HomeMy WebLinkAboutResolution - 3986 - Contract - Wardroup & Associates - PD Renovations, MSB - 10_06_1992Resolution No. 3986
October 6, 1992
Item #13
{:4 -1110
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by
and between the City of Lubbock and Wardroup & Associates for renovations
of the Lubbock Police Department at the Municipal Square Building, attached
herewith, which shall be spread upon the minutes of the Council and as
spread upon the minutes of this Council shall constitute and be a part of
this Resolution as if fully copied herein in detail.
Passed by the City Council this
ATTEST:
e ttoya,
APPROVED AS TO CON NT:
ene EYds, Purchasing Manager
APPROVED AS TO FORM:
waia u. vanaiver, rirsz asses
City Attorney
DGV:ja/WARDRQUP.RES
D1-Agenda/September 29, 1992
CITY OF LUBBOCK
SPECIFICATIONS
FOR
POLICE DEPARTMENT RENOVATIONS
MUNICIPAL SQUARE BUILDING
BID # 12181
«"(/ ow v
►� .
CITY OF LUBBOCK
Lubbock, Texas
4�/aF
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
BOB-767-2167
Office of
Purchasing
MAILED TO VENDOR: September 4, 1992
CLOSE: September 11, 1992 @ 2:00 P.M.
NEW CLOSE: September 16, 1992 @ 2:00 P.M.
BID #12181: POLICE DEPARTMENT RENOVATIONS AT MUNICIPAL SQUARE BLDG
ADDENDUM # 1
PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
1. The closing date for this bid has been changed from September 11,
1992 @ 2:00 P.M. to the new closing date of September 16, 1992 @
2:00 P.M.
2. Please note items number 1 thru T, Section 03450, Architectural
Precast Concrete and the Supplemental Drawings, these items will
complete all items of Addendum #1.
T YO
Ron Shuffield,
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
r
ADDENDUM NO. ONE (1)
To Drawings and Specifications Dated: July 15, 1992
r For: Police Department Renovations at Municipal Square Building
Prepared By: Jones Rowntree Architects
Addendum Date: September 4, 1992
NOTICE TO BIDDERS:
A. This addendum shall be considered part of the Contract
Documents for the above mentioned project as though it has
r' been issued at the same time and incorporated integrally
therewith. Where provisions of the following supplementary
data differ from those of the original Contract Documents,
r- this Addendum shall govern and take precedence.
B. Bidders are hereby notified that they shall make any
necessary adjustments in their estimates on account of this
Addendum. It will be construed that each Bidders Proposal is
submitted with full knowledge of all modifications and
supplemental data specified herein.
C. See attached sheets for listing of Addendum items.
PW
r
r
r- September 4, 1992
Police Department
Addendum No. 1
Renovations at Municipal Square Building
Item No. 1 - Bid date is hereby changed from September 11, 1992
to September 16, 1992.
Item No. 2 - In the Drawings, on Sheet 5, delete Note No. 7 for
r- the Basement Floor Plan. Existing cable in Briefing Room 006 is
to remain in present location. In the Drawings, on Sheet 9,
Basement Reflected Ceiling Plan, revise ceiling layout in
Briefing room 006 to show a furred ceiling along the east wall at
7'-4" height. Furring shall extend minimum distance into room as
required to conceal cable. Furring to be constructed of specified
lay -in ceiling and grid materials for horizontal soffit and
r- vertical bulkhead.
Item No. 3 - In the Drawings, Sheet 9, Light Fixture Schedule,
Fixture "E" shall be located in Men's Toilet 124.
Item No. 4 - All light fixtures are to be 120 volt.
Item No. 5 - Contractors are hereby notified that the Owner will
be responsible for relocation of all movable furnishings and
equipment not permanently secured to floors, ceilings and walls
r in the areas involved in this construction.
Item No. 6 - Contractors are hereby notified that construction
activity on the driveway slab shall not interrupt operation of
the Lubbock Power & Light drive -up collection activity. As much
of this work as possible shall be scheduled for a single weekend.
All work in this area shall be completed within a two week time
period. Contractors shall remove parking bumpers as required at
the spaces southwest of the new slab, and shall re-route traffic
around the new slab in the west drive during the construction and
curing period. (See attached Drawing AD-1.) Contractors are
allowed to use high early strength - Type III cement for concrete
in this area.
Item No. 7 - Scope of project shall be increased to include the
replacement of the exposed aggregate wall panel at the east side
of the northeast corner of building. (See attached elevation
r` Drawing AD-2.) Replace panel with new exposed aggregate panel in
accordance with attached Specification 03450. Attached Drawings
AD-3, AD-4 and AD-5 are applicable details from the original
r. building plans. Contractor shall verify existing construction and
dimensions, and shall notify Owner's Representative of conditions
varying from original details. Contractor shall include all work
necessary to provide a complete and weathertight replacement,
including roofing, aluminum fascia, window and framing, stucco
repair and sealants as required.
�- September 4, 1992
Police Department Renovations at Municipal Square Building
Addendum No. 1
Item No.7 (cont.)
Note: In lieu of replacement of panel, Contractor may elect to
repair and reinstall the existing panel to the Owner's
satisfaction. Contractor shall submit to the Owner's
Representative his proposed methods of reattachment of the
existing panel. Contractor shall assume total responsibility for
the appearance, structural integrity and weathertight seal of the
installation.
END OF ADDENDUM NO. ONE (1)
W
SECTION 03450
�- ARCHITECTURAL PRECAST CONCRETE
PART 1 GENERAL
1.01 WORK INCLUDED
r
A. Precast concrete wall panels
B. Loose connection devices
` 1.02 RELATED WORK
A. Section 01045 - Cutting and Patching
B. Section 02072 - Minor Demolition for Remodeling
rC. Section 07900 - Sealants and Joint Treatments
1.03 REFERENCES
A. ACI 301 - Structural Concrete for Buildings
!" B. ANSI/ACI 318 - Building Code Requirements for Reinforced
Concrete
r: C. ANSI/ASTM A36 - Structural Steel
" D. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete
r.
Reinforcement
E. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete
Reinforcement
r
F. ANSI/ASTM C150 - Portland Cement
G. ASTM C33 - Concrete Aggregates
H. ANSI/ASTM 307 - Carbon Steel Externally Threaded standard
Fasteners
I. ANSI/AWS D1.1 - Structural Welding Code
�- J. PCI - Design Handbook - Precast and Prestressed Concrete
K. PCI - MNL 117 - Manual for Quality Control for Plants and
Production of Architectural Precast Concrete Products
{
1.04 QUALITY ASSURANCE
A. Design members under the direct supervision of a professional
engineer experienced in the design of architectural precast
concrete units.
r�
B. Conform to the requirements of PCI Handbook and ANSI/ACI 318.
03450-1
r�
i
C. Manufacture and install members so that each unit after
erection complies with the dimensional tolerences listed in PCI-
MNL 117.
.. 1.05 SUBMITTALS
is
A. Submit shop drawings to the Owner's Representative for
approval.
B. Shop drawings shall show unit shapes, dimensions, finishes,
reinforcing, joint and connection details, lift points, and any
other items cast into the members.
C. Submit samples representative of finished exposed face showing
typical range of color and texture prior to commencement of
manufacture.
D. Samples shall be approximately 12" x 12" and of appropriate
thickness, representative of the proposed finished product.
1.06 DELIVERY, STORAGE AND HANDLING
A. Handle precast members in a position consistent with their
shape and design. Lift and support only from support points.
B. Protect edges of members to prevent staining, chipping or
spalling of concrete.
C. Do not place members directly on the ground.
D. Use clean, non -staining blocking materials for lateral support
during transportation and storage without damaging exposed
surfaces. Provide temporary lateral support to prevent bowing and
warping.
ART 2 PRODUCTS
2.01 ACCEPTABLE PRECAST UNIT MANUFACTURERS
I
A. Southwest Prestressed Concrete, Inc., Amarillo, Texas
B. Other manufacturers as approved by Owner's Representative.
2.02 MATERIALS
r�
4 A. Portland cement for the face mix shall be ASTM 150, Type I,
white.
B. Portland cement for the back up mix shall be ASTM 150, Type
III, gray.
C. Aggregates for the face mix shall match existing panels.
D. Coarse aggregate for the back up mix shall meet ASTM C33.
r, 03450-2
r
E. Fine aggregate for the back up mix shall be standard concrete
T sand meeting ASTM C33.
F. Minimum thickness of the face mix shall be 1".
F
G. Water shall be clean and potable.
H. The 28 day compressive strength shall be 5000 psi minimum when
tested by 6" x 12" cylinders.
I. Minimum stripping or handling strength shall be 2000 psi when
tested by 6" x 12" cylinders.
J. Deformed steel bars shall meet ASTM A615 grade 40 or grade 60
(non galvanized).
rK. Welded wire fabric shall meet ASTM A185 (electroplated).
2.03 SUPPORT DEVICES
A. Connecting and support devices shall meet ASTM A36.
B. Anchor bolts shall meet ASTM A307.
2.04 FABRICATION
A. Manufacturing procedures shall be in general compliance with
PCI-MNL-117.
B. Maintain plant records and quality control program during
production of precast members. Make record available to architect
upon request.
C. Ensure reinforcing steel, anchors, inserts, plates, angles and
other cast -in items are embedded and located as indicated on the
r shop drawings.
D. Use rigid molds constructed to maintain precast units uniform
in shape, size and finish.
E. The face of the precast units shall be exposed aggregate
achieved by face down casting on a uniformly applied chemical
retarder.
F. The back of the precast units shall have a smooth wood float
finish.
G. Provide at least 3j4" cover for reinforcing steel.
H. Metal bar chairs, with or without coating, shall not be used
in the finished face of the units.
r- I. Precast units shall be air cured until minimum design strength
is acheived.
r J. Units which do not meet the color and texture range of the
approved sample or dimensional tolerances may be rejected at the
r. 03450-3
r+
option of the Owner's Representative if they cannot be
�- satisfactorily corrected.
K. Make one compression test at 28 days. Test speciman shall be
cured using the same method as the precast units.
2.06 FINISHES
A. Ensure exposed to view finish surfaces are uniform in color
and appearance according to approved sample.
B. If additional jobsite sandblasting is required, ensure that
all adjacent materials are protected from damage.
2.07 TOLERANCES
A. Conform to PCI-MNL 117.
r
PART 3 EXECUTION
,,. 3.01 INSPECTION
t
f
A. Verify that bearing surfaces, elevations and measurements are
acceptable prior to delivery of precast members.
B. Beginning of installation means acceptance of existing
conditions.
3.02 PREPARATION
A. Provide for erection procedure, temporary bracing and reduced
loads during erection. Maintain temporary bracing in place until
final support is provided.
3.03 ERECTION
A. Provide access so erection equipment can operate under its own
power at all times.
G
t B. Provide adequate barricades and/or signs to safeguard traffic
in the immediate area of hoisting and handling operations.
C. Erect members level and plumb, within allowable tolerances and
without damage to structural integrity, shape or finish. Replace
or repair damaged members.
D. Align and maintain uniform horizontal and vertical joints as
erection progresses.
E. Erect members dry, without grout. Grout only at specific
locations as detailed on the plans.
F. Perform welding according to ANSI/AWS D1.1
3.04 TOLERANCES
r
03450-4
r"
A. Non -cumulative tolerances for location of precast units shall
�• be in accordance with PCI-MNL 117.
3.05 PROTECTION
±� A. Protect members from damage caused by field welding or
erection operations. Provide non-combustible shields as required
during welding operations.
f 3.06 CLEANING
r. A. After installation and before joint treatment, clean soiled
member surfaces with detergent and water using a fiber brush and
rinse thoroughly with clean water.
B. Use diluted muratic acid on white cement surfaces to clean
stubborn stains only after more conservative methods have failed.
Thoroughly wet surfaces to receive acid with clean water before
applying acid. Rinse thoroughly with clean water after
application of acid.
C. Protect surfaces of adjacent materials when applying acid.
4
i
C
END OF SECTION
03450-5
.TONES ROWNT R E E ARCH 2 T E C T S
r� 3824 50th Street, Suite D Lubbock, TX 79452-3513
... Police Department Renovations at Municipal. Square
rLubbock, Texas
l September 4, 1992
v)
w rh1�
A
7
W.
.9-d6L
9
ac)WES ROWNTREE ARCH=TECTS
3824 50th Street, Suite D Lubbock, TX 79452-3513
Police Department Renovations at Municipal Square
Lubbock, Texas
September 4, 1992
rV
04
O o '
�. {1 . '�' �� •,♦ �• �" C f I;. $ 4•• '' 1�,+'" e�`3r lay f �i"' .•—
J �1�6�• �� (� r � e rat '.
�a�i�r � f 1/ � t.., t �� t 't�{i.9'"ti� 3' Y+ •�.�r•° • !j k ".t i ; * t - ... •{•
41
S, �4Y`E�n,t6't 4. � , .�!4 { .,1��• + •'�u � ��j � ti +•� �_'� 'w t >
••t � t i � � y { iE .r • 1 i fir., -{i. 1
;•t��il 3iz"�tty��;� :t7�„<ti:�� {�k:a� �'4. ' �1 { ��°�� .%� + 't' { «� i'
.. i'{!'�''�'� i'� ..�� �. �t'y�c4r '1• S/ '4R .( � �' .+.� .f#..
't"4t MI'. 1 S � ,,t11{ �iY r1.. �a � y i ::r 1 � s . . �.: r.l r ♦ J .
IFl��it���~'etsy,}'u S �. -y ' °" i''"';• t .•� rf � .i •`{.'�''. ,�
^� Y ;3't ryk t t c' i r atr^{y �• .� tit •1, i
!i a.7tf r r i�� �t y r qj rt ti:, k � I t, �, 1 { • -u j \- „1'." � ' 4
•t"{�j�Y4�... { > .` r #tltl.{4= ■ > r ..� ''�.''. �:: •{{
LA,!({E#iJA ►'7 +. It
F, 1. 1. vi tT. �F'Jilc n+'( jJ;� 3 k
SfMV V
�:; �%.. };t`,; pia #�•� ��'" �1,t,y � .r��ip�h Y t{ } 4 a Ti
�� �,�,:� C �j6; r yl~4�� �'�,Y",L!•4a tl ,F{�'J,:.4 S • 1 1 � j�
' , � � a ( 1.; "► rt tia '•"J 1,tl
WU
° AFI t � t . � { �. '� 5t'�,}yfil fi.J � � � * � } ' '• TF, •{•:- .�.i:.
541
i�� i (` #w,k.<<�1`t�i. �. N,'t r� •
, j '
r•
�•
•%r1
'
••.
�f�fN!1 [<% j. 1'i t.��{ i�i' ��
tr
•
.•�.. t"Y i.�
�
�1t,,� 1'i
K• �� +. •i Fes.•. jtr'� 4 �1 �,t;.
y.
t
.{
fj
�.
;.ti
���' ��
.i I L. ��� ��T
��6 + •
I
� , �
�{ �
s4 y''�:+y:X
��.'�'1�'l Z�,R.
r+.t 3824 50th Street, Suite D Lubbock, TX 79452-3513
Police Department Renovations at Municipal Square
r Lubbock, Texas
September 4, 1992
SUPPLgMENTAL DRAWING AD-3 y
h _ �
Mn•.0
{ ! �}'-'[E1tX �{•1,•�`N� �� 1��+ P� � � .•MA,� ;r 'I' " �. � Y�al} •i
It -it
is t. K � �!4l ( �- 5'N11 �+��•'+!��15 ��� R�{'�µ
•i•� ^C" 4 '�.^,'��i • 4`'yS''}k; 7r t �' i i r 1 ^i
rdc f
c k ff cat
f4
,
N ' rM%I��y jay' „•y
\' • - i J 7 r$�4{i j �i� 4.t elp g� y -t?tIL 1
rt
Xb
« . i i ,+r �.. i- r , a� jK '%il �y7 � . � �i `! •(�1 tr' t;.
,v(.►, t IC
�. + ".•
u r',"..�
T'l *
i„ n � _t..,...,,.J � .,l� .. �,�e .r1r, �__ I.., rtr1 �,`!'r �•' � _.> , �. '�
Pon
i
r
i
212
, HaT LEAMO
-iOP,OF ROOF. — ' .L6.-
` ► M
EL. l25't.-96"Ln
N
AIN
;•,
_ 1 f �.�»�,. '�+ .. a :PACK Ln
Fool
d s1. •/...' 1�•tr /y. `w�y� i• `•�•,. at•4 •..1;{•nt,i�i' �� � U
F 1 O
et
. 1 N PANLr 1....'. ` � .'., �' r ;,_'..,..__.•.._. . S,''i��1,\V/'d F� \vd51..�E�.+fi'S{ •..k. (; : � • F�1 7
. F! `E�L 10 WELD o't�" : ;I`,i _, ... �..' ' t.:t ,, » �ir,� ,�'.K C..;6.FdLT
r, C. • „'s{;'s' i,� !t'� ^' .'
• "; 'ti y }. .��'"i."..' te�',")f�,+�y_�raitl�4•�nityt
.. .....ay"`�.` r•.,. ; 9 i �.trGt<t{ arA��.� tit t�'' S j, � µ+� r 4 � `°,4,.y+,t. � i', '�I
.�', »'» t � ` .,r,,,..,,,,'^+�`.,�`"», � � 5:.:.:• r,.':.F':���e,t ��s: k:e;:��, r'°.����� :'a �Yit
W.
COI�iT
.KI
�'•1'Z�-,`CAS`T"'. F=SANEL:.�:s.3�;•,•;'�•�r`��%��;';.ti::t'•�r�N'��rc W
.. < ': wit` . t �:: N.y:�'9:..• �f:' "' ' s' 7°{�'}'" '•.:.t � 4`'r �'i�' 1"1
• S f � : i %'bl'xi � F3i r t 1 �tt i7�. •t
- ..3 . i•. �i t t}. 7 . i�} }e�'� :: J �:.pi.yl`,'`�� �'"i yA-�; � Y r ;!t'1 �»• •,`y A
' .. v` » •.....�.. y_ ` �, yT K•' fr'''tt:,».� } z J,,pa
R a p • j r
• - ' rw...� 4t'��rl �• :`� rb,:l:t'+�la t•S'r»f ,y+ rwi
+'i" ' �! .
.; v' .' e I n..:+.•-.:.i, '�};�,..s" i.: { +:ya'.Yri,Y`lss �'�.7`'lfar yr; !'7
:t�--« t5 jj
` ray
i 3t t y to
�f,
`t' '•i •• : t•S .} + •••' a� .: 7• +� »' JY�+l + „'1��'.'••''� i::t M �
.
f1`"7jY•i�y,,pf.t;•,.,g1�a4r a C!J
J 4. y } .at
`Ni.1 Ai'#I•i ej}l.�, `r; R+ .1-1
_ k '` ''r `• FP..tf�i:`r:* "k :Cp
GOiJT, Ln
1t r� P. � n� y� � AiJCt•i`. f3CL'T'�+ . T,�rt•,G.
' � ,i t � � a � . {`�i r {» �'• - '+4,� 3i JQt`e{yi��ytt��y,(►ty)J
't '�••• I % .4 \,aiS.. ''=�;t Nt YI �,[ t �1y }4f"}ft It}ri fit"_�-. "T }1 i:hd YI Mt co)w®R�i"f+ ,i 99.ii:3 S. of # r`►�i' :F 3�h J
��Q' t'}k•:,1� ,3,•t1: ftr ':��}J rf)d: y"fi;.rt►f�yr}!r;�wl�7iG{.:`S�4Fr1•.Ki:Mn' a[,�,�t�•4�
ILi f+S�`�
1 p `if `'.f�R �� ` •, i. ,,.,: - .� , }. ±4tf �4•�'' '9''��=.,R• �F;'','{ 11'� 4`t;.'F �•_
XCAtl4K
FA
1 t:,IN
+ `' x:;3 .y,+. ,::�,�.;}�,.,,'�.$;.,,.Y+r�j�.: ?,• r+;,
•i •' •`IJ7ti "' , �,•, }`.:'.
L;6C' k'imGat. 1L
�. li! t, 1 , ..'.:.,: •CrC•. -'A �'s•i� /l�) •�
f ,' ,' ,�-•f•-•-,'•T• --••err. .'r�� •�•"`'.-;+.•-��•`�i;^" ^,r" �t `� •.:.Aj''... '� �,7,
l
•t •- ,/ ,.'. - 1 •• • '• •i,+t•.. .-�:» �'* ' �j }yr't't, •y '';�'.Y„a't.» •
l �b►LU NI .5•r`t� c G'o �``ti;;i ::�;, u�t �R , •,.{�;'�;�
f •. ,_ � _ ' � :+"2 to 12�
H
ttl
7
b'
cv
M
Qt
0
JONES ROWNTREE ARCHITECTS
3.824 50th Street, Suite D Lubbock, TX 79452-3513
P
Police Department Renovations at Municipal Square
r. Lubbock, Texas
r
September 4, 1992
SUPPLEMENTAL DRAWING AD-5
�•___ -_ -- .a �•., :•":Fi �4R,:• ,kir.:....�•'i,.r..iNp atute*+•�t r�T}S#•. i tS(r�':i..,"��}.�
�:. i , ♦ , _ ' •• r •� •� :.. •., .• . ♦ F i . �it .. ✓ r .i•w}ji,L L i"1^ii{�j 1;:. n'•�.�t:� ��'�; n'�',Lf�; i!.-v
j, •.` r� a c -•' h t ba 7 'r Ali • •tl•te t",ri'y ,pr�.,,rrf• t•1
• �i'�= '' � 11J :�• �j �n • . _::'..K ,..r..* �i'`� f ,� �i ih4t, ••�•i`,'��7�•3� �.�;lY � ,...
W L?. �:� —":�. �a11='++�.• is }Z.:i��FD
'i1.{'h1yy��'�ti1
• N'� 0 Q. -i `'I a�4 .' r ::'. �� r i QYL55 �1►`►p '�ir +�r { `
U ,, Q W I p .ta..• its pi r Y p "..:... ♦,
1 W.2y1',-s},}:..F;
f.� E: S =E C. �' A
V •a ,, .fir• 1, s J{ W� J... .l I�t i T+{ �•yr !I .,r 1 .•!
• '�,� t1 �.a• ,j, `', ;r { a .. .f
cis, Fz To \v4::r
� ,!•: %r.:4 �"r .�•i..t`.•�e`ti1�;;`..*'•r, ..,�•�.•�,�+f 'r •.,7 't ,��r ��J,+ 1,�,�, ♦�( �'��,•;•jre
f 'a'S. .�•♦�. f. wr".'��. i<.• r.�.%,i!Iris'.l'=�i'a��'!G•R'e7��i:.s�.i•=�[��i'�:✓}.:�.{1:•iL.i:.'�'i�S.:`ts iti:iw�i •
OWN OPR E W
t
k
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
SOB-767-2167
Office of
Purchasing
MAILED -TO VENDOR: September 10, 1992
CLOSE: September 16, 1992 @ 2:00 P.M.
NEW CLOSE: September 23, 1992 @ 2:00 P.M.
BID #12181: POLICE DEPARTMENT RENOVATIONS AT MUNICIPAL SQUARE BLDG
ADDENDUM # 2
't
PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
r 1. Vinyl flooring in basement of Police Station is not to be removed.
New floor finishes are to be applied over existing tile. Ensure
that all existing tale are tightly adhered to substrate. Reset
existing loose tile and fill all holes or uneven surfaces with
r` floor fill.
E
2. In the Finish Schedule on Sheet 6, at Room 008 Officer Lounge,
r- change ceiling finish from No. 2 to No. 5. Add to Finish Schedule
Ceiling No. 5 - 12" x 12" Adhesive Applied Tile. Tile to be
U.S.G. No. 504 Directional Fissured Tile.
