Loading...
HomeMy WebLinkAboutResolution - 5612 - Contract - Lubbock Building Services Inc - Pump Station #4 Renovation - 08_28_1997Resolution No. 5612 Item #30 August 28, 1997 RESOLUTION 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, attached herewith, by and between the City of Lubbock and Lubbock Building Services, Inc., of Lubbock, Texas, to install and furnish all materials and services as bid for the Pump Station #4 Renovation, and any associated documents, which Contract 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 28th day of August , 1997. Im , 4, 4, �: 2 �-, WINDY SI TON, MAYOR ATTEST: 18's AL� - ay Darnell, City Secretary APPROVED AS TO CONTENT: Victor Kilman, Purchasin anager APPROVED AS TO FORM: lWald G. Va City Attorney da/txd=/bldgsrvs. res August 20, 1997 CITY OF LUBBOCK SPECIFICATIONS FOR PUMP STATION #4 RENOVATION BID #97176 m 0 r c 0 z z 0 Cn rn N a c co c H e+ N tD UP V CITY OF LUBBOCK Lubbock, Texas City of Lubbock P.O. Box 2000 Lubbock, Texas 7J457 606-767-2167 ADDENDUM #1 ITB #97176 Pump Station #4 Renovation MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: rrB #97176, Addendum #1 Office of Purchasing July 22, 1997 July 24, 1997 �,D 3:00 p.m. July 30, 1997 (,D 3:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the drawings, Sheet M1, Notes, make the following changes: Revise note 17 to read: Existing load center. Provide 12 pole space load center, 60A MCB r' adjacent to existing load center. Provide 12 pole spaces, 2-00A-2P and 2-20A-1P with 3-space only. Connect to existing panel with 346 THWN and 1-10 GND in 3W conduit at load side of mains. r 2. In the drawings, Sheet M1, make the following changes: A. All fan motors and damper operators shall be 208-1 PH. B. Connect EF-01 and damper operators to one 30A-2P C/B, and EF-02 and EF-03 to other 30A-2P; use 2410 and 1410 GND. C. Provide individual circuit protection at each motor. 3. Please submit your bid on the enclosed revised Bid Submittal Form, noting the addition of Alternate 4. The Close date has changed From: July 24, 1997 @ 3:00 p.m. To: July 30, 1997 @ 3:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 97178ad1.doc { ITB #97176, Addendum #1 Questions may be faxed to: or Email to: (806)767-2164 LRitchie@mail.ci.lubbocktx.us THANK YOU, 4tua `k�C.nctx� Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID 97176ad1.doc r PLACE: DATE: BID SUBMITTAL LUMP SUM BID CONTRACT r PROJECT NUMBER: BID #97176 - PUMP STATION #4 RENOVATION r Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a r having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the Intended work, and being familiar with all of the conditions surrounding the construction of the Intended project Including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications 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. BASE BID: Work of this contract Includes removal of exterior paint finishes, doors, windows, signage and canopy fascia; installation of new exterior doors, new c.m.u. and glass block fill in window openings, new canopy fascia, thin brick veneer over existing exterior walls, exterior repainting, and new interior ventilating system with associated fans, louvers and electrical work. MATERIALS: {$ ) SERVICES: ($ ) TOTAL BASE BID: ($; ) 7 4 rO k ALTERNATE #1: Eliminate paint removal at all areas of building. Install thin brick veneer where indicated on plans in accordance with TCA (rile Council of America) Method W201, which specifies that the veneer be applied on a portland cement mortar bed and scratch coat over 3.4 Ibs./sq. yd. galvanized expanded metal self -furring lath mechanically attached to the existing wall over a 4 mil polyethylene film membrane. In addition to brick shown on plans, Install brick veneer on entire east wall of building. Repeat brick patterns shown on other sides of building. Paint front, r' back and top of parapet coping. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE 01: ($ ) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown In words shall govern.) �- Bidder hereby agrees to commence 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 180 (ONE HUNDRED EIGHTY) 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 sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar r day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth In the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted In accordance with Instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days 7 after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the r- plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. r Bidders are required, whether or not a payment or performance bond Is required, to submit a cashier's check or certified check Issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total 7 amount of the bid submitted as a guarantee that bidder will enter Into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond In the sum of Dollars which it Is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid 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 said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. C`" Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his Inspection In accordance with the Notice to Bidders. r i r r- 4 r i r �— (Seal if Bidder is a Corporation) ATTEST: i Secretary r- PM r I I r { r r P" Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: Fax: { UST OF SUBCONTRACTORS Minority Owned Yes No 0 0 ❑ ❑ 0 0 ❑ ❑ 0 ❑ 0 0 0 0 ❑ ❑ ❑ ❑ o ❑ CITY OF LUBBOCK INVITATION TO BID FOR TITLE: PUMP STATION #4 RENOVATION ADDRESS: LUBBOCK, TEXAS BID NUMBER: 97176 PROJECT NUMBER: 9408.9226.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r` I INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE CONTRACT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 11. SPECIAL CONDITION r r r NOTICE TO BIDDERS W r NOTICE TO BIDDERS r- BID #97176 r. Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received In the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until :00 o'clock p.m. on the 24th da of July, 1997 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: "PUMP STATION #4 RENOVATION" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the �,.. Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the 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 14th day of August,1997. at the Municipal Building, 1625 13th Street, 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 in accordance with ,., Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be Issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. 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 bid 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 (f 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. There will be a pre -bid conference on 16th day of July, 1997, at 11:00 o'clock a.m., in the L04 - Purchasing Conference Room, 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 further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and r` payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 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 submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in r consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or If you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILM NaGl� PURCHASING MANAGER �p .. I Bid documents may be obtained upon request from the Pufc"hasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. b N r GENERAL INSTRUCTIONS TO BIDDERS r-� t 7 GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK 00 The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to r complete this project in accordance with contract documents for the PUMP STATION #4 RENOVATION. ` 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. r- All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the 1 construction of this project and shall be responsible for the satisfactory completion of all work contemplated by ` " said contract documents. 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 or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. } 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806)767-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 180 (ONE HUNDRED EIGHTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 submitted, the City may 6 direct the Contractor to take such action as the City deems necessary to insure completion of the project within �.. the time specified. 6. PAYMENT j,,, All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7. AFFIDAVITS OF BILLS PAID 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. 8. 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 protecting 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 provision. 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. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall fumish 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). 10. PLANS FOR THE CONTRACTOR The contractor will be furnished two sets of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all 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 reserves 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 intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. 12. 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 materials to be incorporated into the work without paying the tax at the time of purchase. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES �s 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 construction of the project contemplated by these contract documents. The City of Lubbock agrees that. it will furnish Contractor the location of all such underground lines and utilities of which It has knowledge. However, such fact shall not rt relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired Immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, 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 lights to protect it, and when damage Is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. 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 blasting. In addition, in all 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. F 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 r sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice. however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the 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. 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the F. 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 notice of cancellation or any material change Y411 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 subrogation. The Contractor r shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all l" 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 certificate of insurance specifying ! each and all coverage's shall be submitted prior to contract execution. u The insurance certificates furnished shall name the City as an additional insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular project shall be subcontracted will be accepted as an alternative. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor' 18. 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 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidders obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction 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 Owners 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 Owners 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. — 19. 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 cashable 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 deductions (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. i 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. 20. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 21. PREPARATION FOR BID The bidder shall submit his bid on forms fumished 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 Intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price i written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. if a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly J authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. l Each bid 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) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. a (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. 0 Insurance Certificates. 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 r a 1. incorporated by reference Into the aforementioned contract documents. r 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of ~' Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein In a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable Investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder Is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. -' 3. The character, Integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. EID SUBMITTAL BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: 1625 13th STREET, LUBBOCK, TX DATE: 7-30-97 r PROJECT NUMBER: BID 997176 - PUMP STATION #4 RENOVATION I Bid of LUBBOCK BUILDING SERVICES, INC. (hereinafter called Bidder) FTo the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) 7 Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a PUMP STATION #4 RENOVATION having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, j� within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the ll work required under the contract documents. BASE BID: Work of this contract includes removal of exterior paint finishes, doors, windows, signage and canopy fascia; Installation of new exterior doors, new c.m.u. and glass block fill in window openings, new canopy fascia, thin brick veneer over existing exterior walls, exterior repainting, and new interior ventilating system with associated fans, louvers and electrical work. r- Hsi (YR N�� c?�J l MATERIALS: . Y� r a✓� �� r��k (S �O, (lly l SERVICES: TOTAL BASE BID: a'"��`+ �"Gs?' 7:0 rc '!Gj �,l/wf `; c/ 46z�, I Tii Iv-C I I ALTERNATE 01: Eliminate paint removal at all areas of building. Install thin brick veneer where indicated on plans in accordance with TCA (Tile Council of America) Method W201, which specifies that the bC JG veneer be applied on a portland cement mortar bed and scratch coat over 3.4 lbs./sq. yd. galvanized expanded metal self -furring lath mechanically attached to the existing wall over a 4 mil polyethylene film membrane. in addition to brick shown on plans, install brick veneer on entire east wall of building. Repeat brick patterns shown on other sides of building. Paint front, back and top of parapet coping. MATERIALS: S 00 • cot 1 rSERVICES: ($.4� TOTAL ALTERNATE #1: La ($ d.,cr) (Amount shall be shown In both words and numerals. In case of discrepancy, the amount shown in words shall govem.) �. Bidder hereby agrees to commence 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 180 (ONE HUNDRED EIGHM 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 sum of $500.00 (FIVE HUNDRED DOLLARSI for each consecutive calendar r day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with i instruction number 21 of the General Instructions to Bidders. �. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality In the � bidding. a The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the !� plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified In the written notice to proceed, and to substantially complete the work on which he has bid; as provided In the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock,.or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter Into a contract and execute all necessary bonds (if 4 required) within (ten) 10 days after notice of award of the contract to him. 7Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond In the sum of Dollars which it Is agreed shall be collected and retained by the Owner as4iquidated damages in the event the bid is accepted by r„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 said bid; otherwise, said check E or bond shall be returned to the undersigned upon demand. r Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. I r r r (Seal if Bidder is a Corporation) r ATTEST: D Secretary F 7 7 ;RRYY.' SMITH nted or Typed Name) LUBBOCK BUILDING SERVICES,INC. Company 5121 69th, Ste. B-1 ALJ% OCK LUBBOCK zit County 79424 State Zip Code Telephone: 806 _ 798-7005 Fax: 806 -,798-8256 CHATHAM REINSURANCE CORPORATION BID BOND BOND NO. CR38315 KNOW ALL MEN BY THESE PRESENTS: THAT LUBBOCK BUILDING SERVICES, INC., 5121 69TH STREET, STE. B-1, LUBBOCK, TEXAS 79424 as Principal, and CHATHAM REINSURANCE CORPORATION, as Surety, are held and firmly bound unto CITY OF LUBBOCK, 1625 13TH, ROOM L-04, LUBBOCK, TEXAS 79401, as Obligee, in the full and just sum of FIVE (5%) PERCENT OF THE AMOUNT BID lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for PUMP STATION #4 RENOVATION, PROJECT NO.97-176. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered this 14TH day of JULY, 1997. CC jAT,M REINSU NCE C PO TION Lay �(�/✓j . SEAL) W. T. RAGSDALE, ATTORNEYdN.FACT r j I r I r r r• r- CHATHAM REINSURANCE CORPORATION POWER OF ATTORNEY Bond No. CR38315 KNOW ALL MEN BY THESE PRESENTS: That Chatham Reinsurance Corporation, a corporation of the State of California does hereby appoint: John W. Schuler, W. T. Ragsdale, Lanny Land as its true and lawful Attorneys - in -Fact, each individually if there be more than one name; to make, execute, sign, acknowledge, affix the Company Seal to, deliver any and all surety bonds, undertakings, recognizance's, and other contracts of indemnity and writings obligatory in the nature of a bond, for and on behalf of said Corporation and as an act and deed of said Corporation. IN WITNESS WHEREOF, Chatham Reinsurance Corporation of the State of California has executed these presents to be signed by its President, and its corporate seal to be hereto affixed on this 17th day of January . 1997. Chatham Reinsurance Corporation J Wallis, President STATE OF NEW JERSEY ) ) SS. COUNTY OF MORRIS ) On this 17th day of January, 1997, came before me, Jeremy R. Wallis, the above named officer of Chatham Reinsurance Corporation, located in Florham Park, New Jersey, to me personally known to be the individual and officer described herein, and acknowledge that he executed the foregoing instrument and affixed the seal of said Corporation thereto by authority of this office. �. KAREN HOADAN NQZ4VPUK CS=Fsf tw. WS" wcomwo"M nuauYr ».'oo� Kar4n Hordan, Notary Public My Commission Expires August 11, 2001 I, Christopher T. Suarez, Secretary of Chatham Reinsurance Corporation, located in Florham Park, New Jersey, do hereby certify that the above and foregoing to be a true and correct copy of a Power of Attorney executed by said Chatham Reinsurance Corporation, located in Florham Park, New Jersey, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seal of said Corporation this 14TH day of JULY , 1997 . Christopher F. Suarez, Semetary k 7 CHATHAM REINSURANCE CORPORATION IMPORTANT NOTICE To obtain information or make a complaint: You may contact John Schuler, Attomey-In-Fact, whose direct dial number is 512-444-7776. You may also fax us information at 512-445-2663. You may also write to Time Insurance Agency, Inc.: 1507 South I1-1-35, Austin, Texas 78741. r You may contact the Texas Department of Insurance to obtain information on r., 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 CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact 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 of condition of the attached document. r PAYMENT BOND BOND CHECK BEST RATING LICENSED IN TEXAS DATEa BY r BOND NO.CR38393 F STATUTORY PAYMENT BOND PURSUANT 1.0 SECTiON 2255,021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACT$ f 10RE THAN $25,000; LUBBOCK BUILDING KNOW A141 MEN BY THESE PRESENTS, that SERVICES, INC. _ (hereinafter C:3ilE+d tt!e Principal(S), as Fllprincipal{y, j, and CHATHAM REINSURANCE CORPORATION �I (hereinafter called the Sure% h afi&g�g,'Y filAgrwu r f t y of Lubber* (hereinafter called the 11 ODti ee , n the amount of nu Fn FnRTY�TH]3EE A�tD . DiD �� �� 3 ,� Y g ? t �1. DR � a h +rvfui money of the ` United S14tes for the payment whereof, the said Principal and Surety bind themselves, and their heirs, ad:ninisaratom, executors, successcws And assigns, jointly and severally, firmly by these presents. VMEREAS, the Principal has entered into a certain written contract wilt) ine obligee, dated tl08TH day of SEPTEMBER ,1g97 to PUMP STATION #4 RENOVATIONS, CONTRACT_ # 97176 and said Principat under tine law is required t-41'ore commencing the wcrk provided for in said contract to exec,11te a bond t ; in the arnount of said contract which contract is hereby referred to and made a part hereof a_, holly and to the aama extent as if cop -led at length herein. r F NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, trial if the said Principal shall pay all claimants supplying tabor and material to him or a subcontractor in the prosecution of the work provided for in said Contra.:!, teen, this obligation shall be void; otherwise to remain;A full force any, e:tcct; I PROVIDED. HOWEVER, that this band is ex"uted pursuant to the provisions of Sectuon 2-253.021(a) of the Texas Government Code, and all liabilities oa this Mond shall be determined in accordance with the provisions of Said Article to the same extent as if it were copied at ter+gth herein. It`d WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument tail, 3RD day of SEPTEMBER 19 97 CHATHAM REINSURANCE CORPORATION Surety y IRGSDALE (Title)W:T. ATTORNEY —IN —FACT LUBBOCA BUILDING SERVICES, INC 7�.,1 (Title) {Title) Sy. t?itit) The im.dersigned s•; re;y conspany represents Ihrat it is (Uiy gUaiified to do bus-i ;use, in Texas, an r d grates DUB GOODWIN a" a prtt r.; Lubbock he. eu! �O sident in ubbok Ccurzty'e; wttofn a -, (equis to r;o ices may be delivered and on wtic;j•. Of prci.RSs may be himl in, malte s arising cut or r,uch siuretysh p. ll; CHATHAM REINSURANCE CORPORATION {•i iIIC j _ — � �,voved 25to fair: W.T. SDALE ATTOR Y—IN y 0 bO-k i A tome L' by ai' Surety Co there r: 6 ,:sr;t�: If $; {'r i �;f"Cer ; f traB C ^ eiiilliy t(:r' : tiSt IiF aii lair,'; ¢ Ci'r flli+a; ► Xii:i! t '�i�t c rt the t that this person has auth:.nt to sign i^; � t � %" y +j Si:Cri Gtit , l.iOf. i! $1:d(;!?fj by an i`,t:'.rCif;y I11 L•�:;,', r,'s? rr:�„sr naVt; :;+3p'r Cii (;L r (;r 71 cmey for our fiIrss ewe Il A 7 CHATHAM REINSURANCE CORPORATION POWER OF ATTORNEY l l' Bond No. CR38393 1,1KNOW ALL MEN BY THESE PRESENTS: That Chatham Reinsurance Corporation, a corporation of the State of California does hereby appoint: John W. Schuler, W. T. Ragsdale, Lanny Land as its true and lawful Attorneys- n Fact, ,each individually if there be more than one name; to make, execute, sign, acknowledge, affix the Company Seal o, deliver any and all surety bonds, undertakings, recognizance's, and other contracts of indemnity and writings obligatory in the nature of a bond, for and on behalf of said Corporation and as an act and deed of said Corporation. 