HomeMy WebLinkAboutResolution - 6105 - Contract - Wardroup & Associates Inc. - Building Addition To Pump Station #7 - 11_12_1998Resolution No. 6105
Item No. 49
November 12, 1998
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 for the Building Addition
to Pump Station 97, by and between the City of Lubbock and Wardroup & Associates,
Inc, of Lubbock, Texas, and related documents. Said contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
Passed by the City Council this 12th of ovemb , 1998.
WINDY SIT N, MAYOR
AT ST:
ayt 'e Dar ne , City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, turchasing Manager
APPROVED AS TO FORM:
illiam de Haas
Competition and Contracts Manager/Attorney
gs/ccdocs/Wardroup & Associates, Inc..res
November 3, 1998
r
CITX OF LUBBOCK
SPECIFICATIONS FOR
BUILDING ADDITION TO PUMP STATION #7
BID #98214
c
i
6105
CITY OF LU-BBOCK
Lubbock, Texas
FTB #98214, Addendum i2
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2167 • Fax (806) 775-2164
MAILED TO VENDOR:
OLD CLOSE DATE:
NEW CLOSE DATE:
Office of
Purchasing
ADDENDUM #2
ITB #98214
Building Addition to Pump Station #7
October 14, 1998
October 20, 1998 @ 2:00 p.m.
October 28, 1998 @ 4:00 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. The Close Date has changed
From: October 20, 1998 @ 2:00 p.m.
To: October 28, 1998 @ 4:00 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
Questions may be faxed to: (806)775-2164
or Email to: Lritchie@mail.ci.lubbock.tx.us
THANK YOU,
L
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
98214ad2.doc
r
ITS #r98214, Addendum #'1
r
r
R
P.O. Box 2000
Lubbock. Texas 79457
(806) 775-2167 • Fax (806) 775-2164
MAILED TO VENDOR:
OLD CLOSE DATE:
NEW CLOSE DATE:
Office of
Purchasing
ADDENDUM 0
ITB #98214
Building Addition to Pump Station #7
October 12, 1998
October 16, 1 S98 @ 2:00 p.m.
October 20, 1998 @ 2:00 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. The Close Date has changed
From: October 15, 1998 @ 2:00 p.m.
To: October 20, 1998 @ 2:00 p.m.
2. On the plans, page 2 of 3, Section A -A, change the reference of'W12 x 27" to read:
`W12 x 26".
3. Please note the following questions received and their corresponding answers.
Q1 Section A -A (on the plans) W12 x 27 is not a valid size? Do we need a 12 x 26 or a 12 x 30?
Al Please use W12 x 26.
02 What method do you require for connection of WF to concrete columns?
A2 Seated on a non -shrink grout.
03 Are material to be prime painted? What type of paint or galv.?
A3 Section 3-1.17 call for one (1) coat red primer and color matched epoxy paint to the existing
doors and frames on site.
Q4 How is roof slab to be formed? Metal deck or wood?
A4 Wood.
Q5 Are stud required on IMF beam if so shop applied or field?
A5 No connection is required.
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
98214adl.doo
e
r
4
Questions may be faxed to:
PM or Email to:
E
i
ITB 098214, Addendum x1
(806)775-2164
Lritchle@mail.ci.Iubbock.tx.us
THANK YOU,
i 1 RaVtlt_ cl"
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
7
98214ad1.doo
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: BUILDING ADDITION TO PUMP STATION #7
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 98214
PROJECT NUMBER: 9408.6226.30000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
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 AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
No Text
NOTICE TO BIDDERS
BID #98214
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 2:00
o'clock a.m. on the 15th day of October, 1998, 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:
"BUILDING ADDITION TO PUMP STATION #7"
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 12th day of November, 1998, 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.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
f.•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 (if required) within 10 days after notice of
award of the contract to him.
i 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 7th
*. day of October, at 10:00 o'clock a.m., in the Human Resources Conference Room 108, 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
r., 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
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
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) 775-2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMAN
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806) 775-21671Fax (806) 775-2164.
No Text
Pdk
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the BUILDING ADDITION TO PUMP STATION
#7.
2. CONTRACT DOCUMENTS
I•"'
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
r, 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
1 the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
r
E 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) 776-2164
OW
5. TIME AND ORDER FOR COMPLETION
k
The construction covered by the contract documents shall be fully completed within 90 (NINETY) consecutive
calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
r 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
r direct the Contractor to take such action as the City deems necessary to insure completion of the project within
r, the time specified.
6. PAYMENT
1
" All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
i
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 furnish to the Owner, a written
general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any
and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year
from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the
Owner (City of Lubbock).
Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants
fault -free performance and fault -free result in the processing date and date -related data (including, but not limited
to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and
services provided under this Contract, individually or in combination, as the case may be from the effective date
of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated
and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option,
may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply
with all the obligations contained herein.
The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or
any third party involved in the creation or development of the products and services to be delivered to the City of
Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the
City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited
to, its right pertaining to termination or default.
The warranties contained herein are separate and discrete from any other warranties specified in this Contract,
and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability
which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated
in this Contract by reference.
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished 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.
P+
11. PROTECTION OF THE WORK
r*
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
r1* 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.
r�
(b) A swom statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STAT1
E SALES TAX 7
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
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
ram, location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
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.
114. BARRICADES AND SAFETY MEASURES
t 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,
elm 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.
r
15. EXPLOSIVES
4
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
e� 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.
i" 3
i
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract,
it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground)
in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem 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
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 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 coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. 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 bidder's 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 Owner's Representative to do such work. The final decision on
4
f
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work,
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life.
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. 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
P., The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly
filled in and the bidder shall state the price both in words and numerals, for which he 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
r 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
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.
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
%
�„ 5
23
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.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
Q) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
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.
6
No Text
BID SUBMITTAL
LUMP SUM BID CONTRACT
I;
PLACE: T.TTRRQr K . TV LG
DATE: r,C T- 0- -2 ER- - - -9 R- -
!^ PROJECT NUMBER: #98214 - BUILDING ADDITION TO PUMP STATION #7.
4.
Bid of WARDROUP & ASSOCIATES. INC. (hereinafter called Bidder)
7 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 PUMP STATION ' ADDN.
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:
Construction of a building addition at Pump Station #7. The project calls for tying the new
building and floor slab to the existing building and pad, construction of the 22' by 9'4" building
using standard cmu's with face brick facade, two rolled steel factory epoxy coated door, a poured
in place concrete roof, and installation of electrical outlets and light fixtures. Having carefully
examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the proposed work, and being familiar with all of the
conditions surrounding the construction of the proposed project including the availability of
materials and labor, hereby proposes 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.
MATERIALS: �'ii=>tyz/ /�s•,rir1 Tua ($-�o�'�- �'y )
r.. SERVICES!/ T '' S, — ($
k TOTAL BASE BIDr�G_ l is•r/O�-Iu,'C��/z�!/.�cC ��,�2(r$-27--
(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 90 (NINETY) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
i as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of
the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
P" contract documents.
I,
r
r
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the sched4ed closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashiers check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies,
and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of 5% of maximum amount of bi0ollars
($ ), 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,
insurance certificates, 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.
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 t Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary WALLACE C . WARDROUP
Bidder acknowledges receipt of the following addenda:
Addenda No. ! Date 12 yl
Addenda No. I— Date
Addenda No. Date
Addenda No. Date
ALthorized'Strfature
DENNI £ titi . WARDROUP PR ES .
(Printed or Typed Name)
WARDROUP & ASSOCIATES, INC.
CompanyWARDROUP & ASSOCIATES, INC
Address LUBBMK, TEXAS 79493
City, County LUBBOCK_
State Zi Code
Telep ne• �-
Fax:
r-
P
4'.C:tD(,Oi:F & ASSOCIATES, Ir7C .
r LIST OF SUBCONTRACTORS
Minority Owned
Yes No
17
2.
❑ ❑
3.
'
❑ ❑
4.
❑ ❑
75.
❑ ❑
i� 6.
❑ ❑
7.
g
❑ ❑
8.
❑ ❑
10,
❑ ❑
E
,
f,
4
I^
r"
E
3
UNIVERSAL SURETY OF AMERICA
T
C4
F
UNIVERSAL SURETY OF AMERICA
BID BOND
Bond No. TX 6941494 00
KNOW ALL MEN BY THESE PRESENTS, that we,-TART)RnTTP F. Assnr.TATEC;, TNC.
as Principal (hereinafter called the "Principal"), and UNIVERSAL SURETY OF AMERICA , P.O. Box
1068, Houston, Texas 77251-1068, as Surety, (hereinafter called the 'Surety'), are held and
firmly bound unto rTTY OF LUBBOCK
Name, Address, City, State, Zip, Phone Number
as Obligee, (hereinafter called the 00bligee7, in the sum of FIVE % of the amount of the bid
described below but not to exceed FIVE THOUSAND AND NO 1 00------------------------
Dollars ($ 5 , 000.00" ) for the payment of which sum well and truly to be made, the said
Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors
and assigns firmly by these presents.
WHEREAS, the Principal has submitted a bid to Obligee for
BUILDING ADDITION TO PUMP STATION #7
NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall
enter into a contract with the Obligee in accordance with the tenns of such bid or, in the event
of the failure of the Principal to enter into such contract, if the Principal shall pay to the Obligee
the difference not to exceed the penalty hereof between the amount specified in said bid and the
next low bid received by the Obligee for the work covered by Principal's bid, then this obligation
shall be null and void, otherwise to remain in full force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee
prior to execution of the final contract shall furnish evidence in a manner and form acceptable
to Principal and Surety that financing has been firmly committed to cover the entire cost of the
and dated this 15TH day of OCTOBER 11 1998
WARDROUP & ASSOCIATES, INC.
�. �nr�cipal
By
Title - "ti
UNIVERSACSUREW Of AMERICA
UNIVERSAL SURETY OF AMERICA
Attomey-in-Fact
Form 65 7/96
r
F
UNIVERSAL SURETY OF AMERICA
P.O. BOX 1068 -Houston, Texas 77251-1068
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
A` 01 9 3TX 6941494 00
Howard Cowan Enterprises, Inc.
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duty organized and existing under the laws of
the State of Texas, and having its pricipal office in Houston, Texas, does by these presents make, constitute and appoint
Maria Hill
Howard Cowan
Kevin J. Dunn
of Lubbock and State of Texas its true and lawful Attorneys) -in -Fact, with full power and authority hereby
conferred in its name, place and stead, to execute, acknowledge and deliver
Bonds not to exceed $1,000,000.00 unless such is accompanied by letter of
authority siped by the President, Secretary or Executive Vice President
of Universal Surety of America.
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do within the stated
limitations, and such authority is to continue in force until 12/31/1909 . Said appointment is made under and by authority of the
following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 11 th day of July,1984.
"Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seat of the corporation may be affixed or printed by facsimilie to any
power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation."
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, John Knox, Jr. and its
corporate seat to be hereto affixed this 30th day of September, A.D.,1996.
UNIVERSAL SURETY OF AMERICA
��anr
State of Texas F
sl» a41j,
ss:r r, Jo ox, Jr. President
County of Harris • a
On this 30th day of September, In the year 1996, before me, Rhonda Kay Wilke, a notary public, personally appeared John Knox,
Jr., personally known to me to be the person who executed the within instrument as President , on behalf of the corporation herein
named and acknowledged to me, that the corporation executed it.
�p Notary Public
I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the
Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect.
GIVEN under my band and the seal of said company, at Houston, Texas, this 15TH day of OCTOBER _ 19 98 .
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may telephone (713) 7224600.
As stant Secretary
1451-1500/050
r..
�.. 10�09i98 15:28 WARDROLP 8 ASSOCIATES INC LBB TX P.02
F
r
. CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bld Submitti
r
I, the undersigned Bidder, certify that the Insurance requirements contained in this bid document have been
reviewed by me with the below identified Insurance AgentlBroker. If I am awarded this contract by the City of
r Lubbock, I will be able to. within ten (10) days after being notified of such award by the City of Lubbock,
11 fumish a valid Insurance certificate to the City meeting all of the requirements defined In this bid/proposal.
/ gCS 0. Bl►F.DROtiP., VICE. PRE:
ZA
7 Contractor (Signature) Contractor (Print)
r CONTRACTOR'S NAME: _ WARDROUP & ASSOCIATES, INC.
I (Print or Type) .
CONTRACTOR'S ADDRESS: P. 0. BOX 6999
LUBBOCK, TEXAS 79493
Name of Agent/Broker: THE INWEST GROUP, INC.
Address of Agent/Broker: P. 0. BOX 53910
City/State/Zip: LUBBOCR, TES 794,53_
Agent/Broker Telephone Number. (80_ 6) 785-1988 r
Date: 10/ 15 /98
NOTE TO CONTRACTOR
If the time requirement specified above Is not met, the City has the tight to reject this bld/proposal and
award the contract to another contractor. If you have any questions concaming these requirements,
please contact the Purchasing Manager for the City of Lubbock at (808) 776.2166.
BID 098214 • BUILDING ADDITION TO PUMP STATION 07
4.
ITB #98214, Addendum #2
P.O. Box 2000
Lubbock. Texas 79457
(806) 775-2167 • Fax (806) 775-2164
MAILED TO VENDOR:
OLD CLOSE DATE:
NEW CLOSE DATE:
Office of
Purchasing
ADDENDUM #2
ITB #98214
Building Addition to Pump Station #7
October 14, 1998
October 20, 1998 G 2:00 p.m.
October 28, 1998 @ 4:00 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. The Close Date has changed
From: October 20, 1998 @ 2:00 p.m.
To: October 28, 1998 @ 4:00 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
Questions may be faxed to : (806)775-2164
or Email to: Lritchie@mail.ci.lubbock.tx.us
THANK YOU,
X 9 1
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
98214ad2.doc
16-12-98 15:30 CITY OF LUBBOCK PUR IDr8067752164
P.01
1
r
P.O. Sox 2000
Lubbock. Texas 79457
(806) 775-2167 • Fax (806) 775-21 Cry
MAILED TO VENDOR:
OLD CLOSE DATE:
NEW CLOSE DATE:
IT6 #98214, Addendum #1
Office of
Purchasing
ADDENDUM #9
ITB #98214
Building Addition to Pump Station #r
October 12, 199E
October 16, 1998 @ 2:00 p.m.
October 20, 1988 IM 2:00 p.m.
The following Items take precedence over specifications for the above named Invitation to Bid (ITS).
Where any item called for in the ITS documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. The Close Date has changed
From: October 15, 1998 Q 2:00 p.m.
To: October 20, 1998 @ 2:00 p.m.
2. On the plans, page 2 of 3, Section A -A, change the reference of "W12 x 27" to read:
"W12 x 26".
3. Please note the following questions received and their corresponding answers.
01 Section A -A (on the plans) W12 x 27 is not a valid size? Do we need a 12 x 26 or a 12 x 30?
Al Please use W12 x 26.
02 What method do you require for connection of WF to concrete columns?
A2 Seated on a non -shrink grout.
03 Are material to be prime painted? What type of paint or gals, 7
A3 Section 3-1.17 call for one (1) coat red primer and color matched epoxy paint to the existing
doors and frames on site.
Q4 How is roof slab to be formed? Metal deck or wood?
A4 Wood.
05 Are stud required on WF beam if so shop applied or field?
A5 No connection is required.
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
1PA-12-9S 15:31 CITY OF LUBBOCK PUR ID=6067752164
P.02
l
IT8198214, Addendum 11
k ?
T
R
Questions may be faxed to: (806)776-2164
r or Email to: Lritchie@mail.ci.Iubbock.tx.us
l THANK YOU,
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR 810
1
i;
r
r ,
r
_. _ _ _
...... .��f .