3. In the Drawings, Sheet 9, Police Department First Floor Plan, show
a sprinkler head at the intersection of Corridor III and Corridor
114. Note that sprinkler head is to be replaced.
4. In the Drawings, Sheet 1, Basement Floor Corridor Plan, change
elevator doors from key "A" to key "H".
i
5. The time of completion will be extended from 120 days to be 180
days.
j� 6. The closing date has been changed from September 16, 1992 at 2:00
' P.M. to the new closing date of September 23, 1992 @ 2:00 P.M.
TH YOU
P,/
on S u fie
BUYER
r
PLEASE RETURN ONE COPY WITH YOUR BID
r
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: POLICE DEPARTMENT RENOVATIONS
0 MUNICIPAL SQUARE BUILDING
ADDRESS: M TEXAS AVENUE
610 NUMBER: 12181
PROJECT NUMBER: 1491.552101-9729
CONTRACT PREPARED BY: Purchasing Department
6
THIS PAGE LEFT BLANK INTENTIONALLY
1.
2.
3.
4.
5.
6.
i.
8.
9.
10.
11.
12.
INDEX
PAGE
NOTICETO BIDDERS..........................................................................................3
GENERALINSTRUCTIONS TO BIDDERS............................................................................5
BID PROPOSAL - BID FOR UNIT PRICE CONTRACTS...............................................................10
PAYMENTBOND..............................................................................................is
PERFORMANCE BOND..........................................................................................Is
CERTIFICATE OF INSURANCE..................................................................................21
CONTRACT..................................................................................................23
GENERALCONDITIONS OF THE AGREEMENT.......................................................................25
CURRENTWAGE DETERMINATIONS...............................................................................43
SPECIFICATIONS............................................................................................44
SPECIAL CONDITIONS........................................................................................45
NOTICEOF ACCEPTANCE......................................................................................46
-2-
THIS PAGE LEFT BLANK INTENTIONALLY
r
r
a
r
t
NOTICE TO BIDDERS
-3-
THIS PAGE LEFT BLANK INTENTIONALLY
a
r
F
NOTICE TO BIDDERS
BID A 12181
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, 1625 13th St., Room L-D4, Lubbock, Texas, 79401, until
J;00 o'clock p.m. on the 11th day of September. 1992, or as changed by the issuance of formal addenda to all
planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
POLICE DEPARTMENT RENOVATIONS 0 MUNICIPAL SQUARE BUILDING
After the expiration of the time and date above first written, Bald sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
it is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 24th day of September. 1992, at Municipal Bldg.,
r., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of 11 or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest Cesponsible bidder, if the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
r• further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
i
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
r
The City of Lubbock hereby notifies ell bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre -bid conference on 2nd day of September, 1992. at 10:00 o'clock a.m., E.O.C.
Conference Room, 916 Texas Avenue, Lubbock, Texas.
CITY OF LUBBOCK
BY: Cease Eads, C.P.M.
Purchasing Manager
F
ADVERTISEMENT FOR BIDS
BID # 12181
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock a.m. on the 11th day of September. 1992, or as changed by the issuance of
formal addenda to all planholders, to furnish all labor and materials and perform ell work for the
construction of the following described project:
POLICE DEPARTMENT RENOVATIONS 9 MUNICIPAL SQUARE BUILDING
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Am. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
P., submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a prebid conference on 2nd day of September, 1992, at 10:00 o'clock a.m., E.O.C.
Conference Room, 916 Texas Avenue, Lubbock, Texas.
BY: Gene Eads, C.P.K.
PURCHASING MANAGER
F
:a
l
THIS PAGE LEFT BLANK INTENTIONALLY
CENERAI INSTRUCTIONS TO BIDDERS
-4-
THIS PAGE LEFT BLANK INTENTIONALLY
F
I
GENERAL INSTRUCTIONS TO BIDDERS
F1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
Renovations of the Police Department located at 916 Texas Avenue, Lubbock, Texas.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shalt be done in accordance with contract documents described in the Gen-
eral Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
7 3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
` bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
i. TIME AND ORDER FOR COMPLETION
f The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED TWENTY)
t calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the
i .
successful bidder.
f
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
I S. PAYMENT
111 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
t
6. AFFIDAVITS OF BILLS PAID
r
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of
the improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
l
r
-5-
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade
Will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail
WILL not relieve the Contractor of full responsibility for providing materials of high quality and for pro-
tecting them adequately until incorporated into the project. The presence or absence of a representative of
the City on the site will not relieve the Contractor of full responsibility of complying with this provi-
sion. The specifications for materials and methods set forth in the contract documents provide minimum
standards of quality which the Owner believes necessary to procure a satisfactory project.
S. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a
written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and
pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear
within ONE year from date of final acceptance of the work as a result of defective materials or workmanship,
at no cost to the Owner (City of Lubbock).
4. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his
use during construction. Plans and specifications for use during construction will only be furnished di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, and any and sit parts of the work whether the Contractor has been paid, partially paid, or not paid
for such work, until the date the City issues its certificate of completion to Contractor. The City re-
serves the right, after the bids have been opened and before the contract has been awarded, to require of a
bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the proposed contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
-6-
r
f
r12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
i tft it shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in
such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines,
conduits or other underground structures which might or could be damaged by Contractor during the construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by
r this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
P" 13. BARRICADES AND SAFETY MEASURES
1
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
.•R nals, and shall take such other precautionary measures for the protection of persons, property and the work
as may be necessary.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and
rlights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. in all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in ell cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
r�
Explosive materials shall not be stored or kept at the construction site by the Contractor.
in all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
r.. necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
1 responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
r
n The successful bidder shall be required to have a responsible local representative available at ali times
while the work is in progress under this contract. The successful bidder shall be required to furnish the
r name, address and telephone number where such local representative may be reached during the time that the
work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required
in the General Conditions of the contract documents, from an underwriter authorized to do business in the
State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written
- 7-
notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or
change. All policies shall contain an agreement on the part of the insurer waiving the right to subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a
statement from the Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
Included in these contract documents. The wage rate which must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5154a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be
made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily csshable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the
site of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name
of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The
affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deduc-
tions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon.
The Contractor must classify employees according to one of the classifications set forth in the schedule of
general prevailing rate of per diem wages, which schedule is included in the contract documents.
-8-
F
F
r
21.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
Laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set
forth in the schedule of general prevailing rate of per diem wages included in these contract documents.
PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis-
tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an indi-
vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each member must be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized- if the proposal is submitted by
a company or corporation, the company or corporate new and business address must be given, and the proposal
signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The proposal
shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
SOUND COPY OF OHTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
lowing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(1) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
r
I
-9.
THIS PAGE LEFT BLANK INTENTIONALLY
P
I
BID PROPOSAL
r
-10-
THIS PAGE LEFT BLANK INTENTIONALLY
SID FROROSAL
BID FOR UNIT PRICE CONTRACTS
PLACE Lubbock Texas
p DATE_ September a 1992
PROJECT 60. Rid # 12181
Proposal of Wardroup & Associates (hereinafter called Bidder)
To the Noncrable Mayor and City Council City of Lubbock, Taxes (hereinafter ealled owner)
Gentlemen:
the Bidder, in compliance with your invitation for bids for the construction of a
I Police Department Renovations @ Municipal Square Building
'having carefully examined the plane, specifleatlons, Instructions to bidders, notice to bidders and all other re-
lsted contract documents and the alto of the proposed work, and being familiar with all of the tondltlons surrou'd-
Ing the construction of the proposed project including the availability of naterlels and labor, hereby proposes to
furnish all labor, mteriats, and supplies; and to construct the project in accordance with the plans, specifics-
tions and contract documents, within the time set forth therein and at the price stated below. The price to cover
all expenses Incurred In performing the work required under the contract documents, of which this proposal Is to be
78
part, (a as followst
r"'ATERIAL
SERVICEli A'
/'?Z' ' �t// % •�/l/'d-o �11ils f ' ,r �/`� (; SO- F-0�
TOTAL Blo(�,<,c—/d�.1.r1.u�?
FMIt price for remnval of existing concrete base"Wisib at exposed aggregate areas, and replacement with i■
thick concrete with 6x6-10/10 wlra mesh reinforcing over Z" send fill)
FIATERIALSsf�
�1liJ eG�L�'�`1,eC[
TSttRVICEs, cf_ h
OTAL UNIT COSTs �f j�C-c=_ l�2tft7Z-ti X =�- �7�ct C C'wt-, (ti } 7 /Sq. ft.)
F
F
F
-11-
unit price for removal of existing exposed aggregate concrete topping slab, and replacement with 2. 1/2"
thick exposed aggregate concrete topping slab.
KATERIALS: CC27
CERVICES: L�1�/C Urtj�o�C,
cs/ r--zJ�f�- (�G%+.l T
(f
,f�
) !
TOTAL WIT COST: l��
��� L:.%►�''
Cs
0
/sq. Ft.)
'i i
Unit price for removal of existing concrete sidewalk, and replacement with 4" thick concrete with
6x6.10/10 wire mesh reinforcing over 2" send fill.
NATERIALS:fCt� �i�.� n-7tt, c1 72exN-'C7'of G" 6 (S 042 )
SERVICES: 45Ue-, t���L.
irl�l�
of
IS
TOTAL UN17 COST:
IS '371 /Sq. Ft.)
Unit price for removal of
existing concrete driveway slab,
and replacement
with S" thick concrete with
93 bar reinforcing at 18%
o.c.e.w. over 4" send fill.
KATERIALS: 1A"e
"f'1 S/ vri� -"7-, d
<< a^
(f t . %E )
u4-�
SERVICES: f%�' �u G� 1 �1S '�� -��[r
CC.--
cs J� )
TOTAL UN17 COSTS >2i�2 LJd��� Sr iu' �t -�. (s /Sq. Ft.)
Amount shalt be shown in both words and figures. In use of discrepancy, the mount shorn In words shall govern.)
Bidder hereby agrees to cc mmmence the work on the above project on or before a date to be specified In a
written "notice to Proceed" of the owner and to fully complete the project within 120 COME HUNDRED TWENTY)
consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder
hereby further agrees to pay to owner as liquidated damages the sun of $100.00 (One Hundred dollars) for each
consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as =re
fully set forth In the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shell be completed and submitted In accordance with in-
struction number 20 of the General, Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or sit bids and to walve arty foromality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar
days after the scheduled closing time for receiving bids.
� %� De-Vk, DU M 1� Z q /ro ( C1 I-
E ,
i
i
G
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specificetions and contract documents pertaining to the work covered by this bid, and he further agrees
to con'mence work on or before the date specified in the written notice to proceed, and to substantially complete the
#f- work on which he has bid; as provided in the contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Ooltars (I_) or a Proposal Bond In the sum of Twnnry Thousand-------0oLtars (S-2 � SDI 00
which It Is agreed shalt be collected and retained by the Owrxr as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of amid
proposal; otherwise, maid check or band shall be returned to the undersigned upon demand.
• Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all con-
tract documents wade evsilable to him for his inspection in accordance with the Notice to Bidders.
W.C.Wardroup DBA
' WARDROUP & A,SSO21]1T�
Contractorr'`
W.C. WARDROUP. OWNER
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
� -13-
LIST OF VAMNTRACTORS
This form shoo be oomleted and submltted with the Bidder's Pr000sot_
Klncrlty Owned
` yes No
tgyhs
4.
-14-
r
r
r
i
r
Bond No, 644 1143 ,mot
UNIVERSAL SURETY OF AMERICA _
Mouston. Texas Gi
�i
BID BOND
s
KNOWN ALL MEN SY THESE PRESENTS, that we W. C. WARDROUP DBA WARDROUP & ASSOCIATES !
t: end �:er !a„ -gym.: 10 STMA V1 wvo ice f
as Principal, r ereinaher called the Principal, and Universal Surety of America, 812 Durham., Houston. Texas. as
Surety, hereinafter called the Surety. are held anc fir;ttiy bourn CITY OF LUBBOCK unto ! i
:"fv mn m full rinx Ind aa&*w or tarn :.*Or
w
i
as Obliges, hereinafter called the Obligee. in the sum of FIVE % of the amount of this bid not to exceed
TWENTY THOUSAND AND N0/100------------------------------- Dollars ($20,000.00** ). `
for the payment of which sum well and tr ily to be mace, the said Pr;ncipa; and the said Surety, bind ourselves, our
heirs, executors. administrators, successcrs and assigns, jointly and severally, firmly b these presents.
9 f / Y. Y Y t ��.
WHEREAS, the principal has submitted a bid for
f mcre.nser, Ut name, adore" and des.'.nGnoo a' Dro!oc:)
POLICE DEPARTMENT RENOVATION @ MUNICIPAL SQUARE BUILDING
NOW. THEREFORE. If the contract be timely awarced to tite Principal and the Principal snail within such time as
specified in the bid, enter into a contract in writing anc give bond with good and sufficient surety, or, in the event of
the failure of the Principal to enter into such Contract and give such bond or bonds: if the Principal snail pay to the
Obligee the difference not to exceed the penalty herecf berNetn she amount specified in said bid anc such larger
amount forwhich the Obligee may in good faith contract with anotherparty to perform the work coveree by said bid,
then this obligation shall be null and void, otherwise to remain in full force and effect,
PROVIDED, HOWEVER, neither Principal nor Surer/ shall bt bound hereunder unless Obligee priorto execution of
the final contract shall furnish evidence cf financing in a manner and form acceptable to Principal and Surety t�3r
financing has been firmly committed to cover the entire cos: of the project.
Signed and sealed this 23RD aay of SEPTEMBER , 19 —32
W. C. WARDROUP DBA WARD & ASSOCIATES
(Principal) {Seal)
By:
Title: Wallace C, Wardroup, Owner
UNIVERSA S Y OF A�Mr iC
Ry-
�' KEVIN J. DUNN {Attorney -in -fact)
7
r
rw
r_,
r
r-
r
tm
UNIVERSAL SURETY OF AMERICA
r 1812 Durham / Houston, Texas 77007
GPA 694 1143
For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid Only If
Last Four Digits Appear In Red
GENERAL POWER OF ATTORNEY — CERTIFIED COPY
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under
the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
linward Cowan KKevin T. Dunn
,Marla Sti-yt-n
of Lubbock and State of Texas its true and lawful Attorney(s)-in-Fact, with full power
and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
autbority signed by tile iresi�ent, SeCri-tary or ExLutiye Vice President
Of Ilnivprcal Rlirrat�v of Amr'rina
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do
within the above stated limitations, and such authority is to continue in force until September 30, 1994
Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety
of America at a meeting held on the l I th day of July, 1984.
"Be It Resolved, that the President, any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with
full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of
the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by
facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon
the corporation."
/n Wirness Whereof, Universal Surety of America has caused these presents to be signed by its
President, John Knox, Jr. and its corporatesealr
to be hereto affixed this 1st day of March , A.D., 19 90
eA Wff.Y" , UNIVERSA R A
_tl }}� a By:
State of Texas " I John nox ,` Jr . President
County of Harris
On this l st day of March , in the year 90 fore me Wendy W. Stuckey
a notary public, personally appeared Jon Knox, Jr. , personally known to me to be the
person who executed the within instrument as President , on behalf of the corporation therein
named and acknowledged to me that the corporation executed it.
y
o�c Notary Public
,rt1R11iINN��"�
1, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct
copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in
force and effect.
GIVEN under my hand and the seal of said Company, at Houston, Texas, this 2 RD day of SEPTEMBER , 19�92
v�
Secretary
COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal
Surety of America at 1812 Durham, Houston, Texas 77007 or bycalling (713) 863-7788. If the problem is not resolved you
may also write the State Board of Insurance, P.O. Box 149091, Austin, Texas 78714-9091, Fax (512) 475-1771. This notice
of complaint procedure is for information only and does not become a part or condition of this bond.
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
r
r
r
r
r
i
PAYMENT BOND
pft
-15-
THIS PAGE LEFT BLANK INTENTIONALLY
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
1j.
rKNOW ALL MEN BY THESE PRESENTS, that (1 _QLLs ereinafter called the Principal(s), as
1 Principal(s), and ��lYt.(JI+VI(�:1J�1/ ��T �J7 ILXM'C� _
(hereinafter called the Surety(s), as Surety(&), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of :� ���u,� Dollars (S S a9, __ Lawful money of
the United States for the payment whe o , t 61 a ety b -bind themselves, and their heirs, adminis-
trators, executors, successors and assigns, Jointly and severally, firmly by these presents.
rWHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the � day of
j ,!'t... , 19 , to
9
and said Principal under the Law is required before commencing the work provided for in-csid contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part helve-._as'11iflly and to the
same extent as If copied at length herein.
J
r NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con-
tract, then, this obligation shall be void; otherwise to remain in full force and effect;
d
1
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said Article to the same extent as If it were
copied at length herein.
.16-
IN YITkI�EOF, saidipal (s) and Surety (s) have signed and sealed this instrument this
da of1
Principal
W
By:
(Title)
By, 06ell(lell't,
(Title)
1
*By:
ATTY IN FAG, (Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates OWAR D COWAN agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
Surety
*By: '.n rc'►�` -`
ATV IN FACT (Tit
Approved as to form:
City of Lubbock
By:
City Attorney
*Mote: if signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-17-
PM
UNIVERSAL SURETY OF AMERICA
r
P-
r
I
r
1812 Durham / Houston, Texas 77007
GPA 694 1159
For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid- Only If
Last Four Digits Appear In Red
GENERAL POWER OF ATTORNEY — CERTIFIED COPY
Know All Men by There Presents, That UNIVERSAL SURETY OF AMERICA. a corporation duly organized and existing under
the taws of the State of Texas. and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
Howard ('nw n Kevin J . Dunn
Marla Ste -yen.,;
of 1-tlhbnck and State of TexRB its true and lawful Atto rnev(s)-in- Fact, with full power
and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
- - - _ - - _... _ _ . . 1
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attornev(s)-in-Fart may do
within the above stated limitations, and such authority is to continue in force until SL-Ptt'133he ' io, 1 UQ4
Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety
of America at a meeting held on the I Ith day of July, 1984.
"Be It Resolved, that the President, any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with
full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of
the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by
facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon
the corporation."
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its
President. John Knox. Jr. and its corporate seal
to be hereto affixed this IsS day of March , A.D.. 19 94
"M�ae.yl/y% UNIVIRSA R£ A
By -
State
of Texas E,,John nox Jr . President
ssr •�n..� r 3
County of Harris a
. yyllMMllIFIM1
On this 1st day of March in the year 90 , 6fore me _ Wendy W. SS31ckey
a notary public, personally appeared John Knox., Jr. , personally known to me to be the
person who executed the within instrument as President , on behalf of the corporation therein
named and acknowledged to me that the corporation executed it. 4p wy
a; w.srt,
*y'„M Notary Public
f. the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct
copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in
force and effect.
GIVEN under my hand and the seal of said Company, at Houston. Texas, this 14TH day of OCTOBER 1992
v
1011,
Secretary
COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal
Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863-7788. If the problem is not resolved you
may also write the State Board of Insurance, P.O. Box 14909[,.A ustin, Texas 78714-9091, Fax (512)475-1771. This notice
of complaint procedure is for information only and does not become a part or condition of this bond.
ri I Any instrument issued in excess of the penalty stated above is totally void and without any validity,
UNIVERSAL SURETY OF AMERICA
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact Sam Sicola, Vice President of Operations, whose direct dial number is
713-965-7017. You may also fax us information at 713-80-9439. You may also call Universal
Surety of America's toll —free telephone number for information or to make a complaint at:
1-800-392-9697
You may also write to Universal Surety of America at: F.O. Box 701279, Houston, Texas
77270. You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas
78714-91Q4, Fax #512-475-1771.
PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contract the company first. If the dispute is not resolved you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
r
P.O. Box 701279 Houston, Texas 77270 713-663-7788 Texas Toil Free 800-392-9697 Fax 713-863-9439
f
i
PERFORMANCE BOND
-18-
THIS PAGE LEFT BLANK INTENTIONALLY
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
f ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
WJil
KNOW ALL MEN BY THESE PRESS, that � erel a ter c�
EN the Principal(s), as Principal(s), and
F�
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), In the amount ofDollars (S 6 lawful money of the
United States for the e.;—
payment whereofhe a� r� i a u y e t emselves, end their heirs, administra-
tors, executors, successors and assigns, jointly and severally, firmly by these presents.
r., H EAS, the Principal has entered into a certain written contract with the Obligee, dated the 0day of
r
and said principal under the low is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract Is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein,
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall faithfully per-
form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
void; otherwise to remain in full force and effect.
S .
PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said article to the same extent as if it were
copied at length herein.
1fJ N S 1fHEREOF, thesaidPrincipal (s) and Surety (s) have signed and sealed this instrument this
day of , 19q
Surety Principal
•8yi ti By: LG
(Title) ATTY "FACT (Title)
(Title)
By:
(Title)
-19-
The undersigned l�sy�C�� �ny represents that it is duty qualified to do business in Texas,_amid,hereby
designate R U (�Ky� t resident in Lubbock County to whom any requisite notices may be delivered -and on
whom service of process may be had in matters arising out of such suretyship.
Surety
*By•
AMIN FACT (Ti e) --
Approved as to Forst
City of Lubbock
By:
City Attorney
*Mote: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-20-
r
UNIVERSAL SURETY OF AMERICA
r
t+"
r
1812 Durham / Houston, Texas 770,07
PA __ 694 1- 15 9
For verification of the authority of this power you may telephone (713) 863-7788. Power of Attorney Valid Only If
Las[ Four Digits Appear In Red
GENERAL POWER OF ATTORNEY — CERTIFIED COPY
Know All ,bfen by These Presents, That UNIVERSAL SURETY OF AMERICA. a corporation duly organized and existing under
the laws of the State of Texas. and having its principal office in Houston. Texas, does by these presents make, constitute and appoint
Nownrr} Cowan Kevin _I_ Dunn
Marla Steve
of I.tthhprk and State of Texas its true and lawful Attorncy(s)-in-Fact, with full power
and authority hereby conferred in its name. place and stead. to execute, acknowledge and deliver
S
of 11niv real $ttrPLTnf Ame-rira
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretarv, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do
within the above stated limitations, and such authority is to continue in force until Sept rriber 3,1)y 1494
Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety
of America at a meeting held on the I Ith day of July. 1984.
"Be 1t Resolved, that the President, anv Vice President. Secretary or any Assistant Secretary shall be and is hereby vested with
full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of
the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by
facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon
the corporation."
In Wftness Whereof, Universal Surety of America has caused these presents to be signed by its
President, John Knox, Jr. and its corporate scal
to be hereto affixed this 1st day of March , A.D., 19 90
UNIVERSA RE A
j . s By:
State of Texas John nox,—Jr. . Prtsidmt
County of Harris
On this I st day of March , in the year 9, fore me Wendy W. Stuckgy
a notary public, personally appeared John Knox. Jr. , personally known to me to be the
person who executed the within instrument as President , on behalf of the corporation therein
named and acknowledged to me that the corporation executed it.INS
...........
„„s„,�'° Notary Public
1, the undersigned Secretary ol• Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct
copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in
force and effect.
GIVEN under my hand and the seal of said Company, at Houston. Texas. this 14TH day of OCTOBER 1992
Secretary
COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal
Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863-7788. If the problem is not resolved you
may also write the State Board of Insurance, P.O. Box 149091, Austin, Texas 78 714-9091. Fax (512) 475-1771. This notice
of complaint procedure is for information only and does not become a pan or condition of this bond.
r
Anv instrument issued in excess of the penalty mated above is totally void and without any validity.
W
UNIVERSAL SURETY OF AMERICA
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact Sam Sicola, Vice President of Operations, whose direct dial number is
713-865-7017. You may also Pax us information at 713—S63-9439. You may also call Universal
Surety of America's toll —free telephone number for information or to make a complaint at:
1-800-392-9697
You may also write to Universal Surety of America at: P.O. Box 701279, Houston, Texas
77270. You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may also write the Texas Department of Insurance: P.O. Box 149104. Austin, Texas
78714-9104, Fax #512-475-1771.
PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contract the company fast. If the dispute is not resolved you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
P.O. Box 701279 Houston, Texas 77270 713-863-7788 Texas Toll Free 800-392-9697 Fax 713-863-9439
r�
t
A'6
CERTIFICATE OF INSURANCE
-21-
THIS PAGE LEFT BLANK INTENTIONALLY
I
i
I
I
ff-
7a;
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INF RMATI N NLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
TU INWEST GROUP, INC.
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
6 DESTA DRIVE, SUITE 5550
POLICIES BELOW.
MIDLAND, TEXAS 79705
COMPANIES AFFORDING COVERAGE
. ....... . ...
COMPANY
A
LETTER
BITUMINOUS CASUALTY INSURANCE
COMPANY Ei
INSURED
LETTER BITUMINOUS CASUALTY INSURANCE
W. C. WARDROUP DBA
COMPANY c
WARDROUP & ASSOCIATES
LETTER BITUMINOUS CASUALTY INSURANCE
P. 0. BOX 6999
COMPANY
D
LUBBOCK, TEXAS 79493
LETTER
TEXAS WC INSURANCE FUND
COMPANY E
LETTER
ALBANY INS CO.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR
CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
coTYPE OF INSURANCE POLICY NUMBER
LTR,
!POLICY EFFECTIVE POLICY EXPIRATION,
DATE (MMIDDIYY) DATE (MWDDIYY) LIMITS
GENERAL LIABILITY
A
GENERAL AGGREGATE
X ICOMMERCIAL GENERAL LIABILITY CLP2113803
-�CLAIMS
10/1/92 PRODUCTS-COMP/OP AGG. 3
10/1/93 2000000
MADE X.�OCCUR.:
PERSONAL & ADV. INJURY $1000000
€OWNER'S & CONTRACTOR'S PROT,'
EACH OCCURRENCE 51000000
is
FIRE DAMAGE (Any one fire) 50000
MED. EGVM (My are person) S 5000
B AUTOMOBILE
LIABILITY
COMBINED SINGLE
ANY AUTO W1802144
LIMIT
10/1/92 10/1/93 1000000
ALL OWNED AUTOS
BODILY INJURY 3
SCHEDULED AUTOS
(Per person)
HIRED AUTOS
BODILY INJURY
(Per &=ident)
NON -OWNED AUTOS
GARAGE LIABILITY
PROPERTY DAMAGE 3
EXCESS LIABILITY
EACH OCCURRENCE
EACH
jAGGREGATEU
C M13RELLA FORM CUP1782675
10/1/92 10/1/93 S
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
STATUTORY LIMITS
EACH ACCIDENT 5 500000
AND BIND014345
10/3/92 10/3/93
DISEASE—POUCY LIMIT 3 500000
EMPLOYERS' LIABILITY z
DISEASE —EACH EMPLOYEE S 500000
i OTHER
E: BUILDER RISK SS22317
�
10/1/92 10/1/93 $1,250,000 LIMIT
11,000 DEDUCTIBLE
DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESISPECIAL ITEMS
RE: CITY OF LUBBOCK POLICE DEPARTMENT
RENVOATIONS AT MUNICIPAL SQUARE BUILDING
Pm mmi mmm - -
CITY OF . LUBBOCK
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
P. 0. BOX 2000
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LUBBOCK, TEXAS 79457
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS NENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
. . . . . . . . . . i z g
4
CISSUE DATE (MMIDDIYY)
a.
A4v a 0 N,
)INSU, ot:
T-ifFIAM P
10/15/92
PRODUCER THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND
THE INWEST GROUP, INC. CONFERS No RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
6 DESTA DRIVE, SUITE 5550 POLICIES BELOW.
MIDLAND, TEXAS 79705 COMPANIES AFFORDING COVERAGE
. ........ ..... . .... ....
COMPANY
LETTER A BITUMINOUS INSURANCE COMPANIES
COMPANY
--- — — ----------- LETTER B
INSURED
COMPANY c
W. C. WARDROUP DBA LETMR
WARDROUP & ASSOCIATES
P. 0. BOX 6999 COMPANY D
'I LETTER
LUBBOCK, TEXAS 79493
COMPANY
LETTER E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR;� DATE (MMIDD" DATE (MMIDDNY)
GENERAL LIABILITY GENERAL AGGREGATE �Sj
A 10091kQQ_
i COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPICIP AGG. 3
CL02114408 10/15/92 10/15/93
w
CLAIMS MADE:X OCCUR.; PERSONAL & ADV. INJURY 3
OWNER'S & CONTRACTOR'S PROT= EACH OCCURRENCE 3 500,000
FIRE DAMAGE (Any one fire) S
MED. EXPENSE (Any one person) S
AUTOMOBILE LIABILITY
COMBINED SINGLE
ANY AUTO LIMIT
ALL OWNED AUTOS
BODILY INJURY
'SCHEDULED AUTOS (Per person)
HIRED AUTOS
BODILY INJURY
NON -OWNED AUTOS (Per &=Ident)
GARAGE LIABILITY
PROPERTY DAMAGE
EXCESS LIABILITY EACH OCCURRENCE S
UMBRELLA FORM
AGGREGATE S
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION STATUTORY LIMITS
EAC14 ACCIDENT s
AND
DISEASE —POLICY LIMIT 3
EMPLOYERS' LIABILITY
DISEASE —EACH EMPLOYEE, 3
OTHER
DESCRIPTION OF OPEFLATIONSILOCATIONSfVEHICLESISPECIAL ITEMS
NAMED INSURED ON POLICY WILL BE: CITY OF LUBBOCK. ORIGINAL POLICY WILL BE PROVIDED ONCE
ISSUED BY THE INSURANCE COMPANY.
POLICE DEPARTMENT RENOVATIONS AT MUNICIPAL SqUARE BUILDING
CITY OF LUBBOCK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
P. 0. BOX 2000 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
LUBBOCK, TEXAS 79457 MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, 1AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE 109
,mr, 4�
N
CONTRACT
-23-
THIS PAGE LEFT BLANK INTENTIONALLY
r
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
r THIS AGREEMENT, made and entered into this 6th day of October. 1992 1 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and WARDROUP & ASSOCIATES of the City of LUBBOCK, County of LUBBOCK and the State
of TEXAS, hereinafter termed CONTRACTOR.
t
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bard baring even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
BID 9 12181 - POLICE DEPARTMENT RENOVATIONS AT MUNICIPAL SQUARE BUILDING PROJECT IN THE AMOUNT OF $125,928.00.
and all extra work in connection therewith, mender the terns as stated in the contract doc rmnts and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
Labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents
Texas in the year and day first above written.
ATTEST:
ems.. 'v"'U ag(_._
Secretary
APPROVED AS TO CONTENT:
r
APPROVED. .
/ lwlt �_ .� ��►.
ATTEST:
Corporate Secretary
-23-
WARDROUP & ASSOCIATES
CONTRACTOR
By:
TITLE e2&X1L*4-"
COMPLETE ADDRESS:
"08 BROWNFIELD DRIVE
LUBBOCK, TX 79410-1799
County,
No Text
r
fool
4
GENERAL CONDITIDNS OF THE AGREEMENT
-25-
THIS PAGE LEFT BLANK INTENTIONALLY
.-.
GENERAL CONDITIONS OF THE AGREEMENT
I. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be urderstood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, co -partnership or corporation, to -wit, WARDROUP S ASSOCIATES, who
has agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood
t as referring to WILLIAM PAYNE, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the owner under
the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
behalf of the Contractor.
4. CONTRACT DOCUMENTS
r The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
f Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of
the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available
to Bidder for his inspection in accordance with the Notice to Bidders.
5. INTERPRETATION OF PHRASES
r Whenever the words "Directed," OPermitted," NDesignated,N "Required,N "Considered Necessary," "Prescribed,"
! or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is Intended; and similarly, the words "Approved,"
r" NAcceptable,N "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory
to the Owner's Representative.
�... Whenever in the Specifications or drawings accompanying this agreement, the terns of description of various
f qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in ell such cases, any question of the
fulfillment of said specifications shall be decided by the Owner's Representative, and said work shell be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
6. SUBCONTRACTOR
r The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor
for performance of work on the project contemplated by these contract documents. Owner shall have no re-
sponsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments
due Subcontractor.
-25-
T. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for ell materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognised standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
4. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative
will check the Contractor's layout of all major structures and any other layout work done by the Contractor
at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly
locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense
to him and he shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. an the basis of his on -site observations, he will keep the owner informed of the
progress of the work and will endeavor to guard the owner against defects and deficiencies in the work of
the Contractor.
-26-
t
3
4 -
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
�.. Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
i his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive at Contractor's expense.
14. OWER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in ell
cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this
contract. He shall determine ell questions in relation to said work and the construction thereof, and
shall, in ell cases, decide every question which may arise relative to the execution of this contract on the
part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent
r.
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
i
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
!
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
rn,
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
i" be taken as if his decision had been rendered against the party appealing.
i
t
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative
may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that
rsaid material is furnished and said work is done in accordance with the specifications therefore. The Con-
tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors
or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey
�a the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when
i such directions and instructions are consistent with the obligations of this Agreement and accompanying
4
plans and specifications provided, however, should the Contractor object to any orders by any subordinate
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
-28-
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all
satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence
and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by
competent and reasonable representatives of the Contractor is essential to the proper performance of the
work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and ell other matters which in any way effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER Or woRKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
Inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur-
nish same, and it is also understood that Owner shall not be held responsible for the care, preservation,
conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it
Is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure
shell at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public ob-
servation, shall be constructed and maintained by the Contractor in such manner and at such points as shall
be approved by the Owner's Representative and their use shall be strictly enforced.
-29-
Pik
i
F
t 21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or owner's Representative and shall give am -
pie notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
r whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
dI should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, be uncovered for examination at Contractor's expense. In the event that any part of the work is
being fabricated or manufactured at a location where it is not convenient for Owner cr Owner's Representa-
tive to make observations of such work or require testing of said work, then in such event Owner or Owner's
i
Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection,
testing or approval made by persons competent to perform such tasks at the location where that part of the
work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
f by the American Society for Testing and Materials or such other applicable organization as may be required
by law or the contract documents.
i if any work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of ell such inspec-
tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work
which fails to meet the requirements of any such tests, inspections or approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
r, Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
i the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
i
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. it is fur-
ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part
thereof, either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
r basis for a claim for damages, or anticipated profits on the work that may be dispensed with. if they in-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
increase shall be paid according to the quantity actually done and at the unit price established for such
�•• work sander this contract; otherwise such additional work shall be paid for as provided under Extra Work. In
-30-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa-
tive when presented with a written work order signed by the Owner's Representative; subject, however, to the
right of the Contractor to require written confirmation of such extra work order by the Owner. It is also
agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined
by the following methods. -
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - if neither Method (A) or Method (B) be agreed upon before the extra work is com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event sold extra work be performed and paid for under Method (C), then the provisions of this para-
graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen,.timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including
Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts
of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of
Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical,
the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work
order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative for a written order authorizing such extra work. should a difference of opinion arise as to what
does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in-
sists upon its performance, the Contractor shall proceed with the work after making written request for
written order and shall keep adequate and accurate account of the actual field cost thereof, as provided
under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-31-
ohm
1 25. DISCREPANCIES AND OMISSIONS
r It is further agreed that it is the intent of this contract that all work described in the proposal, the
i specifications, plans and other contract documents, Is to be done for the prices quoted by the Contractor
and that such price shall include all appurtenances necessary to complete the work in accordance with the
intent of these contract documents as interpreted by Owner's Representative, If the Contractor finds any
y discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. it is further understood that any re-
quest for clarification must be submitted no later than five days prior to the opening of bids.
26. MIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
of work with the rate of progress required under this contract, the Owner or Owner's Representative
quality P o9 equ P
spay order the Contractor in writing to increase their safety or improve their character and efficiency and
the Contractor shall comply with such order.
r
If, at any time, the working force of the Contractor is inadequate for securing the progress herein speci-
fied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an
extent as to give reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
i provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention
in Construction" of Associated General Contractors of America, except where incompatible with federal, state
r or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tamed by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the Owner or any of its officers, agents, or employees including
l_ attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as
an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be
given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
-32-
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in-
surance protection as hereinafter specified. Such insurance shall be carried with an insurance company au-
thorized to transact business in the state of Texas and shell cover all operations in connection with this
contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided
covering the operation of each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability insurance with limits of $300,000 Bodily
Injury and 5300,000 Property Damage per occurrence to included
r--
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
S. Owner's Protective or Contingent Public Liability Insurance and Property Damage liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage. -~
C. Comprehensive Automobile Liability Insurance
The Contractor shalt have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -
owned Vehicles. The City is to be named as an additional insured on this policy for this specific
job and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
-33-
i*
a
t
rE. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
r
The City is to be named as an additional insured on this policy for this specific job and copy of
the endorsement doing so is to be attached to the Certificate of insurance.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least 5100,000 limit.
s
G. Proof of Coverage
I Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and
offered as evidence of compliance with the above insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne
by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named in-
sured at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in
or cancellation of the palicies shown on the certificate.
tM
J (7) The certificate or certificates shall be on the form (or identical copies thereof) con-
tained in the job specifications. No substitute of nor amendment thereto will be accept-
able.
29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS. LABORERS, MATERIALMEN. AND FURNISHERS QF MACHINERY. EQUIPMENT
AND SUPPLIES
r'
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
r
if during the progress of the work, Contractor shell allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness
within five (5) days after demand is made, then Owner may, during the period for which such indebtedness
P'
v
.34-
shall remain unpaid, withhold from the unpaid portion of this contract, a sun equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between arty party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any Loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such Loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm-
less from any loss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. LAWS AND ORDINANCES
The Contractor shalt at all times observe and comply with aLl federal, state and local laws, ordinances and
regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shaLL promptly notify the Owners' Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. if the Contractor performs any work
knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the Law from which it derives its powers, in-
sofar as the same regulates the objects for which, or the manner in which, or the conditions under which the
Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to
the same effect as though embodied herein.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature
of the work, or materials required in the performance of this contract, shell not relieve the Contractor
from his full obligations to the Owner, as provided by this contractual agreement.
33. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
it is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract of work to be done hereunder are essential
conditions of this contract; and it is further mutually understood and agreed that the work embraced in this
contract shall be commenced on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Renner may withhold permanently from Contractors total
compensation, the sum of SiOO.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
-35-
i
0"
t
i
for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall
rbe in default after the time stipulated for completing the work.
I it is expressly understood and agreed, by and between Contractor and the Cwner, that the time for the com-
pletion of the work described herein is reasonable time for the completion of the same, taking into
consid-eration the average climatic change and conditions and usual industrial conditions prevailing in this Local-
ity.
The amount 1s fixed and agreed upon by and between the Contractor and the owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the owner would in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and owner that time is of the essence of this
contract.
P
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con -
roll tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and
t in such manner as shall be most conductive to economy of construction; provided, however, that the order and
time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in
p^ accordance with this contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
own force, the Owner's Representative may direct the time and manner of constructing work done under this
contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
r+ schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
eral parts.
35. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
r. except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees
of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike,
walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by Owner's Representative
r for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. should the Contractor disagree with the action of City Council on granting an extension of
d
time, such disagreement shall be settled by arbitration as hereinafter provided.
36. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
the time herein fixed, he has taken Into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
-36-
shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of
the work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's
Representative that is caused by such stoppage shall be paid by owner to Contractor.
37. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is .let on a unit price basis, then Owner and Contractor agree that this contract,
Including the specifications, plans and other contract documents are intended to show clearly all work to be
done and material to be furnished hereunder. Where the estimated quantities are shown for the various
classes of work to be done and material to be furnished under this contract, they are approximate and are to
be used only as a basis for estimating the probable cost of the work and for comparing their proposals of-
fered for the work. It is understood and agreed that the actual amount of work to be done and the materials
to be furnished under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of work done
and materials furnished on the project.
38. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be undertaken
under this agreement, from any damage or injury by reason of said process of construction; and he shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. PRICE FOR WORK
in consideration of the furnishing of all necessary labor, equipment and material and the completion of all
work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the
whole thereof in the manner and according to this agreement, the attached specifications, plans, contract
documents and requirements of Owner's Representative.
40. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of de-
fective work. Contractor shall at any time requested during the progress of the work furnish the Caner or
Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness
in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or
otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed.as provided in this contract.
-37-
r"•
i
A
Y
Al. PARTIAL PAYMENTS
A On or before the tenth day of each santh, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial payment showing as completely as practical the total value of the work done by the Contractor up to and
Including the last day of the preceding month; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
r
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount
of the Owner's Representative's Certificate of Partial Payment, less 5% of the mount thereof, which 5%
shall be retained until final payment, and further, less ell previous payments and ell further sums that may
be retained by owner under the terms of this agreement. It is understood, however, that in case the whole
work be near to completion, arrd this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Omer may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the Owner's Representative and the Owner shall in-
n spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
f
43. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished wider
the terms of the agreement, and shall certify same to the oar, who shall pay to the Contractor on or be-
t fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made a part of this contract.
44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other
contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
45. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for
any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the
-38-
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shalt be made for amounts withheld because of
them.
47. TIME OF FiLiNG CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
Ali questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
In writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District .fudge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration --
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the Owner's Representative shaLL be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY CUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
.39-
l
i. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own carpensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection an account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
�. the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to
complete the work and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
r" equipment, tools, materials or supplies then on the job, but the same, together with any materials and
J
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any
�+ rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as
+I provided for under paragraph 24 of this contract); it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
rIn case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
i for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective mariners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged
shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at
any time become due to the Contractor under and by virtue of this Agreement. In case such expense
is less than the sum which would have been payable under this contract, if the same had been com-
pleted by the Contractor, then said Contractor shall receive the difference. In case such expense
Is greater than the sum which would have been payable under this contract, 1f the same had been com-
pleted by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess
to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspa-
per having a general circulation in the County of location of the work, may let the contract for the
i cc pletion of the work under substantially the same terms and conditions which are provided in this
contract. in case of any increase in cost to the owner under the new contract as compared to what
would have been the cost under this contract, such increase shall be charged to the Contractor and
r the Surety shall be and remain bound therefore. However, should the cost to complete any such new
contract prove to be less than that which would have been the cost to complete the work under this
contract, the Contractor or his Surety shall be credited therewith.
r
When the work shall have been substantially completed, the Contractor and his Surety shad be so notified
and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be
Issued. A complete itemized statement of the contract accounts, certified to by Owners Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or
his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within
30 days after the date of certificate of completion.
.40-
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor end/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Carter may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the •jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the Owner and all other sums that may be retained by the owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds S25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
-41-
F
i` Oft
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
r+ work, shall be sustained and borne by the Contractor at his own cost and expense.
l 54. INDEP[NDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his own employees and to determine the method of the performance
of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to ob-
serve Contractor's work during his performance and to carry out the other prerogatives which are expressly
reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at
any time change or effect the status of the Contractor as an independent contractor with respect to either
the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or
corporation.
[ 55. CLEANING UP
f^
' The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and
at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus
�r materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
.42-
THIS PAGE LEFT BLANK INTENTIONALLY
r
CURRENT WAGE DETER14INATIONS
.43-
THIS PAGE LEFT BLANK INTENTIONALLY
F
F
F
DGV:da
DPcnl IITTAM
Resolution #2502
January 8, 1987
Agenda Item #18
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
;enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
`Passed by the City Council this 8th day of January , 1987.
i
Ranett..Boyd, City Secretary
APPROVED T. ONTENT:
�-i-
Bi l P!yne, D rector of Building
Services
B.C..McMINN, MAYOR
APPROVED AS TO FORM:
Dolr4ld G. Vandiver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourlv Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
r
r
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
$5.25
Asphalt Shoveler
4.75
Concrete Finisher
7.35
Concrete Finisher -Helper
4.75
Electrician
10.50
Flagger
4.75
Form Setter
6.50
Form Setter -Helper
5.50
Laborer, General
4.75
Laborer, Utility
5.80
Mechanic
6.50
Mechanic -Helper
6.00
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
6.00
Bulldozer
5.25
Concrete Paving Machinist
6.50
Front End Loader
5.85
Heavy Equipment Operator
6.40
Light Equipment Operator
6.40
Motor Grade Operator
8.00
Roller
5.25
Scraper
5.25
Tractor
5.50
Truck Driver -
Light
5.25
Heavy
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
r
4 .
SPECIFICATIONS
r
.44-
THIS PAGE LEFT BLANK INTENTIONALLY
r
r
L
r
F
r
a
CITY OF LUBBOCK
1992 MUNICIPAL SQUARE RENOVATIONS
LUBBOCK, TEXAS
TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL CONDITIONS
01005 - Administrative Provisions
01031 - Alteration Project Procedures
01045 - Cutting and Patching
01300 - Submittals
01400 - Quality Control
01500 - Construction Facilities and Temporary Controls
01600 - Material and Equipment
01700 - Contract Closeout
DIVISION 2 - SITEWORK
02072 - Minor Demolition for Remodeling
02515 - Portland Cement Concrete Paving
DIVISION 3 - CONCRETE WORK
Not Used
DIVISION 4 - MASONRY
04001 - Masonry
DIVISION 5 - METALS
Not Used
DIVISION 6 - WOOD AND PLASTICS
06001 - Carpentry Work �-
DIVISION 7 - MOISTURE AND THERMAL PROTECTION "
07900 - Sealants and Joint Treatments
DIVISION 8 - DOORS AND WINDOWS
08410 - Aluminum Entrances and Storefronts
08700 - Hardware
08800 - Glass and Glazing
DIVISION 9 - FINISHES
09210 - Gypsum Plaster ar
09510 - Acoustical Ceilings
09650 - Resilient Flooring s� 65 �^
09688 - Carpeting - Glue Down q
09900 - Painting rF OF
INDEX-1
DIVISION 10 - SPECIALTIES
10000 - Specialties
DIVISION 11 - EQUIPMENT —
Not Used
DIVISION 12 --FURNISHINGS
Not Used
DIVISION 13 - SPECIAL CONSTRUCTION
Not Used
DIVISION 14 - CONVEYING SYSTEMS
Not Used
DIVISION 15 - MECHANICAL
15000 - General Provisions Mechanical and Electrical
DIVISION 16 - ELECTRICAL
16010 - Basic Electrical Requirements
16060 - Minor Electrical Demolition for Remodeling _
16111 - Conduit
16120 - Wires and Cables
16510 - Lighting Fixtures
16535 - Emergency Lighting Equipment
INDEX-2
SECTION 01005
ADMINISTRATIVE PROVISIONS
r PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Work Covered by Contract Documents.
B. Type of Contract.
r-
C. Contractor Use of Premises.
t
D. Owner Occupancy.
E. Work by Owner.
F. Coordination.
G. Field Engineering.
H. Reference Standards.
1.02 WORK COVERED BY CONTRACT DOCUMENTS
A. The Owner will award a contract to one bidder. The contract
will commence on the date given on the Notice to Proceed. All
work involve areas of the Municipal Square Building, City of
Lubbock, located at 10th Street and Texas Avenue, Lubbock, Texas.
Work covered by this contract includes:
1. Removal and replacement of designated concrete sidewalks,
curbs, gutters and paving on the building site.
2. Repainting of designated public access corridor and foyer
r hallways, portions of stairs, ceilings, doors and frames.
3. Repair and repainting of walls, doors and frames, and
replacement of flooring, ceiling, lighting, mechanical grilles
and door hardware in a portion of the Lubbock Police Department
offices.
4. Replacement of six exterior windows.
1.03 TYPE OF CONTRACT
A. The Owner will award a single lump sum contract to one bidder.
The contract will commence on the date given on the Notice to
Proceed.
1.04 CONTRACTOR USE OF PREMISES
A. Limit use of premises to allow:
1. Owner occupancy.
01005-1
PM
2. Work by Owner.
3. Use of site and premises by the public.
B. Access to Site: Limited to hours that the building is
maintained open by the Owner, unless specific arrangements are
made with the Owner.