7 IN WITNESS WHEREOF, Chatham Reinsurance Corporation of the State of California has executed these presents to be signed by its President, and its corporate seal to be hereto affixed on s 17th day of January . 1997. 71-Chatham Reinsurance Corporation O �6 G�a "c �TATE OF NEW JERSEY ) ) SS. 17--OIINTY OF MORRIS ) J Wallis, President On this 17th day of January, 1997, came before me, Jeremy R. Wallis, the above named officer of Chatham einsurance Corporation, located in Florham Park, New Jersey, to me personally known to be the individual and officer t described herein, and acknowledge that he executed the foregoing instrument and affixed the seal of said Corporation thereto by authority of this office. 'j "r0 KI �' s Kar n Hordan, Notary Public I� T It. MM My Commission Expires August 11, 2001 I, Christopher T. Suarez, Secretary of Chatham Reinsurance Corporation, located in Florham Park, New Jersey, do hereby certify that the above and foregoing to be a true and correct copy of a Power of Attorney executed by said 7 tham Reinsurance Corporation, located in Florham Park, New Jersey, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seal of said Corporation 71, s 3rd day of September '1997. ,nn,ur,rr r 01;�Cow " 8b'� o= Christopher F. Suarez, S tary CHATHAM REINSURANCE CORPORATION 7 IMPORTANT NOTICE To obtain information or make a complaint: You may contact John Schuler, Attomey-In-Fact, whose direct dial number is 512-444-7776. You may also fax us information at 512-445-2663. You may also write to Time Insurance Agency, Inc.: 1507 South I1-1-35, Austin, Texas 78741. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: l 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 CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact 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 of condition of the attached document. r r PERFORMANCE BOND BOND CHECK BEST RATING? UCENS� IN TEXAS DATE BY,,� BOND NO.CR38393 S T ATUTOFY PERFORMANCE BOND PURSUANT TO GrECTiON 2253.021(a) OF THE TEXAS GOVERNMENT CODS: (CONTRACTS MORE THAN 3100,00U) LUBBOCK BUILDING t j KNOW ALL MEN EY -THESE PRESE;�T5, ihatSERVICES, (l;Ngtaiter called the Principal(s), as Prfrrlpal(s), grd CHATHAM REINSURANCE CORPORATION r (h2ieinsfter:c.ailerl the Suur i t• pl ck (hereinafter (;atlad tie Obligee), in the amount c�T NfS j �fi �"#5ci b $ lawful money of the l United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators. l executors, gucressor, and assigns, jointly and severally, firmly by these presents. V'A4EREAS, the Pr,^cip=t has entered into a certain written contract with the Obligee, dalcd the 28T&y of SEPTEMBER ,1a97to PUMP STATION #4 RENOVATIONS, CONTRACT # 9-176 6 and said principal under the law is required. before comrnencing the work provid4!d for in said v)ntract to execule a bond in the amount of said contract which contract is hereby referred to and made a part hereot as fully and tc the Barrie extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall i falftfully perform, the work in accordance with the plans• specifications and contract documents, there this obligation'* ,a/l be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is exeueled pursuant to the provisions of Section 2253.021(a) of the Texas Govemment Coee, and all liabilities on this bond shall be determined In accordance with the provisions of said !" article to thQ same extent as if it wire copied at length herein. day c( ISEPTEMBERrii-iEREOF4 he said Principal (s) and Surety (s) have signed amid scaled this instrument this 3RD r y -E 1997 4 CHATHAM REINSURANCE CORPORATION LUBBOCKnBUILDING SERVICES, IN -urety Prtr,ci, I ' By: V�/ (Titte' W . T . R SDALE ATTORN Y—IN—FACT By. (Title) Sy. (Title) F F i he undersigned surer cons an represents that it is dui ualified to do busi, Y !✓ Y y 4 ness in Texas, and hereby 4es DUB GOODWI1911 agent resident In Lubbock County to whom any requisite notices may be delivered and service of process may be had in matters arising out of such surety, -;hip. CHATHAM REINSURANCE CORPORATION Surety W.T. GSDALE d as to Fonn ATTOR Y-IN-FACT Lubbock t 1` if signed b� an officer of the Surely Company, there must be on rile a certified extract from the by -lays showing s person has authority to sign such obligation if signed by an Attorney in Fact, we Waist have copy of powers' for our rites. 0 CERTIFICATE OF INSURANCE FOR ........... ..... tf$::::: •t:: • •::• >r':: •: i•:;{t: r i}:'•-: Hill. :'f• .:t :;::y;;;,,;? }:+..:t^sK:?.{ .f:t •f:f:': ifi;: { r..$'.:k':`.?;::r<• .. f.K..:. .:•::.::.: � � :;i •r- s... }:. #. ..•f..t}#•:..,}., .3. .:: .;#x..;;.:•,r{:L f.: .;,1.#:r•ts;:$•: 4r}fi {..• �t ....#::: r �? :t:•':i:.,`.#'C DATE (MM/DDIYY) r .:. v.:..:v.:...r:.:v.:.':>..:•:�1�+�!� v-:x:.FiW► �4 Z �� :...•..}s,�r�`....�:, .�. ..+,.�,:; }:•� . ..}....r t:Y:$::.:s..::•.%: ${: :.�%^Yhv:•:{v.?.ir:•Y.•......... r..... x. r$.::: r:: r:s:}rY::: i}.:i.}::.......:n.v.......:.:.........v... r..:........:.....:...... r.........t. r......:.. . •::'r,}:::... PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY .AND CONFERS NO RICIHTS UPON THE CERTIFICATE Butler -Carson Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4505 82nd St Suite #10 ALTER THE COVERAGE APF RDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Lubbock TX 79424.3200 COMPANY A MARYLANb INSURANCE CO. INSURED COMPANY LUBBOCK BUILDING SERVICES, INC. B TX. WORK. COMP. INS. FUND P. O. BOX 65600-194 COMPANY LUBBOCK TX 79464 C COMPANY D .:•.w;.i.•Y>..Yi•::s:.Y::•:;.:si••rir•i.;•::::��•::.;-::.}:::::::,::�:�:.::.i•::.i•:.•ii:.:;•r•:.r:.Y:.r:.Y:•.;:.i: :{fj::f{ff{'::f:i'•i:ff{;r:$: 2 { { Y } { h i} { C iix.:si:.: ::•rrt•;.•:.::.. .::3}•: .:. �. :r.{.}::.. h..�. :•:;•:;i.s: .t... ...tr::.:v: ;;:. .:..i:.:..: . ..::.,}:•: {•r::....: r... �•.r.:k.•.:�.h...:4:Y:{...:::••:{•:;•..:......:....:3.;:.:.{oY>;,{•:;�-:.G.i..........:..:$.: .$; •.>•:.;:}}::,:.;.: .::::. ; ... r:}:•.{:.:.x:.i:.i:.iiY. .ii:;t:..r:.i; .:ii::.: �::: r.ori::.r{{ti•i;•:{•r:s:� ��ii }5� •;>..::: x.{{v:;?;•.. .•... }.•.. r:. �.: ..�. }. .•. }}::•.:v: Q.r.•::::. .: }:<•}: ..'F.......... ifi;:fjf+.................. r. }.� Y'WW{{{{wV17 �:{: •.v;.. ..::.•x;??.:,#: YY; •Y: •:?•: �: .. •r::.: :. v:. Y. .. .�. .:,::v.: ::v. {v:;v: v•, .:v.:•:.s: :... ..i.{:}i.{...... n.nv:� ,{ ��.. r,%.,I71{... �..::. A::.:.v:: x: r:: rv:::•,{:#:.-.v:::}: }:... n... r....{.. $...:..:.. �. }...:. %.::....:...v.:i...s:.... n..... }.. r....?...:. }.:-.......Li?}:i;{{{? n }:i•:{•:: n... $...n.:. }.......: •: }.v::.v:; {:if{:�{:k..v: };•Y$:%r:6Y:•}:Y•YYY:{v: x::: x:::::.v: x::::::::::.v:::::::::: $Yi:•$:sr}i:{.Y: 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, DITI N ES. LIMITS H MAY HAVE 3EEN REDUCED BY PAID CLAIMS. EX 1 AN D co TYPE OF INSURANCE POLICY NUMBER POLCY EFFECTNE POLgY EXPSiA71DN LIMITS LTR DATE WMrDONY) DATE O MIDD" A GENERALLIABILRY ECA19959817 09/03/97 09/03/98 GENERAL AGGREGATE s 1,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMPIOP AGG S 1,000,000 ICLAIMS MADE OCCUR PERSONAL 8 ADV INJURY S 500,000 4 OWNERS 6 CONTRACTORS PROT EACH OCCURRENCE S 500,000 FIRE DAMAGE (Any one tire) S 50,000 MED EXP one rwn) S 5,000 A AUTOMOBILE LIABILITY WAA22761986 09/03/97 09/03/98 COMBINED SINGLE LIMIT $ 500,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS (Per meow np S PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S __. _. ... ..... ..... _.. . _. . ANY AUTO OTHER THAN AUTO ONLY: S S A EXCESS LIABILITY UBA82535254 09/03/97 09/03/98 EACH OCCURRENCE = 1,000,000 X UMBRELLA FORM AGGREGATE S 1,000,000 14 OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND WC STATU OTH- EMPLOYERS' LIABILITY —`-- -`--- .:..... T1044377A 09/29/97 09/29/98 EL EACH ACCIDENT s �100,000 II, THE PROPRIETOR/ NCB -EL DISEASE - POLICY LIMIT IS 500,000 PARTNERS�FJCECUTNE OFFICERS ARE: EXC L EL DISEASE - EA EMPLOYEE S 100,000 OTHER X OCP - CITY OF LUBBOCK BINDER 97-903-01 09/03/97, 09/03/98 500,000 ITEMS FfiTiron"!Insured PLWStation#4 Reova�tion � and Waiver of Subrogation apply to the Certificate Holder I City of Lubbock P. O. Box 2000 Lubbock TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 13E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAR SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AU11i0R® REPRESENTATIVE /) dONN S. CARSON (YIR_{hn ITEMS FfiTiron"!Insured PLWStation#4 Reova�tion � and Waiver of Subrogation apply to the Certificate Holder I City of Lubbock P. O. Box 2000 Lubbock TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 13E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAR SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AU11i0R® REPRESENTATIVE /) dONN S. CARSON (YIR_{hn LUBBOCKL:D 09/20/1997 12:06 8067988256 LUBBSvcs :., •,p�,q;� r clTY of Lbbbock INSURANCE REQUIREMENT APFIUAVIT To 8e Completed by Appropriate InsUrence Agent/Broker Prior to Award or Cbtilrabl I, the undersigned Agent/13roker, certify that the insurance Ne direments contained In this bid document have 3en reviewed by me with the below identified Contractor. If the below Identified Contractor Is awarded this mtract by the City of Lubbock, i will 6e able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certilicate to tine City meeting ail of the requirements defined In this /proposal. gent (Signature) JOHN S. CARSON Agent (Print) Fame of Agent/Dtoker: BUTLER-CARSON INSURANCE AGENCY dress of Agenl/Broker: 4505-82ND STREET, SUITE# iO !City/State/Zip: LUBBOCK, TX 79424 r jent/Broker Telephone Number: ( 806 ) 798-7979 Fate: 09/03/97 CONTRACTOR'S NAME: LUBBOCK. BUILDING . SERVICES y INC. (Print or Type ) CONTRACTOR'S ADDRESS: P..9: BOX 65600-194 . 7 LUBBOCK; TX 79464 NOTE To AGENT/BROKER this time requirement is not met, the City has the tight to reject this bid/proposal and award the ontract to another contractor. if you nave any gdastlons Mb6bbrnlrig these requirements, please 'contact Ilia Purchasing Manager for the Cily of L6660* 6k sl (8t?6)T6T-2165. r Cd #97176 - Pump Station #4 Renovation F PM CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (6) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (1 0) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; r- (n post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices ' shall be the following text provided by the commission on the sample notice, without any additional words or changes: PW REQUIRED WORKERS' COMPENSATION COVERAGE r, "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee." r "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or t.., to report an employer's failure to provide coverage." and k (8) contractually require each person with whom It contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include In all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor. (i) a certificate of coverage, prior to the other person beginning work on the project; and (H) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten)10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom It contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. o 4 i CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS CONTRACT, made and entered into this 28th day of August. 1997 by and between the City of Lubbock, F County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Lubbock Building Services. Inc. of the City of Lubbock. County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and In consideration of the payments and Contracts hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith Of any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain Improvements described as follows: BID #97176 - PUMP STATION #4 RENOVATION - $113,343.00 and all extra work in connection therewith, under the terms as stated in the contract documents 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 the Contract. 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 bid 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 have executed this Contract in Lubbock, Lubbock County, Texas in the year and day first above written. ATT ST: Secret APPRO D AS TO CONTENT: �^ Owner's Represe ative APPROVED AS F M: r EWLI' ity tome ATTEST: Corporate Secretary cl BAocKJrEx=EA) AYOR CONTRACTOR: LUB BUILDING SERVICES, INC. By: PRINTED NAME: 771 TITLE: /`C > < <✓c COMPLETE ADDRESS: Lubbock Building Services, Inc. 5121 69th, Ste. B-1 Lubbock,Texas 79424 GENERAL CONDITIONS OF THE CONTRACT pup GENERAL CONDITIONS OF THE CONTRACT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used In this contract, it shall be understood 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 LUBBOCK BUILDING SERVICES, INC. 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 as referring to, City of Lubbock, under whose supervision these contract documents, including plans and specifications, were prepared, and 13RUCE BLALACK. WATER PRODUCTION & TREATMENT SUPERINTENDENT, who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this Contract. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Contract, Statutory Bonds Of required), General Conditions of the Contract, Special Conditions of the Contract Of 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 Whenever the words "Directed," "Permitted," "Designated," "Required," "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 simllariy, the words "Approved" "Acceptable," "Satisfactory," or words of like Import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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 responsibility 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. 7. 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 mall to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all 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 documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, If required, fumish 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 recognized standards. All work shall be done and all materials furnished In strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" Is meant that the structure or project contemplated by the contract documents 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 two 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 documents. He will not be required to make exhaustive or continuous onsite 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 documents, but he will not be responsible for the Contractor's failure to perform the work In accordance with the Contract Documents. On the basis of his onsite 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. 13. LINES AND GRADES All lines and grades shall be fumished by the Owner's Representative whenever necessary for the commencement 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 Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative 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, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. r 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Contract 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 r. disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. j^ The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. 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 relative to the execution of the work or the interpretation of the contract, specifications and plans. 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 Contract, and to see that said j material is furnished and said work is done in accordance with the specifications therefore. The Contractor shaft furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the r proper inspection and examination of the work. The Contractor shall regard and obey the directions and Instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and Instructions are consistent with the obligations of this Contract and accompanying 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 i decision. 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 ail 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 Contractor 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 nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials 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 all other matters which in any way effect the work under this contract. No verbal Contract 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. r k 18. CHARACTER OF 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 disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it Is not otherwise specifically provided that Owner shall furnish 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 shall 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 observation, 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. 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 observation 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 ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, 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 or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's 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 by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 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 Representative, be uncovered for observation and testing at the Contractor's expense: The cost of all such inspections, tests and approvals shall be bome 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. 9 Neither observations by the Owner or Owners Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this Contract to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES 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 unsuitable 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 rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractors 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 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 basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase 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 under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material 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 Owners Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not C" covered by Contractors bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owners Representative r- when presented with a written work order signed by the Owners 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 PM Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work Is commenced, then the Contractor shall be paid the actual field cost of the work, plus i fifteen (15%) percent. r In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph I 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 Workers' Compensation and all i other insurances as may be required by law or ordinances or directed by the Owner or Owners Representative, or by them agreed to. Owners 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 Owners 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 matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery 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 shalt cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractors 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 Owners 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 Owners Representative 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 Owners Representative insists 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 arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, the 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 Owners Representative. If the Contractor finds any 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 Owners 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 bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT 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 quality of work with the rate of progress required under this contract, the Owner or Owners Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is Inadequate for securing the progress herein specified, 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 Workers' Compensation Insurance with an Insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' 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 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 F (" Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and Insurance carriers shall defend, indemnify 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 sustained 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 subcontractor 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 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 Contract, as well as any notice which may be given by the Owners or the Owners Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S 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 fumished to the City and written 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 subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such Insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall 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 certificate of insurance specifying each and all coverages shall be submitted within ten days after being notified of such award. The insurance certificates furnished shall name the City as an additional insured. A Worker's Compensation Coverage statement from the Contractor to the effect that no work on this particular project shall be subcontracted will be accepted as an alternative. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage r e Personal Injury Advertising Injury B. . Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $500.000.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000.00 Combined Single Limit, to include all owned and nonowned cars Including: Employers Nonownership Liability Hired and Nonowned 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 Installation The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") • A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" In 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements roll of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services r- on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and r» for one year thereafter. 