F
' � � � � � '.
4 � � � ..
BOND NO. TX 6941505 00
i
r
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that WARDROUP & ASSOCIATES, IN (hereinafter called the Principal(s), as
Principal(s), and
UNIVERSAL SURETY OF AMERICA
(hereinafter called the Surety(s),,a SEVEN(s), are held
and firmly
boon unto the City of Lubbock (hereinafter called the
Obligee), in the amount of TT�WEENN Dbollars ($27 , 569.00 ) lawful money of the
United States for the paym a ai rii ai and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12TH day of
NOVEMBER , 19 98 , to
BID #98214 - BUILDING ADDITION TO PUMP STATION 07
I PM
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
In the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
I as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
.. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
19TH day of NOVEMBER 19 98.
UNIVERSAL SURETY OF
Surety
7
ASSOCIATES, INC.
Principal
By:
(Title)
(Title) _
7
r�
4
' The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be
.• delivered and on whom service of process may be had in matters arising out of such suretyship.
UNIVERSAL SURETY OF A=ICA
Surety
. By:
itle) HOWARD COWAN
ATTORNEY -IN -FACT
Approved as to form:
City of Lubbock -
By: i�'{✓�fi(/�-� lid[- �`'"� `;
City Attorney -
• Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. if signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
7
r�
.+�
BOND NO. 'TX 6941505 00
r
r
l
r
r
r-
P
I
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
WARDROUP & ASSOCIATES, INC.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
UNIVERSAL SURETY OF AMERICA
(hereinafter called the Surer as Suretv(s gtheld_a d Vr ur d unto the City of Lubbock (hereinafter called the
Obligee), in the amount of TY SEVENN SAND Bollars ($ 27.569.00) lawful money of the
United States for the paym n whereo , he sai ncipal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by, these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12TTday of
NOVEMBER , 1998, to
BID #98214 — BUILDING ADDITION TO -PUMP STATION #7
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
In the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19TH
day of NOVEMBER , 19 98 .
UNIVERSALAURETY OFAQICA
Surety
* By:
e) ROWARD COWAN.
ATTORNEY -IN -FACT
WARDROUP & ASSOCIATES. INC.
Principal
B
(Titl
By:
(Title)
By:
(Title)
i PM
i
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and
7 on whom service of process may be had in matters arising.out of such suretyship.
UNIVERSAL SURETY OF AMERICA
Surety
17
r *B .
vtle) HOW COWAN
ATTORNEY —IN -FACT"
Approved as to Form
City of Lubbock
rBy:
City Attorney
4
• Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws S66wing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
7
.- 2
I
i
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of. Insurance:
P.O. Box 149104
Austin, TX 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 agent or the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or
condition of the attached document.
UNIVERSAL SURETY OF AMERICA
P.O. BOX 1068 -Houston, Texas 77251-1068 , •_ s . ';' �'
GEATERAL POWER OF ATTORNEY -CERTIFIED COPY
.. i-
•
t
� crux , _ •.
�,,.. 3001193 ;TX 6941505 00
Howard Cowan Enterprises,
i.
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing tinder die laws of
the State of Texas, and having its pricipal office m Houston, Texas, does by these presents make, constitute and appoint
_ Mar18 IDII #` ^ r • Boward Cowan i„„° a '! l,iKevin J+ Dunn + k t .1... ++: � •
r+ ;� •_. _�. .. 7:. _ � '; ax - i t `� .,.,, � -fi, t^tt � �i �,. ;`"' i �t if �.
t_. of Labbock and State of Texas' r + ` its true and lawful Atoorney(s}in-Fact, with fish power and atuharity hereby
conferred in its name, place and stead, to execute, aclmowledge 3 . f t
r , . , . ver ..�r
*" Bonds not to exceed $1,000,000.00 unless such is accompanied by letter of
y authority si d by the President, Secretary m Executive Vice President
_ gne
of Universal Suuety of America
- a
• ,l
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, seated with the corporate seal of the
Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(a}in-Fact may do within the stated -
limitations, and such authority is to continue in force until ' 12/312000 .Said is made under and authority of the
following resolution adopted by the Board of Directors of Universal Surety of America at a meeting hold o theyI lth day of Jniy, 984
"Be It Resolved, that the President, and an Vice.President, Secretary or any Assistant Secretary shall be and. is hereby vested with full pawner `V
and authority to appoint any one or more suitable persons as Attoraey(8 Fact to represent and act for and on behalf of the Company."
-' _ ,', t _:.. a-cw _ i. :iF _ jv.==�l•�'i•sa. .i .
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimihe to any
power of attorney of the corporation, and that such printed facsimilie signature and seal shall be valid and binding upon the corporation.'
/� •. N,.`:"j �y.. ... _ .. °d, �."` i{ , .a'-^t• .t�'l. �.,.ri- rlarr t.-lit. �.M {t.� �f•
i k rw An Witness Whereof, Universal Surety of America has caused these presents to be signed by In President, Jack McReynolds and Its
corporate seal to be hereto affixed this 2nd day of January, A.D.,1998. r . t t f " " •
'UNIVERSAL .SURETY OF AMEBIC
7,
4 State of Texas •• - ,
r�
County of Barris "'�` . ` i r
:- On this 2nd day of January, In the year 1998, before me, Estela i e[ a notary r blip personally appeared Jack McRe l
personally known to me to be the person who executed the within instrument as Pres3 ent , on behaV of the corporation herein n�am
- and acknowledged to me that the corporation executed It.
T
WC ..
Ot+osta�er a, ODES - a < Norsry Pakeue y =
1, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, tare and correct copy of the
^ Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect
GIVEN under my hand and the seal of said company, at Houston, Texas, this 19TH day of 1JOVEMBER 1998
Any instrument issued is excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may telephone (713) 7224600. 1501-1550/0S0
.-
,....._ ..�. ... ._ . .... T m ....., .. ___
_ F :..__ .. .._ ... _ . .. �..... ..
�,.,.
r+�
DATE (MMMD/YY)
i A001M. CERTIFICATE OF INSURANCE 11/19/98
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
,THE INWEST GROUP, INC.
k. 110 N. MARIENFELD, SUITE 330
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
MIDLAND, TEXAS 79701
COMPANIES AFFORDING COVERAGE
COMPANY
A PETROSURANCE CASUALTY
I' INSURED
COMPANY `
WARDROUP & ASSOCIATES, INC.
B UTICA NATIONAL INS. CO.
P. 0. BOX 6999
COMPANY
l LUBBOCK, TEXAS 79493
C SECURITY INS. CO. HARTFORD (MCGEE)
COMPANY
I
r+I+
D
COVERAGES
i THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DDIYY)
POLICY EXPIRATION
DATE (MM/DDIM
LIMITS
A
GENERALLIABILRY
GENERAL AGGREGATE
$ 2000000
PRODUCTS - COMP/OPAGG
$ 2000000
COMMERCIAL GENERAL LIABILITY
PGL42169702-97
10/1/98
10/1/99
CLAIMS MADE ®OCCUR
PERSONAL & ADV INJURY
$ 1000000
EACH OCCURRENCE
$ 1000000
OWNER'S & CONTRACTOR'S PROT
A
FIRE DAMAGE (Any one fire)
$ 50000
MED EXP (Any one person)
$ 5000
i
B
AUTOMOBILE
LIABILITY
ANY AUTO
BAP2352154
10/1/98
10/1/99
COMBINED SINGLE LIMIT
$
1000000
BODILY INJURY
(Par pew)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY • EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
�1 +
C
EXCESS UABILSY
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
A
i
WORKERS COMPENSATION AND
EMPLOYERS'UABIUTY
PWC42169702-97
10/1/98
10/1/99
X I STATUTORY LIMITS
EACH ACCIDENT
$ 500000
DISEASE •. POLICY LIMIT
$ 500000
THE PROPRIETOR/ INCL
PARTNERS/EXECUTNE
OFFICERS ARE:
DISEASE - EACH EMPLOYEE
$ 500000
C
LBUILDERS
--REXCL
OTHER
RISK
CCIMG12023R
10/1/98
10/1/99
PER JOB
$ 1250000
DISASTER
$ 1250000
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLE$/SPECIAL ITEMS
RE: CITY OF LUBBOCK - BID #98214 - BUILDING ADDITION TO PUMP STATION #7
i LDDITIONAL INSURED (EXCEPT WORKERS COMP.)
AND WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
�UBBO CK
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
:ITY OF LUBBOCK
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
. 0. BOX 2000-
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
�P
. UBBOCK, TEXAS 79457
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UAsury OF
ANY KIND UPON THE COMPANY, 1 AGENTS OR REPRESENTATIVES.
'I
ACORD 25-S (3/93)
AUTHORIZED REPRESENT
����,, �
�) A� ORPORATION 1993
A1:111:11. :CERTIFICATE OF
w...r:
PRoO11/19/98
UCER
-INSURANCE DATE�M,DD�
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
INWEST GROUP, INC.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
110 N. MARIENFELD, SUITE 330
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
TEXAS 79701
COMPANIES AFFORDING COVERAGE
�AIDLAND,
COMPANY
A PETROSURANCE CASUALTY
INSURED
LWARDROUP & ASSOCIATES, INC.
COMPANY
B
COMPANY
.. 0. BOX 6999
.UBBOCK, TEXAS 79493
C
COMPANY
D
COVERAGES
-.. ._ 4. r..r •.:t Fs-._�.ex.. .,. ..r ..xi. ,.;..t .a �. a,.... .;t.. .. .. ,. a. in..[.-'- .,.. .s, ,l_ .c) .#
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED" NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS
SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DDIM
POLICY EXPIRATION
DATE (MM/DONY)
LIMITS
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
FORTHCOMING
11 / 19 / 9 8
1 1 / 19 / 9 9 t
GENERAL AGGREGATE
$ 00000
PRODUCTS - COMP/OP AGG
$
CLAIMS MADE F-1 OCCUR
PERSONAL 3 ADV INJURY
$
X OWNER'S & CONTRACTORS PROT
EACH OCCURRENCE
$ OOOOO
FIRE DAMAGE (Arty one fire)
$
MED EXP (Any one person)
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NONIED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
L
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
UMBRELLA FORM
�
AGGREGATE
$
L
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
STATUTORY LIMITS
EMPLOYERS' LIABILITY
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVEF1OFFICERS ARE. EXCL
EACH ACCIDENT
$
DISEASE - POLICY LIMIT
$
DISEASE -EACH EMPLOYEE
$
OTHER
NAMED INSURED: CIlY
OF LUBBOCK
P.
0. BOX 2000
LUBBOCK,
TEXAS
79457
DESCRIPTION OF OPERATKNISWCATIONSNEHICLESISPECIAL ITEMS
RE: CITY OF LUBBOCK - BID #98214 -
BUILDING ADDITION TO PUMP STATION #7
CERTIFICATE HOLDER :.:..... :,,.
. ,. ': CANCELLATION
CITY OF LUBBOCK
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
BOX 2000
P. O. B0. TEXAS 79457
LUBBOBUT
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10`., DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
O OBLIGATION OR LIABILITY OF
FAILURE TO MAIL SUCH NOTICE SHA=TS
ANY KIND UPON COMPANY, OR REPRESENTATIVES.
AUTH RIZED PR;;ME
ACORD 25-S (3/93)
0 Ai,COO�/R1_DD CORPORATION 1993
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
(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;
(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 (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;
(7) 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:
r
r
REQUIRED WORKERS' COMPENSATION COVERAGE
"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."
"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
to report an employer's failure to provide coverage." and
(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
(ii) 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.0
7
7
M -
- - -
_ - -
z
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 12th day of November. 1998 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to
do so, hereinafter referred to as OWNER, and Wardroup & Associates, Inc. of the City of Lubbock, County of
Lubbock and the State of Texas hereinafter termed CONTRACTOR.
r,
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #98214 - BUILDING ADDITION TO PUMP STATION #7 - $27,569.00
r
r
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 Agreement.
4
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.
7
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written. I /I / --
A (LU
S cre
ff - P\�
APP V AS TO CONT
Owner's Representative
APPROVED AS TO FORM:
4Z'-ra_--- 4/)am
City Attorney
ATTEST:
Corporate Secretary
CONTRACTOR:
WARDROUP ASSOCIATES, INC.
By:
PRINTED NAME:
TITLE:
mALLA= 0 . WARMOUP , VICE PRE15
COMPLETE ADDRESS:
Wardroup & Associates, Inc.
P.O. Box 6999
Lubbock,Texas 79493
No Text
;
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
1 2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit WARDROUP & ASSOCIATES, INC. who has agreed to perform the work
embraced in this contract, 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, or its representative CHES CARTHEL, CHIEF ENGINEER, so designated who will
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may
be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors 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.
l 4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement of any), Specifications, Plans, Insurance Certificate, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
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 similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
F6. SUBCONTRACTOR
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 mail to the
last business address known to the party who gives the notice.
I
8. CONTRACTOR'S RESPONSIBILITIES
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, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such 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 Owners Representative will
check the Contractors layout of all major structures and any other layout work done by the Contractor at
Contractors 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 copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owners Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owners Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owners Representative whenever Owner's Representative deems
said lines and grades are 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 its work in order to permit Owners 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 Owners 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 Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owners Representative at Contractors expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
r., authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the
contract. 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 the contract documents, and 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
I" to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall
be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
rfurnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work, The Contractor shall regard and obey 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 Agreement and accompanying plans and specifications
j provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
�. Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
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 its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that 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
i
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the
f" work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself 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 affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
r., terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
P'`
Unless otherwise specified herein, all loss, expense or damage to 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
work, shall be sustained and borne by the Contractor at its own cost and expense.
is. 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
Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, 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 consent or 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 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 such 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 such 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 Representative
has previously accepted the work through oversight or otherwise. If any such 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 such 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 borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any
such tests or approvals but does not meet the requirements of the contract documents shall be considered
defective, and shall be corrected at the Contractor's expense.
rc
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
r. 22. DEFECTS AND THEIR REMEDIES
It is expressly 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 Owner's Representative as unsuitable or not
p in conformity with plans, specifications and/or 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 the contract documents. It is further agreed that any
�•• remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or 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
r- 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 actual
expenses incurred in preparation for the work as originally planned.
0- 24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
�► required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not
covered by Contractor's bid, except as provided under Changes and Alterations herein.
r It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
•- compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have
been charged by a reasonable and prudent Contractor as a reasonable and necessary
cost for performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this
paragraph 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
E 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'
►_• 5
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these
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
worts order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and
compensate Contractor for its 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
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to
maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's 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 Owner's 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)(1). If Contractor does not notify Owner's Representative prior to the
commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents 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 Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully
understands the work to be included and has provided sufficient sums in its bid to complete the work in
accordance with these plans and specifications. If Contractor does not notify Owner's Representative
prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the
plans and specifications are sufficient and adequate for completion of the project. It is further agreed
that any request for clarification must be submitted no later than five (5) calendar 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 Owner's 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 its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
0
r
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
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
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
r , Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work
progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption
of duty to supervise safety precautions by either the Contractor or any of its subcontractors.
rR
11 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 furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver..
The Contractor shall procure and carry at its 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 prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. 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. 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
r 7
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
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, $600,000.00 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, $600,000.00 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 Insurance/Installation Floater Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 100% 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
Contractors/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor"' in Section 0406.096, Texas Labor
Code) - 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
8
a
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
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
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
for one year thereafter.
7. The Contractor shall 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.
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
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 (a) - (g), 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.
10
(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.
(7) 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.
