE LANDSCAPING 32 93 00 - Page 5 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 33 05 00 SITE UTILITY PIPING

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. Underground utility piping as identified on the site plans.

B. Storm sewer piping materials.

C. Materials shall be neatly stored on site. Excavated material shall be neatly stockpiled if not immediately removed from the site. Streets, driveways, and sidewalks shall be kept clear and open.

1.2 REFERENCE STANDARDS AND SPECIFICATIONS:

A. Storm Drainage System Specification.

B. Site Earthwork Specification.

C. Site Landscaping.

PART 2 - SEWER PIPING – See site drawings for allowable pipe materials.

2.1 FLEXIBLE GRAVITY SEWER PIPE:

A. Install piping per the flexible pipe utility trench detail on the site drawings for bedding and backfill requirements.

1. ASTM D 3034-97 SDR-35 PVC 15” and smaller.

a. Provide slip-on joints with rubber gasket or mechanical joints.

b. Join pipe with gaskets according to ASTM F 477 for elastomeric seals.

c. Install according to ASTM D 2321.

2. ASTM F 405 High Density Polyethylene (HDPE) for pipe 10” and smaller

a. Join pipe with gaskets according to ASTM F 477 elastomeric seals.

b. Install according to ASTM D 2321.

3. ASTM F 667 High Density Polyethylene (HDPE) for pipe larger than 10”

a. Join pipe with gaskets according to ASTM F 477 elastomeric seals.

SITE UTILITY PIPING 33 41 00 - Page 1 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

b. Install according to ASTM D 2321.

2.2 RIGID GRAVITY SEWER PIPE:

A. Install piping per the rigid pipe utility trench detail on the site drawings for bedding and backfill requirements.

1. ASTM C 76, Class III, Wall B, Reinforced Concrete Pipe

a. Slip-on joints with rubber compression gasket or mechanical joints

b. Round Pipe and Fittings: ASTM C 443, rubber gaskets.

c. Elliptical Pipe: ASTM C 877, Type I, Sealing Bands.

d. Arch Pipe: ASTM C 877, Type I, Sealing Bands. Install according to ACPA's "Concrete Pipe Installation Manual."

2.3 SUBDRAINAGE PIPING

A. ASTM F 405 Corrugated, perforated Polyethylene Pipe and fittings with coupled joints.

B. Join PE pipe and fittings with couplings for soiltight joints according to AASHTO's "Standard Specifications for Highway Bridges," Division II, Section 26.4.2.4, "Joint Properties"; or according to ASTM D 2321 and the Corrugated Pipe Associations “Recommendation Installation Practices for Corrugated Polyethylene Pipe and Fittings”.

2.4 STORM DRAINAGE FITTINGS

A. Storm drainage fittings shall be of the same material and classification as the main line. Provide adapters as necessary to adjust from the main line fitting to the branch line material.

B. Inserta-Tees for branch lines are acceptable provided:

1. The main line is 12” nominal pipe size or larger.

2. The branch line extends from the main at no greater than 45 degree slope from horizontal.

3. The protrusion into the main line does not exceed 1”.

END OF SECTION 33 05 00

SITE UTILITY PIPING 33 41 00 - Page 2 September 14, 2018 Hampton Inn & Suites - Harrison Square Garage Connector

SECTION 33 41 00 STORM DRAINAGE SYSTEM

PART 1 - GENERAL

1.1 WORK INCLUDES:

A. Storm drainage 5’ outside building structures as shown on the Site Plans.

B. Subdrainage.

1.2 REFERENCE STANDARDS AND SPECIFICATIONS:

A. Local storm water review agency standards and specifications.

B. Terms and conditions of construction as required by the Contractor’s permit with the controlling agency. When conditions of the permit conflict with proposed work, the contractor shall notify the Engineer for correction prior to installation. Any non-compliant work performed by the Contractor shall be at the Contractor’s expense.

C. Site Earthwork specification for excavation and backfill requirements.

D. Cast in Place Concrete specification for structural channels and benching.

E. Control of Site Work Specification.

1.3 DELIVERABLES:

A. Product Data for the following: piping, fittings, cleanouts, precast concrete manholes, and casting frames and covers.

B. Record Drawings: Include size, material, depth of cover, location, and elevation of all improvements within the contract documents. Include details of underground structures and connections.

C. Progress Reports: Soil conditions encountered, work completed, etc.

D. Passing test reports for the entire storm sewer system.

E. Geotextile fabric data for subdrainage.

1.4 CONTROL OF WORK:

A. Clean any debris that may accumulate within the storm drainage system as a result of construction operations, including new and existing water piping and structures. Flush piping as required to purge the piping system.

B. Cap the end of exposed piping during installation to minimize infiltration of material into the piping system.

STORM DRAINAGE SYSTEM 33 41 00 - Page 1 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

C. Inspect interior of piping to determine whether line displacement or other damage has occurred throughout the construction process. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project.

D. Replace defective piping and structures using new materials, and repeat inspections until defects are within allowances specified. Re-inspect and repeat procedure until results meet specifications.

E. Do not enclose, cover, or put the storm sewer into service before final inspection and approval by the local utility owner.

F. Schedule tests and inspections with the utility owner as required under the conditions of the permit, and this section. The storm drainage system will not be accepted or considered complete until all improvements pass the testing requirements of the local utility owner and a copy of all passing tests are provided to the Owner’s Agent.

G. Protect piping from damage. Do not store PVC piping and fittings in direct sunlight.

PART 2 - PRODUCTS

2.1 GRAVITY PIPE:

A. See the site utility piping specification for material specifications, and the site drawings for allowable pipe materials.

B. Install piping from the sewer outlet point to 5’ outside the face of building according to the site drawings. The site contractor shall be responsible for making the final connection to the building sewer, including any drop piping required to match invert elevations.

C. Use jointing materials and methods defined in the site utility piping specification.

2.2 SUBDRAINAGE:

A. See the site drawings for allowable pipe materials and the utility piping specification for jointing methods.

B. Lay perforated pipe with perforations down.

C. Drainage fabric: Polypropylene nonwoven geotextile filter that will allow a hydraulic flow rate of 110 gallon per minute per square foot when tested according to ASTM D 4491.

2.3 DRAINAGE FILL:

A. Washed, evenly graded mixture of crushed stone, or crushed or uncrushed gravel, ASTM D 448, coarse aggregate, Size No. 57, with 100 percent passing 1-1/2-inch sieve and not more than 5 percent passing No. 8 sieve.

STORM DRAINAGE SYSTEM 33 41 00 - Page 2 September 14, 2018

Hampton Inn & Suites - Harrison Square Garage Connector

2.4 PRECAST DRAINAGE STRUCTURES:

A. All structures shall be precast concrete according to ASTM C 478. Provide preformed flexible joint sealants per ASTM C 990 or rubber gasket joints per ASTM C 443 and ASTM C 891.

B. Grade Rings: Set structure depth to include two 6” thick reinforced concrete rings that are compatible with the specified castings.

C. Steps: Include steps that are placed in alignment with the access hole opening, and extend from the bottom of the structure to the top of the structure. Place each step at 12” intervals and provide a slip resistant surface on each step.

D. Concrete for Channels and Benches: Portland cement design mix, 3000 psi minimum, with 0.45 maximum water-cementitious materials ratio.

E. See Site Earthwork specification for backfill requirements.

2.5 TAP CONNECTIONS:

A. Connect to existing sewer main according to the conditions of the sewer tapping permit.

END OF SECTION 33 41 00

STORM DRAINAGE SYSTEM 33 41 00 - Page 3 September 14, 2018