7. The contractor shall notify the govemmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current r certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and — (g) contractually require each person with whom It contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes _ and payroll amounts, and that all coverage agreements will be filed with the appropriate Insurance carrier or, in the case of a self -insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading Information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage 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 bome by such certificate. — (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by such certificate. -- (5) A provision that the policy may be canceled only by mailing written notice to the named insured 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 policies shown on the certificate. m The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. r i (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (i) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; a (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; r- s (g) post a notice on each project site Informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current 7 coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be ro" the following text provided by the commission on the sample notice, without any additional words or changes: ,.. REQUIRED WORKERS' COMPENSA77ON COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This Includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive Information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and PM (h) contractually require each person with whom it contracts to provide services on a project, to: P- (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; — (i� provide a certificate of coverage to the contractor prior to that person beginning work on the project; —. (ill) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; — (v) obtain from each other person with whom it contracts, and provide to the contractor. (1) a certificate of coverage; prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (vii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with'a disability because of the disability of such Individual In regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES 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. If during the progress of the work, Contractor shall 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 shall remain i i unpaid, withhold from the unpaid portion of this contract, a sum 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 any party under this paragraph must be in writing. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal Contract with the Patentee 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 specified or required in these contract documents by Owner; provided, however, If choice of altemate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 32. LAWS AND ORDINANCES The Contractor shall 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, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner r may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. 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, shall not relieve the Contractor from his full obligations to the Owner, as provided by this Contract. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES r 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 r consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated is damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. rIt is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, 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. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and 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 accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; 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, schedules which shall show the order in which the Contractor intends 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 several parts. 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid 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, 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 extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. , HINDRANCE AND DELAYS In executing the contract, 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 incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge 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. 38. 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.specifrcally 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 bids offered 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 fumished on the project. 39. PROTECTION OF ADJOINING PROPERTY r• 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 Contract, 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 performance of this contract, but such Indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 40. 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 bid 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 Contract, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. 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 defective work. Contractor shall at anytime requested during the progress of the work furnish the Owner 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 contract. 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. 42. PARTIAL PAYMENTS r" On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application 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 partial 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 materials delivered on site of the work that are to be fabricated into the work. 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 amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this Contract. It is understood, however, that In case the whole work be near to completion, and 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 Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 7 43. 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 inspect the work and within said time, if the work be found to be completed or substantially completed In accordance 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. 44. 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 fumished under the terms of the Contract, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this Contract, provided he has fully performed his contractual obligations under the terms of this contract; 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 conditions Of any) of this contract or required in the specifications made a part of this contract. 45. 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 Contractor 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. 46. 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 date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. 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 shall be made for amounts withheld because of them. 7 48. 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 Owners Representative within fifteen (15) days after the Owners Representative has given any directions, order or instruction to which the Contractor desires to take exception. r. The Owners' Representative shalt 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 Owners Representative, any demand for arbitration shall be filed with the Owners Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owners 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 f bar to any claim by either party, except where noted otherwise in the contract documents. 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 Owners Representative, or If the Contractor fails to comply with the orders of r the Owners Representative, when such orders are consistent with this contract, this Contract, 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, equipment, tools, materials or supplies then on the job, but the same, together with any materials and 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 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. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided 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 manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and t.. supplies 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 Contract. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed 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, if the same had been �.., completed 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 newspaper having a general circulation In the County of location of the work, may let the contract for the completion 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 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 shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A r, 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. 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 and/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 Owner 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 machinery, 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 incorporated 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 Contractor at the prices stated in the attached bid, 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 Contractor 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 Contract, 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 Contract. 51. BONDS The successful bidder will be required to furnish a performance bond In accordance with Chapter 2253, Government Code, In the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Govemment Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. 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 further 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 conditions conflict with any of the general conditions contained In this contract, then in such event the special conditions shall control. 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 work, shall be sustained and bome by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR r.. Contractor is, and shall remain, an Independent contractor with full, complete and exclusive power and authority 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 observe 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 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 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. CURRENT WAGE DETERMINATIONS r., Resolution No. 51-'1 March 14, 1996 ' Item #19 RESOLUTION L 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 r- 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 i 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8, 1987; 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 ;i a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: 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. I PM Passed by the City Council this 14th ATTEST: Betty M. Jdhnson, City Secretary APPROVED AS TO CONTENT: -'-7)6w avlv� -- Mary AndrWws, Managing Director of Human Resources APPROVED AS TO FORM: afold Willard,"Assistant City Attorney H W : da/ccdoc s/pubworks. re s February 14, 1996 2 City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 I EXHEBll B Paving and Highway Construction Prevailing Wage Rates C : •►'2 Asphalt Heater man 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 I EXHMIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXIT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. r SPECIFICATIONS { 1, RENOVATIONS TO PUMP STATION NO. 4 r" LUBBOCK WATER UTILITIES e, LUBBOCK, TEXAS TECHNICAL SPECIFICATIONS Table of Contents DIVISION 1 - GENERAL REQUIREMENTS 01005 - Administrative Provisions 01031 - Alteration Project Procedures 01045 - Cutting and Patching 01100 - Alternates 01300 - Submittals 01400 - Quality Control 01500 - Construction Facilities and Temporary Controls r 01600 - Material and Equipment t 01700 - Contract Closeout DIVISION 2 - SITE WORK 02072 - Minor Demolition for Remodeling DIVISION 3 - CONCRETE 03732 - Concrete Repair DIVISION 4 - MASONRY 04001 - Masonry r, DIVISION 5 - METALS 05500 - Metal Fabrications k DIVISION 6 - WOOD AND PLASTICS 06100 - Rough Carpentry DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07465 - Preformed Metal Siding DIVISION 8 - DOORS AND WINDOWS 08110 - Standard Steel Doors �^ 08700 - Hardware ��V-D ARC Cry K. Rapy� 'Sim DIVISION 9 - FINISHES 09111-- Metal Stud Framing System Cr 09900 - Painting AP 65g2 PCO a•- ,q TE 0 F 1�,1- r Page 1 a f DIVISION 10 - SPECIALTIES Not Used DIVISION 11 - EQUIPMENT Not Used DIVISION 12 - FURNISHINGS Not Used r- DIVISION 13 - SPECIAL CONSTRUCTION Not Used DIVISION 14 - CONVEYING SYSTEMS Not Used DIVISION 15 - MECHANICAL AND PLUMBING 15010 - Basic Mechanical Requirements 15050 - Basic Mechanical Materials and Methods 15170 - Motors ` 15241 - Vibration Control 15853 - Power Ventilators r" 15855 - Diffusers, Registers and Grilles 15886 - Air Filters 15891 - Metal Ductwork 15985 - Sequence of Operation r^ DIVISION 16 - ELECTRICAL 7i 16010 - Basic Electrical Requirements 16050 - Basic Electrical Materials and Methods 16452 -'Grounding 16476 - Disconnects and Circuit Breakers 16481 - Motor Controllers r- Page 2 SECTION 01005 ADMINISTRATIVE PROVISIONS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Work covered by contract documents. B. Type of contract. C. Contractor Use of Premises. D. Owner Occupancy. E. Field Engineering. r' F. Reference Standards. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this contract involves construction at the City of Lubbock Pump Station No. 4, located at Municipal Drive and Interstate 27, Lubbock, Texas. B. Work of this contract includes removal of exterior paint finishes, doors, windows, signage and canopy fascia; installation of new exterior doors, new c.m.u. and glass block fill in window openings, new canopy fascia, thin brick veneer over existing exterior walls, exterior repainting, and new interior ventilating system with associated fans, louvers and electrical work. 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 Owner occupancy and use at all times. B. Access to Site: Limited to hours that the site entrance is maintained open by the Owner, unless specific arrangements are made with the Owner. C. 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. Provide written notice three days in advance of work to be performed after hours, on weekends or on holidays. D. Utility Outages and Shutdown: Contractor shall give minimum 48 hours notice to Owner prior to any necessary interruption of utility service. r.. 01005-1 1.05 OWNER OCCUPANCY A. Owner will conduct normal operations at the premises during the entire period of construction. B. Coordinate construction schedule and necessary interruptions with Owner prior to commencement of construction. 1.06 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. — C. Dimensions shown on drawings were taken from original building construction drawings, and are not guaranteed to accurately reflect actual existing conditions. Contractor shall be responsible for field verification of all exisitng dimensions, grades and elevations. 1.09 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 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 PART 3 EXECUTION NOT USED END OF SECTION 01005-2 7 SECTION 01031 i ALTERATION PROJECT PROCEDURES PART 1 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. i 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 ALTERATIONS CUTTING AND PROTECTION 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. 1. Cut finish surfaces such as masonry, tile, plaster or metals, by methods to terminate surfaces in a straight line at a natural point of division. r C. Perform cutting and patching as specified in Section 01045. D. Protect existing finishes, equipment, and adjacent work which is scheduled to remain, from damage. 1. Protect existing and new work from weather and extremes of temperature. a. Maintain existing interior work above 60 degrees F. b. Provide weather protection, waterproofing, heat and humidity control as needed to prevent damage to remaining r" existing work and to new work. �- 01031-1 A PART 2 PRODUCTS _ 2.01 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING A. 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 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. B. Protect existing:finishes, equipment and adjacent elements not scheduled for alteration. 3.02 DAMAGED SURFACES A. Patch or replace any portion of an existing finished surface which is found to be damaged, lifted or discolored. 1. Provide adequate support of substrate prior to patching the finish. 2. Refinish patched portions of painted or coated surfaces in a manner to product uniform color and texture over entire surface. 3. When existing surface finish cannot be matched, refinish -- entire surface to nearest intersections. 3.03 TRANSITION FROM EXISTING TO NEW WORK 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.1 `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. 3.04 CLEANING A. Perform periodic and final cleaning.as specified in Section 01700. 1. Clean Owner -occupied areas daily. 2. Clean spillage, overspray, and heavy collection of dust in Owner -occupied areas immediately. 01031-2 i r, B. At completion of work of each trade, clean area and make r' surfaces ready for work of successive trades. C. At completion of alterations work in each area, provide final r- cleaning and return space to a condition suitable for use by Owner. END OF SECTION 1 9 rPM w i r SECTION 01045 !^ CUTTING AND PATCHING a PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Requirements and limitations for cutting and patching of Work. 1.02 RELATED REQUIREMENTS A. Section 01031 - Alterations Project Procedures: Cutting and patching for alterations work. B. Section 01600 - Materials and Equipment: Substitutions. C. 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. 5. Provide openings in non-structural elements for penetrations of mechanical and electrical work. 1.04 _ SUBMITTALS r A. Submit written request in advance of cutting or alteration which affects: �^ 1. Structural integrity of any element of Project. I 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. r- 2. Location and description of affected work. j 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. 7. Written permission of affected separate contractor. 8. Date and time work will be executed. r PART 2 PRODUCTS r 01045-1 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 P"" L, SECTION 01100 ALTERNATES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Identification and description of Alternate work. 1.02 RELATED REQUIREMENTS A. Bid Documents: Quotation of cost of each Alternate. B. Owner -Contractor Agreement: Alternates accepted by Owner for incorporation into the Work. C. Sections of Specifications identified in each Alternate. 1.03 PROCEDURES A. Alternates will be exercised at the option of Owner. B. Coordinate related work and modify surrounding work as required to complete the Work, including changes under each Alternate, when acceptance is designated in Owner -Contractor Agreement. 1.04 ALTERNATE NO. 1: A. Eliminate paint removal at all areas of the building. B. Install thin brick veneer where indicated on plans in accordance with TCA (Tile Council of America) Method W201, which specifies that the veneer be applied on a portland cement mortar r bed and scratch coat over 3.4 lbs./sq. yd. galvanized expanded metal self -furring lath mechanically attached to the existing wall over a 4 mil polyethylene film membrane. In addition to brick shown on plans, install brick veneer on entire east wall of building. Repeat brick patterns shown on other sides of building. C. Paint front, back and top of parapet coping. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION r, 01100-1 SECTION 01300 SUBMITTALS 7 PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures. B. Schedule of Values. C. Shop Drawings. D. Product Data. E. Samples. F. Manufacturers' Certificates. G. Notification. 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 under AIA Form 810, Transmittal Letter, or Contractor's equivalent form. FC. Identify Project, Contractor, subcontractor, major supplier. D. Identify deviations from Contract Documents and product or system limitations which may be detrimental to successful performance of the completed Work. E. Provide space for Contractor and Architect/Engineer review stamps. F. Submit initial progress schedules and schedule of values in duplicate within 30 days after award of Contract. After review by Architect/Engineer revise and resubmit as required. Submit revised schedules with each Application for Payment, reflecting changes since previous submittal. G. Comply with progress schedule for submittals related to Work progress. Coordinate submittal of related items. H. After Architect/Engineer review of submittal, revise and resubmit as required, identifying changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. I 01300-1 1.03 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G7O3; 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. 1.04 SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Architect/Engineer. 1.05 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. 1.06 SAMPLES A. Submit full range of manufacturers' standard colors, textures, and patterns for Architect/Engineer's seleciton. Submit samples 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. C. Include identification on each Sample, giving full information. D. Submit the number specified in respective Specification section; one will be retained by Architect/Engineer. Reviewed •Samples which may be used in the Work are indicated in the Specification Section. 1.07 MANUFACTURERS' CERTIFICATES A. Submit certificates, in duplicate, in accordance with requirements of each Specification section. 1.08 COLOR SELECTIONS 01300-2 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. C. Sample list of items requiring color selection I. Paint 1.09 NOTIFICATION A. Submit written notification as required by 30 TAC Chapter 111, Regulation 1, Section 135 Control Requirements for Surfaces with Coatings Containing Lead to: Texas Natural Resource Conservation Commission Region 2, Air Program 4630 50th Street, Suite 600 Lubbock, Texas 79414-3509 B. Include the following information and provide a copy of the notification to the Owner's Representative: 1. The location of the building. 2. The name of the abrasive blasting company. 3. The weight percent of lead in the coating. 4. A detail -specific plan of the removal, transport, disposal and permanent storage of lead paint which conforms to all federal, state and local rules and regulations. 5. A detail -specific plan from the Certified Industrial Hygienist for the monitoring of the lead level. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 01300-3 i SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Quality control of products and workmanship.- B. Manufacturer's instructions. f- C. Manufacturer's field services. 1 D. Independent Testing Laboratory Services. E. Mockups. 1.02 RELATED REQUIREMENTS A. Section 01300 - Submittals: Field samples. B. Section 01600 - Material and Equipment: Product options. C. Individual Specifications Sections: Mockups required. 1.03 DESCRIPTION A. Maintain quality control over supervision, subcontractors, suppliers, manufacturers, products, services, workmanship, and site conditions, to produce Work in accordance with Contract Documents. 