C. Emergency Building Exits: All existing emergency exits shall
remain operable and clear at all times during construction.
D. Time Restrictions for Performing Work: Limited to hours that
the building is maintained open by the Owner, unless specific
arrangements are made with the Owner.
E. Utility Outages and Shutdown: Contractor shall give minimum 48
hours notice to Owner prior to any necessary interruption of
utility services.
1.05 OWNER OCCUPANCY
A. Owner will occupy the premises during the entire period of
construction and will conduct normal operations.
B. Schedule construction activities as required to accommodate
Owner's occupancy and operation. Coordinate schedule and
necessary interruptions with Owner prior to commencement of
construction.
1.06 WORK BY OWNER
A. Items noted N.I.C. (Not in Contract), furnishings, equipment
and appliances will be furnished and installed by the Owner after
completion of the Contract.
B. Owner will move and relocate furnishings as required.
Contractor shall coordinate scheduling of necessary furniture
relocation with Owner.
C. Owner will be responsible for all work associated with alarm
and telephone systems.
D. Owner will be responsible for relocation of overhead cables in
Police Department Briefing Room.,Contractor shall patch holes as
indicated on drawings.
E. Owner will provide all water valve box lids, manhole covers
and rings for contractor's installation in new concrete work.
1.07 COORDINATION
A. Coordinate work of the various sections of Specifications to
assure efficient and orderly sequence of installation of
construction elements, with provisions for accommodating items
installed later.
B. Verify characteristics of elements of interrelated operating
equipment are compatible, coordinate work of various sections
01005-2
having interdependent responsibilities for installation,
connecting to, and placing in service, such equipment.
C. Coordinate space requirements and installation of mechanical
and electrical work which are indicated diagramatically on
Drawings. Follow routing shown for pipes, ducts, and conduits,
as closely as practicable; make runs parallel with lines of
building. Utilize spaces efficiently to maximize accessibility
for other installation, for maintenance and for repairs.
D. In finished areas except as otherwise shown, conceal pipes,
ducts, and wiring in the construction. Coordinate locations of
fixtures and outlets with finish elements.
1.08 FIELD ENGINEERING
A. Provide field engineering services; establish grades, lines,
and levels by use of recognized engineering survey practices.
B. Control datum for survey is that shown on Drawings. Locate
and protect control and reference points.
i
1.09
REFERENCE STANDARDS
o .
A. For
Products specified by
association or trade standards,
�.
comply
with requirements of
the standard, except when more rigid
r
requirements
are specified or
are required by applicable codes.
B. The
date of the standard
is that in effect the bid date,
except
when a specific date
is specified.
C. Obtain copies of standards when required by Contract
Documents. Maintain copy at field office.
PART 2 PRODUCTS
NOT USED
k PART 3 EXECUTION
NOT USED
END OF SECTION
01005-3
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 01031
r
19
r
ALTERATION PROJECT PROCEDURES
PART l GENERAL
1.01 REQUIREMENTS
A. Coordinate work of trades and schedule elements of alterations
and renovation work by procedures and methods to expedite
completion of the Work.
B. In addition to demolition specified in Section 02072, and that
specifically shown, cut, move or remove items as necessary to
provide access or to allow alterations and new work to proceed.
Include such items as:
1. Repair or removal of hazardous or unsanitary conditions.
2. Removal of abandoned items and items serving no useful
purpose, such as abandoned piping, conduit and wiring.
3. Removal of unsuitable or extraneous materials not marked for
salvage, such as abandoned furnishings and equipment, and
debris such as rotted wood, rusted metals and deteriorated
concrete.
4. Cleaning of surfaces, and removal of surface finishes as
needed to install new work and finishes.
C. Patch, repair and refinish existing items to remain, to the
specified condition for each material, with a workmanlike
transition to adjacent new items of construction.
1.02 RELATED REQUIREMENTS
A. Section 01005: Work Sequence.
B. Section 01005: Owner Occupancy.
C. Section 01045: Cutting and Patching.
D. Section 01300: Construction Schedules.
E. Section 01500: Use of Existing Utilities.
F. Section 01500: Temporary Enclosures.
G. Section 01700: Cleaning During Construction.
H. Section 02072: Minor Demolition for Remodelling.
1.03 SEQUENCE AND SCHEDULES
A. Schedule Work in the sequences and within times specified in
Section 01005.
1.04 ALTERATIONS CUTTING AND PROTECTION
01031-1
A. Assign the work of moving, removal, cutting and patching, to
trades qualified to perform the work in a manner to cause least
damage to each type of work, and provide means of returning
surfaces to appearance of new work.
B. Perform cutting and removal work to remove minimum necessary,
and in a manner to avoid damage to adjacent work.
C. Cut finish surfaces such as concrete, masonry, tile, plaster
or metals, by methods to terminate surfaces in a straight line at
a natural point of division.
D. Perform cutting and patching as specified in Section 01045.
E. Protect existing finishes, equipment, and adjacent work which
is scheduled to remain, from damage.
F. Discoveries of construction, furnishings and articles having a
historic or private value shall remain in possession of Owner.
ART 2 PRODUCTS
2.01 SALVAGED MATERIALS
A. Salvage sufficient quantities of cut or removed material to
replace damaged work of existing construction, when material is
not readily obtainable on current market.
B. Items not required for use in repair of existing work shall
become the property of the contractor, unless noted otherwise.
C. Do not incorporate salvaged or used material in new
construction except with permission of Architect/Engineer.
2.02 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING
A. Provide same products or types of construction as that in
existing structure, as needed to patch, extend or match existing
work.
B. Generally Contract Documents will not define products or
standards of workmanship present in existing construction;
Contractor shall determine products by inspection and any
necessary testing, and workmanship by use of the existing as a
sample of comparison.
C. Presence of a product, finish, or type of construction,
requires that patching, extending or matching shall be performed
as necessary to make Work complete and consistent to identical
standards of quality.
PART 3 EXECUTION
3.01 PERFORMANCE
01031-2
r'
�i
A. Patch and extend existing work using skilled mechanics who are
capable of matching existing quality of workmanship. Quality of
patched or extended work shall be not less than that specified
for new work.
3.02 ADJUSTMENTS
A. where partitions are removed, patch floors, walls, and
ceilings, with finish materials to match existing.
B. Where removal of partitions results in adjacent spaces
r. becoming one, rework floors and ceilings to provide smooth planes
without breaks, steps, or bulkheads.
C. Where extreme change of plane of two inches or more occurs,
request instructions from Architect/Engineer as to method of
making transition.
�- D. Trim and refinish existing doors as necessary to clear new
floors.
7 3.03 DAMAGED SURFACES
A. Patch and replace any portion of an existing finished surface
which is found to be damaged, lifted, discolored, or shows other
imperfections, with matching material.
B. Provide adequate support of substrate prior to patching the
finish.
C. Refinish patched portions of painted or coated surfaces in a
manner to product uniform color and texture over entire surface.
D. When existing surface finish cannot be matched, refinish
entire surface to nearest intersections.
3.04 TRANSITION FROM EXISTING TO NEW WORD
A. When new work abuts or finishes flush with existing work, make
a smooth and workmanlike transition. Patched work shall match
existing adjacent work in texture and appearance so that the
patch or transition is invisible at a distance of five feet.
B. When finished surfaces are cut in such a way that a smooth
transition with new work is not possible, terminate existing
surface in a neat manner along a straight line at a natural line
of division, and provide trim appropriate to finished surface.
3.05 CLEANING
A. Perform periodic and final cleaning as specified in Section
01700.
B. Clean Owner -occupied areas daily.
r. C. Clean spillage, overspray, and heavy collection of dust in
owner -occupied areas immediately.
r
01031-3
D. At completion of work of each trade, clean area and make
surfaces ready for work of successive trades.
E. At completion of alterations work in each area, provide final
cleaning and return space to a condition suitable for use by
Owner.
END OF SECTION
01031-4
r
SECTION 01045
rj CUTTING AND PATCHING
?ART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Requirements and limitations for cutting and patching of
Work.
1.02 RELATED REQUIREMENTS
A. Section 01005 - Summary of Work: Work by Owner or by separate
contractors.
B. Section 01031 - Alterations Project Procedures: Cutting and
patching for alterations work.
C. Section 01600 - Materials and Equipment: Substitutions.
D. Individual Specifications Sections: Cutting and patching
incidental to work of the section.
1.03 DESCRIPTION
A. Execute cutting, fitting, and patching including excavation
and fill, to complete Work, and to:
1. Fit the several parts together, to integrate with the work.
2. Uncover work to install ill-timed work.
3. Remove and replace defective and non -conforming work.
4. Remove samples of installed work for testing.
of mechanical and electrical work.
1.04 SUBMITTALS
A. Submit written request in advance of cutting or alteration
which 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.
B. Include in request:
1. Identification of Project.
2. Location and description of affected work.
�. 3. Necessity for cutting or alteration.
4. Description of proposed work, and products to be used.
5. Alternatives to cutting and patching.
6. Effect on work of Owner or separate contractor.
j' 7. Written permission of affected separate contractor.
!! S. Date and time work will be executed.
�' 0104 5-1
PART 2 PRODUCTS
2.01 MATERIALS
A. Those required for original installation.
B. For any change in materials, submit request for substitution
in accordance with Section 01600.
PART 3 EXECUTION
3.01 INSPECTION
A. Inspect existing conditions, including elements subject to
damage or movement during cutting and patching.
B. After uncovering, inspect conditions affecting performance of
work.
C. Beginning of cutting or patching means acceptance of existing
conditions.
3.02 PREPARATION
A. Provide supports to assure structural integrity of
surroundings; devices and methods to protect other portions of
Project from damage.
B. Provide protection from elements for areas which may be
exposed by work; maintain excavations free of water.
3.03 PERFORMANCE
A. Execute work by methods to avoid damage to other work, and
which will provide proper surfaces to receive patching and
finishing.
B.Restore work with new products in accordance with requirements _
of Contract Documents.
C. Fit work airtight to pipes, sleeves, ducts, conduit, and other
penetrations through surfaces.
D. Refinish surfaces to match adjacent finishes. For continuous
surfaces, refinish to nearest intersection; for an assembly,
refinish entire unit.
END OF SECTION
01045-2
PIN
I
SECTION 01300
F, SUBMITTALS
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Procedures.
B. Construction Progress Schedules.
i
C. Schedule of Values.
D. Shop Drawings.
E. Product Data.
F. Samples.
G. Color Selections.
1.02 PROCEDURES
A. Deliver submittals to Architect/Engineer at following
address:
Jones Rowntree Architects
3824 50th Street, Suite D
Lubbock, Texas 79413-3808
B. Transmit each item with AIA Form G810.
C. Identify Project, Contractor, subcontractor, major supplier;
identify pertinent Drawing Sheet and detail number, and
rSpecification section number, as appropriate.
D. Identify deviations from Contract Documents and product or
�- system limitations which may be detrimental to successful
performance of the completed Work.
E. Apply Contractor's stamp, signed or initialled certifying that
review, verification of products required, field dimensions,
adjacent construction work, and coordination of information is in
accordance with requirements of the Construction Documents.
F. Coordinate submission of related items. Submit all color and
finish materials submittals at the same time. Selection of any
and all color and finish materials will not be made until all
submittals have been provided to the Architect.
G. Provide space for Contractor and Architect/Engineer review
r stamps.
H. Submit initial progress schedules and schedule of values in
+^ duplicate within 10 days after award of Contract. After review
by Architect/Engineer revise and resubmit as required. Submit
+r, 01300-1
i
revised schedules with each Application for Payment, reflecting
changes since previous submittal.
I. Comply with progress schedule for submittals related to Work
progress. Coordinate submittal of related items.
J. After Architect/Engineer review of submittal, revise and
resubmit as required, identifying changes made since previous
submittal.
K. Distribute copies of reviewed submittals to concerned persons.
Instruct recipients to promptly report any inability to comply with provisions.
1.03 CONSTRUCTION PROGRESS SCHEDULE
A. Submit horizontal bar chart with separate bar for each major
trade or operation, identifying first work day of each week.
B. Show complete sequence of construction by activity,
identifying work of separate stages and other logically grouped
activities. Show projected percentage of completion for each
item of work as of progress application for payment.
1.04 SCHEDULE OF VALUES
A. Submit typed schedule on AIA Form G703. Contractor's standard
form or media -driven printout will be considered on request.
B. Format: Table of Contents of this Project Manual. Identify
each line item with number and title of the major Specification
sections.
C. Include in each line item a directly proportional amount of
Contractor's overhead and profit,.
D. Revise schedule to list change orders, for each application
for payment.
1.05 SHOP DRAWINGS
A. Submit the number of opaque reproductions which Contractor
requires, plus two copies which will be retained by
Architect/Engineer.
1.06 PRODUCT DATA
A. Mark each copy to identify applicable Products, models,
options, and other data; supplement manufacturers' standard data
to provide information unique to the Work. Include manufacturers'
installation instructions when required by the Specification
section.
B. Submit the number of copies which Contractor requires, plus
two copies which will be retained by Architect/Engineer.
1.07 SAMPLES
01300-2
A. Submit full range of manufacturers' standard colors, textures,
and patterns for Architect/Engineer's selection. Submit samples
l' for selection of finishes within 30 days after date of Contract.
B. Submit Samples to illustrate functional characteristics of the
Product with integral parts and attachment devices. Coordinate
submittal of different catagories for interfacing work.
7-, C. Include identification on each Sample, giving full
4, information.
D. Submit the number specified in respective Specification
7 section; one will be retained by Architect/Engineer. Reviewed
Samples which may be used in the Work are indicated in the
Specification Section.
1.08 COLOR SELECTIONS
A. Submit to Architect list of all materials and items that
require a color selection.
B. No color selections shall be approved until all color
selections are furnished to the architect.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
r, 01300-3
i
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 01400
QUALITY CONTROL
e
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Quality assurance and control of products and workmanship.
B. References.
i C. Independent Testing Laboratory Services.
1.02 RELATED REQUIREMENTS
A. Section 01300 - Submittals: Submission of Manufacturer's
r. Instructions and Certificates.
` B. Section 01600 - Material and Equipment: Product options.
1.03 QUALITY ASSURANCE/CONTROL OF INSTALLATION
d
A. Maintain quality control over supervision, subcontractors,
�- suppliers, manufacturers, products, services, workmanship, and
site conditions, to produce Work in accordance with Contract
Documents.
P
B. Comply fully with manufacturer's instructions, including each
step in sequence.
C. Comply with specified industry standards as a minimum quality
i for the Work except when more restrictive tolerances or specified
requirements indicate more rigid standards or more precise
.- workmanship.
D. Provide suitably qualified personnel to produce Work of
specified quality.
E. Secure products in place with positive anchorage devices
designed and sized to with:-.:;nd stresses, vibration, and
r racking.
a
F. Provide finishes to matc;: approved samples.
1.04 REFERENCES
A. Conform to reference standard by date of issue current on date
for receiving bids.
B. Should specified reference standards conflict with Contract
r11 Documents, request clarification.
C. The contractual relationship of the parties to they Contract
r, shall not be altered from the Contract Documents by mention or
inference otherwise in any reference document.
1.05 INDEPENDENT TESTING LABORATORY SERVICES
�" 01400-1
A. Contractor shall employ and pay for services of an independent
testing laboratory to perform inspections, tests and other
services required by various specification sections.
B. Services will be performed in accordance with requirements of
governing authorities and specified standards.
C. Reports will be submitted to Owner in Architect/Engineer in
duplicate giving observations and results of tests, indicating
compliance or noncompliance with specified standards and Contract
Documents.
D. Contractor shall cooperate with testing laboratory personnel;
furnish tools, samples of materials, design mix, equipment and
storage assistance as requested.
E. Notify Architect/Engineer and testing laboratory 24 hours
prior to expected time for operations requiring testing
services.
F. Make arrangements with testing laboratory and pay for
additional samples and tests for materials failing to meet
specified standards.
PART 2 PRODUCTS - Not Used
PART 3 EXECUTION - Not Used
END OF SECTION
01400-2
SECTION 01500
r CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
?ART 1 GENEFALL.
1.01 REQUIREMENTS INCLUDED
A. Electricity, Lighting.
r B. Heat, Ventilation.
C. Telephone Service.
D. Water.
E. Sanitary Facilities.
r F. Construction Aida.
G. Enclosures.
r
H. Barriers.
I. Cleaning During Construction.
i
f J. Parking.
r' 1.02 RELATED REQUIREMENTS
i
A. Section 01005 - Administrative Provisions: Summary of the
work.
B. Section 01700 - Contract Closeout: Final Cleaning.
.- 1.03 ELECTRICITY, LIGHTING
A. For existing construction, connect to existing power service.
r- Power consumption shall not disrupt continuous service for
Owner's use.
r B. Provide temporary electric feeder from existing building or
electrical service at location as directed by Owner.
f
C. Provide power outlets for construction operations, with branch
wiring and distribution boxes located as required. Provide
flexible power cords as required.
r• D. Provide main service disconnect and overcurrent protection at
convenient location.
E
r E. Permanent convenience receptacles may not be utilized during
construction unless authorized by Owner.
i
01500-1
r
F. Permanent building lighting may be utilized during
construction.
1.04 HEAT, VENTILATION
A. Coordinate use of existing facilities with Owner; extend and
supplement with temporary units as required to maintain specified
conditions for construction operations, to protect materials and
finishes from damage due to temperature or humidity.
B. Provide ventilation of enclosed areas to cure materials, to
disperse humidity, and to prevent accumulations of dust, fumes,
vapors or gases.
1.05 TELEPHONE SERVICE
A. Provide, maintain and pay for telephone service to field
office at time of project mobilization unless otherwise
authorized in writing by Owner.
1.06 WATER
A. Connect to existing facilities; extend branch piping with
outlets located so that water is available by use of hoses.
1.07 SANITARY FACILITIES
A. Existing facilities may be used during construction
operations; maintain in sanitary condition.
1.08 CONSTRUCTION AIDS
A. Provide and operate drainage and pumping equipment; maintain
excavations and site free of standing water.
B. Existing stairs may be used by construction personnel.
C. Existing elevators may be used by construction personnel and
for materials. Coordinate use with Owner. Provide protective
coverings for finish surfaces of cars and entrances.
1.09 ENCLOSURES
B. Where possible, provide temporary partitions and ceilings to
separate work areas from Owner occupied areas, to prevent
penetration of dust and moisture into Owner occupied areas, and
to prevent damage to existing areas and equipment. Construction:
sheet materials with closed joints and sealed edges at
intersections with existing surfaces.
1.10 BARRIERS
A. Provide as required to prevent public entry to construction
areas, to provide for Owner's use of site, and to protect
existing facilities and adjacent properties from damage from
construction operations.
01500-2
1.11 CLEANING DURING CONSTRUCTION
A. Control accumulation of waste materials and rubbish. Dispose
of waste materials and rubbish off -site daily.
B. Clean interior areas prior to start of finish work, maintain
areas free of dust and other contaminants during finishing
r. operations.
1.12 REMOVAL
r" A. Remove temporary materials, equipment, services and
construction prior to Substantial Completion inspection.
r B. Clean and repair damage caused by installation or use of
temporary facilities. Restore existing facilities used during
construction to specified, or to original condition.
1.13 PARKING
A. Arrange for permits from the City for barricades for curbside
construction parking for construction personnel. Parking tickets
will be the Contractor's responsibility.
B. City employee parking lots may not be used by the Contractor
or his personnel.
PART 2 PRODUCTS
Not Used
t
PART 3 EXECUTION
Not Used
END OF SECTION
OW
01500-3
1
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
SECTION 01600
r' MATERIAL AND EQUIPMENT
i
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
r" A. Products.
B. Workmanship.
C. Manufacturers' Instructions.
D. Transportation and Handling.
E. Storage and Protection.
F. Substitutions and Product Options.
1.02 RELATED REQUIREMENTS
r
A. Section 01005 - Administrative Provisions: Summary of the
Work, Allownces, Reference Standards.
1 B. Section 01300 - Submittals: Submittal of manufacturers'
l certificates.
C. Section 01700 - Contract Closeout.
1.03 PRODUCTS
rA. Products include material, equipment, and systems.
B. Comply with Specifications and referenced standards as minimum
requirements.
C. Components required to be supplied in quantity within a
Specification section shall be the same, and shall be
interchangeable.
D. Do not use materials and equipment removed from existing
d structure, except as specifically required, or allowed, by
Contract Documents.
1.04 WORKMANSHIP
A. Comply with industry standards except when more restrictive
,.� tolerances or specified requirements indicate more rigid
standards or more precise workmanship.
r B. Secure Products in place with positive anchorage devices
designed and sized to withstand stresses, vibration, and
racking.
r 1.05 MANUFACTURERS' INSTRUCTIONS
i
01600-1
A. When work is specified to comply with manufacturers'
instructions submit copies as specified in Section 01300,
distribute copies to persons involved, and maintain one set in
field office.
B. Perform work in accordance with details or instructions and
specified requirements. Should a conflict exist between
Specifications and instructions, consult with
Architect/Engineer.
1.06 TRANSPORTATION AND HANDLING
A. Transport Products by methods to avoid Product damage; deliver
in undamaged condition in manufacturer's unopened containers or
packaging, dry.
B. Provide equipment and personnel to handle Products by methods
to prevent soiling or damage.
C. Promptly inspect shipments to assure that Products comply with
requirements, quantities are correct, and Products are
undamaged.
1.07 STORAGE AND PROTECTION
A. Store Products in accordance with Manufacturers' instructions,
with seals and labels intact and legible. Store sensitive
Products in weather -tight enclosures; maintain within temperature
and humidity ranges required by manufacturer's instructions.
B. For exterior storage of fabricated Products, place on sloped
supports above ground. Cover Products subject to deterioration
with imprevious sheet covering; provide ventilation to avoid
condensation.
C. Store loose granular materials on solid surfaces is a well -
drained area; prevent mixing with foreign matter.
D. Arrange storage to provide access for inspection.
Periodically inspect to asp -"re Products are undamaged, and are
maintained under required conditions.
E. After installation, provide coverings to protect Products from
damage from traffic and construction operations, remove when no
longer needed.
1.08 PRODUCT OPTIONS
A. Within 21 days after date of Contract, submit complete list of
major Products proposed, with name of manufacturer, trade name,
and model.
B. Options:
1. Products specified only by reference standard: any Product
meeting that standard.
2. Products specified by naming several manufacturers: Products
of any named manufacturer meeting Specifications.
01600-2
F
r
a
r"
1
3. Products specified by naming one or more manufacturers and "or
equal"; Submit a request for substitution for any manufacturer
not specifically named, prior to bid date.
4. Products specified by naming only one manufacturer: No
Option.
1.09 SUBSTITUTIONS
A. Only within 21 days after date of Contract will
Architect/Engineer consider requests from Contractor for
substitutions. Subsequently, substitutions will be considered
only when a Product becomes unavailable due to no fault of
Contractor.
B. Document each request with complete data substantiating
compliance of proposed substitution with Contract Documents.
C. Request constitutes a representation that Contractor:
1. Has investigated proposed Product and determined that it
or exceeds, in all respects, specified Product.
2. Will provide the same warranty for substitution as for
specified Product.
3. Will coordinate installation and make other changes which
be required for Work to be complete in all respects.
4. Waives claims for additional costs which may subsequently
become apparent.
meets
may
D. 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
substantial revision of Contract Documents.
E. Architect/Engineer will determine acceptability of proposed
substitution, and will notify Contractor of acceptance or
rejection in writing within a reasonable time.
1.10 REUSE OF EXISTING MATERIAL
A. Except as specifically indicated or specified, materials and
equipment removed from the existing structure shall not be used
in the completed Work.
B. For material and equipment specifically indicated or specified
to be reused in the Work:
1. Use special care in removal, handling, storage and
reinstallation, to assure proper function in the completed Work.
2. Arrange for transportation, storage and handling of products
which require off -site storage, restoration or renovation. Pay
all costs for such work.