(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
(ii) 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;
(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;
(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
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
t- commission rules. This notice must be printed with a title in at least 30 point bold type
and text 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:
.5
i
%' 11
REQUIRED WORKERS' COMPENSATION 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 or
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 of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(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;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting 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.";
(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;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
12
r-�
410
(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
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
I~ 29. DISABLED EMPLOYEES
Contractors having more than fifteen (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
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter 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
r' five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
k unpaid, in addition to any statutory retainage rights it may have, 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.
r
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 agreement with the Patentee or owner
thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27
hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
indemnify and save the Owner, and all of its officers, agents and employees 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 alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything
herein to the contrary, if the material or process specified or required by Owner and/or this contract is an
infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement
to the Owner's Representative prior to bidding.
13
i
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 affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save
harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation
of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If
the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the
contract for changes in the work. In the absence of timely written notification to Owner's Representative of such
variance or variances within said time, any objection and/or assertion that the plans and specifications are at
variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the
Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and
regulations, and without such notice to the Owner's Representative, Contractor 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
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. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its 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 its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, 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 as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the 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 damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the
substantial completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range 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 the actual
damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the
amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to
Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
14
r
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 its 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 its 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. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its 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 34 hereinabove set forth and
expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except
when its 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. Any request for extension shall be in writing with the written
request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative
within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's
Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission
by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such
delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed
waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to
such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays
t"' in securing material or workmen, or any other cause or occurrence. 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 Owners convenience,
in which event, such expense as in the sole judgment of the Owners 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 specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, 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. In the event the amount of work to be done and materials to be
furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is
r— 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
t' 15
the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
39. > PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and
employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
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 proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
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 any time 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, Owner's
agents and employees, which have not theretofore been timely filed as provided in this Contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, 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. The determination of the partial payment
by the Owner's Representative shall be in accordance with Paragraph 14 hereof.
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 the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
16
aft
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said
time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
fi The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether
final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
r' Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
r.. completion 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 contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's
w Representative on account of failure to conform to the contract documents, whether actually incorporated in the
r work or not, and Contractor shall at its own expense promptly replace such condemned materials with other
materials conforming to the requirements of the contract documents. 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.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor 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 certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
r�
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(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.
r
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
"' 17
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or
deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the
Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and
employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days
after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply
with the written orders of the Owner's Representative, when such orders are consistent with this contract, 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. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , 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 the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to
proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions
of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law,
contract, equity or otherwise, including, but not limited to, providing 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
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 Agreement. 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 its 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. Should the cost to complete any such new contract prove to be less than that
18
r
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, 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 certification of
r" 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, if applicable, 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, if applicable. Should the cost to complete the work exceed the
r` contract price, and the Contractor and/or his Surety, if applicable, 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, if applicable, 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, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from
y`^ 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, if applicable. 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, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other
remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as
provided in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
r
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. 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,
Government 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. It is further agreed that this contract
shall not be in effect until such bonds are so furnished.
r.. 19
51. 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.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense 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 or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its 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 Contractor's 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.
54. 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 Contractor shall remove all such debris and also its 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."
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written 'consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion.
If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five
(5) days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible
for ensuring that all personnel involved in the Project are (1) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
20
No Text
Resolution No. 5121
March 14, 1996
Item #19
WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
works contracts for the City of Lubbock in accordance with the provisions of Vernon's
Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719 enacted February
12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and 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:
'i
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 followinor named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes: j
Exhibit A: Building Construction Trades j
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
i
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�
'f
it
Passed by the City Council this 14th
ATTEST:
I
Betty M. J on, City Secretary
APPROVED AS TO CONTENT:
Mary AndrWws, Managing Director of
Human Resources
I APPROVED AS TO FORM:
afold Willard; Assistant City Attorney
H W: dalccdocs/pubworks. res
February 14. 1996
7
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
Hourly Rate
10.00
11.00
5.50
8.00
11.00
11.00
6.00
11.00
6.00
7.50
10.00
13.00
6.00.
8.50
7.50
8.50
8.00
9.00
5.50
8.00
5.50
5.50
9.50
10.50
6.00
8.00
5.50
8.75
5.50
10.00
Ix IT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
Hourly Rate
6.00
5.50
7.35
5.75
10.50
5.50
6.50
5.50
5.50
6.25
7.25
5.50
7.00
7.00
7.00
6.50
7.00
6.50
8.50
6.00
6.50
6.50
6.00
6.50
P"
r
*1C.11:
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
EXHIBIT D
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
r
No Text
r
PUMP STATION #7
PUMP BUILDING
ADDITION
r
k
I
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
PUMP STATION #7 ADDITION
TECHNICAL SPECIFICATIONS AND DRAWINGS
RIME i
Paragraph
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
STANDARD BUILDING SPECIFICATIONS
INDEX
Title
Page
Summary....................................................................................
9
SECTION I -GENERAL SPECIFICATIONS
General.......................................................................................
9
Approved Construction Plans ....................................................
9
Submittals for Review..............................................................
9
Qualifications.............................................................................
10
Acceptable Manufactures..........................................................
10
ProductOptions.........................................................................
12
Substitutions after Award of Contract .......................................
13
Substitution Procedures.............................................................
13
Schedule of Products.................................................................
15
Delivery, Storage, and Handling ................................................
15
Environmental Requirements....................................................
16
Construction Schedule...............................................................
17
Notice to Proceed.......................................................................
17
Quality Assurance......................................................................
17
Regulatory Requirements..........................................................
18
Access to Site and Use of Premises ...........................................
18
Security Procedures...................................................................
18
Project Conditions.....................................................................
18
Construction Stakes...................................................................
20
Barricades and Safety Measures ...............................................
20
Protecting Site...........................................................................
21
Underground and Overhead Utility Structures ..........................
21
Protection of Existing Underground Utilities ............................
22
3
1-1.23
1-1.24
1-1.25
1-1.26
1-1.27
1-1.28
1-1.29
1-1.30
1-1.31
1-1.32
1-1.33
1-1.34
1-1.35
1-1.36
1-1.37
1-1.38
1-1.39
2-1.0
2-1.1
2-1.2
2-1.3
2-1.4
2-1.5
2-1.6
2-1.7
2-1.8
2-1.9
2-1.10
2-1.11
2-1.12
2-1.13
General Examination Requirements ..........................................
22
General Preparation Requirements ............................................
22
Inspection..................................................................................
23
Clearing and Grubbing...............................................................
23
Dewatering................................................................................
23
Excavation................................................................................
23
General Installation Procedures .................................................
24
Procedures for Correction of Work ............................................
25
Cleanup...................... .......................................................
26
Final Inspection...........................................................................
27
Warranty and Acceptance..........................................................
27
Measurement and Payment........................................................
27
Submittals for Closeout.............................................................
27
Project Closeout.........................................................................
28
Abbreviations.............................................................................
28
Definitions.................................................................................
28
Contract Conditions...................................................................
29
SECTION-2 CAST IN PLACE CONCRETE
General.......................................................................................
31
Concrete Materials.....................................................................
31
Formwork Facing Materials.......................................................
34
Formwork Accessories...............................................................
34
Reinforcing Materials................................................................
34
Concrete Form Preparation........................................................
35
Placing Reinforcement...............................................................
36
Joint Construction......................................................................
36
Installation of Embedded Items .................................................
36
ConcretePlacement ...............................................................
36
Finishing Formed Surfaces........................................................
37
Finishing Slabs..........................................................................
38
Concrete Curing and Protection .................................................
39
Removal of Forms and Supports ...............................................
40
4
1
2-1.14
Miscellaneous Concrete Items ...................................................
41
7
2-1.15
Concrete Repairs........................................................................
41
2-1.17
Quality Control Testing During Construction ...........................
41
SECTION 3-UNIT MASONARY
3-1.0
General.......................................................................................
43
3-1.1
Unit Masonry ..........................................
43
3-1.2
Coordination...............................................................................
44
3-1.3
Concrete Masonry Unit...............................................................
44
3-1.4
Face Brick Unit...........................................................................
44
r
{
3-1.5
Structural and Miscellaneous Steel ..................
3-1.6
Insulation Inserts..........................................................................
44
r
3-1.7
Reinforcement and Anchorage ....................................................
44
3-1.8
Mortar and Grout........................................................................
45
3-1.9
Admixtures.................................................................
45
3-1.10
Flashing.....................................................................................
45
3-1.11
Mortar Grout Mixes....................................................................
46
3-1.12
Grout Mixes................................................................................
46
r3-1.13
i
Grout Mixing.............................................................................
46
3-1.14
Examination ................................
r3-1.15
Preparation..................................................................................
47
3-1.16
Installation..................................................................................
47
3-1.17
Built in Work .......................:
3-1.18
Tolerances..................................................................................
49
r3-1.19
I
Cutting and Fitting.....................................................................
50
3-1.20
Field Quality Control.................................................................
50
3-1.21
Cleaning....................................................................................
50
3-1.22
Protection of Finished Work ......................................................
50
FIR
3-1.23
Schedule.....................................................................................
50
SECTION 4-ELECTRICAL
!
4-1.0
General.......................................................................................
51
4-1.1
Related Documents....................................................................
52
4-1.2
Submittals ...............................................
�.
5
4-1.3
Openings and sleeves in Construction .......................................
52
4-1.4
Electrical coordination...............................................................
53 -
4-1.5
Complete Work and Pads..........................................................
53
4-2.0
Electrical Identification.............................................................
53
4-2.1
General Description of Work .....................................................
53
4-2.2
Quality Assurance.........................................................
53
4.2.3
Submittals..................................................................................
54
4.2.4
Electrical Identification Materials ..............................................
54
4-2.5
Application and installation.......................................................
54
4-3.0
Basic Electrical Materials and Methods ....................................
55
4-3.1
General Description of Work .....................................................
55
4-3.2
Quality Assurance......................................................................
55 _
4-3.3
Submittals ..................................
4-3.4
Metal Conduit and Tubing.............................:...........................
56
4-3.5
Nonmetallic Conduit and Ducts .................................................
56
4-3.6
Wire and Cable..........................................................................
56
4-3.7
Connectors...........................................................................
57
4-3.8
Fabricated Boxes ....................................... ............................
57
4-3.9
Floor Outlet Boxes.....................................................................
58
4-3.10
Plug-in Bushwa
—'
4-3.11
In -ground Bus Duct .................... .. ..............................
59
4-3.12
Installation of Electrical Raceways ............................................
59
4-3.13
Special Raceway Systems ................................
60
4-3.14
Conduit Applications.................................................................
61
4-3.15
Adjusting and Cleaning Raceways ............................................
61
4-3.16
Installation of Wire and Cable ...................................................
61 _
4-3.17
Code All Service, Feeder and Branch Conductors ....................
62
4-3.18
Field Quality Control...... .. ............ .............................
63
4-4.0
Wiring Devices ............................... ...... ...........................
63
4-4.1
General Description of Work .........................
63
4-4.2
Quality Assurance......................................................................
63
4-4.3
Submittals..................................................................................
63
6
PA
r"
4-4.4
Fabricated Wiring devices.........................................................
64
j"
4-4.5
Switches.....................................................................................
64
ii
4-4.6
Wiring Device Accessories...................................................
65
4-4.7
Installation of Wiring Devices ...................................................
65
4-4.8
Protection of Wall Plates and Receptacles .................................
65
i�
4-4.9
Grounding.................................................................................
65
4-4.10
Testing.......................................................................................
66
r'
4-5.0
Power Distribution ...........................................
4-5.1
General Description of Work .....................................................
66
r
4-5.2
Quality Assurance......................................................................
66
4-5.3
Submittals..................................................................................
67
r'
4-5.4
Switchgear.................................................................................
67
4-5.5
Circuit Breaker Panelboards......................................................
67
4-5.6
Distribution Circuit Breaker Panelboards..................................
69
4-5.7
Overcurrent Protective Devices .................................................
70
4-5.8
Fuses..........................................................................................
70
4-5.9
Transformers..............................................................................
70
4-5.10
Service Entrance Equipment......................................................
71
4-5.11
Ground Systems.........................................................................
71
4-5.12
Installation of Switchgear...........................................
4-5.13
Installation of Panelboards.........................................................
72
4-5.14
Installation of Service Entrance Equipment ..............................
72
i
4-5.15
Installation of Overcurrent Protective Devices ..........................
73
4-5.16
Ground System Installation.......................................................
73
4-6.0
Building Lighting.......................................................................
74
4-6.1
General Description of Work .....................................................
74
4-6.2
Quality Assurance......................................................................
74
4-6.3
Submittals............................................................
4-6.4
Lighting Standards....................................................................
74
r4-6.5
Lighting Fixtures........................................................................
75
4-6.6
Installation of Lighting Fixtures ................................................
80
r
4-6.7
Adjust to Clean..........................................................................
81
7
7
4-6.8 Field Quality Control ................................. ............................ 81
4-6.9 Project Closeout......................................................................... 81
4-6.14 Grounding.................................................................................. 82
s
I"
CITY OF LUBBOCK, TEXAS
WATER UTILITIES DEPARTMENT
STANDARD BUILDING SPECIFICATIONS
Summary
The City of Lubbock Water Utilities Division is in the process of upgrading the motor
controllers at Pump Station #7 located at the intersection of the Brownfield Highway and
29' Drive. This will include the construction of an addition to the existing building. This
project will include the construction of a building addition, and installation of a cantilever
gate in an existing fence. All installation of the controllers will be done by separate
contract.
The plans and specifications herein included are intended to describe a completed work to
be performed under the contract. Unless otherwise provided, the Contractor shall fiunish
all materials, supplies, tools, equipment and labor necessary for the proper execution and
completion of the work.
Section 1 General Specifications
1 General Specifications
The following paragraphs give the general specifications on the various materials, which
are to be used in this project. On minor items a certificate from the manufacturer may be
required, certifying that the material or equipment meets the specifications for such
material as specified herein. All materials shall be subject to the approval of the Chief
Engineer of Water Utilities before being used. All references in these specifications to
American Society for Testing and Materials (ASTM) designations shall be the latest
revisions.
1-1.1 Approved Construction Plans
Construction shall be done in accordance with the construction plans provided for this
project, engineered and prepared under the direction of the City of Lubbock Water
Utilities Engineering Department.
r
1-1.2 Submittals for Review
The contractor shall submit the manufacturer's product data for all materials used in
construction of this project, such as formwork accessories, concrete admixtures, grout,
chemical hardener, curing compound, bonding compound, epoxy bonding system, etc....
I
9
The contractors shall submit test reports showing compliance with specified quality and
gradation of aggregates
The contractor shall submit shop drawings for fabrication and placement of the
reinforcement to comply with ACI SP-66. These drawings shall include bar schedules,
diagrams of bent bars, arrangement of concrete reinforcement, splices, and show stirrup
spacing.
The contractor shall submit the following information related to the quality assurance
requirements specified. Proposed mix designs and test data should be submitted before
concrete operations begin. Method by which proportions have been selected shall be
identified. Indicate the quantity of each ingredient per cubic yard of concrete, the type
and quantity of admixtures proposed or required, and the laboratory test reports for all
testing specified. Affidavits shall be submitted from an independent testing agency
certifying that all materials furnished under this section conform to specifications.
Certification shall be provided from manufacturers of concrete admixtures that chloride
content complies with specified requirements. Copies of delivery tickets shall be
submitted complying with ASTM C 94 for each load of concrete delivered to site. And
the contractor shall submit protective measures for concrete in both hot weather and cold
weather.
The Contractor shall review all required components for use in this application to
ascertain that all items will function as necessary and as designed.
1-1.3 Qualifications
Manufacturer: The company shall have a minimum of three years documented
experience specializing in the manufacture of the products specified in this document.