1.04 WORKMANSHIP A. Comply with industry standards of the region except when more restrictive tolerances or specified requirements indicate more r rigid standards or more precise workmanship. J 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. D. Provide finishes to match approved samples. 1.05 MANUFACTURER'S INSTRUCTIONS r•. A. When required in individual Specifications section, submit j manufacturer's printed instructions in quantity required for product data, for delivery, handling, storage, assembly, installation, startup, adjusting, balancing, and finishing, as Ir appropriate. B. Require compliance with instructions in full detail, including each step in sequence. 01400-1 C. Should instruction conflict with Contract Documents, request clarification from Architect/Engineer before proceeding. 1.06 MANUFACTURER'S CERTIFICATES A. When required in individual Specifications section, submit manufacturer's certificate, in duplicate, certifying that products meet or exceed specified requirements, executed by responsible officer. 1.07 MANUFACTURER'S FIELD SERVICES A. When required in individual Specifications section, have supplier provide qualified representative to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment test, adjust, and balance of equipment as applicable, and to make written report of observations and recommendations to Architect/Engineer. 1.08 TESTING LABORATORY SERVICES 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 the requirements of Specifications Section 01400'and the requirements of governing authorities and with specified standards. 1.09 MOCKUPS A. When required in individual Specifications section, install full-scale mockup of assembly at Project site at location acceptable to Architect/Engineer. B. Assemble and erect complete, with specified attachment and anchorage devices, flashings, seals, and finishes. C. Tests will be performed in accordance with Section 01400. D. Acceptable mockups in place may be retained in completed- Work. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION 01400-2 ,., SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL r, 1.01 REQUIREMENTS INCLUDED ` A. Electricity, Lighting. B. Heat, Ventilation. t C. Telephone Service. D. Water. E. Sanitary Facilities. F. Enclosures. G. Cleaning During Construction. H. Removal. I. Field Offices and Sheds. 1.02 RELATED REQUIREMENTS 4 {` A. Section 01005 Administrative Provisions: Summary of the work. j� 1 B. Section 01700 - Contract Closeout: Final Cleaning. 1.03 ELECTRICITY, LIGHTING A. Connect to existing service, provide branch wiring and distribution boxes located to allow service and lighting by means of construction -type power cords. B. Existing and permanent lighting may be used during construction. Maintain lighting and make routine repairs. 1.04 HEAT VENTILATION roll A. Provide as required to maintain specified conditions for construction operations, to protect materials and finishes from damage due to temperture 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 telephone service to field office. 1.06 WATER ar E 01500-1 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 ENCLOSURES A. Provide containment of building as required by regulating authorities for operations involving removal of lead -based paint. Refer to Specification Section 09910. B. Provide temporary weather -tight closures.of openings in exterior surfaces to provide acceptable working conditions and protection for materials, to allow for temporary heating, and to prevent entry of unauthorized persons. Provide doors with self - closing hardware and locks. 1.09 CLEANING DURING CONSTRUCTION A. Control accumulation of waste materials and rubbish; periodically dispose of off -site. B. Clean interior areas prior to start of finish work, maintain areas free of dust .and other contaminants during finishing operations. 1.10 REMOVAL A. Remove temporary materials, equipment, services and -- construction prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary facilities. Remove underground installations to a depth of 2 feet; grade site as indicated. Restore existing facilities used during construction to specified, or'to original condition. -- 1.11 FIELD OFFICES AND SHEDS A.'Office: Weather -tight, with lighting, electrical outlets, heating, cooling, and ventilating equipment, and equipped with furniture. B. Storage Sheds for Tools, Materials, and Equipment: Weather - tight, with heat and ventilation for Products requiring controlled conditions, with adequate space for organized storage and access, and lighting for inspection of stored materials. PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION 01500-2 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Workmanship. C. Manufacturers' Instructions. D. Transportation and Handling. E. Storage and Protection. F. Substitutions and Product Options. 1.02 PRODUCTS A. 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 r° specification section shall be the same, and shall be t interchangeable. C-, D. Do not use materials and equipment removed from existing structure, except as specifically required, or allowed, by contract documents. r. 1.03 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. �- B. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. r' 1.04 MANUFACTURERS' INSTRUCTIONS 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. 1.05 TRANSPORTATION AND HANDLING r: 01600-1 A. Transport products by methods to avoid 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. 1.06 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 in a well - drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure 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: 1.07 PRODUCT OPTIONS A. Within 30 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 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. 1.08 SUBSTITUTIONS A. Only within 30 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. 01600-2 7 r 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 meets 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 may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. 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. 1.09 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: r1. Use special care in removal, handling, storage and r 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 EXECUTION Not Used END OF SECTION r 01600-3 r ro ' SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Closeout Procedures. B. Final Cleaning. C. Project Record Documents. r. D. Operation and Maintenance Data. ' E. Systems Demonstration. F. Warranties and Bonds. 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. C. Section 09910 - Removal and Disposal of Lead Paint 1.03 CLOSEOUT PROCEDURES r A. Comply with requirements of Specification Section 09910 for special closeout procedures concerning paint removal operations. r B. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Substantial Completion. C. 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 Architect/Engineer's inspection. D. 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. E. Architect/Engineer will issue a final change order reflecting approved adjustments to Contract Sum not previously made by Change Order. F. Owner will occupy designated portion of Project for the purpose of installation of equipment, under provision stated in r- Certificate of Substantial Completion. r 01700-1 1.04 FINAL CLEANING A. Execute prior to final inspection. B. Clean interior and exterior surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent glossy surfaces. Clean equipment and fixtures to a sanitary condition, clean or replace filters or mechanical equipment. C. Clean site; sweep paved areas, rake clean other surfaces. 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. Provide data for: 1. Mechanical equipment and controls - Division 15.. 2. Electrical equipment and controls - Division 16. B. Submit two sets prior to final inspection, bound in 8-1/2 x 11 inch three-ring side binders with durable plastic covers. C. Part 1: Directory, listing names, addresses, and telephone numbers of: Architect/Engineer and Contractor. D. Part 2: Operation and maintenance instructions, arranged by Specification division. For each Specification -division, give names, addresses, and telephone numbers of subcontractors and r. 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 SYSTEMS.DEMONSTRATION A. Prior to final inspection, demonstrate operation of each system to Architect/Engineer and Owner. 01700-2 r B. Instruct Owner's personnel in operation, adjustment and maintenance of equipment and systems, using the operation and maintenance data as the basis of instruction. 1.08 WARRANTIES AND BONDS A. Provide duplicate, notarized copies. Execute Contractor's submittals and assembly documents executed by subcontractors, supplies, 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 01700-3 f rr SECTION 02072 MINOR DEMOLITION FOR REMODELING PART 1 GENERAL 1.01 WORK INCLUDED A. Remove designated building components and fixtures. B. Cap and identify utilities. 1.02 RELATED WORK { A. Section 01005 - Administrative Provisions: Work Sequence. B. Section 01500 - Construction Facilities and Temporary Controls: Temporary enclosures. C. Section 01500 - Construction Facilities and Temporary r` Controls: Cleaning during construction. 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. C. Provide enclosures to protect existing equipment from contamination and damage by dust and debris from demolition activities. PART 2 PRODUCTS - Not Used PART 3 EXECUTION 3.01 PREPARATION A. Erect and maintain weatherproof closures for exterior openings as specified in Section 01500. r?, B. Erect and maintain temporary partitions to prevent spread of r dust, fumes, noise, and smoke to provide for occupancy and operation of facility as specified in Section 01005. ,., C. Protect existing items which are not indicated to be altered. D. Disconnect, remove, and cap utility services serving building elements to be removed within demolition areas. i r 02072-1 E. 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. Remove and promptly dispose of contaminated, vermin infested, or dangerous materials encountered. D. Do not burn or bury materials on site. E. Remove demolished materials from site as work progresses. Upon completion of work, leave areas of work in clean condition. END OF SECTION 02072-2 r 1, SECTION 03732 CONCRETE REPAIR PART 1 GENERAL 1.01 WORK INCLUDED S A. Preparation of concrete and application of repair materials. B. Restoration of concrete surfaces. 1.02 RELATED SECTIONS • A. Section 04001 - Masonry 1.03 SUBMITTALS FOR REVIEW A. Product Data: Indicate product standards, physical and chemical characteristics, technical specifications, limitations and general recommendations regarding each material. 1 PART 2 PRODUCTS r 2.01 MANUFACTURERS A. Thoro System Products B. Substitutions: In accordance with Section 01600. f' 2.02 MATERIALS A. Thoro System Thorite PART 3 EXECUTION ^ 3.01 PREPARATION A. Remove areas of loose concrete and rust on any exposed steel rods by sand or waterblasting, chipping or wire brushing. B. Blow clean with air or clean with water before patching. C. Protect exposed reinforcing rods by applying patching material by brush over rods. D. Where not adequately supported underneath, use reinforcing pins anchored in concrete substrate. 3.02 APPLICATION A. Apply patching material in thin layers with a trowel, forcing material into the rough surface or the repair area. r 03732-1 i B. Build up patching material in layers. Scratch each layer for mechanical bond. C. Apply succeeding layers to material which has reached initial set. Build thickness as rapidly as possible as long as material is not slumping or sagging. D. Build from edges of the patch to the center. Extend the patch past the original plane of the surface. E. Once patching material has hardened to the touch, shave the patched area level to the surrounding area. Follow this with a -' damp sponge or float to blend the patch into the surrounding area. END OF SECTION 03732-2 1' SECTION 04001 MASONRY I' PART 1 GENERAL 1.01 WORK INCLUDED f' A. Concrete unit masonry. 7 B. Glass unit masonry. I{ C. Veneer face brick. I D. Mortar for masonry E. Expansion and crack control joints in masonry. 1.02 QUALITY ASSURANCE A. Perform masonry work in accordance with requirements of ANSI i A41.1 unless indicated otherwise herein. 1„ B. Perform mortar work in accordance with requirements of ASTM C476 unless indicated otherwise herein. 1.03 REFERENCE STANDARDS A. ASTM C9O - Hollow Load Bearing Concrete Masonry Units. �. B. ASTM C216 - Facing Brick. C. ASTM C150 - Portland Cement. D. ASTM C207 - Hydrated Lime for Masonry purposes. E. ASTM C144 - Aggregate for Masonry Mortar. -poll F. ASTM C270 Mortar for Unit Masonry. G. ANSI A118.1 - Dry -Set Portland Cement Mortar. ° H. ANSI A118.6 - Ceramic Tile Grouts. I. ANSI A108.5 - Ceramic Tile Installed with Dry -Set Portland ' Cement Mortar �* J. ANSI A108.10 - Installation of Grout in Tilework 1 K. TCI W202 - Tile Council of America Installation Method for Exterior Walls 10 04001-1 1.04 SUBMITTALS A. Samples: Submit four samples of veneer face brick to illustrate color, texture and extremes of color range. B. Samples: Submit two samples of glass units to illustrate size variations, color and face pattern. C. Submit data and samples of colored mortar for approval. D. Manufacturer's Certificate: exceed specified requirements. 1.05 ENVIRONMENTAL REQUIREMENTS Certify that products meet or A. Maintain materials and surrounding air temperature to minimum 50 deg. F. prior to, during and 48 hours after completion of masonry work. B. During freezing or near freezing weather, provide adequate equipment or cover to maintain a minimum temperature of 50 deg. F. and to protect masonry work completed or in progress. Conform to all other requirements stated in Division'1. 1.06 PROTECTION A. Maintain protective boards at exposed external corners which may be damaged by construction activities. Provide such protection without damaging completed work. B. Keep control joint voids clear of mortar. PART 2 PRODUCTS 2.01 MASONRY A. Concrete Unit Masonry: ASTM C90 Hollow Core, grade N, type I; nominal 16" x 8" x 4" thick; light weight. B. Glass Unit Masonry: nominal 8" x 8" x 4" thick partially evacuated hollow units made of clear colorless glass. Pittsburgh Corning Corporation PC GlassBlock, Essex AA Pattern, or approved equal. C. Veneer Face Brick: ASTM 216, Grade SW, Type FBS; nominal size 1/2" x 2.6" x 8" field brick, 1/2" x 4" x 2.6" x 8" corner brick. Summit Brick & Tile Profile and Profile Corner thin brick, color nos. 853 and 751C, or approved equal. 2.02 MORTAR MATERIALS A. Portland Cement: ASTM C150 for general use. B. Hydrated Lime: ASTM C207 Type S. 04001-2 .ti .I r C. Aggregates: Standard masonry type, ASTM C144. D. Waterproofer: Sonneborn Building Products Hydrocide Powder or equal. E. Water: clean and free from injurious amounts of oil, alkali, organic matter or other deleterious material. F. Mortar Color: Mineral oxide pigment; color as selected; manufactured by SGS, Inc., or approved equal G. Dry -Set Mortar for thin brick veneer: ANSI A118.1. H. Dry -Set Grout for thin brick veneer: ANSI A118.6 2.03 REINFORCEMENT AND ANCHORAGES A. Single Wythe Wall Horizontal Reinforcing: truss type; galvanized steel construction; no. 9 gage side cross rods, ladder design joint reinforcement manufactured by Dur-O-Wal. B. Strap Anchors: 20 gage mill galvanized corrugated steel tie, 7" long x 7/8" wide; Heckmann No. 260 or equal. 2.04 ACCESSORIES A. Expansion Strips: fibrous glass or polyethylene foam, 3/8" thick. B. Backer Rod: closed cell polyethylene foam; Sonneborn Sonofoam Backer -Rod, or approved equal. C. Joint Sealant: one component urethane, non -sag, colorfast sealant; Sonneborn Sonolastic NP I, or approved equal. D. Asphalt Emulsion: Karnak Chemical Corporation, Karnak 100, or approved equal. 2.07 MORTAR MIX A. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for immediate use. B. Add mortar color in accordance with manufacturer's recommendations. Ensure uniformity of mix and coloration. C. Do not use anti -freeze compounds to lower the freezing point of mortar. D. 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. PART 3 EXECUTION 04001-3 3.01 PREPARATION A. Ensure concrete substrate surfaces are free of all paint, coatings, oil and wax. B. Ensure all cracks, depressions, voids and spalling on existing concrete substrate have been properly patched and/or repaired. , C. Establish lines, levels and coursing. Protect from disturbances. 3.02 WORKMANSHIP AND INSTALLATION A. Install strap anchors 16" o.c. maximum at head and jambs of existing window openings. B. Cover sill area of windows with a heavy coat of asphalt emulsion. Allow asphalt emulsion to dry at least.two hours before placing mortar. C. Adhere expansion strips to head and jambs. D. Place unit masonry in accordance with lines and levels indicated on drawings. E. Install glass masonry units in accordance with manufacturer's recommendations. F. Install horizontal reinforcing in unit masonry at 16" o.c. horizontally. G. Isolate unit masonry partitions from existing structure with a sealed expansion joint. H. Install thin brick veneer masonry in accordance with TCI Method No. W202, ANSI A108.5 and ANSI A108.10 I. Install backer rod and sealant at all control joints on existing walls. J. Buttering corners of joints, deep or excessive furrowing of mortar joints is not permitted. K. Do not shift or tap masonry after mortar has taken -initial set. Where adjustment'must be made, remove mortar and replace. L. Perform jobsite cutting of masonry with proper power tools to provide straight and true, unchipped edges. M. 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. N. Remove excess mortar and projections. Take care to prevent breaking masonry corners. 04001-4 r. 0. Lay concrete block in running bond unless noted otherwise. Course 1 block unit and 1 mortar joint to equal 8 inches. Form concave mortar joints. tr' P. Lay brick venner in bond patterns indicated on drawings. Form concave mortar joints. 1F.. 3.03 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. 3.04 CLEANING A. Remove excess mortar and smears upon completion of masonry work. B. Point or replace defective mortar. Match adjacent work. C. Clean soiled surfaces using a non -acidic solution which will not harm masonry or adjacent materials. Consult masonry manufacturer for acceptable cleaners. Use nonmetallic tools in cleaning operations. END OF SECTION i 04001-5 r ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 SECTION 05500 - METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. r 1.2 SUMMARY A. This Section includes the following metal fabrications: 1. Miscellaneous steel trim, including the following: a. Edgings. i l B. Related Sections: The following Sections contain requirements that relate to this Section: I. 1. Division 5 Section "Gratings" for metal gratings. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data for nonslip aggregates and nonslip aggregate surface finishes, prefabricated building columns, cast nosings, treads and thresholds, steel floor plate, paint products, and grout. C. Shop drawings detailing fabrication and erection of each metal fabrication indicated. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other Sections. D. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the "Quality Assurance" Article. �.. E. Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include a list of completed projects with project name, addresses, names of architects and owners, and other information specified. 1.4 QUALITY ASSURANCE r— A. Fabricator Qualifications: Firm experienced in producing metal fabrications similar to those indicated for this Project with a record of successful in-service performance, and with sufficient production capacity to produce required units without delaying the Work. f I 4 METAL FABRICATIONS 05500 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 B. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code -- Steel," AWS D1.2 "Structural Welding Code —Aluminum," and AWS D1.3 "Structural Welding Code — Sheet Steel." 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.5 PROJECT CONDITIONS A. Field Measurements: Check actual locations .of walls and other construction to which metal fabrications must fit by accurate field measurements before fabrication. Show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Where field measurements cannot be made without delaying the Work, guarantee dimensions and proceed with fabricating products without field measurements. Coordinate construction to A ensure that actual dimensions correspond to guaranteed dimensions. Allow for trimming and fitting. PART 2 - PRODUCTS 2.1 FERROUS METALS A. Metal Surfaces, General: For metal fabrications exposed to view in the completed Work, provide materials selected for their surface flatness, smoothness, and freedom from surface blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. B. Steel Plates, Shapes, and Bars: ASTM A 36. a. For exterior installations and where indicated, provide tubing with hot -dip galvanized _ coating per ASTM A 53. C. Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to be welded. 2.2 PAINT A. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in galvanized steel, With dry film containing not less than 94 percent zinc dust by weight, and complying with DOD-P- 21035 or SSPC-Paint 20. 2.3 FASTENERS A. General: Provide plated fasteners complying with ASTM B 633, Class FelZn 25 for electrodeposited zinc coating, for exterior use or where built into exterior walls. Select fasteners for the type, grade, and class required. B. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry and METAL FABRICATIONS 05500 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 1. Material: Carbon steel components zinc -plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Group 1 alloy 304 or 316 stainless -steel bolts and nuts complying with ASTM F 593 and ASTM F 594. 2.4 GROUT A. Nonshrink, Metallic Grout: Factory -packaged, ferrous -aggregate grout complying with ASTM C 1107, specifically recommended by manufacturer for heavy-duty loading applications. B. Available Products: Subject to compliance with requirements, products that may be incorporated in the Work include, but are not limited to, the following: 1. Nonshrink, Metallic Grouts: a. Supreme Plus; Cormix Construction Chemicals. b. Hi Mod Grout; Euclid Chemical Co. C. Embeco 885 and 636; Master Builders Technologies, Inc. d. Ferrolith G Redi-Mix and G-NC; Sonnebom Building Products—ChemRex, Inc. ri e. Met-ox; The Spray -Cure Company. 