PART 2 PRODUCTS - Not Used
PART 3 EXECUTI.ON - Not Used
END OF SECTION
01600--3
No Text
17
V SECTION 01700
�. CONTRACT CLOSEOUT
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Closeout Procedures.
B. Final Cleaning.
I C. Adjustment.
D. Project Record Documents.
E. Operation and Maintenance Data.
�^ F. Warranties and Bonds.
,1
1.02 RELATED REQUIREMENTS
A. Conditions of the Contract: Fiscal provisions, legal
submittals, and other administrative requirements.
B. Section 01500 - Construction Facilities and Temporary
Controls: Cleaning during construction.
1.03 CLOSEOUT PROCEDURES
s
A. Comply with procedures stated in General Conditions of the
Contract for issuance of Certificate of Substantial Completion.
B. When Contractor considers Work has reached final completion,
submit written certification that Contract Documents have been
reviewed, Work has been inspected, and that Work is complete in
accordance with Contract Documents and ready for final
inspection.
r
j C. In addition to submittals required by the conditions of the
Contract, provide submittals required by governing authorities,
and submit a final statement of accounting giving total adjusted
Contract sum, previous payments, and sum remaining due.
F. Owner will occupy designated portion of Project for the
r purpose of installation of equipment, under provision stated in
Certificate of Substantial Completion.
1.04 FINAL CLEANING
F
A. Execute prior to final inspection.
B. Clean interior and exterior surfaces exposed to view; remove
t; temporary labels, stains and foreign substances, polish
transparent glossy surfaces, vacuum carpeted and soft surfaces.
rr Clean equipment and fixtures to a sanitary condition.
C. Clean site; sweep paved areas.
r 01700-1
F
D. Remove waste and surplus materials, rubbish, and construction
facilities from the Project and from the site. �.
1.05 PROJECT RECORD DOCUMENTS
A. Store documents separate from those used for construction.
B. Keep documents current; do not permanently conceal any work
until required information has been recorded.
C. At Contract Closeout, submit documents with transmittal letter
contaning date, Project title, Contractor's name and address,
list of documents, and signature of Contractor.
1.06 OPERATION AND MAINTENANCE DATA
A. Submit two sets prior to final inspection, bound in 8-1/2 x 11
inch three-ring side binders with durable plastic covers.
B. Part 1: Directory, listing names, addresses, and telephone
numbers of: Architect/Engineer and Contractor.
C. Part 2: Operation and maintenance instructions, arranged by
Specification division. For each Specification division, give
names, addresses, and telephone numbers of subcontractors and
suppliers. List:
1. Appropriate design criteria.
2. List of equipment.
3. Parts list.
4. Operating instructions.
5. Maintenance instructions, equipment.
6. Maintenance instructions, finishes.
7. Shop Drawings and Product Data.
8. Warranties.
1.07 WARRANTIES AND BONDS
A. Provide duplicate, notarized copies. Execute Contractor's
submittals and assemble documents from by subcontractors,
suppliers, and manufacturers. Provide table of contents and
assemble in binder with durable plastic cover.
B. Submit material prior to final application for payment. For
equipment put into use with Owner's permission during
construction, submit within 10 days after first operation. For
items of Work delayed materially beyond Date of Substantial
Completion, provide updated submittal within ten days after
acceptance, listing date of acceptance as start of warranty
period.
PART 2 PRODUCTS - Not Used
PART 3 EXECUTION - Not Used
END OF SECTION
01700-2
SECTION 02072
r-
f
r
MINOR DEMOLITION FOR REMODELING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Remove designated building equipment and fixtures.
B. Remove designated existing construction.
C. Cap and identify utilities.
D. Refer to items as indicated on the drawings.
E. Remove loose, cracked, peeling and unsound plaster.
1.02 RELATED WORK
A. Section 01005 - Administrative Provisions: Work Sequence.
B. Section 01031 - Alteration Project Procedures: Reinstallation
of removed materials.
C. Section 01500 - Construction Facilities and Temporary
Controls: Temporary enclosures.
D. Section 01500 - Construction Facilities and Temporary
Controls: Temporary barriers.
E. Section 01500 - Construction Facilities and Temporary
Controls: Cleaning during construction.
F. Section 01700 - Contract Closeout: Project record documents.
1.03 SUBMITTALS
A. Submit demolition and removal procedures and schedule in
accordance with Section 01300.
B. Submit record drawings in accordance with Section 01700.
1.04 EXISTING CONDITIONS
A. Conduct demolition to minimize interference with adjacent
building areas. Maintain protected egress and access at all
times.
B. Provide, erect, and maintain temporary barriers and security
devices.
1.05 REGULATORY REQUIREMENTS
A. Conform to all applicable codes for demolition work, safety of
structure and dust control.
B. Obtain required permits from authorities.
02072-1
C. Notify affected utility companies before starting work, and
comply with their requirements.
D. Do not close or obstruct egress width to exits.
E. Do not disrupt or disable building fire or life safety systems
without prior written notice to Owner.
F. Conform to applicable procedures when discovering hazardous or
contaminated materials.
PART 2 PRODUCTS - Not Used
PART 3 EXECUTION
3.01 PREPARATION
A. Provide, erect and maintain temporary barriers at locations
required for safety and security.
B. Erect and maintain weatherproof closures for exterior
openings.
C. Erect and maintain temporary partitions to prevent spread of
dust, fumes, noise, and smoke to provide for Owner occupancy as
specified in Section 01005.
D. Protect existing items which are not indicated to be altered.
E. Disconnect, remove, and cap designated utility services within
demolition areas, except where utilities are indicated to be
relocated or remain.
F. Mark location of disconnected utilities. Identify and
indicate capping locations on Project Record Documents.
3.02 EXECUTION
A. Demolish in an oderly and careful manner. Protect existing
foundation and supporting structural members.
B. Except where noted otherwise, immediately remove demolished
materials from site.
C. Relics, antiques, and similar objects remain the property of
the Owner. Notify Architect/Engineer prior to removal and obtain
acceptance regarding method of removal.
D. Remove materials to be reinstalled or retained in a manner to
prevent damage. Store and protect in accordance with
requirements of Section 01600.
E. Remove and promptly dispose of contaminated, vermin infested,
or dangerous materials encountered.
02072-2
i
F. Do not burn or bury materials on site.
G. Remove demolished materials from site as work progresses.
Upon completion of work, leave areas of work in clean condition.
3.03 SPECIAL CONDITIONS FOR PLASTER REMOVAL
Y
A. Large areas of loose, peeling, cracked and unsound plaster
shall be completely removed to lath or solid substrate below.
B. Areas of plaster removal shall be cut out in straight
.w horizontal and vertical lines.
{
C. Damaged or rusted furring and metal lath shall be removed and
r
replaced.
t D. Over open cracks in existing walls and ceilings, remove entire
thickness of existing plaster in minimum 3" wide strip.
i
E. Plaster shall be replaced in three coat method as per
Specification Section 09210
END OF SECTION
02072-3
r
i
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 02515
I
r
Im
r
F
I
7
PORTLAND CEMENT CONCRETE PAVING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Prepare sub -grade to receive base course materials for walks,
drives, approaches, curbs and gutters.
B. Place and compact base course materials for walks, drives,
approaches, curbs and gutters.
C. Concrete walks, drives, curbs and gutters complete with
reinforcement.
D. Exposed aggregate finish.
1.02 RELATED WORK
A. Section 07900 - Sealants: Paving Joint Sealant.
1.03 REFERENCE STANDARDS
A. ASTM C150 - Portland Cement.
B. ASTH C94 - Ready -Nixed Concrete.
C. ASTM C260 - Air - Entraining Admixtures for Concrete.
D. ASTH A185 - Welded Steel Wire Fabric for Concrete
Reinforcement.
E. ASTM A615 - Deformed and Plain Billet -Steel Bars for Concrete
Reinforcement.
F. ASTM C33 - Concrete Aggregates.
G. ASTH C309 - Liquid Membrane - Forming Compounds for Curing
Concrete.
1.04 INSPECTION AND TESTING
A. Inspection and testing of concrete will be performed in
accordance with Section 01400.
B. Three (3) concrete test cylinders will be taken for every 50
or less cu. yards of concrete placed.
C. One (1) additional test cylinder will be taken during cold
weather concreting and be cured on job site under same conditions
as concrete it represents.
D. one (1) slump test will be taken for each set of test
cylinders taken.
02515-1
1.05 SAMPLES
A. Submit field sample of exposed aggregate finish under
provisions of Section 01300.
B. Construct one sample panel, 18" x 18", indicating exposed
aggregate finish.
PART 2 PRODUCTS
2.01 FILL MATERIALS
A. Sand Cushion: clean natural river or bank sand; free from
silt, clay loam, friable or soluble materials, and organic
matter.
2.02 CONCRETE MATERIALS
A. Portland Cement: ASTM C15O; normal - type I.
B. Fine and Coarse Aggregates: ASTM C33.
C. Aggregate for Exposed Aggregate Finish: Match existing.
C. Water: Clean and free from injurious amounts of oil, alkali,
organic matter, or other deleterious material.
2.03 REINFORCEMENT
A. Reinforcing Steel: 40 ksi yield strength; deformed billet
steel bars; ASTM A615; plain finish.
B. Welded Steel Wire Fabric: Plain type, ASTM A1654; plain
finish; 6 X 6 10/10 size,
C. Tie Wire: Minimum 16 gage annealed type, or patented system
acceptable to Architect/Engineer.
2.04 FORMWORK AND ACCESSORIES
A. Formwork: Matched, tight fitting and adequately stiffened to
support weight of concrete without deflection detrimental to.
tolerances and appearance of concrete.
B. Sidewalk Expansion Joint Material: Minimum 1/2 inch thick
asphaltic impregnated pre -molded rigid cane fiberboard in pre-cut
width equal to slab thickness; Sonneborn Sonoflex Cane Fiber
Expansion Joint.
D. Driveway Expansion Joint Filler: Refer to Section 07900.
E. Concrete Curing Compound: Chlorinated rubber type; clear
color; AR-20 as manufactured by W.R. Meadows.
2.05 CONCRETE
02515-2
A. Mix in proportion to produce minmum 3000 psi concrete at 28
r~ days with maximum slump of 5 inches and 4 to 5 percent air
entrainment ASTM C94.
B. Use accelerating admixtures in cold weather only when
acceptable to Architect/Engineer. Use of admixture shall not
relax cold weather placement requirements. Do not use calcium
r chloride.
' C. Use set -retarding admixtures during hot weather only when
acceptable to Architect/Engineer.
l
PART 3 EXECUTION
3.01 PREPARATION OF EXISTING CONCRETE BASE SLAB
A. Where indicated on plans, completely remove remnants of
existing topping slab from base slab.
B. Remove dirt and debris from existing base slab.
C. Remove any standing water from base slab.
3.02 PREPARATION OF SUB -GRADE
A. Ensure rough grading has brought sub -grade to required
elevations.
B. Fill soft spots and hollows with additional fill.
C. Level and compact sub -grade, to receive granular base for
concrete walks, curbs and gutters, to 90% maximum density.
w
Ir
3.03 PLACEMENT OF SAND CUSHION
t A. Place sand cushion base to a depth of 2 inches at sidewalks, 4
inches at drives. Lightly consolidate and level. Prevent
r- displacement.
B. During concrete placement, keep cushion sufficiently moist to
^, prevent excessive absorption of water from freshly placed
concrete.
i
a
R
3.04 FORMING
A. Form vertical surfaces to full depth and securely position to
required lines and levels. Ensure form ties are not placed so as
to pass through concrete.
B. Arrange and assemble formwork to permit easy dismantling and
stripping, and to prevent damage to concrete during formwork
removal.
3.05 PLACING REINFORCING
02515-3
A. Reinforce concrete walks, curbs and gutters. Allow for
minimum 1-1/2 inch concrete cover.
B. Reinforce concrete approaches and drives as detailed.
B. Do not extend reinforcing through expansion and contraction
joints.
3.05 FORMING EXPANSION AND CONTRACTION JOINTS
A. Place expansion and contraction joints as indicated on plans.
When sidewalks abutt building and curb, provide continuous
expansion joint.
B. Fit joints with expansion joint material of required profiles,
set perpendicular to longitudinal axis of walks, curbs and
gutters.
C. Provide expansion joints at driveway slabs as indicated and
detailed in drawings.
D. Install joint filler according to requirements of Section
07900.
3.06 PLACING CONCRETE
A. Place concrete, screed and wood float surfaces to a smooth and
uniform finish, free of open texturing and exposed aggregate.
B. Avoid working mortar to surface.
C. Make 1/4 inch wide dummy joints at 5 foot intervals.
D. Round all edges, including edges of dummy and expansion and
contraction joints, with 1/2 inch radius edging tool.
E. Provide exposed surfaces of walks, curbs and gutters with
broom finish.
F. Ensure finished surfaces do not vary from true lines, levels
or grade by more than 1/8 inch in 10 feet when measured with
straightedge.
G. At concrete noted for exposed aggregate finish, wash concrete
surfaces with water and scrub with stiff bristle brush exposing
aggregate.
H. Apply curing compound on finished surfaces immediately after
placement. Apply in accordance with manufacturer's _
recommendations.
END OF SECTION
02515-4
0
SECTION 04001
r
{
MASONRY
k PART 1 GENERAL
1.01 WORK INCLUDED
A. Concrete unit masonryfor interior partitions, complete with
P
reinforcement and anchorages.
r
B. Mortar for masonry.
1.02 RELATED WORK
A. Section 09210: Gypsum Plaster
1.03 QUALITY ASSURANCE
A. Perform masonry work in accordance with requirements of ANSI
r A41.1 unless indicated otherwise herein.
I
B. Perform mortar work in accordance with requirements of ASTM
r C476 unless indicated otherwise herein.
C
1.04 REFERENCE STANDARDS
A. ASTM C150 - Portland Cement.
i
B. ASTM C144 - Aggregate for Masonry Mortar.
C. ASTM C90 - Hollow Load Bearing Concrete Masonry Units.
D. ASTM C476 - Mortar and Grout for Unit Masonry.
E. ANSI A41.1 - Building Code Requirements for Masonry.
IS
#CART 2 PRODUCTS
2.01 MASONRY
i
A. Concrete Blocks: ASTM C90 Hollow Core, C145 Solid Core grade
*, N, type I; light weight.
2.02 MORTAR MATERIALS
A. Portland Cement: ASTM C150 for general use.
B. Hydrated Lime: ASTM C207 Type S.
C. Aggregates: Standard masonry type, ASTM C144.
r, D. Water: clean and free from injurious amounts of oil, alkali,
organic matter or other deleterious material.
r` 04001-1
2.03 MORTAR MIX
A. Provide minimum 1800 psi mortar for load bearing walls and
partitions.
B. Thoroughly mix mortar ingredients, in quantities needed for
immediate use.
C. Use mortar within two (2) hours of mixing at temperatures over
80 degrees F. and two and one half (2 1/2) hours at temperatures
under 50 degrees F.
D. If necessary, retemper mortar within two (2) hours of mixing
to replace water lost by evaporation. Do not retemper mortar
after two (2) hours of mixing.
PART 3 EXECUTION
3.01 WORKMANSHIP AND INSTALLATION
A. Place masonry in accordance with lines and levels indicated on
drawings. —
B. Do not shift or tap masonry after mortar has taken initial
set. Where adjustment must be made, remove mortar and replace.
C. Perform jobsite cutting of masonry with proper power tools to
provide straight and true, unchipped edges.
D. Ensure masonry courses are of uniform height. Make vertical
and horizontal joints equal and of uniform thickness. Lay in
full bed of mortar, properly jointed with other work.
E. Remove excess mortar and projections. Take care to prevent
breaking masonry corners.
F. Lay concrete block in running stacked bond unless noted
otherwise. Course 1 block unit and 1 mortar joint to equal 8
inches. Form flush mortar joints. F
3.02 TOLERANCES
A. Maximum variation from masonry unit to adjacent masonry unit
is 1/16 inch.
B. Maximum variation from vertical and horizontal building lines:
1/4 inch.
C. Maximum variation from cross sectional thickness of composite
walls: plus or minus 1/4 inch.
D. Maintain flush face on exposed masonry surfaces.
3.03 CLEANING
04001-2
A. Remove excess mortar and smears upon completion of masonry
work.
B. Point or replace defective mortar. Match adjacent work.
END OF SECTION
04001-3
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
SECTION 06001
r
7
7
7
CARPENTRY WORK
PART 1 GENERAL
1.01 WORK INCLUDED
A. Rough carpentry, finish carpentry, and cabinet work. Refer to
Schedule located at the end of this Section.
1.02 RELATED WORK
A. Section 09900: Site finishing of finish carpentry and
cabinetwork.
1.03 QUALITY ASSURANCE
A. Rough carpentry lumber: Visible grade stamp, of agency
certified by National Forest Products Association (NFPA).
B. When applicable, fabricate cabinetwork and site made finish
carpentry items in accordance with recommendations of Quality
Standards of Architectural Woodwork Institute (AWI).
1.04 REFERENCE STANDARDS
A. PS 1 - Construction and Industrial Plywood.
B. PS 20 - American Softwood Lumber Standard.,
C. PS 51 - Hardwood and Decorative Plywood.
D. PS 58 - Basic Hardwood.
E. NFPA Ntional Forest Products Association National Design
Specification for Wood Construction.
1.05 SUBMITTALS
A. Submit shop drawings of Cabinetry and Millworks in accordance
with Section 01300.
B. Submit samples of standard colors and patterns of plastic
laminate for Architect/Engineers selection.
1.06 DELIVERY, STORAGE AND HANDLING
A. Do not deliver shop fabricated carpentry items until site
conditions are adequate to receive the work. Protect items from
weather while in transit.
06001-1
B. Store indoors, in ventilated areas with a constant minimum
temperature of 60 deg. F. maximum relative humidity of 25 to 55
percent.
PART 2 PRODUCTS
2.01 ROUGH CARPENTRY MATERIALS
A. Lumber Materials - graded in accordance with PS-20, maximum
moisture content of 19%.
B. Treated Lumber - for furring and blocking in contact with
masonry and concrete.
2.02 ROUGH CARPENTRY ACCESSORIES
A. Nails, Spikes and Staples: Galvanized for exterior locations,
high humidity locations, and treated wood; plain finish for other
interior locations; size and type to suit application.
B. Bolts, Nuts, Washers, Lags, Pins, Screws; medium carbon, steel
sized to suit application, galvanized for exterior locations,
high humidity locations, and treated wood; plain finish for other
interior locations.
C. Fasteners: Toggle bolt type for anchorage to hollow masonry.
Expansion shield and lag bolt type for anchorage to solid masonry
or concrete bolts or powder activated type for anchorage to
steel.
D. Construction Adhesives: DAP 4000 Sub -floor and Plywood
Adhesive.
2.03 FINISH CARPENTRY MATERIALS AND COMPONENTS
A. Hardwood lumber for opaque finish: graded in accordance with
AWI requirements for opaque finish.
1. Species: Poplar
2. Grade: Custom
B. Hardwood lumber for transparent finish: graded in accordance
with AWI requirements for opaque finish.
1. Species: Red Oak and Birch as indicated on drawings.
2. Grade: Custom.
C. Hardwood Plywood: PS-51 graded in accordance with A.W.I.,
transparent finish.
1. Species: Plain Sawn Birch as indicated on drawings.
2. Grade: Custom.
06001-2
D. Plastic Laminate: General purpose type; minimum 1/16 inches
thick; finish and texture as selected.
E. Adhesive: Contact. For shop fabricated work, adhesive: of
type recommended by millwork manufacturer to suit application.'
2.04 FINISH CARPENTRY ACCESSORIES
A. Nails: Size and type to suit application.
B. Bolts, Nuts, Washers, Lags, Pins and Screws: Size and type to
suit application.
2.05 CABINET HARDWARE
A. Door Locks: Knape and Vogt no. 986
B. Hinges: Grass 1200 Series
C. Pulls: Stanley no. 4478 X US28
r 2.06 FABRICATION
7
A. Fabricate cabinetwork and finish carpentry items in accordance
with recommendations of AWI and to extent indicated in Schedule
located at the end of this Section. Shop fabricate items where
possible.
B. Fit shelvts, doors and exposed edges with 3/8 inch thick
matching hardwood edging. Use full length pieces only.
C. Cabinetwork doors: Minimum 3/4 inch thick and of type
construction indicated in Schedule.
D. Apply plastic laminate finish in full uninterrupted sheets
consistent with manufactured sizes. Corners and joints to be
hairline. Slightly bevel arrises.
E. Cap exposed plastic laminate edges with material of same
finish and pattern.
F. Use exposed fastening devices or nails only when unavoidable.
G. Shop assemble cabinetwork and finish carpentry items for
delivery to site in sizes easily handled and to ensure passage
through building openings.
2.07 PREPARATION OF FINISH CARPENTRY ITEMS AND CABINETWORK FOR
FINISHING
A. Sand work smooth and set exposed nails and screws. Apply wood
filler in exposed nail and screw indentations and leave ready to
receive site applied finishes. On items to receive transparent
06001-3
finishes, use wood filler which matches surrounding surfaces and
of types recommended for applied finishes.
B. Seal concealed surfaces. Brush apply only.
C. Seal internal surfaces of cabinets with 1 coat of sealer as
per section 09900. Brush apply only.
D. Provide cutouts for outlet boxes, and other fixtures and
fitments. Verify locations of cutouts from site dimensions.
Prime paint contact surfaces of cutouts.
PART 3 EXECUTION
3.01 FRAMING, FURRING AND STRIPPING
A. Erect wood framing, furring, stripping and nailing members
true to lines and levels. Do not deviate from true alignment
more than 1/4 inch.
B. Space members 24" o.c. unless noted otherwise.
C. Construct members of continuous pieces of longest possible
lengths.
D. Permanently fix cabinet and counter bases to floor using
appropriate angles and anchorages.
E. Counter -sink semi -concealed anchorage devices used to wall
mount components and conceal with solid plugs of species to match
surrounding wood. Place flush with surrounding surfaces.
F. Carefully scribe cabinetwork which is against other building
materials, leaving gaps of 1/32 inch maximum. Do not use
additional overlay trim for this purpose.
G. Install and adjust cabinet hardware to correct operation.
H. Install hardware and accessories supplied under other sections
for installation. Install items in accordance with
manufacturer's recommendations.
I. Ensure that mechanical and electrical items affecting this
Section of work are properly placed, complete, and have been
inspected by the Architect/Engineer prior to commencement of
installation.
3.02 INSTALLATION OF FINISH CARPENTRY ITEMS AND CABINET WORK
A. Set and secure cabinetwork and finish carpentry items in place
rigid, plumb and secure.
06001-4
3.03 SCHEDULE
A. Rough Carpentry Work:
1. Framing for movable platform
B. Interior Finish Carpentry Work:
1. Wood door frames and trim.
2. Chair reail in Briefing Room.
C. Cabinetwork:
1. Cabinet and wall mounted writing top in Report Room.
END OF SECTION
06001-5
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 07900
SEALANTS AND JOINT TREATMENTS
PART 1 GENERAL
r
1.01 WORK INCLUDED
�- A. Clean and prepare joint surfaces.
B. Sealant and backing materials.
1.02 RELATED WORK
A. Section 03300: Sealants used in conjunction with concrete.
B. Section 08410: Sealants used in conjunction with window
framing.
P
C. Section 08800: Sealants used in conjunction with glass and
glazing.
1.03 REFERENCES
i
A. ASTM C790 - Recommended Practices for Use of Latex Sealing
Compounds.
B. ASTM C804 - Recommended Practice for Use of Solvent -Release
r. Type Sealants.
C. ASTM D1056 - Flexible Cellular Materials -'Sponge or Expanded
Rubber.
D. FS TT-S-230 - Sealing Compounds, Synthetic -Rubber Base; Single
Component, Chemically Curing.
P
' E. FS TT-S-1543 - Sealing Compound, Silicone Rubber Base.
1.04 SUBMITTALS
A. Submit product data and samples in accordance with Section
01300.