Installer: The installer shall have a minimum of three years experience in installing the
products herein specified in this document.
Upon request of the owners representative references should be available for both the
manufacture and installer.
1-1.4 Acceptable Manufacturers
FACE BRICK:
Acme Brick Co.
Boral Brick Co.
Henderson Brick Co.
CONCRETE MASONRY UNITS:
Featherlite Block Co.
10
r
i
Pw
r.
PORTLAND CEMENT, MORTAR CEMENT, MASONRY CEMENT, AND LIME:
Essroc Materials, Inca
Glen-Gery Corporation.
Lafarge Corporation.
Lehigh Portland Cement Co.
Riverton Corporation (The).
MORTAR PIGMENTS:
Davis Colors.
Lafarge Corporation.
Solomon Grind -Chemical Services, Inc.
JOINT REINFORCEMENT, TIES, AND ANCHORS:
Dur-O-Wal, Inc.
Heckman Building Products, Inc.
Hohmann & Barnard, Inc.
Masonry Reinforcing Corp. of America.
National Wire Products Industries.
Southern Construction Products.
WATER REPELLENT ADMIXTURES:
W.R. Grace & Co.
INTEGRAL CMU WATER REPELLENT
W.R. Grace & Co.
INSULATION INSERTS:
Korfil
COLD -WEATHER ADMIXTURE:
Euclid Chemical Co.
LIGHT FIXTURES:
Lithonia
Bryant
Appleton
Sure Light
11
1-1.5 Product Options
It is the contractor's responsibility to select products which comply with the,contract
documents and which are compatible with one another, with existing work, and with
products selected by other contractors.
The contractor shall verify that the electrical characteristics of products are compatible
with the electrical systems, and notify the owner of any and all discrepancies.
Do not use any substitute products which have not been approved in accordance with the
requirements of the contract documents; a formal substitution request is required from the
contractor.
Where the specification is silent on whether substitutions will be considered, substitutions
will not be considered.
DEFINITION OF SUBSTITUTE PRODUCT: Any product which does not meet the
requirements of the contract documents, whether in product characteristics, performance
quality, or manufacturer or brand names, is considered a substitute.
PRODUCT OPINIONS: Where products are specified using more than one method, such
as a description with a manufacturer list, use a product that meets the requirements of
both specification methods.
PRODUCTS SPECIFIED BY REFERENCE STANDARD: Use any product meeting the
specification. Provisions of reference standards shall not modify the responsibilities of
the owner as defined in the contract documents.
PRODUCTS SPECIFIED BY PERFORMANCE REQUIREMENTS: Use any product
meeting the specification.
PRODUCTS SPECIFIED BY LISTING MANUFACTURER(S): The contractor shall
provide a product meeting the specifications and made by one of the manufacturers listed
if the accompanying language by Indicates that Substitutions Are Not Allowed.
Language indicating that substitutions are not allowed includes:
"Provide one of the following products. "
"Provide products made by one of the manufacturers listed. "
"Provide products complying with the contract documents and made by one of the
following. "
"No substitutions. "
"Other similar language. "
12
r'
The contractor shall provide a product meeting the specifications and made by one of the
manufacturers listed; or if accompanied by language specifically indicating that
r" substitutions are allowed a substitution request for any manufacturer not listed may be
made.
7 Language indicating that substitutions are allowed includes:
Substitutions will be considered.
... will be among those considered acceptable. "
Or approved equal.
Other similar language.
1-1.6 Substitutions after Award of the Contract
The contractor will be notified about a substitution request in writing within a reasonable
time; verbal acceptance of the substitution will not be valid.
Acceptable substitutions will be added to the contract documents by appropriate
notification.
1-1.7 Substitution Procedure
Submission of request for substitution shall constitute a representation that the entity
making the request:
r.
1 Has investigated the proposed product and determined that it is equal to or better
than the specified product. Absence of an explicit comparison of any
characteristic of the proposed product to the specified product shall constitute a
..
1
representation that the proposed product is equal to or better than the specified
product with regard to that characteristic.
2 Will provide the same warranty for the proposed product as for the specified
k
product.
3 Will coordinate the installation and make other changes which may be required
r"
for the work to be complete in all respects, including redesign and additional
components and capacity required by other work affected by the change.
4 Waives all claims for additional costs and time extensions which subsequently
may become apparent and which are caused by the change.
5 Will reimburse the owner for additional costs for evaluation of the substitution
request, redesign if required, and reapproval by authorities having jurisdiction if
required.
6 Substitutions will not be considered when acceptance would require substantial
revision of the contract documents.
�• 13
7 Substitutions will not be considered when they are indicated or implied on shop
drawing or product data submittals without separate written request.
8 Substitution requests will not be considered when submitted directly by
subcontractor or supplier.
SUBSTITUTION REQUEST PROCEDURE: Submit written request with complete data
substantiating compliance of the proposed product with the requirements of the contract
documents.
1 Submit request at least 21 days prior to the date when the specified product needs
to be ordered.
2 Submit request to the owner.
3 Submit 5 copies of each request and accompanying data.
4 Submit all requests on a standard form.
5 Only one request for substitutions will be considered for each product.
DATA REQUIRED WITH SUBSTITUTION REQUEST: Provide at least the following
data:
Identify product by specification section and paragraph number.
Manufacturer's name and address, trade name and model number of product (if
applicable), and name of fabricator or supplier (if applicable).
Complete product data. -
An itemized comparison of the proposed product to the specified product.
Net amount of change to the contract sum.
List of maintenance services and replacement materials available
Statement of the effect of the substitution on the construction schedule.
Description of changes that will be required in other work or products if the
substitute product is approved.
The owner will determine acceptability of the proposed substitution.
When the proposed substitution is not accepted, provide the product (or one of the
products, as the case may be) specified.
14
i
1-1.8 Schedule of Products
Prepare a complete schedule of major products used, including the following for each
product:
Manufacturer's name.
Brand or trade name.
Model number, if applicable.
Reference standard, if more than one is applicable.
Arrange products in the schedule by specification sections; indicate paragraph where
specified.
Prepare and submit a preliminary schedule within 30 days after award of contract;
resubmit when revised; submit final schedule prior to final payment.
Schedule of products shall not be used to obtain approval of substitute products. The
contractor shall make a separate request for product substitution.
1-1.9 Delivery, Storage, And Handling
Materials of each type shall be obtained from same source for the entire project.
Require suppliers to package finished products in a manner which will protect the
material form damage during shipping, handling, and storage.
Transport products by methods, which will avoid any damage. The products and
materials shall be deliver in dry, undamaged condition and in the manufacturer's
unopened packaging.
Provide adequate equipment and personnel to handle products by methods that prevent
damage.
The contractor shall provide, where necessary, additional protection to products and
materials during handling to prevent damage.
The contractor is responsible for lifting large and heavy components at designated lift
points only.
DELIVERY AND RECEIVING: The contractor shall arrange deliveries of products to
allow time for there inspection prior to installation. Coordinate the delivery of products
and materials to avoid conflict with the work and to take into account both the conditions
at the site and the availability of personnel, handling equipment, and storage space.
Clearly mark partial deliveries to identify contents, to permit easy accumulation of entire
r` 15
r
i
delivery, and to facilitate assembly. Promptly inspect shipments and remedy any
damages, incorrect quantity, incompleteness, improper of illegible labeling, and
noncompliance with requirements of contract documents and approved submittals.
Reinforcement material shall be delivered to project site bundled and tagged with metal
tags indicating bar size, lengths, and other data corresponding to information shown on
placement drawings.
ALLOWABLE STORAGE AREAS: No indoor storage areas are available on site, and
no off -site storage will be approved.
GENERAL STORAGE PROCEDURES: Store products immediately on delivery and in
accordance with manufacturer's instructions, with seals and labels intact and legible.
Store in a manner to prevent damage to the stored products and to the work. Store
moisture -sensitive products in weather tight enclosures. Store unpacked and loose
products on shelves, in bins, or in neat groups of like items. Arrange storage to provide
access for inspection and inventory. Periodically inspect for noncompliance with required
conditions and product damage and remedy.
LOOSE GRANULAR MATERIALS: Store on solid surfaces in well -drained area;
prevent mixing with foreign materials.
EXTERIOR STORAGE: Cover products subject to weather damage with impervious
sheet covering; provide ventilation to avoid condensation. Provide surface drainage to
prevent ponding or runoff water from damaging stored products. Prevent damage and
contamination from refuse and chemically injurious materials and liquids. Store
fabricated products on substantial platforms, blocking, or skids above the ground, sloped
to drain.
Reinforcement materials shall be stored at the site to prevent damage and accumulation of
dirt or rust.
Maintain packaged materials clean, dry, and protected against dampness, freezing, and
foreign matter.
1-1.10 Environmental Requirements
MASONRY: Cold Weather Requires that you maintain materials and surrounding air
temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of
masonry work.
Hot Weather Requires that you maintain materials and surrounding air temperature to
maximum 90 degrees Fprior to, during, and 48 hours after completion of masonry work.
16
CONCRETE: The contractor shall comply fully with the recommendations of ACI 306.
Well in advance of proposed cold -weather concrete operation and advise the engineer of
T' planned protective measures including but not limited to heating of materials, heated
i
enclosures, and insulating blankets.
The contractor shall comply fully with the recommendations of ACI 305R. Well in
advance of proposed hot -weather concrete operation and advise the engineer of planned
protective measures including but not limited to cooling of materials before or during
mixing, placement during evening to dawn hours, fogging during finishing and curing,
shading, and windbreaks.
1-1.11 Construction Schedule
Each bidder shall submit a Construction Schedule withe their bid indicating the sequence
of all construction activities to be performed. This project is scheduled to be completed
within 90 calendar days from contract signing.
1-1.12 Notice to Proceed
The contractor is issued a Notice to Proceed following approval of Council and execution
of Contract Documents. The Water Utilities Department shall be notified 48 hours before
the planned construction is to commence and also before starting up when construction is
interrupted for any reason
1-1.13 Quality Assurance
All work performed shall be done in accordance with standard building practices. All
references to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to the Laws or Regulations of any governmental authority,
whether such reference be specific or by implication, shall mean the latest standard
specification, manual, code, or Laws or Regulations in effect at the time of opening of
Bids except as may be otherwise specifically stated.
CODES AND STANDARDS: Comply with the following documents, except where
requirements of the contract documents or of governing codes and governing authorities
are more stringent:
ACI 301
ACI 318
CRSI Manual of Standard Practice
r` TESTING AGENCY SERVICES: Employ, at contractor's expense, an independent
testing agency acceptable to the Owner's Representative to perform specified tests and
other services required for quality assurance. Testing agency shall meet ASTM E 329
requirements.
17
SOURCE OF MATERIALS: The contractor is required to obtain materials of,each type
from same source for the entire project.
1-1.14 Regulatory Requirements
Submit copies of all permits, licenses, and similar permissions obtained, and receipts for
fees paid, to the owner directly.
1-1.15 Access to the Site and Use of the Premises
The space available to the contractor for the performance of the work, either exclusively
or in conjunction with others performing other construction as part of the project, is
restricted to the area within the legal description of the site unless the contractor makes
arrangements to use additional space.
Do not install, or allow installation of signs other than specified sign(s) and signs
identifying the principal entities involved in the project.
The contractor shall provide adequate signs to direct visitors at the site.
1-1.16 Security Procedures
The contractor shall limit access to the site to persons involved in the work.
The contractor shall provide secure storage for materials stored on site for which the
owner has made payment.
The contractor shall secure completed work as required to prevent loss.
The contractor shall secure this site by means of fencing, security guards or other means
to prevent damage, theft, safety hazards or other problems on site.
1-1.17 Proiect Conditions
FIRE: The contractor shall take precautions to prevent fires and to facilitate fire -fighting
operations. Do not allow smoking in areas where highly combustible or explosive
materials are present.
The contractor shall carefully supervise the operation of potential fire sources, including
heating units. Keep all, flammable materials in non-combustible containers and store away
from potential fire sources. Flammable waste shall be removed from the site regularly.
Conduct welding operations in manner to prevent fire and comply with local regulations.
Keep temporary and permanent fire fighting facilities readily accessible and keep fire
fighting routes open.
18
is
r
PREVENT ACCIDENTS: The contractor shall keep the site and adjacent public areas
free of hazardous and unsanitary conditions and public nuisances.
The contractor shall keep public streets free of debris due to this work and shall provide
adequate traffic control by means of signs, signals, and flagmen, as deemed necessary by
the owner's representative. The contractor shall take precautions to prevent accidents due
to physical hazards by provide barricades, warning lights, or signs as required to inform
personnel and the public of the hazard being protected against. The placement of safety
barricades shall comply with the most current standard regulations. The contractor shall
provide temporary walkways where walking surfaces are hazardous and shall notify the
owner before beginning any work that involves hazardous operations, including the use
of explosives and the like.
POLLUTION PREVENTION: The contractor shall take care to prevent pollutants of the
air, water, and soil from being released. The contractor shall comply with current EPA
regulations and is responsible for limiting effluent and rainwater runoff into local
waterways. The disposal of effluent or rainwater by means of sewers is not lawful and the
contractor shall provide alternative methods of disposal. Do not dump any contaminants
on the job site.
EROSION CONTROL: The contractor is responsible for controlling erosion due to
rainwater runoff into local waterways by use of erosion control devices. The contractor
shall prevent flooding of excavations, below -grade construction, and shall protect
adjacent properties due to rainwater runoff by similar methods.
The contractor is responsible for controlling windblown dust to prevent wind erosion to
the site and a nuisance to neighbors.
Do not use tools or equipment that produce harmful levels of noise. Do not use noise -
making tools or equipment between 7 pm and 8 am on weekdays, 7 pm to 9 am
Saturdays, and all day on Sunday and major holidays.
Prevent infestation of or control rodents and other pests at the project site, adjacent sites
and buildings.
Provide temporary means of draining roofs where required.
Conduct construction operations so that no part of the work is subjected to damaging
operations or influences that are in excess of those to be expected during normal
occupancy conditions.
Conduct construction operations so that waste of power, water, and fuel is avoided.
Provide temporary supports as required to prevent movement and structural failure.
r
r 19
Install products only during environmental conditions that will ensure the best possible
results.
1-1.18 Construction Stakes
It shall be the responsibility of the Contractor to construct the work to the position and
elevations as set out on the plans and approved changes. The Owner's Representative will
furnish the Contractor control points for determining lines and grades.
From the control points established by the Owner's Representative, the Contractor shall
establish and be responsible for the correctness of alignment, elevation and position of all
construction required by the contract. The Contractor shall provide a qualified and
experienced work force to perform this work. The Owner's Representative should be
informed in advance of the time and place the contractor intends to work, in order that
measurements may be made as necessary for the record and for determination of pay
quantities.
The Owner's Representative may, at his option, make spot or complete checks on all
construction alignment and grades to determine the accuracy of the Contractor's survey
work. These checks, however, will not relieve the Contractor of his responsibility of
constructing the work to the positions and elevations as shown on the plans or approved
changes. Computations, sketches and other drawings used in the design and layout of this
project will be made available to the Contractor, but these items will not relieve the
Contractor of his responsibility as set out above.
The Contractor shall furnish, at his own expence, all stakes and other materials necessary
to preserve control points for alignment and grade
The Contractor will be held responsible for the preservation of all control points
established by the Owner's Representative. If in the opinion of the Owner's
Representative any of the stakes or bench marks have been carelessly or willfully
destroyed or disturbed by the Contractor they shall be replaced by the Contractor. Or the
cost of replacing them will be charged to the Contractor and deducted from the final
payment for the work.