2.5 FABRICATION, GENERAL A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than that needed to comply with performance requirements indicated. Work to dimensions indicated or accepted on shop drawings, using proven details of fabrication and support. Use type of materials indicated or specified for various components of each metal fabrication. B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. C. Allow for thermal movement resulting from the following maximum change (range) in ambient temperature in the design, fabrication, and installation of installed metal assemblies to prevent buckling, opening up of joints, and overstressing of welds and fasteners. Base design calculations on actual surface temperatures of metals due to both solar heat gain and nighttime sky heat loss. 1. Temperature Change (Range): 100 deg F. r.. D. Shear and punch metals cleanly and accurately. Remove burrs. E. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent - metal comers to smallest radius possible without causing grain separation or otherwise impairing work. F. Remove sharp or rough areas on exposed traffic surfaces. P G. Weld comers and seams continuously to comply with the following: r. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. ?^' METAL FABRICATIONS 05500 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing, and contour of welded surface matches those adjacent. H. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat -head (countersunk) screws or bolts. Locate joints where least conspicuous. I. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. J. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. K. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. L. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. 2.6 ROUGH HARDWARE A. Furnish bent, or otherwise custom -fabricated, bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware items are specified in Division 6 Sections. B. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for heads — and nuts that bear on wood structural connections, and furnish steel washers elsewhere. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports for applications indicated that are not a part of structural steel framework as required to complete the Work. B. Fabricate units to sizes, shapes, and profiles indicated and required to receive other adjacent construction retained by framing and supports. Fabricate from structural steel shapes, plates, and steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units to receive hardware, hangers, and similar items. C. Galvanize miscellaneous framing and supports in the following locations: 1. Interior locations where indicated. 2.8 FINISHES, GENERAL A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to applying and designing finishes. B. Finish metal fabrications after assembly. METAL FABRICATIONS 05500 - 4 — ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 2.9 STEEL AND IRON FINISHES A. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot -dip process complying with the following requirements: 1. ASTM A 153 for galvanizing iron and steel hardware. 2. ASTM A 123 for galvanizing both fabricated and unfabricated iron and steel products made of uncoated rolled, pressed, and forged shapes, plates, bars, and strip 0.0299 inch thick or thicker. {" PART 3 - EXECUTION r• 3.1 PREPARATION i i a A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items rhaving integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to Project site. !` 3.2 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and '.. levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete masonry or similar construction. 3.3 ADJUSTING AND CLEANING Ir A. For galvanized surfaces, clean welds, bolted connections, and abraded areas, and apply galvanizing repair paint to comply with ASTM A 780. END OF SECTION 05500 METAL FABRICATIONS 05500 - 5 r, SECTION 06100 ROUGH CARPENTRY PART 1 GENERAL 1.01 WORK INCLUDED A. Plywood sheathing. B. Building paper overlay. 1.02 QUALITY ASSURANCE A. Plywood Grading Agency: Certified by APA. 1.03 REFERENCE STANDARDS A. APA (American Plywood Association). PART 2 PRODUCTS 2.01 SHEATHING MATERIALS A. Plywood Fascia Sheathing: 1/2" thick APA Rated Sheathing, Span Rating 32/16, Exposure 1. 2.02 ACCESSORIES A. Fastener Screws: Zinc -coated screws of style and size as recommended for fastening to metal framing system. B. Building Paper: No. 15 asphalt felt. PART 3 EXECUTION 3.01 INSTALLATION A. Secure fascia sheathing with long dimension perpendicular to framing members, with ends over firm bearing. B. Place building paper horizontally over sheathing; weather lap edges and ends. END OF SECTION 06100-1 SECTION 07465 PREFORMED METAL SIDING PART 1 GENERAL 1.01 WORK INCLUDED A. Preformed metal siding system for fascias and soffits, with related flashings and accessory components. 1.02 RELATED WORK A. Section 06100 - Rough Carpentry B. Section 09111 - Metal Stud Framing System 1.03 REFERENCES A. SMACNA: "Architectural Sheet Metal Manual" Sheet Metal and Air Conditioning Contractor National Association, Inc. B. ASTM A792-83-AZ50: Specifications for steel sheet, aluminum - zinc alloy coated (galvanized) by the hot dip process, general requirements (Galvalume). 1.04 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop shop drawings and product data. B. Indicate dimensions, layout, joints, construction details and methods of anchorage. 1.05 SAMPLES A. Submit sample of panel, trim and accessories. B. Submit color chips for color selection. 1.06 STORAGE AND HANDLING A. Stack preformed and prefinished material above ground on well skidded platforms to prevent twisting, bending, or abrasion, and to provide ventilation. B. Prevent contact with materials during storage which may cause discoloration or staining. 1.07 WARRANTY A. Metal panel manufacturer, upon final acceptance of project, shall furnish a warranty covering bare metal against rupture, structural failure and perforation due to normal atmospheric corrision exposure for a period of 20 years. B. Warranty shall cover panel finish against cracking, checking, blistering, peeling, flaking, chipping, chalking and fading for a period of twenty (20) years. 07465-1 PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. MBCI - Lubbock, Texas. B. AEP/Span Metals Corp. - Dallas, Texas. C. Carlisle Engineered Metals.- Stafford,Texas 2.02 SHEET MATERIALS A. Panel Profile: MBCI Artisan 1 Series, #L12-B. B. Panel Style: Flush face, concealed fastener. C. Gauge: 24 gauge. D. Texture: Embossed. E. Finish: Dextar 850 F: Color: As selected from manufacturer's standard color chart 2.03 ACCESSORY MATERIALS A. Fastners: Manufacturer's standard type to suit application. B. Trim, Closure Pioeces, Caps and Flashings: Same material, - thickness and finish as exterior panel sheets; brake formed to required profiles. 2.04 FABRICATION A. Fabricate cleats and starter strips of same material as, minimum 2 inches wide, interlockable with sheet. B. Form pieces in longest practical lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners. PART 3 EXECUTION 3.01 INSPECTION ` A. Inspect framing and substrate to verify that such work is complete to a point where this work may continue. B. Verify that installation may be made in accordance with approved shop drawings and manufacturer's instructions. 3.02 INSTALLATION A. Install panels so they"are weathertight, without waves,warps,buckles, fastener stresses or-distortion,allowing for expansion and contraction. 07465-2 -- B. Install panels in accordance with manufacturer's instructions r I� and shop drawings. C. Provide concealed anchors at all panel attachment locations. D. Install panels plumb, level and straight with seams parallel, conforming to design as indicated. 3.03 CLEANING, PROTECTION A. Dispose of excess materials and remove debris from site. B. Clean work in accordance with manufacturer's recommendations. �•. C. Protect work against damage until final acceptance. Replace or repair to the satisfaction of the Architect, any work that becomes damaged prior to final acceptance. E D. Touch up minor scratches and abrasions. END OF SECTION 07465-3 SECTION 08110 STANDARD STEEL DOORS PART 1 GENERAL 1.01 WORK INCLUDED A. Standard type pressed steel hollow metal doors with flush faces. B. Install hardware. 1.02 RELATED WORK B. Section 08700: Hardware for doors. 1.03 REFERENCE STANDARDS A. SDI-100 - Recommended Specifications - Standard Steel Doors and Frames of Steel Door Institute. B. Underwriters' Laboratories Inc. (UL) and Factory Mutual (FM), as applicable to fire rated hollow metal doors. C. ASTM A366 - Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. 1.04 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings and product data in accordance with Section 01300. B. Indicate general construction, configurations, jointing methods and reinforcements. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS �. A. Republic Builders Products Corporation. B. Steel Craft. i- C. Kawanee Manufacturing, Inc. 2.02 HOLLOW METAL DOORS r A. Exterior Doors: SDI-100, Grade II, Model 2. 2.03 DOOR CONSTRUCTION A. Face: 18 gage sheet steel in accordance with SDI-100. B. End Closure: 14 gage steel perimeter; flush top and sides, f inverted bottom channel. 08110-1 C. Core: Standard honeycomb. 2.04 FABRICATION A. Astragal for Double Doors: 14 gage steel Z-shaped, specifically for double doors. B. Fabricate doors with hardware reinforcement welded in place. C. Fill surface depressions with metallic paste filler and grind to smooth uniform finish. PART 3 EXECUTION 3.01 INSTALLATION A. Verify compatibility of existing frames.and hardware locations with new doors. Modify frames as required. B. Install doors in accordance with SDI-100 except as amended in this Section. C. Install hollow metal`doors plumb and square, and with maximum diagonal distortion of 1/8 inch. Install hardware in accordance with requirements of Section 08700. END OF SECTION 08110-2 4 I t SECTION 08700 HARDWARE l r- PART 1 GENERAL 1.01 WORK INCLUDED A. Hardware for exterior doors. B. Thresholds and weatherstripping for exterior doors.' ? 1.02 RELATED WORK �.. A. Section 08110: Standard Steel Doors 1.03 REFERENCE STANDARDS r` A. ANSI A115.1 - Door and Frame Preparation for Mortise Door i Locks for 1-3/4 inch Doors. r- B. ANSI A115.2 - Door and Frame Preparation for Bored or Cylindrical Locks for 1-3/4 inch Doors. C. ANSI A115.4 - Door and Frame Preparation for Lever Extension Flush Bolts. D. ANSI A115.5 - Frame Preparation for 181 and 190 Series Deadlock Strikes. E. ANSI A115.6 - Door and Frame Preparation for Unit Door Locks. ' t F. ANSI A156.1 - Butts and Hinges. G. ANSI A156.2 - Locks and Lock Trim. H. ANSI A156.7 - Template Hinges. 1.04 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings and product data in accordance with Section 01300. B. Indicate locations and mounting heights of each type of hardware. r ` 1.05 OPERATION AND MAINTENANCE DATA +- 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 r 2.01 HARDWARE f 08700-1 A. Provide items as listed in schedule at end of this section, complete to function as intended. -' B. Items of same function and performance are acceptable in conformance with Section 01600. — 2.02 ACCEPTABLE MANUFACTURERS A. See Hardware Schedule for type and manufacturer. 2.03 KEYING A. Provide 3 keys for each lock. B. Keying is to be compatible with Owner's master keying system. -- PART 3 EXECUTION 3.01 INSTALLATION A. Install hardware in accordance with manufacturer's recommendations, using proper templates. B. Mounting heights of hardware to match existing. Verify location of hinges and strike on existing frames. 3.02 HARDWARE SCHEDULE Set No. 1 - Door Opening No. 1 3 ea. Hager Butts BB1168 NRP 5 x 5 x 626 (verify size) 1 ea. Schlage Mortise Lock L9466 x 06 x 626 1 ea. Trimco Stop 1205 ES x 626 -- 1 ea. Pemko Threshold 170A 3'-0" 1 ea. Pemko Sweep 315 CN 3'-0" 1 set Pemko Weatherstripping 297AV 3'-0" x 7'-011 Set No. 2 - Door Opening No. 2 8 ea. Hager Butts BB1168 NRP 5 x 5 x 626 (verify size) 1 ea. Schlage Lock D25 RHO x 626 2 ea. Glynn -Johnson Surface Bolts 1631/1632 x US2C 2 ea. Trimco Stops 1205 ES x 626 1 ea. Pemko Threshold 170A 8'-01' _ 2 ea. Pemko Sweeps 315 CN 4'-0" 1 set Pemko Weatherstripping 277AV 8'-0" x 8'-011 1 ea. Pemko Adhesive Jamb Weatherstrip (Astragal) S88D17 END OF SECTION 08700-2 1 , ' SECTION 09111 METAL STUD FRAMING SYSTEM PART 1 GENERAL 1.01 WORK INCLUDED A. Top and bottom runners, studs, internal bracing, and blocking. 1.02 REFERENCES A. ASTM A446 - Sheet steel, zinc coated, by the hot dip process. PART 2 PRODUCTS 2.01 MANUFACTURERS A. USG/Unimast B. Other manufacturers in accordance with specification Section 01600. 2.02 MATERIALS A. Framing System Components: ASTM C446. B. Fascia Framing: USG 362SJ20 steel studs, 16" o.c.; bracing studs size and spacing as indicated or otherwise required; runner channels and accessories as required for complete assembly. E. Fasteners: GA 203. PART 3 EXECUTION 3.01 ERECTION A. Secure top and bottom runners at 24 inches o.c. maximum spacing to configuration required. B. Install studs vertically at 16 inches o.c. maximum spacing and not more than 2 inches from abutting construction, each side of openings, and at corners. C. Brace stud framing system and make rigid. D. Stud splicing not permissible. 3.02 TOLERANCES A. Install members to provide surface plane with maximum variation of 1/8 inch in 10 feet in any direction. r !: END OF SECTION r 09111-1 Y SECTION 09900 r PAINTING a PART 1 GENERAL 1.01 WORK INCLUDED i A. Prepare surfaces which are to receive finish. B. Finish surfaces as indicated in schedule at end of this section. t 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. a 1.03 MAINTENANCE MATERIALS A. Leave on premises, where directed by Architect/Engineer, not less than one gallon of each color used. B. Containers to be tightly sealed and clearly labelled for identification. 1.04 DELIVERY, STORAGE AND HANDLING i 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 i" reducing. B. Provide adequate storage facilities. Store paint materials at minimum ambient temperature of 45 degrees F. in well ventilated area. �., C. Take precautionary measures to prevent fire hazards and spontaneous combustions. 1.05 ENVIRONMENTAL CONDITIONS r ', 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. Surface and material temperatures must be at least 55 degrees F. during and after coating application, until coating is cured. a r 09900-1 i C. Provide minimum 25 foot candles of lighting on surfaces to be finished. 1.06 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. Sherwin Williams Company B. PPG Industries, Inc. C. Kelly -Moore Paint Company, Inc 2.02 MATERIALS A. Paint, Varnish, Stain, Enamel, Lacquer and Fillers: Type and brand listed herein or equivalent products approved by Architect/Engineer. 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. C. Paints: Ready -mixed except field catalysed coatings. Pigments fully ground maintaining,a soft paste consistency, capable of readily and uniformly dispersed to a complete homogeneous mixture. D. Paints to have good flowing and brushing properties and be capable of drying or curing free..of streaks or sags. PART 3 EXECUTION 3.01 INSPECTION 09900-2 f' A. Thoroughly examine surfaces scheduled to be painted prior to r` 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 deficiencies in surfaces which may adversely affect ° work of this section. r 3.02 PREPARATION OF SURFACES : A. Exterior Concrete: Remove all paint to bare concrete. At Contractor's option, paint may be removed by abrasive vacuum blast system, wet abrasive blast system, or by chemical stripping. Samples taken and analyzed by an independent r. laboratory indicate a lead concentration in excess of TCLP limits and will, therefore, require disposal in an approved hazardous waste landfill. Contractor shall remove paint in accordance with all applicable federal, state and local regulations. Contractor ` shall be responsible for notification, testing, monitoring, recordkeeping and reporting of removal activities as required by governing authorities. The Contractor shall perform all the work specified in the individual sections and shall include the following: 1. Design and construct a ground (tarp) protection system to prevent any contamination to the soil from this project. 2. Design and construct a containment system for rainwater runoff and run-on. 3. Contractor shall be responsible for profiling the hazardous waste, including sample collection, laboratory analysis and profile paperwork. Contractor shall be responsible for obtaining r.. a one-time identification shipment number and preparing a manifest system for tracking the waste from generation to final disposal. Owner's Representative will sign as the generator. 4. Contractor shall be responsible for all costs associated with the profile analysis of the waste, including sample collection, laboratory analysis and profile paperwork. 5. Contractor shall be responsible for all costs associated with +� the proper disposal of all hazardous waste generated from this project, including return of the manifest to the Owner showing that disposal is complete. 6. Completion of all work includes final cleaning, final disposal ` of all waste, final inspection and all procedures of this specification. i B. Repair chipped and broken concrete in accordance with Specification Section 03732. Repair cracked concrete as required according to crack width: 1. Crack Repair: Less than 1/8" - one coat elastomeric patch. 2. Crack Repair: 1/8" to 1/4" - one coat elastomeric patch; single layer perforated nylon or polyester tape in bedding compound of elastomeric patch; top dress with elastomeric patch. 3. Crack Repair: Larger than 1/4" - patch with a commercial vinyl latex cement. 09900-3 C. Exterior Metal Doors (new): Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches — inconspicuous. Clean surfaces with solvent. Prime metal items including shop primed items. Ensure top and bottom metal edge surfaces are primed. _ D. Exterior Metal Door Frames (existing): Remove all paint completely to bare metal by chemical stripper or water blasting method. E. Exterior Galvanized Metal: Remove surface contamination and oils, and wash with solvent. F. Interior Masonry: Ensure that all surfaces are free from dirt, loose or excess mortar, and are thoroughly dry. G. Interior Concrete (existing): Remove all surface contamination including oil, grease, loose paint, dirt, foreign matter, mold, mildew and sealers. Dull all glossy surfaces by ,cleansing with abrasive cleanser or lightly sanding. Remove sanding dust. Check compatibility of previously painted surfaces with the new coating by applying a test patch of 2-3 square feet. Allow to dry thoroughly, check adhesion. H. Interior Galvanized Metal: Remove surface contamination and oils, and wash with solvent. 3.03 APPLICATIONS A. Read and follow manufacturer's label instructions. B. Apply each coat at proper consistency. 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. 3.04 MECHANICAL AND ELECTRICAL EQUIPMENT A. Refer to mechanical and electrical sections with respect to painting and finishing requirements. B. Remove grilles, covers and access panels for mechanical and electrical systems for location and paint separately. C. Finish paint primed equipment to color selected. D. Prime and paint insulated and bare pipes, conduits, boxes, insulated and bare ducts, hangers, brackets, collars, and supports, except where items are plated or covered with a pre - finished coating. 09900-4 E. Replace identification markings on mechanical or electrical equipment when'painted over or spattered. F. Paint exposed conduit and electrical equipment occurring in r-► finished areas. Color and texture to match adjacent surfaces. 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. Upon completion of work leave premises neat and clean, to the satisfaction of Architect/Engineer. 3.06 PAINTING AND FINISHING SCHEDULE A. Exterior surfaces to be painted: 1. All exposed concrete wall surfaces not shown to be bricked, including parapet, coping and window sills . 2. Exterior doors and frames. 3. Miscellaneous steel plates on walls. 4. Miscellaneous exposed pipe and conduit. 5. Existing downspouts. B. Interior surfaces to be painted: r. 1. New concrete block. t 2. New steel grating. 3. Existing concrete or plaster surfaces only as required due to cut and patch or other construction activity. 3.07 PAINT SCHEDULE Exterior Concrete Walls: 1 coat Sherwin Williams Loxon Exterior Masonry Acrylic Primer, A24W300, 3.0 mils DFT. 2 coats Sherwin Williams Loxon Exterior Masonry Acrylic Coating, A24W301, 4.0 mils DFT per coat. Exterior Metal Doors and Frames: 1 coat Sherwin Williams Kem Kromik Universal Metal Primer, B50Z Seies, 3.0 mils DFT. 2 coats Sherwin Williams Metalatex Semi -Gloss Coating, B42 r Series, 1.5 mils DFT per coat. Exterior Galvanized Metal: 2 coats Sherwin Williams Metalatex Semi -Gloss Coating, B42 Series, 1.5 mils DFT per coat. Note: Rusty galvanized metal requires a prime coat of Sherwin Williams Kem Kromik Universal Metal Primer, B50Z Seies, 3.0 mils DFT. ., 09900-5 Interior Masonry: 1 coat Sherwin Williams Heavy Duty Block Filler, B42W46, 10 mils DFT. 2 coats Sherwin Williams ProMar 200 Interior Latex Flat Wall Paint, B30W200 Series, 1.5 mils DFT per coat. Interior Concrete: 1 coat Sherwin Williams ProMar 200 Latex Wall Primer, B28W200, 1.1 mils DFT. 2 coats Sherwin Williams ProMar 200 Interior Latex Flat Wall Paint, B31W200 Series, 1.5 mils DFT per coat. Interior Exposed Ferrous Metal: 1 coat Sherwin Williams Kem Kromik Metal Primer, B50W1, 3.0 mils DFT. 2 coats Sherwin Williams ProMar 200 Latex Semi -Gloss Enamel, B31W200, 1.5 mils DFT per coat. END OF SECTION ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 t SECTION 15010 - BASIC MECHANICAL REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and the Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUNUAARY A. The contractor shall provide complete and operational systems at the 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. B. 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 "M", 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 indicated on the General Plans in accordance with the Specifications. C. 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, panel boards, etc. 2. Lines requiring grade to function such as sewer and storm drain lines. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. D. 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. !