B. Submit manufacturer's surface preparation and installation
instructions.
r-
C. Submit samples of sealant colors.
1.05 WARRANTY
A. Provide three year warranty for replacement of sealants which
fail to achieve airtight and watertight seal, exhibit loss of
cohesion or adhesion, or do not cure.
r, PART 2 PRODUCTS
i
07900-1
2.01 ACCEPTABLE MANUFACTURERS
A. Sonneborn Building Products Division, Contech, Inc.
B. Pecora Chemical Corporation
C. Tremco Manufacturing Co.
2.02 SEALANT MATERIALS
A. Sealant for exterior joints at window frames: One part
urethane sealant, Sonneborn Sonolastic NP-1; standard
manufacturers colors.
B. Sealant for concrete paving expansion joints: Two component
urethane sealant, Sonneborn Sonolastic Paving Joint Sealant.
C. Interior caulking: Acrylic latex caulk, Sonneborn Sonolac.
2.03 ACCESSORIES
A. Primer: Non -staining type, recommended by sealant
manufacturer to suit application.
B. Joint Cleaner: Non -corrosive and non -staining type,
recommended by sealant manufacturer; compatible with joint
forming materials.
C. Joint Filler: ASTM D1056; round, resilient closed cell
polyethylene foam rod; 1/8" to 1/4" larger than joint width;
Sonneboern Sonofoam Backer -Rod.
D. Bond Breaker: Pressure sensitive tape recommended by sealant
manufacturer to suit application.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify joint dimensions, physical, and environmental
conditions are acceptable to receive work of this Section.
B. Beginning of installation means installer accepts existing
surfaces and substrate.
3.02 PREPARATION
A. Where applicable, remove existing sealant materials and backup
materials completely. Remove loose materials and foreign matter
which would impair adhesion of new sealant. If existing joint has
absorbed oils, mechanically remove sufficient concrete to provide
a clean surface.
A. Clean, prepare, and size joints in accordance with
manufacturer's instructions.
07900-2
i
B. Verify that joint shaping materials and release tapes are
r� compatible with sealant.
E
f
C. Examine joint dimensions and size materials to achieve
required width/depth ratios.
D. Use joint filler to achieve required joint depths, to allow
sealants to perform properly.
E. Use bond breaker where required to prevent three point
bonding.
rF. Where required, apply primer to joint surface according to
manufacturer's recommendations.
3.03 INSTALLATION
A. Perform work in accordance with ASTM C804 for solvent release,
C790 for latex base sealants.
B. Mix two part sealants in accordance with manufacturer's
instructions.
C. Install sealant in accordance with manufacturer's
instructions.
D. Apply sealant within recommended temperature ranges. Consult
manufacturer when sealant cannot be applied within recommended
r- temperature ranges.
i
E. Tool caulk and sealant joints concave. Paving joint sealant
shall be flush with horizontal surface.
r
E F. Joints: Free of air pockets, foreign embedded matter, ridges,
and sags.
3.04 CLEANING AND REPAIRING
A. Clean excess caulking from adjacent surfaces.
B. Repair or replace disfigured, defaced or damaged surfaces
caused by work of this Section.
3.05 PROTECTION OF FINISHED WORK
A. Protect sealants during curing.
B. Protect finished installation under provisions of Section
01500.
END OF SECTION
07900-3
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
i
SECTION 08410
n ALUMINUM ENTRANCES AND STOREFRONTS
FART 1 GENERAL
1.01 WORK INCLUDED
A. Aluminum window frames.
B. Anchors, brackets, and attachments.
1.03 RELATED WORK
r, A. Section 06100 - Rough Carpentry.
B. Section 07900 - Sealants.
C. Section 08800 - Glass and Glazing.
1.04 PERFORMANCE
A. System to provide for expansion and contraction within system
components caused by a cycling temperature range of 170 F degrees
without causing detrimental effects to system or components.
B. Design and size members to withstand dead loads and live loads
caused by pressure and suction of wind as calculated in
accordance with Uniform Building Code design pressure.
C. Limit mullion deflection to 1/200 or flexure limit of glass
with full recovery of glazing materials, whichever is less.
D. Drain water entering joints, condensation occurring in glazing
channels, or migrating moisture occurring within system, to
exterior.
E. Limit air infiltration through assembly to 0.06 cu.
ft./min./sq.ft. of assembly surface area, measured at a reference
differential pressure across assembly of 0.3 inches water gage as
measured in accordance with ANSI/ASTM E283.
F. System to accommodate, without damage to system or components,
or deterioration of perimeter seal: Movement within system;
movement between system and perimeter framing components; dynamic
loading and release of loads; and deflection of structural
support framing.
1.05 REFERENCES
A. ANSI/ASTM B221 - Aluminum -Alloy Extruded Bar, Rod, Wire,
Shape, and Tube.
B. ANSI/ASTM E283 - Rate of Air Leakage through Exterior Windows,
Curtain Walls, and Doors by Uniform Static Air Pressure
r^ Difference.
{
r. 08410-1
C. ASTM B209 - Aluminum and Aluminum -Alloy Sheet and Plate.
1.06 SHOP DRAWINGS AND PRODUCT DATA
A. Submit shop drawings and product data in accordance with
Section 01300.
B. Include system and component dimensions; components within
assembly; framed opening requirements and tolerances; anchorage
and fasteners; glass and infills; and affected related work.
C. Submit manufacturer's installation instructions in accordance
with Section 01600/
1.07 DELIVERY, STORAGE,AND HANDLING
A. Deliver and handle system components in accordance with
Section 01600.
B. Store and protect system components in accordance with Section
01600.
C. Provide wrapping to protect prefinished aluminum surfaces.
1.08 WARRANTY
A. Provide three year manufacturer's warranty in accordance with
Section 01700.
B. Warranty: Cover complete system for failure to meet specified
requirements.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Kawneer - Frame Style: TRI-FAB II 451.
B. Amarlite.
C. PPG Industries.
2.02 GLASS AND GLAZING MATERIALS
A. Glass and Glazing Materials: As specified in Section 08800.
2.03 FABRICATION
A. Prior to fabrication, contractor shall field verify existing
opening dimensions.
B. Fabricate frames allowing for minimum clearances and shim
spacing around perimeter of assembly, yet enabling installation.
C. Rigidly fit and secure joints and corners with internal
reinforcement. Make joints and connections flush, hairline, and
weatherproof.
08410-2
D. Provide drainage holes with moisture pattern to exterior.
E. Prepare components to receive anchor devices. Fabricate
anchorage items.
F. Arrange fasteners, attachments, and jointing to ensure
concealment from view.
2.04 FINISHES
A. Aluminum Anodizes: Surfaces Kawneer #14 Clear.
B. Coh ealed Steel Items: Galvanized in accordance with
ANS1,lASTM A386 to 2.0 oz/sq.ft.
C. Apply one coat of bituminous paint to concealed aluminum and
steel surfaces in contact with cementitious or dissimilar
materials.
'CART 3 EXECUTION
3.01 INSPECTION
A. Verify wall openings and adjoining air and vapor seal
materials are ready to receive work of this Section.
B. Beginning of installation means acceptance of existing
conditions.
3.02 INSTALLATION
A. Install frames and glazing in accordance with manufacturer's
instructions.
B. Use anchorage devices to securely attach frame assembly to
structure.
r" C. Align assembly plumb and level, free of warp or twist.
Maintain assembly dimensional tolerances, aligning with adjacent
work.
D. Install sill fleshings.
E. Install glass in accordance with Section 08800, using exterior
dry method of glazing.
F. Install perimeter type sealant, backing materials, and
installation requirements in accordance with Section 07900.
3.03 TOLERANCES
A. Variation from Plane: 0.03 inches per foot maximum or 0.25
inches per 30 feet whichever is less.
B. Misalignment of Two Adjoining Members Abutting in Plane:
0.015 inches.
r 08410-3
3.04 CLEANING
A. Remove protective material from prefinished aluminum
surfaces.
B. Wash down exposed surfaces using a solution of mild detergent
in warm water, applied with soft, clean wiping cloths. -Take care
to remove dirt from corners. Wipe surfaces clean.
C. Remove excess sealant by moderate use of mineral spirits or
other solvent acceptable to sealant manufacturer.
END OF SECTION
08410-4 ;
SECTION 08700
f HARDWARE
PART 1 GENERAL
1.01 WORK INCLUDED
A. Replace existing hardware as indicated in Door Schedule and
Hardware Schedule.
r' 1.02 REFERENCE STANDARDS
R
A. ANSI A115.1 - Door and Frame Preparation for Mortise Door
Locks for 1-3/4 inch Doors.
` B. ANSI A156.2 - Locks and Lock Trim.
C. ANSI A156.3 - Exit Devices.
l
D. ANSI A156.4 - Door Controls (Closers).
E. ANSI A156.6 - Architectural Door Trim.
r, 1.03 SHOP DRAWINGS AND PRODUCT DATA
A. Submit shop drawings and product data in accordance with
Section 01300.
r
6 1.04 OPERATION AND MAINTENANCE DATA
Ova A. Provide Architect/Engineer with manufacturers' parts list and
maintenance instructions for each type of hardware supplied and
necessary wrenches and tools required for proper maintenance of
hardware.
PART 2 PRODUCTS
2.01 HARDWARE
A. Provide items as listed in schedule at end of this section,
complete to function as intended.
r
2.02 ACCEPTABLE MANUFACTURERS
A. See Hardware Schedule for type and manufacturer.
2.03 KEYING
a A. Provide 3 keys for each lock.
B. Provide one extra key blank for each lock.
CART 3 EXECUTION
r 08700-1
is
3,01 INSTALLATION
A. Remove existing hardware scheduled to be replaced.
B. Install hardware in accordance with manufacturer's
recommendations, using proper templates.
C. Notify Owner of any conditions of door or existing hardware
cutout which would be detrimental to the proper installation and
operation of new hardware.
3.02 HARDWARE SCHEDULE
SET #1
Opening Nos. 1, 6, 8, 9, 10, 12, 15, 16, 18, 20, 21, 22, 28, 29,
30, 31, 38, 39, 40, 41, 42, 47, 50, 51, 52, 57, 58, 59, 60, 61,
62 -
Each door to have:
1 Corbin Lockset 747L-L9551 X US 26D
Balance of hardware existing
SET #2
Opening Nos. 3, 24, 44
Each door to have:
1 Corbin Lockset 747L-L9557 X US 26D
Balance of hardware existing
SET #3
Opening Nos. 4, 5, 25, 26, 27
Each door to have:
1 Corbin Privacy Set 747L-L9520E X US 26D
Balance of hardware existing
SET #4
Opening Nos. 7, 14, 33, 35, 56
Existing Hardware to remain
SET #5
Opening Nos. 11, 13, 17, 19, 53
Each door to have:
Opening Nos. 23, 32, 37
Each pair to have:
1 Corbin Passage Set 747L-L9510 X US 26D
Balance of hardware existing
SET #6
08700-2
r
Opening Nos. 34, 36, 43
Each door to have:
1 Von Duprin Exit Device 99L-BE X US 26D
1 Corbin Cylinder 5211 X US 26D
r 1 Corbin Closer P120 X SBL
1, Balance of hardware existing
SET #7
Opening Nos. 45, 48, 54, 55
Each door to have:
1 Corbin Lockset 747L-L9557 X US 26D
1 Corbin Closer P120 X SBL
Balance of hardware existing
END OF SECTION
r
.- 08700-3
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
SECTION 08800
GLASS AND GLAZING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Glass and glazing for aluminum window framing.
1.02 RELATED WORK
A. Section 07900 - Sealants: Sealant and back-up materials.
B. Section 08410 — Aluminum Entrances and Storefronts.
1.03 QUALITY ASSURANCE
A. Conform to Flat Glass Marketing Association (FGMA) Glazing
Manual and Glazing Sealing Systems Manual for glazing
installation methods.
1.04 REFERENCES
A. ANSI Z97.1 - Safety Performance Specifications and Methods of
Test for Safety Glazing Material Used in Buildings.
B. ASTM E84 - Surface Burning Characteristics of Building
Materials.
C. FS DD-G-451 - Glass, Float or Plate, Sheet, Figured, Flat, for
Glazing, Mirrors and Other Uses.
D. FS TT-S-230 - Sealing Compound: Synthetic Rubber Base, Single
Component, Chemically Curing for Caulking, Sealing and Glazing in
Building Construction.
E. FS TT-S-1543 - Sealing Compound: Silicone Rubber Base for
Caulking, Sealing, and Glazing in Buildings and Other
Structures.
F. SIGMA No. 64-7-2 - Specification for Sealed Insulating Glass
Units.
G. FGMA - Glazing Manual, Glazing Sealing Systems Manual.
1.05 PRODUCT DATA
A. Submit product data in accordance with Section 01300.
B. Provide structural, physical and environmental
characteristics, size limitations, special handling or
installation requirements.
C. Provide data on glazing sealant. Identify colors available.
71 1.06 CERTIFICATES
08800-1
A. Submit sealed glass unit manufacturer's certificate in
accordance with Section 01300 indicating units meet or exceed
specified requirements.
1.07 DELIVERY, STORAGE, AND PROTECTION
A. Deliver products to site in accordance with Section 01600.
1.08 WARRANTY
A. Provide five year manufacturer's warranty in accordance with
Section 01700.
B. Warranty: Include coverage of sealed glass units from seal
failure, interpane dusting or misting, and replacement of same
PART 2 PRODUCTS
2.01 ACCEPTABLE GLASS MANUFACTURERS
A. PPG Industries, Glass Div.
B. Libbey-Owens-Ford Co.
C. Ford Motor Co. Glass Div.
2.02 GLASS MATERIALS
A .Insulated Glass Units: Double pane units with organic edge
seal; outer pane of tinted glass, inner pane of clear glass,
interpane space purged with dry hermetic air; total unit
thickness of 1 inch.
2.03 GLAZING ACCESSORIES
A. Glazing Splines: Resilient polyvinylchloride extruded shape
to suit glazing channel retaining slot.
PART 3 EXECUTION
3.01 INSPECTION
A. Verify surfaces of glazing channels or recesses are clean,
free of obstructions, and ready for work of this Section.
B. Beginning of installation means acceptance of substrate.
3.02 PREPARATION
A. Clean contact surfaces with solvent and wipe dry.
B. Seal porous glazing channels or recesses.
3.03 EXTERIOR DRY METHOD PREFORMED GLAZING
08800-2
r
;I
�. A. Cut glazing spline to length; install on framing members.
Seal corners by butting tape and dabbing with butyl sealant.
B. Place setting blocks at 1/4 points.
C. Rest glass on setting blocks and push against fixed stop with
sufficient pressure to attain full contact at perimeter of pane.
r D. Install removable stops without displacement of glazing
spline. Exert pressure for full continuous contact.
3.04 CLEANING
A. After installation, mark pane with an "X" by using plastic
r tape or removable paste.
f
B. Remove glazing materials from finish surfaces.
r
C. Remove labels after work is completed.
D. Wash and polish glass, both faces, not earlier than 4 days
prior to date scheduled for final inspection for establishing
substantial completion. Comply with manufacturer's
recommendations for final cleaning.
r■
END OF SECTION
08800-3
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 09210
i� GYPSUM PLASTER
3
PART 1 GENERAL
1.01 WORK INCLUDED
j A. Three coat gypsum plaster with hand applied finish coat.
(� 1.02 RELATED WORK
I A. Section 02072 - Minor demolition for Remodeling: Removal of
loose, peeling, cracked and unsound plaster.
r 1.03 REFERENCE STANDARDS
A. ASTM C28 - "Gypsum Plasters".
B. ANSI A42.1 - "Spec. for Gypsum Plastering".
r 1.04 ENVIRONMETAL CONDITIONS
A. Provide sufficient heat and ventilation in areas where work of
this Section is being performed, so as to allow gypsum plaster to
properly cure. Take all precautionary measures necessary to
ensure that excess temperature changes do not occur.
r•
t PART 2 PRODUCTS
2.01 PLASTER BASE COAT MATERIALS
A. U.S.G. Structo-Lite Gypsum Plaster
2.02 FINISHING PLASTER
A. U.S.G. Structo-Lite Gypsum Plaster
2.03 METAL ACCESSORIES
r• A. Corner Reinforcement: Expanded metal lath with galvanized
coating; minimum 27 inches wide and 96 inches long.
B. Corner Beads, Casing Beads and Base Screeds: Minimum 26 gage
steel with galvanized finish or longest possible lengths; sized
and profiled to suit application. Casing beads to have square
edges.
! C. Anchorages: Nails, staples, or other approved metal supports,
of type and size to suit application and to rigidly secure
r, gypsum lath and associated metal accessories in place.
f
r PART 3 EXECUTION
3.01 PREPARATION
r- 09210-1
f
6
A. Verify that demolition and removal of existing loose, cracked
and peeling plaster is complete, and that areas to be repaired in
existing plaster are clean and cut straight in horizontal and
vertical lines.
B. Where necessary, wet concrete block surfaces to reduce
excessive suction. Ensure mortar joints are flush.
C. Clean concrete surfaces of all dust, laitance, efflorescence,
loose particles, grease or other foreign matter. Thoroughly wet
surfaces before using acid solutions, solvents or detergents to
perform cleaning. Thoroughly wash surfaces with clean water
immediately following use.
D. Roughen smooth concrete surfaces which are to receive bonding
plaster, so as to allow adequate adhesion. In lieu of bonding
plaster, use a bonding agent. Apply on concrete in accordance
with manufactuer's recommendations, ensuring complete coverage.
E. Place metal accessories, if required, true to lines and
levels.
3.02 PLASTER MIXING
A. Mix and proportion plaster in accordance with PCA Plaster
Manual.
3.03 PLASTERING
A. Apply gypsum plaster as recommended by manufacturer. Use the
two coat system over gypsum lathed surfaces. Use the three coat
system over metal lathed, masonry and concrete surfaces.
B. Apply finish coat to minimum 1/8 inch thickness.
C. Maintain surface flatness, with maximum variation of 1/8 inch
in 10 ft.
END OF SECTION
09210-2
SECTION 09510
ACOUSTICAL CEILINGS
PART 1 GENERAL
1.01 WORK INCLUDED
A. Suspended metal grid ceiling system and perimeter trim.
B. Lay -in ceiling tiles.
1.02 RELATED WORK
A. Section 16510: Lighting Fixtures within ceiling system.
B. Section 15870.01: Air Diffusers within ceiling system.
1.03 SHOP DRAWINGS
A. Submit shop drawings of acoustical ceiling system in
accordance with Section 01300.
B. Clearly indicate grid layout and all related dimensioning,
junctions with other work or ceiling finishes, interrelation of
mechanical and electrical items related to system.
1.04 ENVIRONMENTAL CONDITIONS
A. Do not install acoustical ceilings until dust generating
activities have terminated and overhead mechanical and electrical
work has been completed, tested and approved.
B. Permit wet work to dry prior to commencement of installation.
C. Maintain uniform temperatures of minimum 61 degrees F. and
humidity of 20% to 40% prior to, during and after installation.
1.05 EXTRA MATERIALS
A. Provide two (2) cartons of ceiling panels to Owner for
maintenance purposes.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Ceiling Panels:
1. United States Gypsum
2. Celotex
3. Armstrong
B. Suspension Grid System:
1. Chicago Metallic
2. Donn Corporation
3. Armstrong
09510-1
2.02 ACOUSTICAL CEILING
A. 2X4 Lay -in Panels: U.S.G. Interiors, Inc. Item No. 562, 2'x4'
5/8" thick, directional fissured, square edge.
2.03 SUSPENSION SYSTEM
A. Type and manufacturer: Donn Type DX
PART 3 EXECUTION
3.01 INSTALLATION
A. Install acoustical ceiling system(s) in accordance with
manufacturer's recommendations to produce finished ceiling true
to lines and levels and free from warped, soiled or damaged grid
or lay -in panels.
B. Install ceiling system(s) in a manner capable of supporting
all superimposed loads, with maximum permissable deflection of
1/360 of span and maximum surface deviation of 1/8 inch in 10
ft.
C. Install after major above -ceiling work is complete. Co-
ordinate the location of hangers with other work. Ensure the
layout of hangers are located to accommodate fittings and units
of equipment which are to be placed after the installation of
ceiling grid system(s).
D. Where ducts or other equipment prevent the regular spacing of
hangers, reinforce the nearest adjacent hangers and related
carrying channels as required to span the required distance.
E. Supply hangers or inserts for installation to the respective
section in ample time and with clear instructions for their
correct placement.
F. Hang independently of walls, columns, ducts, pipes and
conduit. Where carrying members are spliced, avoid visible
displacement of the longitudinal axis or face plane of adjacent
members.
G. Center ceiling system(s) on room axis leaving equal border
pieces unless indicated otherwise on drawings.
H. Do not support fixtures from or on main runners or cross
runners if weight of the fixture causes the total dead load to
exceed the deflection capability. In such cases, support fixture
loads by supplementary hangers located within 6 inches of each
corner, or support the fixtures independently.
I. Do not install fixtures so that main runners and cross runners
will be eccentrically loaded. Where fixture installation would
produce rotation of runners, provide stabilizer bars.
J. Install edge moldings at intersection of ceiling and vertical
surfaces, using maximum lengths, straight, true to line and
09510-2
w
level. Miter corners. Provide edge moldings at junctions with
other ceiling finishes. Where bullnose concrete block corners
occur, provide preformed closers to match edge molding.
K. Fit acoustic lay -in panels in place, free from damaged edges
or other defects detrimental to appearance and function. Fit
border units neatly against abutting surfaces.
L. Install lay -in panels level, in uniform plane and free from
twist warp and dents.
M. Install hold-down clips on all lay -in panels to hold such
panels tight to grid system where within 20 ft. of an exterior
door(s).
F3.02 ADJUSTMENTS
A. Adjust any sags or twists which develop in the ceiling
system(s) and replace any part which is damaged or faulty.
L
r
r
END OF SECTION
09510-3
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 09650
r' RESILIENT FLOORING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Preparation of substrate surfaces.
i.
B. Application of vinyl composition tile.
CC. Application of resilient base.
D. Application of resilient flooring accessories.
E. Cleaning of all surfaces and areas of work.
1.02 RELATED WORK
A. Section 02072 - Minor Demolition for Remodeling
1.03 REFERENCE STANDARDS
A. FS SS-T-312 - Tile, Floor: Asphalt, Rubber, Vinyl,
Composition 1 - asbestos -free
�- B. FS SS-W-40 - Wall Base: Rubber and Vinyl Plastic.
C 1.04 SAMPLES
�., A. Submit samples in accordance with Section 01300.
B. Include two samples, 12 x 12 inches in size, of each flooring
material, color and pattern selected.
6
C. Include two 12 inch long samples of base material and edge
strips selected.
1.05 SHOP DRAWINGS
A. Submit shop drawings in accordance with Section 01300.
B. Describe floor pattern, scaled design, color of various
materials and location of floor accessories.
1.06 EXTRA MATERIAL
r, A. Provide 100 square feet of each color and pattern of floor
the material required for project, for maintenance use.
B. Provide 24 lineal feet of each color and size of base material
required for project, for maintenance use.
B. Clearly identify each box/roll.
1.07 OPERATION AND MAINTENANCE DATA
�, 09650-1
A. Submit cleaning and maintenance data under provisions of
Section 01700.
B. Include maintenance procedures, recommended maintenance
materials, and suggested schedule for cleaning, stripping and re-
waxing.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Vinyl Composition Tile:
1. Armstrong World Industries, Inc. --
2. Azrock Floor Products Division, Azrock Industries, Inc.
3. Tarkett
C. Vinyl Base and Accessories:
1. Roppe Rubber Corporation
2. Johnson Rubber Co.
3. Flexco, Division of Textile Rubber Co.
2.02 FLOOR COVERING MATERIALS
A. Vinyl Composition Tile: Conforming to FS SS-T-312 type IV; 12
X 12 inch size x 1/8 inch thick; color as selected.
2.03 BASE MATERIALS
A. Base: Conforming to FS SS-W-40 Type I rubber; top set coved,
6 inch high, 1/8 inch thick including premolded end stops and
external corners, color as selected. Toeless base at platform in
Briefing Room.