No direct payment will be made for this work, but the cost of all labor, equipment and
supplies necessary to perform the work shall be included in the contract unit prices bid
for the various contract items.
1-1.19 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 works as may be necessary. All safety measures shall meet the
requirements of.The Texas Manual on Uniform Traffic Control Devices.
20
r
t
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 day the Contractor receives the City's certificate of acceptance of
the project.
Rules and regulations of local, state and Federal authorities regarding safety provisions
shall be observed.
1-1.20 Protecting Site:
Protect utilities, trees, shrubbery fences, poles, sidewalks, curbs and all other property
and surface structures from damage. The Contractor shall restore any items that are
disturbed at his own expense.
Whenever work damages streets, lawns, sidewalks, parking areas, curbs or other finished
surfaces, replace such surfaces with material to match existing surfaces as approved by
proper authorities, including reinforcing steel where required.
Whenever work damages existing grassed areas, Contractor shall install sod to match
existing.
1-1.21 Underground and Overhead Utilities and Structure
The Contractor will be required to locate all utility lines, including customer service lines,
far enough in advance of the trenching to make proper provisions for protecting the lines
and to allow for any deviations that may be required from the established lines and
grades.
The Contractor will not be allowed to disrupt the service on any utility lines except
customer service lines, which may be taken out of service for short period of time
provided the Contractor obtains permission from the Engineer and from the owner of the
premises being served by the utility.
The Contractor shall immediately notify the proper utility company of any damage to
utility lines in order that service may be established with the least possible delay. Any
damage to existing lines and the repair of customer lines which are authorized to be cut
shall be at his own expense, and as directed by an official representative of the utility
t company involved.
All utility lines shall be properly supported to prevent settlement or damage to the line
both during and after construction. The cost of supporting utility lines shall be included in
the unit price bid for the project.
f'
F
The proper utility company without expense to the Contractor shall do any permanent
relocation of existing utility lines.
Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of tunneling
shall be included as a part of the cost of the pipeline. ,
1-1.22 Protection of Existing Underground Utilities
The Contractor shall proceed with caution in the excavation and preparation of the trench
so that the exact location of underground structures, both known and unknown, may be
determined. If required, the Contractor shall excavate and locate existing underground
utilities ahead of trench excavation in order that necessity for grade changes may be
ascertained in advance. The Contractor shall be held responsible for the repair of such
structures when broken or otherwise damaged because of carelessness on his part. Hand
excavation shall be used where necessary. The Contractor shall notify local utilities
whenever working near gas mains or services or near electrical or telephone cables or
when the presence of these utilities is suspected in the area of construction.
1-1.23 General Examination Requirements
Prior to performing work, examine the applicable substrates and the conditions under
which the work is to be performed.
If unsafe or otherwise unsatisfactory conditions are encountered, take corrective action
before proceeding.
Conditions that could have been discovered by examination will not be allowed as cause
for claims for extra work. The contractor shall in particular verify the following:
Underground utilities
Other underground construction
Location and invert elevation of points of connection to piped utilities
Verify that utility requirements of operating equipment are compatible with building
utilities and that space requirements of items are shown diagrammatically on the
drawings.
1-1.24 General Preparation Requirements
Take field measurements as required to fit the work properly.
Recheck measurements prior to installing each product.
22
1-1.25 Inspection
All work shall be inspected by a representative of the Water Utilities Department who
shall have the authority to halt construction when, in his opinion, construction is being
r, performed contrary to these specifications or approved plans. Whenever any portion of
these specifications is violated, the Chief Engineer of Water Utilities, by written notice,
may order that portion of construction which is in violation of these specifications or
other approved plans, specifications and material to cease until such violation is
corrected. A copy of the order shall be filed with the Contractor's license application for
future review. If deficiencies are not corrected, performance shall be required of the
Contractor's Surety.
1-1.26 Clearing and Grubbing
"Clearing and Grubbing" shall consist of the removal and disposal of trees, stumps,
brush, roots, vegetation, logs, rubbish and other objectionable matter. It shall also include
the removal of existing fences from within the working area.
1-1.27 Dewatering
Do not allow surface or ground water to flow into or accumulate in excavations.
Do not allow water to flow in an uncontrolled fashion across the project site or to erode
slopes or to undermine foundations. Do not allow water to be diverted onto adjacent
properties. Arrange excavation operations sous to provide continual and effective
drainage of excavations.
Provide and maintain temporary diversion ditches, dikes, and grading as necessary; do
not use trench excavations for this purpose. When required by surface or subsurface water
conditions, provide sumps, well points, French drains, pumps, and other control measures
necessary to keep excavations free of water. When existence of ground water near or
above final excavation level is indicated or suspected, provide control measures prior to
excavating to water level and maintain water level continuously below working level.
1-1.28 Excavation
GENERAL: Excavation includes the removal of any materials necessary to achieve the
required subgrade elevations and includes reuse or disposal of such materials.
UNNECESSARY EXCAVATION: The expense of excavation of materials outside of
limits indicated or ordered in writing by the owner and the correction thereof to the
satisfaction of the owner shall be borne by the contractor.
As required by the engineer, either deepen the footings to bear on actual subgrade
elevation without changing top elevations, or place concrete fill up to the required
elevation.
23
Either place compacted fill or otherwise correct -conditions, as required by the engineer.
APPROVAL OF SUBGRADE: Notify the owner when required elevations have been
reached.
When required by the owner due to the unforeseen presence of unsatisfactory materials or
other factors, perform additional excavation and replace with approved compacted fill
material in accordance with the owner's instructions.
Payment for unforeseen additional work will be made in accordance with established unit
prices or, if none, in accordance with provisions for changes in work. No payment will be
made for correction of subgrade improperly protected against damage from freeze -thaw
or accumulation of water, or for correction of otherwise defective subgrade.
EXCAVATION STABILIZATION: Wherever it is possible to slope the face of the
excavation to achieve stabilization, do so in compliance with requirements of governing
authorities. Otherwise, provide shoring and bracing.
Design, provide, maintain, and remove shoring and bracing in compliance with
requirements of governing authorities. Remove temporary shoring and bracing when
stabilization is no longer required.
EXCAVATION FOR STRUCTURES: Excavate beyond footings and foundations so as
to allow proper construction and inspection of concrete formwork and other materials.
Excavate to the required elevation.
TOLERANCE: Plus or minus 0.10 foot.
EXCAVATION FOR FOOTINGS AND FOUNDATIONS: Delay excavation to final
grade and final compaction until just before concrete will be placed.
Remove any loose or sloughed material and adjust excavations to conform to required
lines, grades, and tolerances and to form a suitable bearing surface. Do not disturb bottom
of completed excavations.
EXCAVATION FOR WALKS AND PAVEMENTS: Excavate surfaces under walks and
pavements to indicated cross -sections, elevations and grades.
1-1.29 General Installation Procedures
Accurately locate the work and components of the work; make vertical work plumb;
make horizontal work level.
See sections describing specific parts of the work for additional requirements.
24
Where space is limited, install components to maximize space available for maintenance
and to maximize ease of removal for replacement.
In finished areas, conceal pipes, ducts, and wiring within the construction, unless
otherwise indicated.
Coordinate exact locations of fixtures and outlets with finish elements.
Install work in such manner and sequence as to preclude, if possible, or at least to
minimize cutting and patching.
1-1.30 Procedures for Correction of Work
THE FOLLOWING SHALL BE REPLACED (REPAIR IS NOT ACCEPTABLE):
The contractor shall replace at his expense:
a Damaged surfaces exposed to view that cannot be repaired
without visible evidence of repair.
b Components that cannot be repaired to proper operating
condition.
c Chipped and broken glass.
d Scratched transparent materials.
e Scratched reflective surfaces.
REPAIR OR REPLACE:
The contractor, at the owner's representative's discretion, shall repair or replicate his
expense:
a Components which do not operate properly.
b Surfaces exposed to view that cannot be cleaned to original
condition.
c Permanent facilities used during construction.
d Other defective work.
25
ACCEPTABLE REPAIR METHODS:
a Replacing parts.
b Refinishing.
c Touching up with matching materials.
d Proper adjustment of equipment.
e When it is necessary to deviate from the contract documents
in order to accomplish• corrective action the contractor shall
submit a field correction request.
f Restore permanent facilities used during construction to
specified condition.
1-1.31 Cleanup
The Contractor will be required to clean up the site within three days after completion of
any Sub -Unit of the construction. This will include removing all rubbish and temporary
structures from the construction site. All property, both public and private, damaged
during construction shall be restored, and leaving the work site in a neat and presentable
condition. The cost of the "cleanup" shall be included as a part of the total cost of the
project. This work shall be done before final acceptance of the Sub -Unit will be
considered.
Remove debris from concealed spaces prior to enclosing the space.
Keep the site and the work free of waste materials and debris.
Remove waste from site frequently enough to prevent significant accumulations of debris.
When temperature exceeds or is expected to exceed 80 degrees F, remove waste at
frequency necessary to prevent development of health hazards and nuisance odors.
Keep hazardous and unsanitary materials in containers separate from other waste.
Clean areas in which work is to be done to level of cleanliness necessary for proper
execution of that work. Where dust would impair execution of work, broom- and
vacuum -clean the entire interior area and keep clean.
Keep installed work clean and. provide periodic cleaning as required to prevent damage
due to soiling. Remove any liquid spills promptly
Dispose of debris in a lawful manner. Do not bum or bury debris on the site and do not
dispose of volatile wastes in storm or sanitary drains.
26
7.
Protect installed work from soiling and damage by providing protective coverings as
required. Provide protective coverings for work that may be damaged by subsequent
operations. Where heavy abuse is expected, use minimum of plywood for protection.
Maintain the protection of installed work with protective coverings until substantial
completion.
1-1.32 Final Inspection:
Final inspection will be made only after the Contractor certifies in writing that the work is
100% complete.
A representative from each Contractor and Sub -Contractor shall be present and shall be
prepared to assist the Owner/Engineer in performing the inspection. This shall include the
operation of all equipment items, the removal of inspection panels/doors (as requested),
etc.
An inspection report describing incomplete/or unacceptable work will be prepared. This
will be reviewed with the Contractor at the project site.
After the incomplete or unacceptable work is 100% corrected the Contractor shall so
certify in writing to the Owner.
1-1.33 Warranty and Acceptance
,.. At the completion of all or designated portions of work under construction, an inspection
shall be made to determine compliance with these specifications or approved plans. Upon
such determination, a certificate of compliance shall be issued. The letter of acceptance
shall constitute the initiation of the warrantee period. The Contractor shall warrant the
accepted work to be free of defects in workmanship or material defects for a period of one
year.
The determination of the necessity during the warranty period for the Contractor to repair
or replace the work in whole or in part shall rest entirely with the Chief Engineer of
Water Utilities.
1-1.34 Measurement and Payment
f
E
Payment shall be for the entire structure and include all labor, materials, and cleanup
,,. required by the specifications and as shown on the plans.
1-1.35 Submittals for Closeout
After the final inspection and clean up and before final payment can be made the
6
contractor will be required to fill out a "Contractors Affidavit on Closing Job" stating that
all material suppliers and all other subcontractors have been paid in full.
I
r 27
1-1.36 Project Closeout:
The following requirements shall be fully completed before the final application for
payment will be accepted or approved.
Final inspection performed and all corrections made.
Submittal of
Maintenance Manual
Equipment Warrantees
Written receipt For All Those Items
Contractors Affidavit on Closing Job
1-1.37 Abbreviations
Abbreviations used in the Contract Documents are defined as follows: "-
AASHTO American Association of State Highway and Transportation Officials
IMIAC International Masonry Industry All -Weather Council
CRSI-MSP Concrete Reinforcing Steel Institute, Manual of Standard Practice
NBS National Bureau of Standards "-
ACI American Concrete Institute
ANSI American National Standards Institute r`
ASCE American Society of Civil Engineers
ASTM American Society for Testing and Material
TxDOT Texas Department of Transportation
OSHA Occupational Safety and Health Act
1-1.38 Definitions
r
FURNISH: To supply products to the project site, including delivering ready for
unloading and replacing damaged and rejected products.
INSTALL: To put products in place in the work ready for the intended use, including
unloading, unpacking, handling, storing, assembling, installing, erecting, placing,
applying, anchoring, working, finishing, curing, protecting, cleaning, and similar
operations. `
PROVIDE: To furnish and install products.
28
r
r`
INDICATED: Shown, noted, scheduled, specified, or drawn, somewhere in the contract
.=� documents.
UNEXPOSED FINISH: A general -use finish, with no appearance criteria, applicable to
all formed concrete concealed from view after completion of construction.
EXPOSED FINISH: A general -use finish applicable to all formed concrete exposed to
view and including surfaces which may receive a paint coating (if any).
CONCEALED SPACES: Spaces that are not accessible after completion of construction.
CUTTING: Removal of material by cutting, sawing, drilling, breaking, chipping,
grinding, and similar operations, including excavation.
DAMAGE: Any sort of deterioration whether due to weather, normal wear and tear,
accident or abuse, resulting in soiling, marring, breakage, corrosion, rotting, or
impairment of function.
DEBRIS: Rubbish, waste materials, litter, volatile waste, and similar materials, with the
exception of surplus materials which are to become the property of the owner.
FIRE BARRIERS: Any wall, floor, ceiling, or roof that is indicated as having a fire
resistance rating.
PATCHING: Restoration to completed condition by patching, repairing, refinishing,
finishing, filling, closing up, and similar operations.
REPLACEMENT: Replace the entife element, surface, or product.
SMOKE BARRIERS: Any wall, floor, ceiling, or roof which is indicated as being
designed to prevent passage of smoke and gases; may be indicated as "smoke barrier, "
"smoke partitions, " "smoke wall," or similar designation.
1-1.39 Contract Conditions
i
When portions of the work are required by the contract documents or by governing
authorities to be tested, inspected, or approved, such tests, inspections, and approvals
shall be made at the appropriate time.
Unless otherwise indicated by the appropriate public authority an independent testing
agency or other entity acceptable to the owner shall make all tests, inspections, and
approvals.
Unless otherwise specified, the contractor shall arrange for all tests, inspections, and
approvals to be made and shall pay costs of all tests, inspections, and approvals related
costs due to such tests, inspections, and approvals.
29
The contractor shall notify the owner of the time and place where tests and inspections
are to be made so the owner may have adequate time to arrange to observe such
procedures.
If the contract documents require that the owner observe tests, inspections, or approvals,
the owner will do so at no additional cost to the contractor, provided such tests,
inspections, or approvals are to be conducted at the project site.
When witnessing of such tests and inspections by the owner at locations other than the
project site is specified; the contractor shall bear all costs relating to the owner's travel to
the testing or inspection location.
The owner shall pay for tests, inspections, and approvals that become requirements after
bids are received or negotiations concluded, unless noted otherwise.
If the owner gives the contractor written instruction to perform additional testing or
inspection not already included in the contract documents, the contractor shall arrange for
such additional testing or inspection. The owner shall pay for such tests and inspections
except as provided in the following paragraphs.
If such additional procedures show that portions of the work do not comply with the
contract documents, the contractor shall arrange for such additional testing or inspection.
The owner shall pay for such tests and inspections except as provided in the following
paragraphs.
Unless otherwise indicated, the contractor shall obtain all certificates of testing,
inspection, and approval and shall promptly deliver them to the owner.
Independent testing agencies, whether employed by the owner or the contractor, may not
change the requirements of the contract documents and may not approve any portion of
the work.
Employment of testing agencies, by the contractor or the owner, shall not relieve the
contractor of his obligation to perform the work in accordance with the contract
documents.