^ 1.3 TERNIINOLOGY 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 connected 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. D. "The project" includes all work in progress during the construction period. �"` BASIC MECHANICAL REQUIREMENTS 15010 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 1.4 INSPECTION OF THE SITE A. The accompanying plans do not indicate completely the existing mechanical and electrical installations. The bidders for work under these sections shall inspect existing conditions and acquaint themselves with the existing installations and thoroughly acquaint themselves with conditions to be met and work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from the structure. Failure to do so shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installation or installing any new work. 1.5 MECHANICAL EQUIPMENT AND SYSTEMS WIRING A. Starters for HVAC and Plumbing systems equipment shall be furnished under the Division 15 contract and installed under the Division 16 contract. B. Low voltage temperature control miring shall be installed under the Division 15 Contract. C. Temperature control systems are requireing installation of conductors carrying voltages above 50 Volts. Line to ground shall be furnished and installed under the Division 15 contract. Unless noted to be installed under Division 16 requirements. D. Low voltage systems miring except for low voltage .temperature control wiring shall be furnished and installed under the Division 16 contract. E. Refer to `Wires and Cables" section use "Communications and Data Wiring" section Division 16 for wiring requirements. 1.6 SUBMITTALS A. 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 15050 BASIC MECHANICAL MATERIALS AND METHODS B,E,N 15241 VIBRATION CONTROL B,S 15853 POWER VENTILATORS B,H,G 15886 AIR FILTERS B,E,G 15891 METAL DUCTWORK B 15985 SEQUENCE OF OPERATION B BASIC MECHANICAL REQUIREMENTS 15010 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 15855 DIFFUSERS, REGISTERS, GRILLES B 1.7 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide quantities of products, spare parts, maintenance tools, and maintenance materials specified in individual sections to be provided to Owner, in addition to that required for completion of Work. B. Coordinate with Owner: Deliver and unload spare products to Owner at Project site and obtain receipt prior to final payment. Owner will handle and store products. C. For portions of Project accepted and occupied by Owner prior to Substantial Completion, deliver a proportional part of spare products to Owner; obtain receipt. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION - NOT USED END OF SECTION 15010 roll f r" r r" BASIC MECHANICAL REQUIREMENTS 15010 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 i� SECTION 15050 - BASIC MECHANICAL MATERIALS AND METHODS r PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and the Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following basic mechanical materials and methods to complement other Division 15 Sections. 1. Piping materials and installation instructions common to most piping systems. 2. Equipment nameplate data requirements. 3. Labeling and identifying mechanical systems and equipment is specified in Division 15 Section "Mechanical Identification.' 4. Field -fabricated metal and wood equipment supports. 5. Installation requirements common to equipment specification Sections. 6. Mechanical demolition. 7. Cutting and patching. 8. Touchup painting and finishing. B. Pipe and pipe fitting materials are specified in piping system Sections. 1.3 DEFINITIONS A. Pipe, pipe fittings, and piping include tube, tube fittings, and tubing. B. Exposed Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Exposed Exterior Installations: Exposed to view outdoors, or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. D. Concealed Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in duct shafts. E. Concealed Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants, but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. 1.4 SUBMITTALS A. General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections. r"" BASIC MECHANICAL MATERIALS AND METHODS 15050 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 B. Welder certificates signed by Contractor certifying that welders comply with requirements specified under the "Quality Assurance" Article. 1.5 QUALITY ASSURANCE A. Qualify welding processes and operators for structural steel according to AWS DLI "Structural Welding Code —Steel." B. Equipment Selection: Equipment of greater or larger power, dimensions, capacities, and ratings may be furnished provided such proposed equipment is approved in writing and connecting mechanical and electrical services, circuit breakers, conduit, motors, bases, and equipment spaces are increased. No additional costs will be approved for these increases, if larger equipment is approved. If minimum energy ratings or efficiencies of the equipment are specified, the equipment must meet the design requirements and commissioning requirements. 1.6 SEQUENCING AND SCHEDULING A. Coordinate mechanical equipment installation with other building components. B. Arrange for chases, slots, and openings in building structure during progress of construction to allow for mechanical installations. C. Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work. Coordinate installation of large equipment requiring positioning prior to closing in the building. D. Coordinate connection of electrical services. PART 2 - PRODUCTS 2.1 IDENTIFYING DEVICES AND LABELS A. General: Manufacturer's standard products of categories and types required for each application as referenced in other Division 15 Sections. Where more than one type is specified for listed application, selection is Installer's option, but provide single selection for each product category. B. Equipment Nameplates: Metal nameplate with operational data engraved or stamped, permanently fastened to equipment. 1. Data: Manufacturer, product name, model number, serial number, capacity, operating and power characteristics, labels of tested compliances, and similar essential data. C. Plastic Equipment Markers: Laminated -plastic, color -coded equipment markers. Conform to following color code: 1. Green: Cooling equipment and components. 2. Yellow: Heating equipment and components. 3. Yellow/Green: Combination cooling and heating equipment and components. 4. Brown: Energy reclamation equipment and components. 5. Blue: Equipment and components that do not meet any of the above criteria. BASIC MECHANICAL MATERIALS AND METHODS 15050 - 2 -- ro ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 Flo 6. For hazardous equipment, use colors and designs recommended by ASME A13.1. 7. Nomenclature: Include following, matching terminology on schedules as closely as possible: a. Name and plan number. b. Equipment service. C. Design capacity. d. Other design parameters such as pressure drop, entering and leaving conditions, and rpm. 8. Size: Approximately 2-1/2 by 4 inches for control devices, dampers, and valves; and 4-1/2 by 6 inches for equipment. D. Lettering and Graphics: Coordinate names, abbreviations, and other designations used in mechanical identification, with corresponding designations indicated. Use numbers, lettering, and wording indicated for proper identification and operation/maintenance of mechanical systems and equipment. 1. Multiple Systems: Where multiple systems of same generic name are indicated, provide identification that indicates individual system number as well as service such as "Boiler No. 3," "Air Supply No. 1H," or "Standpipe F12." PART 3 - EXECUTION 3.1 EQUIPMENT INSTALLATION --COMMON REQUIREMENTS A. Install equipment to provide the maximum possible headroom where mounting heights are not indicated. B. Install equipment according to approved submittal data. Portions of the Work are shown only in diagrammatic form. Refer conflicts to the Architect. C. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, except where otherwise indicated. D. Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components. Connect equipment for ease of disconnecting, with minimum of interference with other installations. Extend grease fittings to an accessible location. 3.2 LABELING AND IDENTIFYING A. Equipment: Install engraved plastic laminate sign or equipment marker on or near each major item of mechanical equipment. 1. Lettering Size: Minimum 1/4-inch -high lettering for name of unit where viewing distance is less than 2 feet, 1/2-inch -high for distances up to 6 feet, and proportionately larger lettering for greater distances. Provide secondary lettering 2/3 to 3/4 of size of principal lettering. 2. Text of Signs: Provide text to distinguish between multiple units, inform operator of r.. operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations, in addition to name of identified unit. r- I r" BASIC MECHANICAL MATERIALS AND METHODS 15050 - 3 6 t ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 3.3 PAINTING AND FINISHING - A. Refer to Division 9 Section "Painting" for field painting requirements. B. Damage and Touch Up: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish. 3.4 ERECTION OF METAL SUPPORTS AND ANCHORAGE A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor mechanical materials and equipment. B. Field Welding: Comply with AWS D1.1 "Structural Welding Code --Steel." 3.5 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for mechanical installations. Perform cutting by skilled mechanics of the trades involved. B. Repair cut surfaces to match adjacent surfaces. END OF SECTION 15050 BASIC MECHANICAL MATERIALS AND METHODS 15050 - 4 F ALLIED ASSOCIATES CONSULTING ENGINEERS 10/9/96 SECTION 15170 - MOTORS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes basic requirements for factory -installed and field -installed motors. B. Related Sections include the following: 1. Division 15 Sections for application of motors and reference to specific motor requirements for motor -driven equipment. 1.3 SUBMITTALS A. Product Data: Show nameplate data and ratings; characteristics; mounting arrangements; size and location of winding termination lugs, conduit entry, and grounding lug; and coatings. B. Factory Test Reports: For specified tests. C. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 1.4 QUALITY ASSURANCE A. Comply with NFPA 70. B. Listing and Labeling: Provide motors specified in this Section that are listed and labeled. 1. Terms "Listed and Labeled": As defined in the National Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7. PART 2 - PRODUCTS 2.1 BASIC MOTOR REQUIREMENTS A. Basic requirements apply to mechanical equipment motors, unless otherwise indicated. B. Motors 1/2 HP and Larger: Polyphase. C. Motors Smaller than 1/2 HP: Single phase. MOTORS 15170 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/9/96 D. Frequency Rating: 60 Hz. E. Voltage Rating: Determined by voltage of circuit to which motor is connected. F. Service Factor: According to NEMA MG 1, unless otherwise indicated. G. Capacity and Torque Characteristics: Rated for continuous duty and sufficient to start, accelerate, and operate connected loads at designated speeds, in indicated environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. H. Enclosure: Open dripproof, unless otherwise indicated. 2.2 POLYPHASE MOTORS A. Description: NEMA MG 1, medium induction motor. 1. Design Characteristics: NEMA MG 1, Design B, unless otherwise indicated. 2. Energy -Efficient Design: Where indicated. 3. Stator: Copper windings, unless otherwise indicated. Multispeed motors have separate winding for each speed. 4. Rotor: Squirrel cage, unless otherwise indicated. 5. Bearings: Double -shielded, prelubricated ball bearings suitable for radial and thrust loading. 6. Temperature Rise: Match insulation rating, unless otherwise indicated. 7. Insulation: Class F, unless otherwise indicated. 2.3 SINGLE-PHASE MOTORS A. Type: As indicated or selected by manufacturer from one of the following, to suit starting torque and other requirements of specific motor application. 1. Permanent -split capacitor. 2. Split -phase start, capacitor run. 3. Capacitor start, capacitor run. B. Shaded -Pole Motors: Do not use, unless motors are smaller than 1/20 hp. C. Thermal Protection: Where indicated or required, intemal protection automatically opens power supply circuit to motor when vdnding temperature exceeds a safe value calibrated to temperature rating of motor insulation. Thermal protection device automatically resets when motor temperature returns to normal range, unless otherwise indicated. D. Bearings: Ball -bearing type for belt -connected motors and other motors with high radial forces on motor shaft. Sealed, prelubricated sleeve bearings for other single-phase motors. PART 3 - EXECUTION 3.1 ADJUSTING A. Use adjustable motor mounting bases for belt -driven motors. MOTORS 15170 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/9/96 B. Align pulleys and install belts. C. Tension according to manufacturer's written instructions. END OF SECTION 15170 MOTORS 15170 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 SECTION 16241 - MECHANICAL VIBRATION CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes vibration isolators. B. Related Sections include the following: 1. Division 15 Section "Hangers and Supports" for pipe hanger restraints. 2. Division 15 Section "Metal Ductwork" for flexible duct connectors. 1.3 SUBMITTALS A. Product Data: Indicate types, styles, materials, and finishes for each type of isolator specified. Include load deflection curves. 1.4 COORDINATION A. Coordinate layout and installation of vibration isolation devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, fire -suppression -system components, and partition assemblies. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Amber/Booth Company, Inc. 2. B-Line Systems, Inc. 3. Mason Industries, Inc. 4. Vibration Isolation Co., Inc. r. MECHANICAL VIBRATION CONTROLS AND SEISMIC RESTRAINTS 15241 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 2.2 VIBRATION ISOLATORS A. Spring Hangers: Combination spring and elastomeric hanger with coil spring and elastomeric insert in compression. I. Frame: Formed steel, fabricated for connection to threaded rods and to allow for 30 degrees of angular hanger rod misalignment without binding or reducing isolation efficiency. 2. Outside Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 3. Minimum Additional Travel: 50 percent of the required deflection at rated load. 4. Elastomeric Element: Molded, oil -resistant rubber or neoprene. 5. Finishes: Baked enamel for metal components. Color -code to indicate capacity range. PART 3 - EXECUTION 3.1 INSTALLATION A. Install and anchor vibration, products according to manufacturer's written instructions and authorities having jurisdiction. 3.2 ADJUSTING AND CLEANING A. Adjust limit stops on restrained spring isolators to mount equipment at normal operating height. After equipment installation is complete, adjust limit stops so they are out of contact during normal -- operations. B. Adjust thrust restraints for a maximum of 1/4 inch of movement at start and stop. END OF SECTION 15241 MECHANICAL VIBRATION CONTROLS AND SEISMIC RESTRAINTS 15241 - 2 r ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 r- i SECTION 16853 - POWER VENTILATORS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. r 1.2 SUMMARY r, A. This Section includes the following: s 1. Propeller wall ventilators. 2. In -line centrifugal fans. /^ B. Related Sections: The following Sections contain requirements that relate to this Section: `.. 1. Division 15 Section "Vibration Control" for vibration hangers and supports. 2. Division 16 Section "Disconnects and Circuit Breakers" for disconnect switches. 3. Division 16 Section "Motor Controllers" for motor starters. r C. Products furnished, but not installed, under this Section include roof curbs for roof -mounted exhaust fans. 1.3 PERFORMANCE REQUIREMENTS A. Project Altitude: Base air ratings on actual site elevations. B. Operating Limits: Classify according to AMCA 99. C. Fan Unit Schedule: The following information is described in an equipment schedule on the Drawings. 1. Fan performance data including capacities, outlet velocities, static pressures, sound power r.. characteristics, motor requirements, and electrical characteristics. i i r 1.4 SUBMITTALS i A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. r B. Product Data including rated capacities of each unit, weights (shipping, installed, and operating), furnished specialties, accessories, and the following: r. 1. Motor ratings and electrical characteristics plus motor and electrical accessories. 2. Dampers, including housings, linkages, and operators. r I r• POWER VENTILATORS 15853 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 C. Shop Drawings from manufacturer detailing equipment assemblies and indicating dimensions, weights, loadings, required clearances, method of field assembly, components, and location and size of each field connection. _ D. Maintenance data for power ventilators to include in the operation and maintenance manual specified in Division I and in Division 15 Section "Basic Mechanical Requirements." 1.5 QUALITY ASSURANCE A. Electrical Component Standard: Provide components that comply with NFPA 70 and that are listed and labeled by UL where available. B. Listing and Labeling: Provide electrically operated fixtures specified in this Section that are listed and labeled. I. The Terms "Listed" and "Labeled": As defined in the National Electrical Code, Article 100. C. AMCA Compliance: Provide products that meet performance requirements and are licensed to use the AMCA Seal _ D. NEMA Compliance: Provide components required as part of fans that comply with applicable NEMA standards. E. UL Standard: Provide power ventilators that comply with UL 705. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify dimensions by field measurements. Verify clearances. B. Do not operate fans until ductwork is clean, filters are in place, bearings are lubricated, and fans have been commissioned. 1.7 COORDINATION AND SCHEDULING A. Coordinate the size and location of structural steel support members. B. Coordinate the installation of roof curbs, equipment supports, and roof penetrations. Roof specialties are specified in Division 7 Sections. 1.8 EXTRA MATERIALS A. Furnish one set of belts for each belt -driven fan that match products installed, are packaged with protective covering for storage, and are identified with labels clearly describing contents. POWER VENTILATORS 15853 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Propeller Wall Ventilators: a. Cook (Loren) Co. b. Greenheck Fan Corp. C. ILG Industries, Inc. d. Jean Industries Inc. i 2. In -Line Centrifugal Fans: r a. Cook (Loren) Co. j b. Greenheck Fan Corp. C. ILG Industries, Inc. d. Jenn Industries Inc. 2.2 PROPELLER WALL EXHAUST FANS r� A. Description: Belt -driven or direct -drive propeller fans, as indicated, consisting of housing, wheel, butterfly -type discharge damper, fan shaft, bearings, motor and disconnect switch, drive assembly, r. curb base, and accessories. B. Fan Wheel: Replaceable, fabricated steel blades fastened to steel hub; factory set pitch angle. .. C. Belt -Driven Drive Assembly: Resiliently mounted to the housing; weatherproof housing of same material as fan housing with the following features: 1. Fan Shaft: Turned, ground, and polished steel drive shaft keyed to wheel hub. 2. Shaft Bearings: Prelubricated and sealed, self -aligning, pillow -block -type ball bearings, L10 bearings. 3. Pulleys: Cast-iron, adjustable -pitch motor pulley. 4. Motor Mount: On outside of fan cabinet, adjustable base for belt tensioning. 5. Motor Starter: Full Load Starter. 6. Motor Side Guard. 7. Wall Collar 2.3 IN -LINE CENTRIFUGAL FANS A. Description: In -line, belt -driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, drive assembly, motor and disconnect switch, mounting brackets, and accessories. B. Housing: Split, spun -aluminum housing, inlet and outlet flanges; and support bracket adaptable to floor, side wall, or ceiling mounting. r. POWER VENTILATORS 15853 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 C. Belt -Driven Units: Motor mounted on adjustable base, with adjustable sheaves, enclosure around belts within fan housing, and lubricating tubes from fan bearings extended to outside of fan housing. D. Fan Wheels: Aluminum, airfoil blades welded to aluminum hub. E. Accessories: The following accessories are required as indicated: 1. Companion Flanges: For outlet duct connections. 2. Fan Guards: Expanded metal in removable frame. Provide belt guards for units not connected to ductwork. — 3. Starter: Full Load Motor Starter. 2.4 MOTORS A. Refer to Division 15 Section "Motors" for general requirements for factory -installed motors. B. Motor Construction: NEMA MG 1, general purpose, continuous duty, Design B. C. Enclosure Type: The following features are required as indicated: 1. Open dripproof motors where satisfactorily housed or remotely located during operation. 2.5 FACTORY FINISHES A. Sheet Metal Parts: Prime coat before final assembly. B. Exterior Surfaces: Baked -enamel finish coat after assembly. C. Aluminum Parts: No finish required. PART 3 EXECUTION 3.1 EXAMINATION A. Examine areas and conditions for compliance with requirements of installation tolerances and other conditions affecting performance of the power ventilators. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install power ventilators according to manufacturer's written instructions. B. Support units using the vibration -control devices indicated. Vibration -control devices are specified in Division 15 Section "Vibration Control." 1. Suspend units from structural concrete using threaded steel rods and vibration isolation springs and drilled concrete inserts. C. Install units with clearances for service and maintenance. POWER VENTILATORS 115853 - 4 _ E i ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 D. Label units according to requirements specified in Division 15 Section "Mechanical Identification." 3.3 CONNECTIONS r-- A. Duct installation and connection requirements are specified in other Division 15 Sections. Drawings indicate the general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. B. Electrical: Conform to applicable requirements in Division 16 Sections. C. Grounding: Ground equipment. Tighten electrical connectors and terminals, including grounding connections, according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.4 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Provide services of a factory -authorized service representative to supervise the field assembly of components and installation of fans, including duct and electrical connections, and to report results in writing. 3.5 ADJUSTING A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. r" C. Lubricate bearings. 