2.04 ACCESSORIES/ADHESIVES/SEALERS
A. Edge Strips: Tile reducer type; color as selected.
B. Tile/Carpet Joiner: Roppe #50 or equal.
C. Single Flange Carpet Nosing: Roppe #13 or equal.
D. Sub -Floor Filler: White premix latex or type recommended by
the manufacturer.
E. Primers and Adhesives: Waterproof; of types recommend by
resilient flooring manufacturer for specific material.
F. Sealer and Wax: Type recommended by resilient flooring
material manufacturer for material type and location.
PART 3 EXECUTION
3.01 SITE AND SUBSTRATE CONDITIONS
09650-2 --
r
A. Ensure all remnants of existing floor tile and adhesive
A' materials have been removed.
B. Ensure floor surfaces are smooth and flat with maximum
r, variation of 1/8 inch in 10 feet.
C. Ensure concrete floors are dry (maximum 7% moisture content)
and exhibit negative alkalinity, carbonization or dusting.
t D. Maintain minimum 70 deg. F. air temperature at flooring
installation area for 3 days prior to, during, and for 24 hours
after installation.
E. Store flooring materials in area of application. Allow 3 days
for material to reach equal temperature as area.
3.02 PREPARATION
A. Remove sub -floor ridges and bumps. Fill low spots, cracks,
joints, holes and other defects with sub -floor filler.
r B. Apply, trowel and float filler to leave smooth, flat hard
Csurface.
C. Prohibit traffic until filler is cured.
D. Vacuum clean substrate.
3.03 INSTALLATION - FLOORING
A. Open floor tile cartons, enough to cover each area, and mix
tile to ensure shade variations do not occur within ZLny one
area.
B. Clean substrate. Spread cement evenly in quantity recommended
by manufacturer to ensure adhesion over entire area of
installation. Spread only enough adhesive to permit installation
of flooring before initial set.
C. Set flooring in place, press with heavy roller to ensure full
adhesion.
D. Lay flooring with joints and seams parallel to building lines
to produce minimum number of seams, symmetrical tile pattern.
E. Install with minimum 1/2 full size tile width at room or area
perimeter.
F. Install the to square grid pattern with all joints aligned
and with pattern grain alternating with adjacent unit to produce
basket weave pattern.
G. Terminate resilient flooring at centerline of door opening(s)
where adjacent floor finish is dissimilar.
H. Install edge strips at unprotected or exposed edges where
flooring terminates.
�,. 09650-3
I. Scribe flooring to walls, columns, cabinets, floor outlets and
other appurtenances to produce tight joints.
J. Continue flooring through areas to receive moveable type
partitions without interrupting floor pattern.
K. Install feature strips and floor markings where indicated.
Fit joints tightly.
3.04 INSTALLATION - BASE
A. Fit joints tight and vertical. Maintain minimum measurement of 18 inches between joints.
B. Miter internal corners. Use premolded sections for external
corners and exposed ends.
C. Install base on solid backing. Adhere tightly to wall and
floor surfaces.
D. Scribe and fit to door frames and other obstructions.
E. Install straight and level to variation of plus or minus 1/8
inch over 10 feet.
3.05 PROTECTION
A. Prohibit traffic from floor finish for 48 hours after
installation.
3.06 CLEAN-UP
A. Remove excess adhesive from floor, base and wall surfaces
without damage.
B. Clean, seal and wax floor and base surfaces in accordance with
manufacturer's recommendations.
END OF SECTION
09650-4
SECTION 09688
r. CARPETING,GLUE DOWN
t
PART 1 GENERAL
1.01 WORK INCLUDED
A. Prepare surfaces to receive carpeting.
B. Apply glue down carpeting on floor surfaces where indicated,
complete with required accessories.
C. Install edge strips where carpeting terminates at other floor
finishes.
D. Apply wainscot carpeting on wall surfaces where indicated,
complete with required accessories.
1.02 RELATED WORK
A. Section 02072 - Minor Demolition for Remodeling
i
1 B. Section 09650 - Resilient Flooring
1.03 REFERENCES
A. FS DDD-C-0095 - Carpet and Rugs, Wool, Nylon, Acrylic,
Modacrylic, Polyester, Polypropylene.
1.04 SUBMITTALS
A. Submit shop drawings under provisions of Section 01300.
B. Clearly indicate the location of all seams, method of joining
!� seams, direction of carpet, type of adhesive to be used, method
of integrating edge strips with carpet, and installation
procedures.
C. Provude product data on specified products, describing
physical and performance characteristics, sizes, patterns, colors
available and method of installation.
D. Submit samples under provisions of Section 01300.
r E. Submit two samples, 12 x 12 inches, illustrating color and
I pattern for each carpet material specified.
^ F. Submit manufacturer's installation instructions under
provisions of Section 01300.
G. Submit maintenance data under provisions of Section 01700.
Include maintenance procedures, materials and suggested schedule
for cleaning.
r.. 1.05 ENVIRONMENTAL REQUIREMENTS
i
e
09688-1
A. Do not commence with carpet installation until painting and
finishing work is complete and ceilings and overhead work,
tested, approved, and completed.
B. Maintain room temperature at minimum 70 degrees F for at least
24 hours prior to installation, and relative humidity at
approximately that at which the area is to be maintained.
C. Provide sufficient lighting.
1.06 EXTRA MATERIALS
A. Provide 144 square feet of carpeting of each color specified,
under provisions of Section 01700.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Floor Carpeting: Mohawk Commercial Carpet
B. Wainscot Carpeting: Sun Supply Corporation
C. Substitutions in accordance with Section 01600.
2.02 MATERIALS
A. Woven Floor Carpet: Mohawk New Supertron Style, or equal
conforming to following criteria:
Texture
Static Control Fiber
Yarn
Pitch
Rows per Inch
Max. Electrostatic Charge
Pile Height
Cut and Loop Pile or Loop Pile
100% DuPont Antron Continuous
Filament Nylon with Static
Control
Minimum 4Ply
165 P.O.B. Minimum
8 Minimum
Less than 3.5 Kv @ 20% R.H.
.230" Minimum Loop
Face Weight 30 Ounces per Square Yard
Primary Backing Synthetic
Roll Width 12 Feet
Dye Method Singles, Yarn Dyed and Space
Color As selected
09688-2
F
B.
Wainscot Wall Carpet:
Sun Supply. Corporation Contender Style,
or
equal conforming to following
criteria:
Face Fiber
100% Solution Dyed Olefin
7
Face Texture
Ribbed Construction
Fiber Lock
Double Loc Coating
r
r..
Denier
18 Denier
Back Coating.
All Weather Fire Retardant
Latex
Width
12 Feet
'
Noise Reduction Coefficient
.65
Color
As Selected
a
2.03 ACCESSORIES
Oft
P
F
A.
Sub -Floor Filler: Type
recommended by carpet manufacturer.
B.
Primers and Adhesives:
Waterproof; of types recommended by
p
i
carpet manufacturer.
C.
Edge Strips: Extruded
or molded heavy duty rubber type, color
as
selected. Refer to Section
09650.
7 PART 3 EXECUTION
' 3.01 PREPARATION
O" A. Clean floors of dust, dirt, solvents, oil, grease, paint,
plaster, and other substances detrimental to proper performance
of adhesive and carpet. Allow floors to thoroughly dry.
B. Ensure floors are level, with maximum surface variation of 1/4
inch in 10 feet noncumulative.
d C. Ensure concrete floors are free from scaling and
irregularities and exhibit neutrality relative to acidity and
r-
alkalinity.
D. Use approved filler to patch cracks, small holes, and for
levelling.
r
3.02 INSTALLATION
r
A. Lay out rolls of carpet full for approval.
G B. Check matching of carpet before cutting and ensure there is no
visible variation between dye lots.
PM
r 09688-3
C. Cut carpet, where required, in manner to allow proper seam and
pattern match. Ensure cuts are straight and true and unfrayed.
D. Where possible and practical, locate seams in areas of least
amount of traffic.
E. Join seams in recommended manner so as not to detract from the
appearance of the carpet installation and decrease its life
expectancy. Ensure seams are straight, not overlapped or peaked
and free of gaps.
F. Vacuum clean substrate. Spread adhesive in quantity
recommended by manufacturer after primer application to ensure
proper adhesion over full area of installation. Apply only
enough adhesive to permit proper adhesion of carpet before
initial set.
G. Lay carpet on floors with the run of the pile in same
direction of anticipated traffic.
H. Do not change run of pile in any one room or from one room to
next where continuous through a wall opening.
I. Cut and fit carpet neatly around projections through floor and
to walls and other vertical surfaces.
J. Fit carpet snugly to walls or other vertical surfaces where no
base is scheduled, leaving no gaps.
K. Do not place heavy objects such as furniture on carpeted
surfaces for minimum of 24 hours or until adhesive is set.
L. Entire carpet installation is to be laid tight and flat to
subfloor, well fastened at edges, and present a uniform pleasing
appearance. Ensure monolithic color, pattern, and texture match
within any one area.
M. Install edging strips where carpet terminates at other floor
coverings. Use full length pieces only. Butt tight to vertical
surfaces. Where splicing cannot be avoided, butt ends tight and
flush.
3.03 CLEANING
A. Remove excess adhesive completely from floor, base and wall
surfaces.
B. Vacuum clean carpet surfaces.
END OF SECTION
04688-4
SECTION 09900
PAINTING
PART 1 GENERAL
1.01 WORK INCLUDED
A. Prepare surfaces which are to receive finish.
B. Finish surfaces as indicated in schedule at end of this
!� section and in drawings.
e C. Prepare and paint all previously painted surfaces in
w, designated rooms and areas.
1.02 MOCK-UP
A. Before proceeding with paint application, finish one complete
surface of each color scheme required, clearly indicating
selected colors, finish texture, materials and workmanship.
B. If approved, sample area will serve as a minimum standard for
work throughout building.
1.03 SAMPLES
A. Prepare 12 inch X 12 inch sample(s) of texture finish(es) when
+^' requested by Architect/Engineer. When possible, apply finish(es)
I on identical type materials to which they will be applied on
job.
B. Identify each sample as to finish.
C. Colors to be selected prior to commencement of work.
1.04 MAINTENANCE MATERIALS
A. Provide not less than one gallon of each color used, for
Owner's maintenance.
B. Containers to be tightly sealed and clearly labelled for
identification. Label shall contain manufacturer's name, type of
paint, brand name, color designation and instructions for mixing
and/or reducing.
1.05 DELIVERY, STORAGE AND HANDLING
,. A. Deliver paint materials in sealed original labelled
containers, bearing manufacturer's name, type of paint, brand
name, color designation and instructions for mixing and/or
r�
reducing.
B. Provide adequate storage facilities. Store paint materials at
minimum ambient temperature of 45 degrees F. in well ventilated
area.
09900-1
C. Take precautionary measures to prevent fire hazards and
spontaneous combustions.
1.06 ENVIRONMENTAL CONDITIONS
A. Measure moisture content of surfaces using an electronic
moisture meter. Do not apply finishes unless moisture contents
of surfaces are below following maximums:
1. Plaster and gypsum wallboard: 12%.
2. Masonry, concrete and concrete block: 12%.
3. Interior located wood: 15%.
B. Ensure surface temperatures or the surrounding air temperature
is above 40 degrees F. before applying finishes. Minimum
application temperatures for latex paints for interior work is 45
degrees F and 50 degrees F for exterior work. Minimum
application temperature for varnish finishes is 65 degrees F.
C. Provide adequate continuous ventilation and sufficient heating
facilities to maintain temperatures above 45 degrees F for 24
hours before, during and 4S hours after application of finishes.
D. Provide minimum 25 foot candles of lighting on surfaces to be
finished.
1.07 PROTECTION
A. Adequately protect other surfaces from paint and damage.
Repair damage as a result of inadequate or unsuitable
protection.
B. Furnish sufficient drop cloths, shields and protective
equipment to prevent spray or droppings from fouling surfaces not
being painted and in particular surfaces within storage and
preparation area.
C. Place cotton waste, cloths and material which may constitute a
fire hazard in closed metal containers and remove daily from
site.
D. Remove electrical plates, surface hardware, fittings and
fastenings, prior to painting operations. These items are to be
carefully stored, cleaned and replaced on completion of work in
each area. Do not use solvent to clean hardware that may remove
permanent lacquer finish.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Kelly Moore
B. PPG Industries, Inc.
C. Sherwin Williams
09900-2
r 2.02 MATERIALS
K A. Paint, Varnish, Stain, Enamel, Lacquer and Fillers: Ready -
mixed, except field catalyzed coatings. Process pigments to a
soft paste consistency, capable of being readily and uniformly
dispersed to a homogenous coating with good flow and brushing
properties, and capable of drying or curing free of streaks or
^, sags.
B. Paint Accessory Materials: Linseed oil, shellac, turpentine
and other materials not specifically indicated herein but
required to achieve the finishes specified; of high quality and
€ approved manufacturer.
PART 3 EXECUTION
3.01 INSPECTION
A. Thoroughly examine surfaces scheduled to be painted prior to
commencement of work. Report in writing to Architect/Engineer,
any condition that may potentially affect proper application.
Do not commence until such defects have been corrected.
B. Correct defect and deficiencies in surfaces which may
adversely affect work of this section.
3.02 PREPARATION OF SURFACES
k A. Remove electrical plates, hardware, light fixture trim,
escutcheons and fittings prior to preparing surfaces for
!� finishing.
B. Correct defects, patch and clean surfaces scheduled to receive
finishes. Remove existing coatings that exhibit loose surface
charactistics.
C. Seal with shellac any markings which may bleed through surface
finishes.
D. Remove mildew, by scrubbing with solution of tri-sodivy.,
r. phosphate and bleach. Rinse with clean water and ally;, surface
to dry completely.
E. New Concrete: Remove contamination, acid etch and rinse with
clear water. Ensure required acid -alkali balance is achieved.
Allow to thoroughly dry.
F. Gypsum Wallboard Surfaces: Fill minor defects in surfaces with
filler compound. Spot prime defects after repair.
G. Galvanized Surfaces: Remove surface contamination and oils,
and wash with solvent. Apply coat of etching type primer.
H. Concrete and Concrete Block Surfaces: Remove dirt, loose
mortar, scale, powder and other foreign matter from surfaces
which are to be painted or to receive a clear seal. Remove oil
r- 09900-3
and grease with a solution or tri-sodium phosphate, rinse well
and allow to thoroughly dry. Remove stains from concrete and
concrete block surfaces caused by weathering of corroding metals
with a solution of sodium metasilicate after being thoroughly
wetted with water. Allow to thoroughly dry.
I. Plaster Surfaces: Fill hairline cracks, small holes and
imperfections with patching plaster. Smooth off and retexture
to match adjacent surfaces. Wash and neutralize high alkali
surfaces where they occur.
J. Steel and Iron Surfaces: Remove grease, rust, scale, dirt and
dust. Where heavy coatings of scale are evident, remove by wire
brushing, sandblasting or any other necessary method. Ensure
steel surfaces are satisfactory before paint finishing.
K. Unprimed Steel Surfaces: Clean surfaces by washing with
solvent. Apply a treatment of phosphoric acid solution, ensuring
weld joints, bolts and nuts are similarly cleaned. Prime
surfaces to indicate defects, if any. Paint after defects have
been remedied.
L. Shop Primed Steel Surfaces: Sand and scrape surfaces to remove
loose primer and rust. Feather out edges to make touch-up
patches inconspicuous. Clean surfaces with solvent. Prime bare
steel surfaces. Prime steel including shop primed steels.
M. Existing Wood to be Repainted: Thoroughly sand to remove loose
and peeling finishes. Fill cracks, holes, and indentations with
wood filler. Resand as necessary to obtain smooth surface.
N. Miscellaneous Wood: Wipe off dust and grit from wood items and
millwork prior to priming. Spot coat knots, pitch streaks and
sappy sections with sealer. Fill nail holes and cracks after
primer has dried and sand between coats. Back prime interior and
exterior woodwork.
0. Doors: Seal top and bottom of all doors prior to painting.
3.03 APPLICATIONS
A. Apply each coat at proper consistency.
B. Each coat of paint is to be slightly darker than preceeding
coat unless otherwise approved by Architect/Engineer.
C. Sand lightly between coats to achieve required finish.
D. Do not apply finishes on surfaces that are not sufficiently
dry.
E. Allow each coat of finish to dry before following coat is
applied, unless directed otherwise by manufacturer.
F. Where clear finishes are required, ensure tint fillers match
wood. Work fillers well into the grain before set. Wipe excess
from the surface.
09900-4
Ire,
1,
G. Exterior woodwork to receive paint finish shall be backprimed
with exterior primer paint.
H. Interior woodwork which is to receive paint or enamel finish
shall be backprimed with enamel undercoater paint.
I. Interior and exterior woodwork which is to receive stain
.and/or varnish finish shall be backprimed with gloss varnish
reduced 25% with mineral spirits.
J. Top and bottom edges of wood and metal doors to be painted
shall be primed with enamel undercoat.
K. Top and bottom edges of wood doors to have stain or clear
finish shall be primed with gloss varnish.
3.05 CLEANING
A. As work proceeds and upon completion, promptly remove paint
where spilled, splashed or spattered.
B. During progress of work keep premises free from any
unnecessary accumulation of tools, equipment, surplus materials
and debris.
C. Collect waste material which may constitute a fire hazard,
place in closed metal containers and remove daily from site.
3.06 PAINTING AND FINISHING SCHEDULE
A. All existing painted surfaces in areas designated on plans are
to be repainted.
B. Unless noted otherwise, existing stained or clear finished
wood surfaces are not included in this work.
C. Exterior Metal Doors and Frames:
1 Coat PPG Speedhide Inhibitive Primer, 6-209
2 Coats PPG Speedhide Interior -Exterior Enamel, 6-252
D. Exterior Ferrous Metals:
1 Coat PPG Speedhide Inhibitive Primer, 6-208
2 Coats PPG Speedhide Alkyd Gloss Enamel
E. Interior Previously Painted Steel:
2 Coats PPG Speedhide Semi -Gloss Latex Enamel, 6-510
F. Interior Previously Painted Gypsum Drywall:
1 Coat PPG Quick Drying Latex Primer -Sealer, 6-2, over
patched areas
2 Coats PPG Speedhide Semi -Gloss Latex Enamel, 6-510
G. Interior Plaster
1 Coat PPG Quick Drying Latex Primer -Sealer, 6-2
2 Coats PPG Speedhide Semi -Gloss Latex Enamel, 6-510
r
09900-5:
i
H. Interior Painted Woodwork and Trim: -
1 Coat PPG Speedhide Water Base White Undercoater, 6-755
2 Coats PPG Speedhide Semi -Gloss Latex Enamel, 6-510
I. Interior Wood for Transparent Finish
1 Coat REZ Semi -Transparent Alkyd Oil Wiping Stain 77-302
2 Coats REZ Varnish Satin Clear 77-7
END OF SECTION
UTIre .
SECTION 10000
f' SPECIALTIES
PART 1 GENERAL
1.01 WORK INCLUDED
A. Marker Board
B. Tack Boards
1.02 PRODUCT DATA
A. Submit manufacturers product data in accordance with Section
01300.
B. Data to illustrate each accessory at large scale and show
r' installation method.
C. Data indicating options for color selections.
PART 2 PRODUCTS
r 2.01 CATALOG NUMBERS
A. Manufacturers and catalog numbers specified herein are for the
purpose of establishing design and quality.
2.02 LOCATIONS
r
A. Refer to drawings for locations and quantities required.
2.03 MARKER BOARD
r,
A. Claridge Model LCS2048R.
2.04 TACKBOARDS
A. Claridge Series 4, Type CO, standard clear aluminum trim,
Claridge cork, color to be selected, size 36" x 60
PART 3 EXECUTION
3.01 INSTALLATION
A. Install items with separate angle hangers in accordance with
ti
manufacturer's printed instructions.
B. Locate bottom of marker board at 3'-4" above finish floor.
C. Locate bottom of tackboards at V -8" above finish floor.
END OF SECTION
r., 10000-1
i
(THIS PAGE LEFT BLANK INTENTIONALLY)
L
7 SECTION 15000
GENERAL PROVISIONS MECHANICAL 6 ELECTRICAL
PART 1 - GENERAL
F
1.01 SCOPE
A. The contractor shall provide complete and operational sys-
tems at completion of the contract. The contractor shall
provide all labor and materials required to comply with the
intent of these documents, whether specifically indicated or
not.
t. 1.02 INSPECTION OF SITE
A. The accompanying plans do not indicate completely the exist-
ing mechanical and electrical installations. The bidders for
work under these sections shall inspect existing conditions
,. and acquaint themselves with the existing installations and
F thoroughly acquaint themselves with conditions to be met and
work to be accomplished in removing and modifying the exist-
ing work, and in installing the new work in the present
r' building and underground serving to and from the structure.
Failure to do so shall not constitute grounds for any addi-
tional payments in connection with removing or modifying any
part of the existing installation or installing any new
work.
1.03 GENERAL
A. Each bidder shall examine the plans and specification for
the general construction. If these documents show any item
requiring work under division 15 or 16 and that work is not
indicated on the respective drawings, he shall notify the
Architect in sufficient time to clarify before bidding. If
no notification is received, the Contractor is assumed to
require no clarification, and shall install the work as in-
dicated on the General Plans in accordance with the
Specifications.
H. Order of Precedence shall be observed in laying out pipe,
ductwork, material and conduit in order to fit the material
into the space above the ceiling and in chases and walls.
The following order shall govern:
1. Items affecting visual appearance of the inside of
the building such as lighting fixtures, diffusers,
grilles, outlets, panelboards, etc.
2. Conduit and other lines whose routing is not
critical and whose function would not be impaired by
bends and offsets.
!� 15000-1
i. July 2, 1992 * Allied Associates
C. Exceptions and inconsistencies in plans and specifications
shall be brought to the Architect's attention before the
contract is signed. Otherwise the Contractor shall be
responsible for any and all changes and additions that may
be necessary to accommodate his particular apparatus,
material or equipment.
1.04 RELATED WORK
A. Division 1 - Special Conditions of the Contract.
1.05 PERMITS AND INSPECTIONS
A. The Contractor will be responsible for all permits and in-
spections required by law for the completion of his work.
Cost of all permits and inspections shall be paid by the
contractor. The Contractor shall obtain and pay for all cer-
tificates of approval, which must be delivered to the Ar-
chitect before final acceptance of the job'. All materials
and labor furnished by the contractor shall be in strict ac-
cordance with the rules and regulations and requirements of
the National Board of Fire Underwriters, State and Municipal
regulations and other authorities who may have lawful juris-
diction over the work being done
1.06 COORDINATION
A. Coordinate work of the various Sections of Specifications to
assure efficient and orderly sequence of installation of
construction elements, with provisions for accommodating
items installed later.
B. Verify characteristics of elements of interrelated operating
.equipment are compatible; cooperate with work of various
Sections having interdependent responsibilities for install-
ing, connecting to, and placing in service, such equipment.
C. Coordinate space requirements and installation of mechanical
and electrical work which are indicated diagramatically on
Drawings. Follow routing shown for pipes, ducts, and con-
duits, as closely as practicable; make runs parallel with
lines of building. Utilize spaces efficiently to maximize
accessibility for other installations, for maintenance, and
for repairs.
D. In finished areas except as otherwise shown, conceal pipes,
ducts, and wiring in the construction. Coordinate locations
of fixtures and outlets with finish elements.
E. Execute cutting and patching to integrate elements of Work,
uncover ill-timed, defective, and non -conforming work,
provide openings for penetrations of existing surfaces. Seal
penetrations through floors, walls, and ceilings.
F. Before ordering any materials or doing any work, the con-
tractor shall verify all dimensions, including elevations
and shall be responsible for the correctness of of the same
elevation. No extra charge or compensation will be allowed
on account of differences between actual dimensions and
15000-2
July 2, 1992 * Allied Associates
i
f
measurements indicated on the drawings. Any difference which
may be found shall be submitted to the architect for con-
sideration before proceeding with the work.