30
r
PO
Section 2 Cast -In -Place Concrete
2-1.0 General
The following paragraphs in this section give the specifications on the various materials
and construction methods that are to be used in this project. On minor items a certificate
from the manufacturer maybe required, certifying that the material or equipment meets
the specifications for such material as specified herein. All materials shall be subject to
the approval of the Chief Engineer of Water Utilities before being used. All references in
these specifications shall be the latest revisions.
2-1.1 Concrete Materials
PORTLAND CEMENT: Type I. Portland cement should conform to ASTM C 150.
Proportioning of normal weight concrete shall comply with recommendations of ACI
211.1.
Establish the required average strength f (cr) of the design mix on the basis of either field
experience or trial mixtures as specified in ACI 301, and proportion mixes accordingly. If
trial mixture method is used, employ an independent testing agency acceptable to the
owner for preparing and reporting proposed mix design.
Specified compressive strength f(c) at 28 days should be 3000 psi.
Do not use batches that exceed tolerances.
A tolerance of up to 1 inch above approved design mix slump will be permitted for 1
batch in 5 consecutive batches tested. Concrete of lower slump than that specified may be
used, provided proper placing and consolidation is obtained.
A tolerance of plus or minus 1-1/2 percent of approved design mix air content will be
allowed for field measurements.
CONCRETE MIXING: Do not begin concrete operations until the Chief Engineer of
4y- Water Utilities has reviewed proposed mix.
i
At ambient temperatures of 85 to 90 degrees F, reduce mixing and delivery time to 75
r- minutes.
At ambient temperatures above 90 degrees F, reduce mixing and delivery time to 60
minutes.
Mix concrete materials in transit mixers shall complying with requirements of ASTM C
r' 94.
71 31
Provided that no additional expense to owner is involved, the contractor may submit for
owner's approval requests for adjustment to approved concrete mixes when circumstances
such as changed project conditions, weather, or unfavorable test results occur. Include
laboratory test data substantiating specified properties with mix adjustment requests.
The contractor may elect to replace a portion of the portland cement with fly ash up to a
maximum percentage by weight of cement plus fly ash of 20
FLY ASH. Type C or F Fly Ash should be used to conform to ASTM C 618.
POTABLE WATER: The water used should come from a water source approved by the
owner's representative.
AGGREGATES: Class 2M aggregates should be used to conform to ASTM C 33
standards for Normal weight concrete.
The Maximum size of coarse aggregates in Normal weight concrete should be either, one -
fifth narrowest dimension between sides of forms, three -fourths of minimum clear
distance between reinforcing bars, or between bars and side of form or one-third of depth
of the slab, whichever is least:
The Maximum size of coarse aggregates for Columns and piers should be two-thirds of
minimum clear distance between bars.
ADMIXTURES: Do not use admixtures not specified or approved.
Admixtures are prohibited that result in more than 0.1 percent of soluble chloride ions by
weight of cement.
AIR -ENTRAINING ADMIXTURE: Air -Entraining Admixtures should conform to
ASTM C 260 standards and be certified by the manufacturer for compatibility with other
mix components. Use in mixes for exterior exposed concrete unless otherwise specifically
indicated. Add at rate to achieve total air content in accordance with Table 1.4.3 of ACI
201.2. For concrete not exposed to exterior, add at rate to achieve total air content
between 2 percent and 4 percent. Do not use in slabs -on -grade scheduled to receive
topping, unless manufacturer of topping recommends use over air -entrained concrete.
WATER -REDUCING ADMIXTURE: Water -Reducing Admixtures should conform to
ASTM C 494, Type A. Add as required for placement and workability.
WATER -REDUCING AND RETARDING ADMIXTURE: Water -Reducing or
Retarding Admixtures should conform to ASTM C 494, Type D. Add as required in
concrete mixes to be placed at ambient temperatures above 90 degrees F.
32
Poo
WATER -REDUCING AND ACCELERATING ADMIXTURE: Water -Reducing and
Accelerating Admixtures should conform to ASTM C 494, Type E.
Add as required in concrete mixes to be placed at ambient temperatures below 50 degrees
F.
HIGH -RANGE WATER -REDUCING ADMIXTURE (SUPERPLASTICIZER): High -
Range Water -Reducing Admixtures, Type F or G, (Superplasticizer) should conform to
ASTM C 494,
Add as required for placement and workability.
VAPOR RETARDER: Membrane for installation beneath slabs on grade, resistant to
decay when tested in accordance with ASTM E 154, sheet not less than 8 mils thick.
NONSHRINK GROUT: ASTM C 1107, provide nonmetallic type only.
CHEMICAL HARDENER: Colorless, aqueous solution of fluosilicates and wetting
agents for application to cured concrete for surface densification, where scheduled in the
drawings. The following products, provided they comply with requirements of the
contract documents, will be among those considered acceptable:
"Lapidolith"; Sonneborn Building Products Division/ChemRex, Inc.
BURLAP: AASHTO M 182, Class 2 jute or kenaf cloth.
MOISTURE -RETAINING COVER: ASTM C 171 and as follow:
Curing paper
Polyethylene film'
White burlap -polyethylene sheeting
LIQUID CURING COMPOUNDS: Products of the following manufacturers, provided
they comply with requirements of the contract documents, will be among those
considered acceptable:
Sonneborn Building Products Division/ChemRex, Inc.
CURING AND SEALING COMPOUND: Where indicated, provide curing and sealing
- formulation with long-lasting finish that is resistant to chemicals, oil, grease; deicing
salts, abrasion, and compatible to chemical hardener to be applied. The curing compound
{ shall comply with ASTM C 309, Type 1. It shall me a non -yellowing formulation where
subject to ultraviolet light. Where compounds are proposed for use on surfaces to which
finishes, coatings, or coverings subsequently will be applied; the compound shall possess
demonstrated compatibility with the finish, coating, or covering, and shall be subject to
approval of the Chief Engineer for Water Utilities.
SOLVENTS: Provide water -based products.
-+ 33
BONDING COMPOUND: Non-redispersable acrylic bonding admixture, ASTM C
1059, Type II.
EPDXY BONDING SYSTEMS: ASTM C 881; type, grade, and class as required for
project conditions.
EXPANSION JOINT FILLER: Nonextruding bituminous type, ASTM 1) 1751.
2-1.2 Formwork Facing Materials
UNEXPOSED FINISH: Any standard form materials that produce structurally sound
concrete may be used.
EXPOSED FINISH: The materials selected should offer optimum smooth, stain -free
final appearance and minimum number of joints. Provide materials with sufficient
strength to resist hydrostatic head without bow or deflection in excess of allowable
tolerances, and as follows: Overlaid plywood: PS-1 " B-B High Density Concrete Form
Overlay," Class I.
2-1.3 Formwork Accessories
FORM COATING: Form release agent that will not adversely affect concrete surfaces or
prevent subsequent application of concrete coatings.
METAL TIES: Commercially manufactured types; cone snap ties, taper removable bolt,
or other type which will leave no metal closer than 1-1/2 inches from surface of concrete
when forms are removed, leaving not more than a 1-inch-diameter hole in concrete
surface.
FILLETS: Wood or plastic fillets for chamfered corners, in maximum lengths possible.
2-1.4 Reinforcing Materials
REINFORCING BARS: Provide deformed bars complying with ASTM A 615, Grade
60, except where otherwise indicated.
WELDED WIRE FABRIC: ASTM A 185, cold -drawn steel, plain.
REINFORCING ACCESSORIES: Tie wires should be black annealed type, 16-1/2 gage
or heavier. Bar supports shall conform to specifications of CRSI "Manual of Standard
Practice. Class 1 (plastic protected) at all formed surfaces which will be exposed to
weather or Class 2 (stainless steel protected) at all formed surfaces which will be exposed
to view but not to weather. Precast concrete blocks of strength equal to or greater than
specified strength of concrete or Class 3 supports equipped with sand plates, where
concrete will be cast against earth. Concrete masonry units will not be accepted.
34
2-1.5 Concrete Form Preparation
GENERAL: Comply with requirements of ACI 301 for formwork, and as herein
specified. The contractor is responsible for design, engineering, and construction of
formwork, and for its timely removal.
EARTH FORMS: Hand -trim bottoms and sides of earth forms to profiles indicated on
the drawings. Remove loose dirt before placing concrete.
,•• DESIGN: Design and fabricate forms for easy removal, without impact, shock, or
damage to concrete surfaces or other portions of the work. Design to support all applied
loads until concrete is adequately cured, within allowable tolerances and deflection limits.
CONSTRUCTION: Construct and brace formwork to accurately achieve end results
required by contract documents, with all elements properly located and free of distortion.
Provide for necessary openings, inserts, anchors, and other features shown or otherwise
required.
JOINTS: Minimize forms and make watertight to prevent leakage of concrete. Align all
joints symmetrically at exposed conditions.
CHAMFERS: Provide chamfered edges and corners at exposed locations, unless
specifically indicated otherwise on the drawings.
PERMANENT OPENINGS: Provide openings to accommodate work of other trades,
sized and located accurately. Securely support items built into forms; provide additional
bracing at openings and discontinuities in formwork.
TEMPORARY OPENINGS: Provide temporary openings for cleaning and inspection in
most inconspicuous locations at base of forms, closed with tight -fitting panels designed
to minimize appearance of joints in finished concrete work.
TOLERANCES FOR FORMED SURFACES: Comply with minimum tolerances
established in ACI 117, unless more stringent requirements are indicated on the drawings.
r RELEASE AGENT: Provide either form materials with factory -applied non -absorptive
4
liner or field -applied form coating. If field -applied coating is employed, thoroughly clean
and reconditions formwork and reapply coating before each use. Rust on form surfaces is
unacceptable.
., 35
f
2-1.6 Placing Reinforcement
GENERAL: Comply with requirements of ACI 301 and as herein specified.
PREPARATION: Clean reinforcement of loose rust and mill scale, soil, and other
materials that adversely affect bond with concrete.
PLACEMENT: Place reinforcement to achieve not less than minimum concrete coverage
required for protection. Accurately position, support, and secure reinforcement against
displacement. Provide Class C tension lap splices complying with ACI 318 unless
otherwise indicated. Do not field -bend partially embedded bars unless otherwise
indicated or approved.
Use approved bar supports and tie wire, as required. Set wire ties to avoid contact with or
penetration of exposed concrete surfaces. Tack welding of reinforcing is not permitted.
WIRE FABRIC: Install in maximum lengths possible, lapping adjoining pieces not less
than one full mesh. Offset end laps to prevent continuous laps in either direction, and
splice laps with tie wire.
WELDING: Welding of reinforcement is not permitted.
2-1.7 Joint Construction
Place new slab next to existing one and tie them together using dowels. The
reinforcement shall continue across and perpendicular to construction joints, unless
details specifically indicate otherwise.
2-1.8 Installation of Embedded Items
Set anchorage devices and other items required for other work connected to or supported
by cast -in -place concrete, using templates, setting drawings, and instructions from
suppliers of items to be embedded. Set edge forms and intermediate screeds as necessary
to achieve final elevations indicated for finished slab surfaces.
2-1.9 Concrete Placement
PREPARATION: Provide materials necessary to ensure adequate protection of concrete
during inclement weather before beginning installation of concrete.
INSPECTION: Before beginning concrete placement, inspect formwork, reinforcing
steel, and items to be embedded, verifying that all such work has been completed.
Moisten wood forms immediately before placing concrete in locations where form
coatings are not used.
36
r
l GENERAL PLACEMENT: Comply with requirements of ACI 304. Schedule
continuous placement of concrete to prevent the formation of cold joints. Provide
construction joints if concrete for a particular element or component cannot be placed in a
continuous operation. Deposit concrete as close as possible to its final location, to avoid
segregation.
PLACEMENT IN FORMS: Limit horizontal layers to depths that can be properly
consolidated, but in no event greater than 24 inches. Consolidate concrete by means of
mechanical vibrators, inserted vertically in freshly placed concrete in a systematic pattern
at close intervals. Penetrate previously placed concrete to ensure that separate concrete
layers are knitted together. Vibrate concrete sufficiently to achieve consistent
consolidation without segregation of coarse aggregates. Do not use vibrators to move
concrete laterally.
SLAB PLACEMENT: Schedule continuous placement and consolidation of concrete
within planned construction joints. Thoroughly consolidate concrete without displacing
reinforcement or embedded items, using internal vibrators, vibrating screeds, roller pipe
screeds, or other means acceptable to owner. Strike off and level concrete slab surfaces,
using highway straightedges, darbies, or bull floats before bleed water can collect on
surface. Do not work concrete further until finishing operations are commenced.
COLD WEATHER PLACEMENT: Comply with recommendations of ACI 306 when air
temperatures are expected to drop below 40 degrees F either during concrete placement
operations or before concrete has cured. Do not use frozen or ice -laden materials. Do not
place concrete on frozen substrates.
HOT WEATHER PLACEMENT: When ambient temperature before, during, or after
concrete placement is expected to exceed 90 degrees F or when combinations of high air
temperature, low relative humidity, and wind speed are such that the rate of evaporation
from freshly poured concrete would otherwise exceed 0.2 pounds per square foot per hour
the contractor shall comply with recommendations of ACI 305R.
Do not add water to approved concrete mixes under hot weather conditions. Provide
r- mixing water at lowest feasible temperature, and provide adequate protection of poured
concrete to reduce rate of evaporation.
r
Use fog nozzle to cool formwork and reinforcing steel immediately prior to placing
concrete.
2-1.10 Finishing Formed Surfaces
GENERAL REPAIRS: Repair surface defects, including tie holes, immediately after
removing formwork. Remove honeycombed areas and other defective concrete down to
sound concrete, cutting perpendicular to surface or slightly undercutting. Dampen patch
location and area immediately surrounding it prior to applying bonding compound or
patching mortar. Before bonding compound has dried, apply patching mixture matching
F 37
original concrete in materials and mix except for omission of coarse aggregate, and using
a blend of white and normal portland cement as necessary to achieve color match.
Consolidate thoroughly and strike off slightly higher than surrounding surface.
UNEXPOSED FORM FINISH: Repair tie holes and patch defective areas. Rub down or
chip off fins or other raised areas exceeding 1/4-inch height.
EXPOSED FORM FINISH: Repair and patch defective areas, with fins or other
projections completely removed and smoothed. Smooth rubbed finish Apply to surfaces
indicated no later than 24 hours after form removal. Wet concrete surfaces to be finished
and rub with Carborundum brick or other abrasive until uniform color and texture are
achieved. Do not apply separate grout mixture.
CONTIGUOUS UNFORMED SURFACES: Strike smooth and float to a similar texture
tops of walls, horizontal offsets, and other unformed surfaces adjacent to or contiguous
with formed surfaces. Continue final finish of formed surfaces across unformed surfaces,
unless otherwise specifically indicated.
2-1.11 Finishing Slabs
GENERAL FINISHING OPERATIONS: Do not directly apply water to slab surface or
dust with cement. Use hand or powered equipment only as recommended in ACI 302.1 R.
SCREEDING: Strikeoff to required grade and within surface tolerances indicated. Verify
conformance to surface tolerances. Correct deficiencies in the concrete while it is still
plastic.
BULL FLOATING: Immediately following screeding, bull float or Darby before bleed
water appears to eliminate ridges, fill in voids, and embed coarse aggregate. Recheck and
correct surface tolerances.
Do not perform subsequent finishing until excess moisture or bleed water has disappeared
and concrete will support either foot pressure with less than 1/4-inch indentation or
weight of power floats without damaging flatness.
FINAL FLOATING: Float to embed coarse aggregate, to eliminate ridges, to compact
concrete, to consolidate mortar at surface, and to achieve uniform, sandy texture. Recheck
and correct surface tolerances.