3.6 CLEANING A. After completing installation, inspect exposed finish. Remove burrs, dirt, and construction debris, and repair damaged finishes including chips, scratches, and abrasions. 17 B. Clean fan interiors to remove foreign material and construction debris. Vacuum clean fan wheel and ., cabinet. 3.7 COMMISSIONING A. Final Checks before Startup: Perform the following operations and checks before startup: 1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections for piping, ducts, and electrical components are complete. Verify that proper thermal -overload protection is installed in motors, starters, and disconnects. 3. Perform cleaning and adjusting specified in this Section. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. POWER VENTILATORS 15853 - 5 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 5. Lubricate bearings, pulleys, belts, and other moving parts with factory -recommended lubricants. 6. Disable automatic temperature -control operators. B. Starting procedures for fans are as follows: 1. Energize motor; verify proper operation of motor, drive system, and fan wheel. Adjust fan to indicated RPM. 2. Measure and record motor voltage and amperage. C. Shut unit down and reconnect automatic temperature -control operators. D. Refer to Division 15 Section "Testing, Adjusting, and Balancing" for procedures for air -handling - system testing, adjusting, and balancing. r E. Replace fan and motor pulleys as required to achieve design conditions. 3.8 DEMONSTRATION A. Train Owner's maintenance personnel on procedures and schedules related to startup and shutdown, troubleshooting, servicing, and preventive maintenance. B. Review data in the operation and maintenance manuals. Refer to Division 1 Section "Contract Closeout." C. Demonstrate operation of power ventilators. Conduct walking tour of the Project. Briefly identify location and describe function, operation, and maintenance of each power ventilator. END OF SECTION 15853 POWER VENTILATORS 15853 - 6 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 SECTION 16855 - DIFFUSERS, REGISTERS, AND GRILLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes ceiling- and wall -mounted diffusers, registers, and grilles. B. Related Sections include the following: 1. Division 15 Section "Testing, Adjusting, and Balancing" for balancing diffusers, registers, and grilles. 1.3 SUBMITTALS A. Product Data: For each model indicated, include the following: 1. Data Sheet: For each type of air outlet and inlet, and accessory furnished; indicate construction, finish, and mounting details. 2. Performance Data: Include throw and drop, static -pressure drop, and noise ratings for each type of air outlet and inlet. 1.4 QUALITY ASSURANCE A. Product Options: Drawings and schedules indicate specific requirements of diffusers, registers, and grilles and are based on the specific requirements of the systems indicated. Other manufacturers' products with equal performance characteristics may be considered. Refer to Division 1 Section "Substitutions." B. NFPA Compliance: Install diffusers, registers, and grilles according to NFPA 90A, "Standard for the Installation of Air -Conditioning and Ventilating Systems." PART 2 - PRODUCTS 2.1 LOUVERS: A. General: Except as otherwise indicated, provide manufacturer's standard louvers where shown; of size, shape, capacity and type indicated; constructed of materials and components as indicated, and as required for complete installation. B. Performance: Provide louvers that have minimum free area, and maximum pressure drop of each type as listed in manufacturer's current data, complying with louver schedule. r DIFFUSERS, REGISTERS, AND GRILLES 15855 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 C. Substrate Compatibility: Provide louvers with frame and sill styles that are compatible with adjacent substrate, and that are specifically manufactured to fit into construction openings with accurate fit and adequate support, for weatherproof installation. Refer to general construction drawings and specifications for types of substrate which will contain each type of louver. D. Materials: Construct of aluminum extrusions, ASTM B 221, Alloy 6063-T52. Weld units or use stainless steel fasteners. _ E. Louver Screens: On inside face of exterior louvers, provide 1/2" square mesh anodized aluminum wire bird screens mounted in removable extruded aluminum frames. F. Available Manufacturers: Subject to compliance with requirements, manufacturers offering louvers which may be incorporated in the work include, but are not limited to, the following: G. Manufacturer: Subject to compliance with requirements, provide louvers of one of the following: 1. Airline Products Co. 2. Airolite Co. 3. American Warming & Ventilating Inc. 4. Arrow United Industries, Inc. 5. Construction Specialties, Inc. 6. Dowco Corp. 7. Industrial Louvers, Inc. 8. Louvers & Dampers, Inc. 9. Penn Ventilator Co., Inc. 10. Ruskin Mfg. Co. 11. Safe -Air Inc. 12. Vent Products Co., Inc. PART 3 - EXECUTION 3.1 SOURCE QUALITY CONTROL A. Testing: Test performance according to ASHRAE 70, "Method of Testing for Rating the Performance of Air Outlets and Inlets." 3.2 EXAMINATION A. Examine areas where diffusers, registers, and grilles are to be installed for compliance with requirements for installation tolerances and other conditions affecting performance of equipment. Do not proceed with installation until unsatisfactory conditions have been corrected. -` 3.3 INSTALLATION _ A. Install Louvers level and plumb, according to manufacturer's written instructions, original design, and referenced standards. y B. Install diffusers, louvers with airtight connection to ducts and to allow service and maintenance of dampers, air extractors, and fire dampers. DIFFUSERS, REGISTERS, AND GRILLES 15855 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23 /96 3.4 ADJUSTING A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing. 3.5 CLEANING A. After installation of diffusers, registers, and grilles, inspect exposed finish. Clean exposed surfaces to remove burrs, dirt, and smudges. Replace diffusers, registers, and grilles that have damaged finishes. END OF SECTION 15855 DIFFUSERS, REGISTERS, AND GRILLES 15855 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 SECTION 15886 - AIR FILTERS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of air filters and accessories: 1. Extended -surface, disposable -panel filters. 2. Filter frames. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 15 Section for control wiring for automatic temperature controls. 2. Division 16 Sections for control wiring between field -installed controls, indicating devices, and air filter unit control panels. 1.3 SUBMITTALS A. General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections. B. Product data including dimensions, weights, required clearances and access, flow capacity including initial and final pressure drop at rated air flow, efficiency and test method, and fire classification. C. Shop drawings showing assembly of filter racks, dimensions, materials, and methods of assembly of components. 1. Include setting drawings, templates, and requirements for installing anchor bolts and other anchorages to other units of Work. D. Maintenance data for each type of filter and rack required for inclusion in "Operating and Maintenance Manual" specified in Division 1. 1.4 QUALITY ASSURANCE A. Fire Performance Characteristics: Provide filters identical with those tested for the fire performance characteristics indicated. Identify with appropriate markings of applicable testing and inspecting agency. B. Listing and Labeling: Provide electrical components that are listed and labeled. 1. The Terms "Listed and Labeled": As defined in the "National Electrical Code," Article 100. AIR FILTERS 15886 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 C. ASHRAE Compliance: Comply with provisions of ASHRAE Standard 52 for method of testing and rating air filter units. D. ARI Compliance: Comply with provisions of ARI Standard 850 pertaining to testing and performance of air filter units. 1.5 EXTRA MATERIALS A. Furnish extra materials packaged with protective covering for storage and identified with labels clearly describing contents. Deliver extra materials to Owner. 1. Provide one complete extra set of filters for each filter bank. If system includes prefilters and afterfilters, provide only prefilters. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporaied in the Work include, but are not limited to, the following: 1. Air Filters, Electrostatic Air Cleaners, and Filter Holding Systems: a. American Air Filter Co. b. Cambridge Filter Corp. C. Continental Air Filters. r. d. Fan Co. 2.2 EXTENDED -SURFACE, DISPOSABLE, PANEL FILTERS A. Description: Factory -fabricated, dry, extended -surface filters with holding frames in sizes and having performance characteristics as indicated. — B. Media: Fibrous material formed into deep V-shaped pleats and held by self-supporting wire frames. C. Frame: Nonflammable cardboard, with suitable fasteners and gaskets to hold media and media frame and to prevent unfiltered air from passing between media frames and holding devices. D. Duct Holding Frames: Suitable for bolting together into built-up filter banks. 2.3 FRONT AND REAR ACCESS FILTER FRAMES A. Framing System: Aluminum framing members having minimum thickness of 0.09 inch, designed for either upstream (front) or downstream (rear) filter servicing. Cut to size and prepunch members for assembly into modules of size and capacity as indicated. Vertically support filters to prevent deflection of horizontal members without interfering with either filter installation or operation. Provide hardware necessary for field assembly. AIR FILTERS 15886 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 B. Sealing: Permanently gasket framing members to prevent bypass of unfiltered air. Provide factory - installed, positive -sealing device for each row of filters to ensure seal between gasketed filter elements. PART 3 - EXECUTION 3.1 INSTALLATION A. Install filter flames level and plumb, following manufacturer's written instructions, rough -in drawings, the original design, and referenced standards. B. Install air filters and holding devices of types indicated and where shown following air filter manufacturer's written instructions and with recognized industry practices to ensure that filters comply with requirements and serve intended purposes. C. Locate each filter unit accurately in position indicated in relation to other work. Position unit with clearance for normal service and maintenance. Anchor filter holding frames to substrate. D. Install filters in position to prevent passage of unfiltered air. 3.2 CONNECTIONS A. Coordinate filter installations with duct and outside air louver installations. 3.3 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Provide services of a factory -authorized service representative to supervise the field assembly of components and installation of filters and filter frames and electrical wiring. Report results in writing. 3.4 CLEANING A. After testing, adjusting, and balancing air -handling and air -distribution systems, clean filter housings and install new filter media. END OF SECTION 15886 AIR FILTERS 15886 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 SECTION 15891 - METAL DUCTWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. B. Requirements of the following Division 15 Sections apply to this section: 1. "Basic Mechanical Requirements." 2. "Basic Mechanical Materials and Methods." 1.2 SUMMARY A. This Section includes rectangular ducts, and ventilating systems in pressure classes from minus 2 inches to plus 2 inches water gage. B. Related Sections: The following sections contain requirements that relate to this Section: 1. Division 7 Section "Joint Sealers" for fire-resistant sealants for use around duct penetrations and fire damper installations in fire rated floors, partitions, and walls. 2. Division 15 Section "Louvers and Vents" for intake and relief louvers and vents connected to duct systems and installed in exterior walls. 3. Division 15 Section "Duct Accessories" for flexible duct materials, dampers, duct -mounted access panels and doors, and turning vanes. 1.3 DEFINITIONS A. Sealing Requirements Definitions: For the purposes of duct systems sealing requirements specified in this Section, the following definitions apply: 1. Seams: A seam is defined as joining of two longitudinally (in the direction of airflow) oriented edges of duct surface material occurring between two joints. All other duct surface connections made on the perimeter are deemed to be joints. 2. Joints: Joints include girth joints; branch and subbranch intersections; so-called duct collar tap - ins; fitting subsections; louver and air terminal connections to ducts; access door and access panel frames and jambs; duct, plenum, and casing abutments to building structures. 1.4 SYSTEM PERFORMANCE REQUIREMENTS A. The duct system design, as indicated, has been used to select and size air moving and distribution equipment and other components of the air system. Changes or alterations to the layout or configuration of the duct system must be specifically approved in writing. Accompany requests for layout modifications with calculations shoAing that the proposed layout will provide the original design results without increasing the system total pressure. METAL DUCTWORK 15891 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 1.5 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data including details of construction relative to materials, dimensions of individual components, profiles, and finishes for the following items: C. Record drawings including duct systems routing, fittings details, reinforcing, support, and installed accessories and devices, in accordance with Division 15 Section "Basic Mechanical Requirements" and Division 1. 1.6 QUALITY ASSURANCE A. NFPA Compliance: Comply with the following NFPA Standards: 1. NFPA 90A, "Standard for the Installation of Air Conditioning and Ventilating Systems," except as indicated otherwise. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store stainless steel sheets with mill -applied adhesive protective paper, maintained through fabrication and installation. PART 2 - PRODUCTS 2.1 SHEET METAL MATERIALS A. Sheet Metal, General: Provide sheet metal in thicknesses indicated, packaged and marked as specified in ASTM A 700. B. Galvanized Sheet Steel: Lock -forming quality, ASTM A 527, Coating Designation G 90. Provide mill phosphatized finish for exposed surfaces of ducts exposed to view. C. Aluminum Sheets: ASTM B 209, Alloy 3003, Temper H14, sheet form; with standard, one -side bright finish where ducts are exposed to view, and mill finish for concealed ducts. E. Reinforcement Shapes and Plates: Unless otherwise indicated, provide galvanized steel reinforcing where installed on galvanized sheet metal ducts. For aluminum and stainless steel ducts provide reinforcing of compatible materials. F. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for 36-inch length or less; 3/8-inch minimum diameter for lengths longer than 36 inches. METAL DUCTWORK 15891- 2 i ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 r� E H 2.2 HANGERS AND SUPPORTS A. Building Attachments: Concrete inserts, powder actuated fasteners, or structural steel fasteners appropriate for building materials. Do not use powder actuated concrete fasteners for lightweight aggregate concretes or for slabs less than 4 inches thick. B. Hangers: Galvanized sheet steel, or round, uncoated steel, threaded rod. 1. Hangers Installed In Corrosive Atmospheres: Electro-galvanized, all -thread rod or hot -dipped - galvanized rods with threads painted after installation. 2. Straps and Rod Sizes: Conform with Table 4-1 in SMACNA HVAC Duct Construction Standards, 1985 Edition, for sheet steel width and gage and steel rod diameters. C. Duct Attachments: Sheet metal screws, blind rivets, or self -tapping metal screws; compatible with duct materials. D. Trapeze and Riser Supports: Steel shapes conforming to ASTM A 36. 1. Where galvanized steel ducts are installed, provide hot -dipped -galvanized steel shapes and plates. 2. For stainless steel ducts, provide stainless steel support materials. 3. For aluminum ducts, provide aluminum support materials, except where materials are electrolytically separated from ductwork. 2.3 RECTANGULAR DUCT FABRICATION A. General: Except as otherwise indicated, fabricate rectangular ducts with galvanized sheet steel, in accordance with SMACNA "HVAC Duct Construction Standards," Tables 1-3 through 1-19, including i` their associated details. Conform to the requirements in the referenced standard for metal thickness, reinforcing types and intervals, tie rod applications, and joint types and intervals. 1. Fabricate rectangular ducts in lengths appropriate to reinforcement and rigidity class required for pressure classification. 2. Provide materials that are free from visual imperfections such as pitting, seam marks, roller marks, stains, and discolorations. B. Static Pressure Classifications: Except where otherwise indicated, construct duct systems to the following pressure classifications: 1. Exhaust Ducts: 2 inches water gage, negative pressure. C. Crossbreaking or Cross Beading: Crossbreak or bead duct sides that are 19 inches and larger and are 20 gage or less, with more than 10 sq. ft. of unbraced panel area, as indicated in SMACNA "HVAC Duct Construction Standard," Figure 1-4, unless they are lined or are externally insulated. 2.4 RECTANGULAR DUCT FITTINGS A. Fabricate elbows, transitions, offsets, branch connections, and other duct construction in accordance with SMACNA "HVAC Metal Duct Construction Standard," 1985 Edition, Figures 2-1 through 2-10. METAL DUCTWORK 15891 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 PART 3 - EXECUTION 3.1 DUCT INSTALLATION, GENERAL A. Duct System Pressure Class: Construct and install each duct system for the specific duct pressure classification indicated. B. Install ducts with the fewest possible joints. C. Use fabricated fittings for all changes in directions, changes in size and shape, and connections. D. Install couplings tight to duct wall surface with projections into duct at connections kept to a minimum. E. Locate ducts, except as otherwise indicated, vertically and horizontally, parallel and perpendicular to building lines; avoid diagonal runs. Install duct systems in shortest route that does not obstruct useable space or block access for servicing building and its equipment. F. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. G. Provide clearance of 1 inch where furring is shown for enclosure or concealment of ducts, plus allowance for insulation thickness, if any. H. Install insulated ducts with 1-inch clearance outside of insulation. 3.2 SEAM AND JOINT SEALING A. General: Seal duct seams and joints as follows: B. Seal externally insulated ducts prior to insulation installation. 3.3 HANGING AND SUPPORTING A. Install rigid round, rectangular, and flat oval metal duct with support systems indicated in SMACNA "HVAC Duct Construction Standards," Tables 4-1 through 4-3 and Figures 4-1 through 4-8. B. Support horizontal ducts within 2 feet of each elbow and within 4 feet of each branch intersection. C. Support vertical ducts at a maximum interval of 16 feet and at each floor. D. Upper attachments to structures shall have an allowable load not exceeding 1/4 of the failure (proof test) load but are not limited to the specific methods indicated. E. Install powder actuated concrete fasteners after concrete is placed and completely cured. 3.4 CONNECTIONS A. Equipment Connections: Connect equipment with flexible connectors in accordance with Division 15 Section "Duct Accessories." METAL DUCTWORK 15891 - 4 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 B. Outlet and Inlet Connections: Comply with SMACNA "HVAC Duct Construction Standards," Figures 2-16 through 2-18. END OF SECTION 15891 METAL DUCTWORK 15891 - 5 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/23/96 SECTION 15985 -SEQUENCE OF OPERATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes control sequences for HVAC systems and terminal units. B. Related Section: Division 15 Section "Control Systems Equipment" contains requirements that relate to this Section. 1.3 SYSTEM DESCRIPTION A. Propeller Wall Fans: Upon Rise in space temperature above set point thermostat first stage shall open damper D2 and energize fan EF-02 upon continued rise in space temperature thermostat shall open damper D3 and then energize fan EF-03. Fans 4vill continue to run until space temperature drops below set point. Fan shall de -energize and the associated damper shall close. B. In -Line Fan: Thermostat shall energize fan EF-01 upon rise in space temperature above set point. Hunidistat shall energize fan EF-01 if humidity rises above set point. Fan EF-01 shall de -energize upon drop in humidity below set point. 1.4 SUBMITTALS A. General: Submit the following according to the Conditions of the Contract and Division 1 Specification Sections. B. Shop Drawings showing operating sequences of various equipment, devices, components, and materials included in the Text and defining the components' contribution to the system. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 15985 SEQUENCE OF OPERATION 15985 - 1 f ` ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 r r SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS r" A. Drawings and general provisions of Contract, including General and the Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY 1 A. The contractor shall provide complete and operational systems at the completion of the contract. The contractor shall provide all labor and mateials required to comply with the intent of these documents, r whether specifically indicated or not. E B. Each bidder shall examine the plans and specification for the general construction. If these documents r show any item requiring work under division 15 or 16 and that work is not indicated on the respective P "M" 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 indicated on the General Plans in accordance with the Specifications. C. 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, panel boards, etc, r• 2. Lines requiring grade to function such as sewer and storm drain lines. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. D. 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. 