1.07 REFERENCE STANDARDS
A. For products specified by association or trade standards,
comply with requirements of the standard, except when more
rigid requirements are specified or are required by ap-
plicable codes.
B. The date of the standard is that in effect as of the Bid
date, or date of Owner -Contractor Agreement when there are
no bids, except when a specific date is specified.
C. Obtain copies of standards when required by Contract Docu-
ments. Maintain copy at jobsite during progress of the
specific work.
f
1.08 CUTTING AND PATCHING
A. Execute cutting, fitting, and patching including excavation
and fill, to complete Work, and to:
1. Fit the several parts together, to integrate with other
work.
2. Uncover work to install ill-timed work.
3. Remove and replace defective and non -conforming work.
B. Provide supports to assure structural integrity of surround-
ings; devices and methods to protect other portions of
Project from damage.
C. Provide protection from elements for areas which may be ex-
posed by uncovering work; maintain excavations free of
water.
D. At penetrations of fire -rated wall, ceiling, or floor con-
struction, completely seal voids with fire -rated, fire-
resistant material, full thickness of the construction ele-
ment.
1.09 SUBMITTAL
A. Shop
Drawings
1.
Present in a clear and thorough manner.
2.
Identify field dimensions; show relation to adjacent or
critical features or Work or products.
3.
Contractor shall be responsible for verifying dimen-
sions, sizes and quantities. Architect/Engineer will
check for design, construction and capacities only. Any
changes required due to the failure of the Contractor
to verify dimensions, sizes or quantities, will be made
at no additional cost to the Owner.
B. Product Data
1.
Submit only pages which are pertinent; mark each copy
•-
of standard printed data to identify pertinent
products. Show reference standards, performance charac-
teristics, and capacities; wiring and piping diagrams
and controls; component parts; finishes.
f,
r" 15000-3
July 2, 1992 * Allied Associates
C.
D.
E.
F.
2. Modify manufacturer's standard schematic drawings and
diagrams to supplement standard information and to
provide information specifically applicable to the
Work. Delete information not applicable.
Do not begin work which requires submittals until return of
submittal with Architect/Engineer acceptance.
Provide number of copies required by contractor plus number
requested by Architect plus one copy to be retained by En-
gineer.
Make resubmittals under procedures specified for initial
submittals; identify changes made since previous submittal.
Submit information for individual sections as indicated in
the following schedule.
CODES CODES
A.
Shop Drawings
M.
Spare Parts List
B.
Catalog Data & Details
N.
Welders.
C.
Calculation & Design Data
Certification
D.
Material List/Schedule
P.
Warranty
E.
Samples/Colors
Q.
Record Drawings
F.
Installation Instructions
R.
Mix Design
G.
Maintenance and Operating
S.
Schedules
Manuals
T.
Balancing Report
H.
Wiring Diagrams
U.
Templates
J.
Certifications/Test Results
V.
Material Safety
K.
Manufacturer Certification
Data Sheets
of Installer
W.
Performance Curves
L.
Design Data
SPECIFICATION SECTION SUBMITTAL REQUIRED
16010-Basic Electrical Requirements B
16111-Conduit B
16120-Wires & Cables B,V
16510-Lighting Fixtures B,F
16535-Emergency Lighting Equipment B,G
1.10 WORKMANSHIP
A. Comply with industry standards of the region except when
more restrictive tolerances or specified requirements indi-
cate more precise workmanship.
B. Provide suitably qualified personnel to produce Work of
specified quality.
C. Secure products in place with positive anchorage devices
designed and sized to withstand stresses, vibration, and
racking.
1.11 MANUFACTURER'S INFORMATION
A. Require compliance with instructions in full detail, includ-
ing'each step in sequence.
B. Should instruction conflict with Contract Documents, request
clarification from Architect/Engineer before proceeding.
15000-4
T
C. When required in individual Specifications section, submit
i manufacturer's certificate, in duplicate, certifying that
products meet or exceed specified requirements, executed by
responsible officer.
D. When required in individual Specifications section, have
manufacturer supplier provide qualified representative to
observe field conditions, quality of workmanship, start-up
of equipment test, adjust, and balance of equipment.
1.12 TRANSPORTATION & HANDLING OF EQUIPMENT & MATERIALS
A. Require supplier to package finished products in boxes or
crates for protection during shipment, handling, and
storage. Protect sensitive products against exposure to ele-
ments and moisture.
B. Protect sensitive equipment and finishes against impact,
abrasion, and other damage.
C. Arrange deliveries of products in accordance with construc-
tion progress schedules. Allow time for inspection prior to
installation.
D. Provide additional protection during handling to prevent
marring and otherwise damaging products, packaging and sur-
rounding surfaces.
E. Handle product by methods to avoid bending or overstressing.
Lift large and heavy components only at designated lift
points
1.13 STORAGE & PROTECTION OF EQUIPMENT & MATERIAL
A. Store products, immediately on delivery, in accordance with
manufacturer's instructions, with seals and labels intact.
Protect until installed.
B.
Arrange storage in a manner to provide access for main-
tenance of stored items and for inspection.
C.
Store products, subject to damage by the elements, in sub-
stantial weathertight enclosures.
D.
Verify that surfaces of products exposed to the elements are
not adversely affected; that any weathering of finishes is
acceptable under requirements of Contract Documents.
E.
For mechanical equipment in long-term storage, provide
manufacturer's service instructions to accompany each item,
with notice of enclosed instructions shown on exterior of
package.
1.14 PRODUCT OPTIONS & SUBSTITUTIONS
t .
A. Products Specified by Reference Standards or by Description
Only: Any product meeting those standards.
B. Products Specified by Naming Several Manufacturers: Products
of named manufacturers meeting specifications; no options,
no substitutions.
C. Products Specified by Naming Only One Manufacturer: No op-
tion; no substitution allowed.
r
*` 15000-5
July 2, 1992 * Allied Associates
D. Products Specified by Naming one or more manufacturers with
"or equal" or "Substitutions allowed" clause: Contractor
shall determine adequacy of intended substitution prior to
bidding of project, no prior approval will be issued by en-
gineer.
1.15 MAINTENANCE OF DOCUMENTS
A. In addition to requirements in General Conditions, Maintain
at the site for Owner one record copy of:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store Record Documents in Field Office apart from documents
used for construction. Provide files, racks, and secure
storage for Record Documents.
C. Maintain Record Documents in a clean, dry and legible condi-
tion. Do not use Record Documents for construction purposes.
D. Keep Record Documents available for inspection by
Architect/Engineer.
1.16 PROJECT RECORD DOCUMENTS
A. Record information on a set of blue line opaque drawings.
B. Provide felt tip marking pens, maintaining separate colors
for each major system, for recording information.
C. Record information concurrently with. construction progress.
Do not conceal any work until required information is re-
corded.
D. Contract Drawings and Shop Drawings: Legibly mark each item
to record actual construction, including:
1. Measured horizontal and vertical locations of under-
ground utilities and appurtenances, referenced to permanent
surface improvements.
2. Measured locations of internal utilities and appur-
tenances concealed in construction, referenced to visible
and accessible features of construction.
3. Field changes of dimension and detail.
4. Changes made by Modifications.
5. Details not on original Contract Drawings.
E. At Contract closeout, deliver Record Documents under provi-
sions of Division 1.
1.17 TERMINOLOGY
A. Whenever the words "provide", "furnish and install" or other
similar phrases occur, it is the intent that the materials
and equipment described be furnished, installed and con-
nected under this division of the "specification, complete
for operation unless specifically noted otherwise.
B. The use of the word "shall" conveys a mandatory condition of
the contract.
C. "This section" always refers to the section in which the
statement occurs.
15000-6
1,
r D. "The project" includes all work in progress during the con-
struction period.
I!AART 2 - PRODUCTS- Not Used
r
l
k
.. 15000-7
July 2, 1992 * Allied Associates
PART 3 - EXECUTION
END OF SECTION
15000-8
July 2, 1992 * Allied Associates
f
d�
SECTION 16010
BASIC ELECTRICAL REQUIREMENTS
al►i�ci�
1.01 WORK INCLUDED
A. General Requirements specifically applicable to Division 16,
in addition to Division 1 provisions.
1.02 RELATED WORK
A. Division 1.
B. Section 15000: General Provisions Mechanical & Electrical.
C. Section 15030: Balancing of Electrical System.
1.03 WORK SEQUENCE
A. Construct Work in sequence under provisions of Division 1
and Section 15000.
1.04 COORDINATION
A. Coordinate the Work of specified in this Division under
provisions of Division 1 and Section 15000.
1.05 REFERENCES
A. ANSI/IEEE C2 - National Electrical Safety Code.
B. ANSI/NFPA 70 - National Electrical code.
C. NECA - Standard of Installation.
D. NEMA - National Electrical Manufacturers Association
E. NFPA - National Fire Protection Association
F. UL - Underwriters Laboratories
1.06 REGULATORY REQUIREMENTS
A. Conform to ANSI/NFPA 70.
B. Conform to ANSI/IEEE C2.
C. Conform to Uniform Building Code.
D. Obtain electrical permits, plan review, and inspections from
authority having jurisdiction.
1.07 SUBMITTALS
A. Submit inspection and permit certificates under provisions
of Section 15000.
B. Include certificate of final inspection and acceptance from
authority having jurisdiction.
PART 2 - PRODUCT'S- Not Used.
PART a - EXECUTION- Not Used
END OF SECTION
16010-1
July 2, 1992 * Allied Associates
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION 16060
MINOR ELECTRICAL DEMOLITION FOR REMODELING
PART 1 QENEFIAL
1.01 SECTION INCLUDES
A. Electrical demolition.
1.02 RELATED SECTIONS
A. Section 01120 - Alteration Project Procedures.
B. Section 02072 - Minor Demolition for Remodeling.
2.01 MATERIALS AND EQUIPMENT
A. Materials and equipment for patching and extending as
specified in individual Sections.
3.01 EXAMINATION
A. Verify field measurements and circuiting arrangements are as
shown on Drawings.
B. Verify that abandoned wiring and equipment serve only aban-
doned facilities.
C. Demolition Drawings are based on casual field observation
and existing record documents. Report discrepancies to
Architect/Engineer before disturbing existing installation.
D. Beginning of demolition means installer accepts existing
conditions.
3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK
A. Demolish and extend existing electrical work under provi-
sions of Section 01120, Section 02072, and this Section.
B. Remove, relocate, and extend existing installations to ac-
commodate new construction.
C. Remove abandoned wiring to source of supply.
j' D. Remove exposed abandoned conduit, including abandoned con-
duit above accessible ceiling finishes. Cut conduit flush
with walls and floors, and patch surfaces.
�- E. Disconnect abandoned outlets and remove devices. Remove
abandoned outlets if conduit servicing them is abandoned and
removed. Provide blank cover for abandoned outlets which
are not removed.
F. Disconnect and remove abandoned panelboards and distribution
: equipment.
G. Disconnect and remove electrical devices and equipment serv-
ing utilization equipment that has been removed.
16060-1
H. Disconnect and remove abandoned luminaires. Remove brack-
ets,stems, hangers, and other accessories.
J. Repair adjacent construction and finishes damaged during
demolition and extension work.
K. Maintain access to existing electrical installations which
remain active. Modify installation or provide access panel
as appropriate. L. Extend existing installations using materials and methods
compatible with existing electrical installations, or as
specified.
3.03 CLEANING AND REPAIR
A. Clean and repair existing materials and equipment which
remain or are to be reused.
S. Luminaires: Remove existing luminaires for cleaning. Use
mild detergent to clean all exterior and interior surfaces;
rinse with clean water and wipe dry. Replace lamps [,
ballasts,] and broken electrical parts.
3.04 INSTALLATION
A. Install relocated materials and equipment under the provi-
sions of Section 01120.
END OF SECTION 16060
16060-2
July 2, 1992 * Allied Associates
PM SECTION 16111
CONDUIT
1
GENERAL
1.01
WORK
INCLUDED
C,
A.
Conduit and couplings.
B.
Flexible conduit.
C.
Surface raceway
1.02
RELATED WORK
A.
Section 16130: Outlet Boxes
B.
Section 16190: Supporting Devices
1.03
REFERENCES
k'
A.
NEC; National Electric Code.
'..
B.
ANSI - C80.1; Rigid Steel Conduit, zinc coated
C.
ANSI - C80.3; Specification for Electrical Metallic Tubing,
'
zind coated
D.
UL - 1; Flexible Metal Electrical Conduit.
r
E.
UL - 6; Rigid Metal Electrical Conduit.
F.
UL - 797; Electrical Metallic Tubing
G.
UL - 870; Electrical Wireways, Auxillary Gutters and As-
sociated Fittings.
Y
k ,
1.04
SUBMITTAL
rA.
W
Submit product data in accordance with Section 15000.
PART
2
PRODUCTS
2.01
MATERIALS
AND COMPONENTS
A.
Conduit: Rigid threaded galvanized steel, Electrical metal-
lic tubing.
B.
Couplings: threaded, liquidtight, compression gland.
C.
Flexible conduit: Steel Armour, (Flexible plastic jacketed
type with liquidtight connectors at exterior location).
2.02 TYPE
A. Utilize electrical metallic tubing in other locations.
FART 3 EXECUTION
3.01 INSTALLATION
A. Install conduit concealed in all areas excluding mechanical
rooms, connections to motors, and connections to surface
cabinets.
B. For exposed runs, attach surface mounted conduit with gal-
vanized one hole clamp.
16111-1
r
t
C. Install conduit free from dents and bruises. Plug ends to
prevent entry of dirt or moisture.
E. Clean out conduit before installation of conductor.
F. Alter conduit routing to avoid structural obstructions, min-
imizing crossovers.
G. Seal conduit with fiberglas where conduits leave heated area
and enter unheated area.
H. Route all exposed conduits parallel or perpendicular to
building lines.
3.02 CONNECTIONS
A. For electrical metallic tubing entering a box use compres-
sion type box connector and locknut.
B. Allow minimum of 6 inches clearance at flues, steam pipes,
and heat sources.
C. Install conduit with maximum of 4-90 degree bends between
any 2 consecutive junction boxes.
END OF SECTION
16111-2
July 2, 1992 * Allied Associates
1
SECTION 16120
WIRES AND CABLES
PART 1 GENERAL
1.01 WORK INCLUDED
A. Wires and cables.
1.02 REFERENCES
A. NEC - National Electric Code.
B. ETL - ETL Testing Laboratories
C. NEMA WC 5 - Thermoplastic -insulated wire and Cable of the
Transmission and Distribution of Electrical Energy.
D. IEEE Stds 82 - Impulse Voltage Tests of Insulated Conduc-
tors.
E. IEEE Stds 241 - IEEE Recommended Practice for Electric Power
Systems in Commercial Buildings
F. UL 83 - Underwriters Laboratories Standard for
Thermoplastic -Insulated Wires and Cables
G. UL 486A - Underwriters laboratories Standard for Wire Con-
nectors and Soldering Lugs for use wit Copper Conductors.
H. ASTM B1,2,3,8 - Specifications for Copper Wire
I. ASTM D-753 - Specifications for General Purpose
Polychloroprene Jacket for Wire and Cable
J. FS W-C-596/Series; Various electrical connectors.
K. UL 486A; Wire Connectors and Soldering Lugs for Use with
Copper Conductors.
1.04 SUBMITTAL
A. Submit product data in accordance with Section 15000.
B. Submit MSDS for wiring pulling lubricants.
PART 2 PRODUCTS
2.01 MATERIALS
A. Building Wiring: 98 per cent conductivity copper, 600 volt
insulation per ASTM
B. Wiring shall comply with the following standards:
1. UL Std 83
2. Nema Std WC 5
3. IEEE Std 82
4. ASTM B1,2,3,8: Applicable sections
C. Branch Circuit Wiring: Conductors smaller than no. 12 AWG
gage not permitted.
2.02 CONNECTORS - ACCEPTABLE MANUFACTURERS
A. 3M Company
B. Ideal Industries Inc
C. Thomas and Betts Corp.
16120-1
2.03 CONNECTORS
A. Provide UL-type factory -fabricated, metal connectors to
sizes, ampacity ratings, materials, types and classes for
applications and services indicated.
B. Comply with NEC and NEMA standards in selection of all con-
nectors
2.04 PULLWIRE
A. Provide pull wire with 200 lb test strength.
PART 3 EXECUTION
3.01 INSTALLATION
A. Lace or clip groups of feeder conductors at distribution
centers, pull boxes.
B. Provide copper grounding conductors and straps.
C. Install wire and cable in code conforming raceway.
D. Use wire pulling lubricant for pulling No. 4 AWG and larger
wire.
E. Install wire in conduit runs after moisture is swabbed from
conduits.
F. Splice only in accessible junction or outlet boxes.
G. Color code conductors to designate neutral conductor and
phase.
H. All 20 A circuits 100' and over use #10. All 277V-20A cir-
cuits 150' and over shall use #10.
I. Use solid conductors for #10 and smaller.
J. Use stranded conductors for #8 and larger.
K. All conductors in dry location (interior) type THHN. All
conductors in wet locations type THWN.
3.02 COLOR CODING
A. Color code conductors to designate neutral conductors and
phase.
B. Use consistent color coding throughout job.
C. If color of conductors is unavailable use Brady Plastic
Sleeves or tape.
D. Color coding shall be as follows
1. 208Y/120 volt, three phase
Grounded Neutral White
Grounding Conductor Green or Bare
Phase A —ungrounded conductor Black
Phase B - ungrounded conductor Red
Phase C - ungrounded conductor Blue
3.03 SPLICES
A. For joints in stranded conductors use solderless bolted
pressure connectors.
16120-2
e
B. For solid conductors use solderless connectors (wire nuts)
Skotch-Lok.
C. Cover all joints or splices with rubber friction tape to
make joint equal to conductor insulation.
D. Make joints or splices in wet conditions in accordance with
manufacturers recommendations.
END OF SECTION
16120-3
July 2, 1992 * Allied Associates
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
f.
r
SECTION 16510
LIGHTING FIXTURES
1.01 WORK INCLUDED
A. Interior luminaires and accessories.
B. Lamps.
C. Ballasts.
1.02 RELATED WORK
A. Section 16536 - Emergency Lighting Equipment.
1.03 REFERENCES
A. ANSI C82.1 - Specification for Fluorescent Lamp Ballasts.
B. FS W-F-414 - Fixture, Lighting (Fluorescent, Alternating -
Current, Pendant Mounting.)
1.04 SUBMITTALS
E A. Submit product data under provisions of Suction 15000.
B. Include outline drawings, lamp and ballast data, support
points, weights, and accessory information for each
rluminaire type.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to site under provisions of Section 15000
B. Store and protect products under provision of Section 15000
C. Ship laminated finish wood poles individually wrapped in
moisture -resistant paper.
D. Handle metal poles carefully to prevent breakage and damage
to finish.
2.01 INTERIOR LUMINAIRES AND ACCESSORIES
A. Fluorescent Luminaires: FS W-F-414; provide "tee" hinges and
spring cam latches on frames. and 0.125 inch thick virgin
r acrylic lenses. Provide a minimum of 1 lense clips for each
one nominal lineal foot of lense. Fixtures shall be painted
after fabrication. Paint shall have a minimum reflectance of
90%.
B. Recessed Fluorescent Luminaires: Provide trim type and ac-
cessories required for installation in ceiling system in-
stalled, Maximum depth of luminaire, 6 inch, including
yokes and bridges.
i
7 16510-1
July 2, 1992 * Allied Associates
2.02 ACCEPTABLE MANUFACTURERS —LAMPS
A. General Electric
B. Sylvania
C. Philips
D. Substitutions: Under provisions of Section 15000 products of �-
equal function and performance is acceptable.
2.04 LAMPS
C. Fluorescent Lamps: Cool white; all by same manufacturer.
2.05 ACCEPTABLE MANUFACTURERS - FLUORESCENT BALLASTS
A. Advance
B. Universal
C. General Electric
D. Substitutions: Under provisions of Section 15000.
2.06 FLUORESCENT BALLASTS
A. Fluorescent Ballasts: ANSI C82.1; high power factor type.
B. Nominal 430 ma Lamp Ballasts: Low energy type.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install lamps in luminaires and lampholders.
B. Support surface -mounted luminaires from ceiling grid T �-
structure; larger than 2 x 4 foot size independent of ceil-
ing framing.
C. Install recessed luminaires to permit removal from below. .,
3.02 RELAMPING
A. Relamp luminaires at completion of Work. _
3.03 ADJUSTING AND CLEANING
A. Align luminaires and clean lenses and diffusers at comple-
tion of Work. Clean paint splatters, dirt, and debris from
installed luminaires.
END OF SECTION 16510
16510-2
July 2, 1992 * Allied Associates
r SECTION 16535
EMERGENCY LIGHTING EQUIPMENT
1.01 WORK INCLUDED
A. Emergency exit signs.
1.02 REFERENCES
A. FS W-L-305 -Light Set, General Illumination (Emergency or
Auxiliary)
B. NFPA 101 - Code for Safety to Life from Fire in Buildings
and Structures
C. NEMA WD1 - General -Purpose Wiring Devices.
1.03 REGULATORY REQUIREMENTS
A. Conform to local building code and NFPA 101 for installation
requirements.
1.04 SUBMITTALS
A. Submit product data under provisions of Section 15000.
B. Provide product data on emergency lighting units and exit
signs.
2.01 ACCEPTABLE MANUFACTURERS - INCANDESCENT EMERGENCY LIGHTING UNITS
A. Lithonia Emergency Lighting Systems
B. Sure-Lites
C. Dual-Lite
D. Substitutions: Under provisions of Section 15000.
2.02 ACCEPTABLE MANUFACTURERS - SELF-CONTAINED EMERGENCY POWER EXIT
SIGNS
A. Lithonia Emergency Lighting Systems
B. Sure-Lites
C. Dual-Lite
D. Substitutions: Under provisions of Section 15000.
2.04 SELF-CONTAINED EMERGENCY POWER EXIT SIGNS
A. Type: Exit signs with integral battery -operated emergency
power supply, including power failure relay, test switch, AC
ON pilot light, battery, and fully -automatic two -rate
charger.
B. Battery: Sealed lead calcium cell, requiring no maintenance
or replacement for 10 years under normal conditions.
F
r 16535-1
r July 2, 1992 * Allied Associates
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install units plumb and level.
END OF SECTION
16535-2
July 2, 1992 * Allied Associates
F
F
F
F
r
SPECIAL CONDITIONS
-45.
THIS PAGE LEFT BLANK INTENTIONALLY
r
City of Lubbock
P.Q. Box 2000
Lubbock, Texas 79457
806-767-2167
October 9, 1992
Wardroup & Associates
4408 Brownfield Drive
Attn: W.C. Wardroup
Lubbock, TX 79410
Office of
Purchasing
SUBJECT: Police Department Renovations @ Municipal Square Bldg.
The City of Lubbock, having considered the proposals submitted and
opened on the 23rd day of September, 1992, for work to be done and
materials to be furnished in and for:
` City of Lubbock Bid # 12181
Police Department Renovations
r" at Municipal Square Building
as set forth in detail in the Specifications, Plans, and Contract
r- Documents for such work for the City of Lubbock; it appearing that your
proposal is fair, equitable and to the best interest of said City,
please take notice that said proposal was accepted by the City Council
of the City of Lubbock on October 6, 1992, at the bid price contained
f therein, subject to the execution of and furnishing of all other
C; documents specified and required to be executed and furnished under the
contract documents. It will be necessary for you to execute and furnish
r` to the City of Lubbock all such documents within ten (10) days from your
receipt of this Notice.
PW The five percent (5%) bid security, submitted with your proposal,
will be returned upon the execution of such contract documents and bonds
within the above specified ten (10) day period. In the event you should
fail to execute and furnish such contract documents and bonds within the
7' time limit specified, said bid security will be retained by the City of
i; Lubbock.
CITY OF LUBBOCK
Gene Eads, C.P.M.
Purchasing Manager