TROWELING: Trowel immediately following final floating. Apply first troweling with
power trowel except in confined areas, and apply subsequent troweling with hand
trowels. Wait between troweling to allow concrete to harden. Do not over trowel. Begin
final troweling when surface produces a ringing sound as trowel is moved over it.
Consolidate concrete surface by final troweling operation. Completed surface shall be
free of trowel marks, uniform in texture and appearance, and within surface tolerance
specified. Grind smooth surface defects that would telegraph through final floor covering
38
system. Coordinate appearance and texture of required final finish with the engineer
before application.
TROWEL FINISH: As specified above.
SLAB SURFACE TOLERANCES: Achieve flat, level planes except where grades are
indicated. Slope uniformly to drains. Troweled finishes: Achieve level surface plane so
that depressions between high spots do not exceed 1/4 inch using a 10-foot straightedge:
SLAB FINISH SCHEDULE: Apply finishes in the following typical locations and as
otherwise shown on the drawings:
a Trowel finish:
b Exposed interior floors not otherwise scheduled.
REPAIR OF SLAB SURFACES: Test slab surfaces for smoothness and to verify surface
plane to tolerance specified. Repair defects as follows:
High areas: Correct by grinding after concrete has cured for not less than 14 days.
Low areas: Immediately after completion of surface finishing operations, cut out low
areas and replace with fresh concrete. Finish repaired areas to blend with adjacent
concrete. Proprietary patching compounds may be used when approved by the owner.
Crazed or cracked areas: Cut out defective areas, except random cracks and single holes
not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete.
Remove defective areas with clean, square cuts. Dampen exposed concrete and apply
r-� bonding compound. Mix, place, compact, and finish patching concrete to match adjacent
8 concrete.
Isolated cracks and holes: Groove top of cracks and cut out holes not over i inch in
diameter. Dampen cleaned concrete surfaces and apply bonding compound; place dry
pack or proprietary repair compound acceptable to the engineer while the bonding
compound is still active use a dry -pack mix (One part portland cement to 2-1/2 parts fine
aggregate and enough water as required for handling and placing.). Or installs patching
mixture and consolidate thoroughly, striking off level with and matching surrounding
surface.
DO NOT ALLOW PATCHED AREAS TO DRY OUT PREMATURELY.
2-1.12 Concrete Curing and Protection
GENERAL: Prevent premature drying of freshly placed concrete, and protect from
excessively cold or hot temperatures until concrete has cured. Provide curing of concrete
by one of the methods listed and as appropriate to service conditions and type of applied
finish in each case.
t-' 39
CURING PERIOD: Not less than 7 days for standard cements and mixes.
FORMED SURFACES: Cure formed concrete surfaces by moist curing with forms in
place for full curing period or until forms are removed. Keep wooden or metal forms
moist when exposed to heat of the sun. If forms are removed prior to completion of
curing process, continue curing by one of the applicable methods specified.
SURFACES NOT IN CONTACT WITH FORMS: Start initial curing as soon as free
water has disappeared, but before surface is dry. Keep continuously moist for not less
than 3 days by uninterrupted use of any of water ponding, water -fog spray, or a Moisture -
retaining cover.
The contractor shall begin final curing procedures immediately following initial
curing and before concrete has dried.
CURING COMPOUND:. Apply to all areas that do not receive curing and sealing
compound at rate stated by manufacturer to conform with moisture -retention
requirements specified. Apply immediately after initial curing using two coats applied at
right angles to each other, and reapply if damaged by rain.
CURING AND SEALING COMPOUND: Apply to the exposed roof at a rate stated by
manufacturer to conform with moisture -retention requirements specified. Apply
immediately after initial curing using two coats applied at right angles to each other, and
reapply if damaged by rain. Apply additional coat near substantial completion to act as
sealer. Apply to areas scheduled in the drawings as sealer and hardener.
Use curing compounds only in locations permitted or required, and where use will not
interfere with other finishes, coatings, or coverings to be applied.
Continue final curing to end of curing period.
Avoid rapid drying at end of curing period.
During and following curing period, protect concrete from temperature changes of
adjacent air in excess of 5 degrees F per hour and 50 degrees F per 24 hours.
Progressively adjust protective measures to provide uniform temperature changes over
entire concrete surface.
2-1.13 Removal of Forms and Sunuorts
Provided that concrete has hardened sufficiently that it will not be damaged, forms not
actually supporting weight of concrete or weight of soffit forms may be removed after
concrete has cured at not less than 50 degrees F for 24 hours. Maintain curing and
protection operations after form removal.
40
2-1.14 Miscellaneous Concrete Items
Fill in holes and openings left in concrete structures for passage of work by other trades
after such work is in place. Place such fill-in concrete to blend with existing construction,
using same mix and curing methods.
2-1.15 Concrete Repairs
Perform cosmetic repairs of concrete surfaces as specified under concrete application.
r� Perform structural repairs with prior approval of the owner for method and procedure,
using epoxy -bonding systems. The owner's approval is required for repair methods using
materials other than those specified.
2-1.16 Quality Control Testing during Construction
r COMPOSITE SAMPLING, AND MAKING AND CURING OF SPECIMENS: ASTM
C 172 and ASTM C 31. Take samples at point of discharge.
For pumped concrete, perform sampling and testing at the frequencies specified herein at
' point of delivery to pump, and perform additional sampling and testing at the same
., frequency at discharge from line. Results obtained at discharge from line shall be used for
acceptance of concrete.
SLUMP: ASTM C 143. One test per strength test and additional tests if concrete
consistency changes. Modify sampling to comply with ASTM C 94.
AIR CONTENT OF NORMAL WEIGHT CONCRETE: ASTM C 173 or ASTM C 231.
One test per strength test performed on air -entrained concrete.
CONCRETE TEMPERATURE: Test the temperature hourly when the air temperature is
40 degrees F or below, when the air temperature is 90 degrees F or above, and each time
a set of strength test specimens is made.
COMPRESSIVE STRENGTH TESTS: ASTM C 39.
COMPRESSION TEST SPECIMENS: Mold and cure one set of 4 standard cylinders for
each compressive strength test required.
TESTING FOR ACCEPTANCE OF POTENTIAL STRENGTH OF AS -DELIVERED
CONCRETE: Obtain samples on a statistically sound, random basis.
MDMAUM FREQUENCY OF TESTING: One set per 100 cubic yards or fraction
thereof for each day's pour of each concrete class.
r- 41
1
One set per 3500 square feet of slab or wall area or fraction thereof for each day's pour of
each concrete class.
When the above testing frequency would provide fewer than 5 strength tests for a given
class of concrete during the project, conduct testing from not less than 5 randomly
selected batches, or from each batch if fewer than 5.
a. Test one specimen per set at 7 days for information unless an
earlier age
is required.
b. Test 2 specimens per set for acceptance of strength potential;
test at 28 days unless other age is specified. The test result
shall be the average of the two specimens. If one specimen
shows evidence of improper sampling, molding, or testing,
the test result shall be the result of the remaining specimen;
if both show such evidence, discard the test result and inform
the owner.
C. Retain one specimen from each set for later testing, if
required.
d. Strength potential of as -delivered concrete will be considered
Acceptable
if all of the following criteria are met:
e. No individual test result falls below specified compressive
strength by more than 500 psi.
f. : Not more than 10 percent of individual test results fall below
specified compressive strength f(c).
The average of any 3 consecutive strength test results shall equal or exceed the specified
compressive strength f(c).
a. Evaluate construction and curing procedures and implement
corrective action when strength results for field -cured
specimens are less than 85 percent of test values for
companion laboratory -cured specimens
TEST RESULTS: Testing agency shall report test results in writing to owner and
contractor within 24 hours of test.
Test reports shall contain the following data:
a. Project name, number, and other identification.
b. Name of concrete testing agency.
C. Date and time of sampling.
d. Concrete type and class.
e. Location of concrete batch in the completed work.
f. All information required by respective ASTM test methods.
42
r`
i
Nondestructive testing devices such as impact hammer or sonoscope may be used at
owner's option for assistance in determining probable concrete strength at various
locations or for selecting areas to be cored, but such tests shall not be the sole basis for
acceptance or rejection.
The testing agency shall make additional tests of in -place concrete as directed by the
owner when test results indicate that specified strength and other concrete characteristics
have not been attained.
a. Testing agency may conduct tests of cored cylinders
complying with ASTM C 42, or tests as directed.
b. Cost of additional testing shall be borne by the contractor
when unacceptable concrete has been verified.
Section 3 Unit Masonry
3-1.0 General
The following paragraphs in this section give the specifications on the various materials
and construction methods that are to be used in this project. On minor items a certificate
from the manufacturer may be required, certifying that the material or equipment meets
the specifications for such material as specified herein. All materials shall be subject to
the approval of the Chief Engineer of Water Utilities before being used. All references in
these specifications shall be the latest revisions.
3-1.1 Unit Masonry
Shop drawings indicating bars sizes, spacing, locations, reinforcement quantities, bending
and cutting schedules, supporting and spacing devices for reinforcement and accessories.
The contractor shall provide data for facing brick pre -faced and fabricated wire
reinforcement. Include design mix, indicate whether the Proportion or Property
specification of ASTM C270 is to be used, required environmental conditions, and
admixture limitations. Include the manufacturer's certificate certifying that products meet
or exceed specified requirements.
The contractor shall submit two samples of face brick, to illustrate color, texture and
extremes of color range, and two samples of mortar to illustrate color and color range.
Reports indicating conformance of the mortar component materials to requirements of
ASTM C270 and test and evaluation reports to ASTM C780, and conformance of the
grout component materials to requirements of ASTM C476 and test and evaluation
reports to ASTM CIO 19 shall be submitted.
r
r 43
f
3-1.2 Coordination
Coordinate the masonry work with installation of window frames, Owner furnished
equipment and Exterior Installation and Finish System.
3-1.3 Concrete Masonry Units
HOLLOW LOAD BEARING BLOCK UNITS (CMU): ASTM C90, Type I - Moisture
Controlled medium weight, with integral water repellent admixture.
HOLLOW NON -LOAD BEARING BLOCK UNITS (CMU): ASTM C129, Type I -
Moisture Controlled medium weight, with integral water repellent admixture.
SIZE AND SHAPE: Nominal modular size of 8 x 8 x 16 inches. Provide special units for
90-degree corners, bond beams, columns, and lintels.
3-1.4 Face Brick Units
CONFORMANCE FACE BRICK: ASTM C216, Type FBS, Grade SW.
SIZE AND SHAPE: Nominal modular size of 3 x 4 x 8 inches.
COLOR AND TEXTURE: Color and texture are to be selected by the Chief Engineer for
Water Utilities.
3-1.5 Structural and Miscellaneous Steel
Structural steel members and miscellaneous steel items shall meet the requirements of
ASTM A36. Provide shop coat paint on all structural members.
3-1.6 Insulation Inserts
Individually molded expanded polystyrene inserts formed to fit block with a thermal
resistance (R) at 70' of 3.8, and a typical density of 1 lb/cu. ft.
3-1.7 Reinforcement and Anchorage
SINGLE WYTHE JOINT REINFORCEMENT: Truss type; steel wire, hot dip .
galvanized to ASTM A641 Class 1 after fabrication, 3/16 inch side rods with 3/16 inch
cross ties.
REINFORCING STEEL: ASTM A615, 40-ksi-yield grade, deformed billet bars,
uncoated finish.
STRAP ANCHORS: Bent steel shape, 2 x 10-inch size x 22 gage thick, hot dip r
galvanized to ASTM A123 B2.
44
r'u
VENEER WALL TIES: Formed steel wires, adjustable, eye and pintle types, hot dip
galvanized to ASTM A123 B2.
3-1.8 Mortar And Grout
PORTLAND CEMENT: ASTM C150, Type I.
MASONRY CEMENT: ASTM C91, Type S.
MORTAR AGGREGATE: ASTM C144, standard masonry type.
HYDRATED LIME: ASTM C207, Type S.
GROUT COURSE AGGREGATE: ASTM C404.
WATER: Clean and potable.
BONDING AGENT: Latex type.
MORTAR COLOR: Mineral oxide pigment; Standard gray at interior exposed masonry
and color as selected by owner at all exterior masonry.
3-1.9 Admixtures
WATER REPELLENT: Liquid type; Dry -Block Mortar Admixture.
3-1.10 Flashing
COPPERIKRAFT PAPER FLASHINGS: 2-oz/sq. ft sheet copper bonded to fiber
reinforced asphalt treated Kraft paper.
LAP SEALANT: Butyl type as specified in Section 07900.
JOINT FILLER: Closed cell polyethylene or polyurethane oversized 50 percent to joint
width; self -expanding; by maximum lengths.
BUILDING PAPER: No. 30 asphalt saturated felt.
WEEPS: Preformed plastic tubes, cotton wick filled or cotton rope.
CLEANING SOLUTION: Non -acidic, not harmful to masonry work or adjacent
materials.
45
3-1.11 Mortar and Grout Mixes
MORTAR FOR LOAD BEARING WALLS AND PARTITIONS: ASTM C270, Type S
using the Performance specification, with water repellent admixture for all exterior
mortar.
MORTAR FOR NON -LOAD BEARING WALLS AND PARTITIONS: ASTM C270,
Type S using the Performance specification, with water repellent admixture for all _
exterior mortar.
3-1.12 Grout Mixes .-
BOND BEAMS AND LINTELS: 2,500 psi strength at 28 days; 8-10 inches slump; or
premixed type in accordance with ASTM C94. Mix in accordance with ASTM C476
Course grout.
ENGINEERED MASONRY: 3,000-psi strength at 28 days; 8-10 inches slump;
premixed type in accordance with ASTM C94.
3-1.13 Grout Mixing
PRE -MIXED GROUT: Mix grout in accordance with ASTM C94. _
FIELD MIXED GROUT: Thoroughly mix grout ingredients in quantities needed for
immediate use in accordance with ASTM C476 Course grout.
Add admixtures in accordance with manufacturer's instructions; mix uniformly.
Do not use anti -freeze compounds to lower the freezing point of grout.
3-1.14 Examination —
The contractor shall verify that field conditions are acceptable and are ready to receive
work.
The contractor shall verify items provided by other sections of work are properly sized
and located.
The contractor shall verify that built-in items are in proper location, and ready for
roughing into masonry work.
The contractor shall request inspection of spaces to be grouted. --
46
3-1.15 Preparation
The contractor shall direct and coordinate placement of metal anchors supplied to other
sections.
The contractor shall provide temporary bracing during installation of masonry work.
Maintain in place until building structure provides permanent bracing.
The contractor shall apply bonding agent to existing concrete surfaces.
The contractor shall plug clean -out holes with brick or block masonry units. Brace
masonry for wet grout pressure.
3-1.16 Installation
MORTAR MIXING: Thoroughly mix mortar ingredients in accordance with ASTM
C270 in quantities needed for immediate use. Maintain sand uniformly damp
immediately before the mixing process. Add mortar color and admixtures in accordance
with manufacturer's instructions. Provide uniformity of mix and coloration. Do not use
anti -freeze compounds to lower the freezing point of mortar. If water is lost by
evaporation, re -temper only within two hours of mixing. Use mortar within two hours
after mixing at temperatures of 90 degrees F or two -and -one-half hours at temperatures
under 40 degrees F.
COURSING: Establish lines, levels, and coursing indicated. Protect from displacement.
Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of
uniform thickness.
BOND: Use a Running bond with the brick and concrete masonry.
COURSING: Use One unit and one mortar joint to equal 8 inches for concrete masonry
units and three units and three mortar joints to equal 8 inches with the brick units
MORTAR JOINTS: Concave.