1.3 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 connected 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. D. "The project" includes all work in progress during the construction period. �., BASIC ELECTRICAL REQUIREMENTS 16010 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 1.4 INSPECTION OF THE SITE A. The accompanying plans do not indicate completely the existing mechanical and electrical installations. The bidders for work under these sections shall inspect existing conditions and acquaint themselves with the existing installations and thoroughly acquaint themselves with conditions to be met and work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from the structure. Failure to do so shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installation or installing any new work. 1.5 MECHANICAL EQUIPMENT AND SYSTEMS WIRING A. Starters for HVAC and Plumbing systems equipement shall be furnished under the Division 15 contracts to the Electrical Contractor for installation. B. Low Voltage temperature control wiring shall be installed under the Division 15 contract. C. Low Voltage systems wiring except for temperature control wiring shall be furnished and installed under the Division 16 contract. D. Refer to wires and cables/communication and data wiring sections of Division 16 for equipment requirements. 1.6 SUBMITTALS A. Submit information for individual sections as indicated in the following schedule. CODES A. Shop Drawings B. Catalog Data & Details C. _ Calculation & Design Data D. Material List/Schedule E. Samples/Colors F. Installation Instructions G. Maintenance and Operating Manuals H. Wiring Diagrams J. Certifications/Test Results K. Manufacturer Certification of Installer L. Design Data SPECIFICATION SECTION CODES M. Spare Parts List N. Welders Certification P. Warranty Q. Record Drawings R Mix Design S. Schedules T. Balancing Report U. Templates V. Material Safety Data Sheets W. Performance Curves SUBMITTAL REQUIRED 16050 BASIC ELECTRICAL MATERIALS AND METHODS B,F 16452 GROUNDING B,J 16476 DISCONNECTS AND CIRCUIT BREAKERS B,J,G 16481 MOTOR CONTROLLERS B,G,M BASIC ELECTRICAL REQUIREMENTS 16010 - 2 r ALLIED ASSOCIATES CONSULTING ENGINEERS t" PART 2 - PRODUCTS - NOT USED r PART 3 - EXECUTION - NOT USED r l END OF SECTION I6010 I a i" i i r f 4 d i 1 d 1' e B r r r BASIC ELECTRICAL REQUIREMENTS d 10/14/96 16010 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUN 4ARY A. This Section includes the following electrical materials and methods: 1. Building wire, connectors, and splices for branch circuits and feeders. 2. Supporting devices for electrical components. 3. Electrical identification. 4. Cutting and patching for electrical construction. 5. Touchup painting. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for each type of product specified. C. Coordination Drawings for electrical installation. 1.4 QUALITY ASSURANCE A. Comply with NFPA 70 for components and installation. B. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed and Labeled": As defined in the National Electrical Code, Article 100. 1.5 SEQUENCING AND SCHEDULING A. Coordinate electrical equipment installation with other building components. B. Coordinate connecting electrical service to components furnished under other Sections. C. Coordinate installing electrical identification after completion of finishing where identification is applied to field -finished surfaces. BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Description: Single conductor, copper. Solid conductor for No. 10 AWG and smaller; stranded conductor for larger than No. 10 AWG. B. Thermoplastic Insulated Wire: Conform to NEMA WC 5. C. Cross -Linked, Polyethylene Insulated Wire: Conform to NEMA WC 7. D. Connectors and Splices: Units of size, ampacity rating, material, type, and class suitable for service indicated. Select to comply with Project's installation requirements. 2.2 SUPPORTING DEVICES A. Channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and fasteners are designed to provide secure support from the building structure for electrical components. 1. Material: Steel, except as otherwise indicated, protected from corrosion with zinc coating or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics. B. Steel channel supports have 9/16-inch diameter holes at a maximum of 8 inches o.c., in at least 1 surface. 1. Fittings and accessories mate and match with channels and are from the same manufacturer. C. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps or "click"- type hangers. D. Expansion Anchors: Carbon -steel wedge or sleeve type. E. Toggle Bolts: All -steel springhead type. F. Powder -Driven Threaded Studs: Heat -treated steel. 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products: Where more than one type is listed for a specified application, selection is Installer's option, but provide single type for each ,application category. Use colors prescribed by ANSI A13.1, NFPA 70, and these Specifications. B. Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters. C. Color -Coding Cable Ties: Type 6/6 nylon, self-locking type. Colors to suit coding scheme. BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 2 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 2.4 TOUCHUP PAINT A. For Equipment: Provided by equipment manufacturer and selected to match equipment finish. B. For Nonequipment Surfaces: Matching type and color of undamaged, existing adjacent finish. C. For Galvanized Surfaces: Zinc -rich paint recommended by item manufacturer. PART 3 - EXECUTION 3.1 EQUIPMENT INSTALLATION REQUIREMENTS A. Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. B. Install items level, plumb, and parallel and perpendicular to other building systems and components, except where otherwise indicated. C. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. D. Give right of way to raceways and piping systems installed at a required slope. 3.2 WIRING METHODS A. Branch Circuits: Type THHN/THWN, in raceway. 3.3 ELECTRICAL SUPPORTING METHODS A. Dry Locations: Steel materials. B. Conform to manufacturer's recommendations for selecting supports. C. Strength of Supports: Adequate to carry all present and future loads, times a safety factor of at least 4; 200-lb-minimum design load. 3.4 INSTALLATION A. Install wires in raceway according to manufacturer's written instructions and NECA's "Standard of Installation." B. Conductor Splices: Keep to the minimum and comply with the following: 1. Install splices and taps that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 2. Use splice and tap connectors that are compatible with conductor material. C. Install devices to securely and permanently fasten and support electrical components. BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 D. Raceway Supports: Comply with NFPA 70 and the following requirements: 1. Conform to manufacturer's recommendations for selecting and installing supports. 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U bolts, clamps, attachments, and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 3. In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals. E. Fastening: Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building structure. Perform fastening according to the following: 1. Fasten by means; toggle bolts on hollow masonry units. 2. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. F. Install identification devices where required. 1. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. 2. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. 3. Self -Adhesive Identification Products: Clean surfaces of dust, loose material, and oily films before applying. — 3.5 DEMOLITION A. Where electrical work to remain is damaged or disturbed in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. B. Accessible Work Indicated to Be Demolished: Remove exposed electrical installation in its entirety. C. Abandoned Work: Cut and remove buried raceway and wiring indicated to be abandoned in place, 2 inches below the surface of adjacent construction. Cap and patch surface to match existing finish. D. Removal: Remove demolished material from the Project site. E. Temporary Disconnection: Remove, store, clean, reinstall, reconnect, and make operational components _ indicated for relocation. 3.6 CUTTING AND PATCHING A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. B. Repair disturbed surfaces to match adjacent undisturbed surfaces. BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 4 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 3.7 TOUCHUP PAINTING A. Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. B. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. END OF SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 5 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 SECTION 16452 - GROUNDING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes grounding of electrical systems and equipment and basic requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 16 Section "Wires and Cables" for requirements for grounding conductors. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1.4 QUALITY ASSURANCE A. Comply with NFPA 70. B. Comply with UL 467. C. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled": As defined in the National Electrical Code, Article 100. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Chance: A. B. Chance Co. 2. Erico Inc.; Electrical Products Group. 3. Ideal Industries, Inc. 4. Kearney. 5. O-Z/Gedney Co. GROUNDING 16452 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 6. Raco, Inc. 7. Thomas & Betts, Electrical. 2.2 GROUNDING AND BONDING PRODUCTS A. Governing Requirements: Where types, sizes, ratings, and quantities indicated are in excess of National Electrical Code (NEC) requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. 2.3 WIRE AND CABLE GROUNDING CONDUCTORS A. Comply with Division 16 Section "Wires and Cables." Conform to NEC Table 8, except as otherwise indicated, for conductor properties, including stranding. B. Equipment Grounding Conductors: Insulated with green color insulation. 2.4 CONNECTOR PRODUCTS A. Pressure Connectors: High -conductivity -plated units. B. Bolted Clamps: Heavy-duty type. C. Exothermic -Welded Connections: Provided in kit form and selected per manufacturer's written instructions for specific types, sizes, and combinations of conductors and connected items. PART 3 - EXECUTION 3.1 APPLICATION A. Equipment Grounding Conductors: Comply with NEC Article 250 for types, sizes, and quantities of -' equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated. 1. Install equipment grounding conductor with circuit conductors for the items below in addition to those required by Code: a. Single-phase motor or appliance branch circuits. ^' b. Three-phase motor or appliance branch circuits. C. Flexible raceway runs. 3.2 INSTALLATION A. General: Ground electrical systems and equipment according to NEC requirements, except where Drawings or Specifications exceed NEC requirements. B. Grounding Conductors: Route along the shortest and straightest paths possible, except as otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. GROUNDING 16452 - 2 r ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 3.3 CONNECTIONS A. General: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to assure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Equipment Grounding -Wire Terminations: For No. 8 AWG and larger, use pressure -type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure -type connectors. 3.4 FIELD QUALITY CONTROL A. Tests: Subject the completed grounding system to a megger test at each location where a maximum ground -resistance level is specified, at service disconnect enclosure grounding terminal. Measure ground resistance not less than 2 full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests by the 2-point method according to IEEE 81. B. Maximum grounding to resistance values are as follows: 1. Equipment Rated 500 kVA and Less: 10 ohms. C. Excessive Ground Resistance: Where resistance to ground exceeds specified values, notify Owner promptly and include recommendations to reduce ground resistance and to accomplish recommended work. END OF SECTION 16452 .� GROUNDING 16452 - 3 f ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 SECTION 16476 - DISCONNECT SWITCHES AND CIRCUIT BREAKERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes individually mounted switches and circuit breakers used for the following: 1. Motor disconnect switches. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 16 Section "Wiring Devices" for attachment plugs and receptacles, and snap switches used for disconnect switches. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for disconnect switches, circuit breakers, and accessories specified in this Section. C. Wiring diagrams detailing wiring for power and control systems and differentiating between manufacturer -installed and field -installed wiring. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain disconnect switches and circuit breakers from one source and by a single manufacturer. B. Comply with NFPA 70 for components and installation. C. Listing and Labeling: Provide disconnect switches and circuit breakers specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled": As defined in the National Electrical Code, Article 100. DISCONNECT SWITCHES AND CIRCUIT BREAKERS 16476 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering disconnect switches and circuit breakers that may be incorporated into the Work include, but are not limited to, the following: 1. Fusible Switches: a. Eaton Corp.; Cutler -Hammer Products. b. General Electric Co.; Electrical Distribution and Control Division. C. General Switch Corp. d. Siemens Energy & Automation, Inc. e. Square D Co. f. Westinghouse Electric Corp.; Distribution & Control Business Unit. 2.2 DISCONNECT SWITCHES A. Enclosed, Nonfusible Switch: NEMA KS 1, Type HD, with lockable handle. B. Enclosure: NEMA KS 1, Type 4X, unless otherwise specified or required to meet environmental conditions of installed location. PART 3 - EXECUTION 3.1 INSTALLATION A. Install disconnect switches and circuit breakers in locations as indicated, according to manufacturer's written instructions. B. Install disconnect switches and circuit breakers level and plumb. C. Install wiring between disconnect switches, circuit breakers, control, and indication devices. D. Connect disconnect switches and circuit breakers and components to wiring system and to ground as indicated and instructed by manufacturer. 1. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. _ E. Identify each disconnect switch and circuit breaker according to requirements specified in Division 16 Section "Basic Electrical Materials and Methods. " DISCONNECT SWITCHES AND CIRCUIT BREAKERS 16476 - 2 r ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 3.2 FIELD QUALITY CONTROL A. Testing: After installing disconnect switches and circuit breakers and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.5 for disconnect switches and Section 7.6 for molded -case circuit breakers. Certify compliance with test parameters. B. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. 3.3 CLEANING A. After completing system installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions. END OF SECTION 16476 DISCONNECT SWITCHES AND CIRCUIT BREAKERS 16476 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 SECTION 16481 - MOTOR CONTROLLERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes ac motor -control devices rated 600 V and less that are supplied as enclosed units. B. Related Sections include the following: 1. Division 16 Section "Basic Electrical Materials and Methods" for general materials and installation methods. 1.3 SUBMITTALS A. Product Data: For products specified in this Section. Include dimensions, ratings, and data on features and components. B. Maintenance Data: For products to include in the maintenance manuals specified in Division 1. C. Load -Current and Overload -Relay Heater List: Compile after motors have been installed and arrange to demonstrate that selection of heaters suits actual motor nameplate full -load currents. D. Qualification Data for Field Testing Agency: Certificates, signed by Contractor, certifying that agency complies with requirements specified in "Quality Assurance" Article below. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Maintain, within 100 mules of Project site, a service center capable of providing training, parts, and emergency maintenance and repairs. B. Source Limitations: Obtain similar motor -control devices through one source from a single manufacturer. C. Comply with NFPA 70. D. Listing and Labeling: Provide motor controllers specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled": As defined in the National Electrical Code, Article 100. MOTOR CONTROLLERS 16481 - 1 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 1.5 COORDINATION A. Coordinate features of controllers and accessory devices with pilot devices and control circuits to which they connect. B. Coordinate features, accessories, and functions of each motor controller with the ratings and characteristics of the supply circuit, the motor, the required control sequence, and the duty cycle of the motor and load. 1.6 EXTRA MATERIALS A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents. 1. Incandescent Indicating Lamps: Furnish 1 spare for every 5 installed units, but not less than 1 set of 3 of each kind. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ABB Power Distribution, Inc.; ABB Control, Inc. Subsidiary. 2. Allen-Bradley Co.; Industrial Control Group. 3. Crouse -Hinds ECM.; Cooper Industries, Inc. Div. 4. Eaton Corp.; Westinghouse & Cutler -Hammer Products. 5. Furnas Electric Co. 6. General Electric Co.; Electrical Distribution & Control Div. 7. Siemens Energy & Automation, Inc. 8. Square D Co. 2.2 MAGNETIC MOTOR CONTROLLERS A. Description: NEMA ICS 2, Class A, full voltage, nonreversing, across the line, unless otherwise indicated. B. Control Circuit: 24 V; obtained from integral control power transformer, unless otherwise indicated. Include a control power transformer with adequate capacity to operate connected pilot, indicating and control devices, plus 100 percent spare capacity. C. Combination Controller: Factory -assembled combination controller and disconnect switch with or without overcurrent protection as indicated. 1. Nonfusible Disconnect: NEMA KS 1, heavy-duty, nonfusible switch. MOTOR CONTROLLERS 16481 - 2 _, r, ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 r D. Overload Relay: NEMA ICS 2, Class 10 tripping characteristics selected to protect motor against voltage unbalance and single phasing. E 2.3 ENCLOSURES A. Description: Flush or surface -mounted cabinets as indicated. NEMA 250, Type 1, unless otherwise indicated to meet environmental conditions at installed location. 2.4 ACCESSORIES A. Devices are factory installed in controller enclosure, unless otherwise indicated. r P B. Push -Button Stations, Pilot Lights, and Selector Switches: NEMA ICS 2, heavy-duty type. C. Stop and Lockout Push -Button Station: Momentary -break push-button station with a factory -applied hasp arranged so a padlock can be used to lock push button in depressed position with control circuit open. �^ D. Control Relays: Auxiliary and adjustable time -delay relays. PART 3 - EXECUTION 3.1 APPLICATIONS A. Select features of each motor controller to coordinate with ratings and characteristics of supply circuit and motor; required control sequence; duty cycle of motor, drive, and load; and configuration of pilot device and control circuit affecting controller functions. B. Select horsepower rating of controllers to suit motor controlled. C. Use fractional -horsepower manual controllers for single-phase motors, unless otherwise indicated. D. Hand -Off -Automatic Selector Switches: In covers of manual and magnetic controllers of motors started and stopped by automatic controls or interlocks with other equipment. 3.2 INSTALLATION A. Install independently mounted motor -control devices according to manufacturer's written instructions. B. Manufacturer's Field Services: Provide services of a factory -authorized service representative to supervise the field assembly and connection of components, including the pretesting and adjustment of solid-state controllers. C. Location: Locate controllers within sight of motors controlled, unless otherwise indicated. D. For control equipment at walls, bolt units to wall or mount on lightweight structural -steel channels bolted to wall. For controllers not at walls, provide freestanding racks conforming to Division 16 Section "Basic Electrical Materials and Methods." r, MOTOR CONTROLLERS 16481 - 3 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 3.3 IDENTIFICATION A. Identify motor -control components and control wiring according to Division 16 Section "Electrical Identification. " B. Identify motor -control components and control wiring according to Division 16 Section "Basic Electrical Materials and Methods." 3.4 CONTROL WIRING INSTALLATION _ A. Install wiring between motor -control devices according to Division 16 Section "Wires and Cables." B. Bundle, train, and support wiring in enclosures. C. Connect hand -off -automatic switch and other automatic control devices where available. 1. Connect selector switches to bypass only the manual and automatic control devices that have no safety functions when switch is in the hand position. 2. Connect selector switches with motor -control circuit in both hand and automatic positions for _ safety -type control devices such as low- and high-pressure cutouts, high -temperature cutouts, and motor overload protectors. 3.5 CONNECTIONS A. Tighten connectors, terminals, bus joints, and mountings. Tighten field -connected connectors and terminals, including screws and bolts, according to manufacturer's published torque -tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.6 FIELD QUALITY CONTROL A. Testing: After installing motor controllers and after electrical circuitry has been energized, -- demonstrate product capability and compliance with requirements. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Sections 7.5, 7.6, and 7.16. Certify compliance with test parameters. 2. Remove and replace malfunctioning units with new units, and retest. 3.7 CLEANING A. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to -- match original finish. Clean devices internally, using methods and materials recommended by manufacturer. MOTOR CONTROLLERS 16481 - 4 ALLIED ASSOCIATES CONSULTING ENGINEERS 10/14/96 3.8 DEMONSTRATION A. Training: Engage a factory -authorized service representative to demonstrate solid-state and variable - speed controllers and train Owner's maintenance personnel. 1. Conduct a minimum of 4 hours of training in operation and maintenance as specified in Division 1 Section "Contract Closeout." Include training relating to equipment operation and maintenance procedures. 2. Schedule training with at least 7 days' advance notice. END OF SECTION 16481 MOTOR CONTROLLERS 16481 - S