PLACING AND BONDING: Lay solid masonry units in full bed of mortar, with full
head joints, uniformly jointed with other work. Lay hollow masonry units with face shell
bedding on head and bed joints. Buttering corners of joints or excessive furrowing of
�.,
mortar joints are not permitted. Remove excess mortar as work progresses. Interlock
intersections and external corners. Do not shift or tap masonry units after mortar has
achieved initial set. Where adjustment shall be made, remove mortar and replace. Perform
job site cutting of masonry units with proper tools to provide straight, clean, unchipped
edges. Prevent broken masonry unit corners or edges. Cut mortar joints flush where
resilient base is scheduled, or furring chemicals are applied. Isolate top joint of masonry
r
partitions from horizontal structural framing members and slabs or decks with
compressible joint filler.
WEEPS: Install weeps in veneer at 32 inches OC horizontally above through -wall
flashing, above shelf angles and lintels, and at bottom of walls.
CAVITY WALL: Do not permit mortar to drop or accumulate into cavity air space or to
plug weeps.
REINFORCEMENT AND ANCHORAGE: For single Wythe Masonry install horizontal
joint reinforcement at 16 inches OC vertically. Place masonry joint reinforcement in the
first and second horizontal joints above.and below openings and extend a minimum of 16
inches each side of opening. Place joint reinforcement continuously in the first and
second joints below top of walls. Lap joint reinforcement ends a minimum of 6 inches.
Reinforce the joint corners and intersections with strap anchors every 16 inches.
REINFORCEMENT AND ANCHORAGE FOR MASONRY VENEER: Install
horizontal joint reinforcement at 15 inches OC. Place masonry joint reinforcement in the
first and second horizontal joints above and below openings. Extend a minimum of 16
inches to each side of opening. Place joint reinforcement continuously in first and second
joints below top of walls. Embed wall ties in masonry back up to bond veneer at
maximum of 15 inches OC vertically and 36 inches horizontally. Place at a maximum of
3 inches OC each way around the perimeter of openings and within 12 inches of the
openings. Reinforce the stack bonded unit joint corners and intersections with strap,
anchors 16 inches OC.
MASONRY FLASHINGS: Extend flashing horizontally at foundation walls, above
ledge or shelf angles and lintels, under parapet caps, and at bottom of walls. Turn flashing
up a minimum of 8 inches and bed it into the mortar joint of masonry or seal to existing
back up. Lap end joints a minimum of 6 inches and seal watertight. Turn flashing, fold,
and seal at corners, bends, and interruptions.
LINTELS: Install loose steel lintels over all openings. Install reinforced unit masonry
lintels over openings where steel lintels are not scheduled. Do not splice reinforcing bars.
Support and secure reinforcing bars from displacement. Maintain position within a 1/2
inch of dimensioned position. Place and consolidate grout fill without displacing
reinforcing. Allow masonry lintels to attain specified strength before removing temporary
supports. Maintain a minimum of 8-inch bearing on each side of opening.
MORTAR AND GROUT: Install mortar in accordance with ASTM C270. Install grout
in accordance with ASTM C476. Work grout into masonry cores and cavities to eliminate
all voids. Do not install grout in lifts greater than 16 inches or two CMU courses without
consolidating grout by rodding. Do not displace reinforcement while placing grout.
Remove excess mortar from grout spaces. At bearing locations, fill masonry cores with
grout for a minimum 12 inches either side of opening.
HIGH LIFT GROUTING: Provide cleanout opening no less than 4 inches high at the
bottom of each cell to be grouted by cutting one face shell of masonry unit.
48
CLEAN OUT MASONRY CELLS AND CAVITIES WITH HIGH PRESSURE WATER
SPRAY. Permit complete water drainage after cleaning seal openings with masonry
units. Limit grout lift to 60 inches and rod for grout consolidation. Wait 30 to 60 minutes
before placing next lift.
CONTROL JOINTS: Do not continue horizontal joint reinforcement through the control
joints. Form control joint with a sheet of building paper bond breaker fitted to one side of
the hollow contour end of the block unit. Fill the resultant core with grout fill. Rake joint
at exposed unit faces for placement of backer rod and sealant.
INSULATION INSERTS: Provide insulation inserts at all exterior surfaces, including
upper apparatus baywalls to 16" below adjacent low roof. Omit insulation inserts at all
reinforced cells.
3-1.17 Built -In Work
DOOR: Cold -rolled steel frame and door, 16 gauge Republic Dm series 3070 or approved
equal.
Bed metal door anchors in adjacent mortar joints (minimum of four on each side of jamb)
and fill doorframe voids solid with grout. Fill the adjacent masonry cores with grout a
minimum of 12 inches from framed openings.
{-- One door should have a plane knob and Corbin dead bolt (or approved equal)keyed to
match existing water utility locks at the site (see owner's representative for key). The
other door should have a mortise type panic exit mechanism.
Epoxy coat doors and frame to match existing doors at the site.
Install all built-in items plumb and level.
3-1.18 Tolerances
MAXIMUM VARIATION FROM ALIGNMENT OF COLUMNS: 1/4 inch.
MAXIMUM VARIATION FROM UNIT TO ADJACENT UNIT: 1/32 inch.
MAXIMUM VARIATION FROM PLANE OF WALL: 1/4 inch in 10 ft and 1/2 inch in
20 ft or more.
MAXIMUM VARIATION FROM PLUMB: 1/4 inch per story non -cumulative.
MAXIMUM VARIATION FROM LEVEL COURSING: 1/8 inch in 3 ft and 1/4 inch in
1 : 10 ft 1/2 inch in 30 ft.
7 49
MAXIMUM VARIATION OF JOINT THICKNESS: 1/8 inch in 3 ft.
MAXIMUM VARIATION FROM CROSS SECTIONAL THICKNESS OF WALLS:
1 /4 inch.
VARIATION FROM JOINT WIDTH: Plus 1/8 inch and minus 0 inches.
3-1.19 Cutting and Fitting
CUT AND FIT FOR CHASES, PIPES, CONDUIT AND SLEEVES. Coordinate with
other sections of work to provide correct size, shape, and location.
Obtain approval prior to cutting or fitting masonry work not indicated or where
appearance or strength of masonry work may be impaired.
3-1.20 Field Quality Control
Quality control will be monitored by Field inspection (Sec 1-1.25) and testing (Sec 1-
1.13.
Test and evaluate grout in accordance with ASTM C 1019.
3-1.21 Cleaning
Clean soiled surfaces with cleaning solution. Do not scratch or deface units. Use non-
metallic tools in cleaning operations.
Remove all excess mortar and mortar smears as work progresses. Replace any defective
mortar matching repairs to adjacent work.
3-1.22 Protection of Finished Work
Maintain protective boards at all exposed external corners to provide to completed work.
3-1.23 Schedule
PROVIDE CMU WITH INTEGRAL WATER REPELLENT ADMIXTURE AT THE
FOLLOWING LOCATIONS: All interior CMU back-up walls.
Provide water repellent mortar admixture for all mortar in CMU backup walls, and all
mortar in exterior face brick veneer. —
50
r•.
f
SECTION 4 ELECTRICAL
4-1.0 General:
r.. The Contractor shall provide all labor, equipment, materials, etc. and shall perform all
operations in connection with the installation of Electrical work in accordance with these
Contract Documents.
The Contractor shall execute all work specified or indicated on accompanying Drawings.
Contractor shall provide all equipment necessary and usually furnished in connection
with such work and systems, whether or not specifically mentioned.
Every contractor shall be responsible for all his work fitting into place in a satisfactory
and neat workmanlike manner in every particular to the approval of the Owner.
Confer with the General Contractor and other Contractors regarding the location and size
of pipes, equipment, fixtures, conduit, ducts, openings, switches, outlets, etc., in order
that there be no interference between the installation or progress of the work of any
Contractor on the project.
The Electrical Drawings are diagrammatic and shall be followed as closely as actual
construction of the building and the work of other trades will allow. All changes from
Drawings necessary to make the work of each Contractor conform to the building
construction and the work of other trades shall be done at the appropriate Contractor's
expense.
The Contractor shall review all required components for use in this application to
ascertain that all items will function as necessary and as designed.
SHOULD ANY BIDDER CONSIDER THAT ANY REQUIREMENT OF THESE
SPECIFICATIONS AND DRAWINGS WILL MAKE THE EFFECTIVE OPERATION
OF ANY PORTION OR THE WHOLE INSTALLATION IMPOSSIBLE, OR IF HE
FEELS A VITAL COMPONENT HAS BEEN OMITTED; HE SHALL DESCRIBE IN
HIS BID CHANGES AS HE DEEMS NECESSARY. FAILURE TO DO SO SHALL BE
CONSIDERED AS AN AGREEMENT ON THE PART OF THE BIDDER TO
GUARANTEE THE EFFECTIVE OPERATION OF THE INSTALLATION.
All equipment shall be installed complete with all necessary fittings, supports,
accessories, etc., as necessary for a complete installation, providing the desired function.
All equipment shall be installed in accordancewith manufacturers recommended
procedure unless specifically stated otherwise.
Nothing in these specifications or drawings shall be construed as directing any contractor
from deviating from any legally binding code or ordinance.
r- 51
is
4-1.1 Related Documents:
All work covered by this Section of the Specifications shall be accomplished in
accordance with all applicable provisions of the Contract Documents and any addenda or
directive which may be issued.
4-1.2 Submittals:
GENERAL: The Contractor is required to submit four (4) copies of the following general
types of information.
r
Shop Drawings/Component Data
Maintenance Manual
Warrantees
SUBMITTALS SHALL FOLLOW THE FOLLOWING FORMAT: Submittals shall be
assembled in three -hole pressboard cover (Smead No. Br129 or equal) with Acco
fasteners and compressor.
Submittal booklet shall be labeled on the outside as "Electrical Submittal'.
Each manual shall include
Approved Shop Drawings
Wiring Diagrams --
Warrantees
Maintenance Manual
Operating Instructions
Lubrication Instructions
Maintenance Instructions
Parts Lists
Test Reports
The first page in each divider shall be the Contractor's Submittal Certificate.
Manuals shall be prepared and delivered to the Engineer's office prior to the date of final
inspection.
Each manual shall be 8-1/2" x 11" and bound in a 3-ring binder.
4-1.3 Openings and Sleeves in Construction: Most openings'required in wall, floor, roof, ceiling, etc., construction for Mechanical and
Electrical Work will be provided by the General Contractor in accordance with
52
r-�
information furnished by the Mechanical and Electrical Contractors. All sleeves, inserts,
T forms, etc., required for openings shall be furnished by the Contractor. The Mechanical
and Electrical Contractors shall be responsible for their size, fabrication and location.
Installation will be by General Contractor. Where new work has been installed previous
�•. to such request, the General Contractor will do the necessary cutting and patching at the
expense of the Mechanical and Electrical Contractor.
4-1.4 Electrical Coordination:
Unless otherwise specified the Electrical Contractor will furnish and install all conduit,
wiring, disconnects, starters, thermal overload heaters, holding coils, remote pushbutton
stations, Hand -Off -Auto and multi -speed switches, and pilot lights for all electrically
operated mechanical equipment, including final connections leaving items ready for
operation.
Where starters, are an integral part of the 'equipment the Electrical Contractor shall
furnish and install all wiring and make all final connections to the line side of the starter
or disconnect device. All wiring beyond this point shall be by the Mechanical Contractor
furnishing the motor.
Each contractor shall consult with the Electrical Contractor before ordering or installing
equipment, to coordinate the motor, starter, holding coil, overload, interlocks, etc., and
shall be equally responsible to insure that the equipment installed is of proper size and
type.
4-1.5' Complete Work and Pads:
All concrete, reinforcing, and form work necessary in connection with the construction of
pads and the concrete around ducts or raceways shall be provided by Electrical
Contractor, as appropriate.
4.2.0 ELECTRICAL IDENTIFICATION:
4-2.1 General Description of Work:
Types of electrical identification specified in this section include the following:
Engraved Plastic Signs.
4-2.2 Quality Assurance:
UL COMPLIANCE: Comply with applicable portions of UL safety standards pertaining
to electrical marking and labeling identification systems.
r 53
r
NEC COMPLIANCE: Comply with NEC as applicable to installation of identifying
labels and markers for wiring and equipment..
4-2.3 Submittals:
PRODUCT DATA: Submit manufacturer's product specifications and installation
instructions for each identification material and device required. Include data
substantiating that materials comply with requirements.
4-2.4 Electrical Identification Materials:
GENERAL: Provide manufacturer's standard products of categories and types required
for each application.
ENGRAVED PLASTIC -LAMINATE SIGNS: Provide engraving stock melamine
plastic laminate, complying with FS L-P7387, in sizes and thickness indicated, engraved
with engraver's standard letter style of sizes and wording indicated, black and white core
(letter color) except as otherwise indicated, punched for mechanical fastening except
where adhesive mounting is necessary because of substrate.
THICKNESS: 1/8", except as otherwise indicated.
FASTENERS: Self -tapping stainless steel screws, except contact -type permanent
adhesive where screws cannot or should not penetrate substrate.
Provide Seton Style EB or equivalent engraved plastic signs with normal Gothic style
lettering.
LETTERING: Coordinate names, abbreviations and other designations used in electrical
identification work with corresponding designations shown, specified or scheduled on
Electrical Drawings. -'
4-2.5 Application and Installation:
Install identification after completion of painting.
Install engraved plastic -laminate sign on each major unit of electrical equipment in
building.
Except as otherwise indicated, provide single line of text, 1/2" high lettering go n 1-1/2"
high sign (2" high where 2 lines are required), white lettering in black field. Provide text
matching terminology and numbering of the contract documents and shop drawings.
54
G
Provide signs for each unit of the following:
Panelboards, electrical cabinets and enclosures.
Disconnect switches, except equipment safety switches.
Motor control centers, including branch devices.
Fire alarm master station.
�— Install signs at location for best convenience of viewing without interference with
operation and maintenance of equipment. Secure to substrate with fasteners, except use
adhesive where fasteners should not or cannot penetrate the substrate.
4-3.0 Basic Electrical Materials and Methods
4-3.1 General Description of Work:
Items discussed includes, but is not limited to, the following:
Raceways.
Conductors.
Boxes and Fittings.
Taps and Splices.
4-3.2 Quality Assurance:
NEMA COMPLIANCE: Comply with applicable requirements of NEMA standards
pertaining to raceways and with ANSI C 134.1 (NEMA Standards Pub No. OS 1) as
applicable to sheet -steel outlet boxes, device boxes, covers and box supports.
UL COMPLIANCE AND LABELING: Comply with provisions of UL safety standards
pertaining to electrical raceway systems, wire, cable, connectors, boxes and fittings and
provide all items UL-listed and labeled.
NEC COMPLIANCE: Comply with requirements as applicable to construction and
installation of raceway systems, electrical wire, cable, connectors, boxes and fittings.
4-3.3 Submittals:
PRODUCT DATA: Submit manufacturer's data including specifications, installation
�^ instructions and general recommendations, for each device or component required. This
includes raceways, conductors, connectors, boxes, etc.
CONNECTORS: Submit manufacturer's code scheme for matching compression
connector and die.
r- 55
f
4-3.4 Metal Conduit and Tubing:
RIGID STEEL CONDUIT: FS WW-C-0581 and ANSI C80.1.
RIGID METAL CONDUIT FITTINGS: FS W-F-408.
ELECTRICAL METALLIC TUBING (EMT): FS WW-C-563 and ANSI C80.3.
EMT FITTINGS: FS W-F-408. Provide only compression -type fittings; "setscrew"
fittings will not be accepted.
FLEXIBLE METAL CONDUIT: FS WW-C-566, Type 2: Zinc -coated steel.
FLEXIBLE METAL CONDUIT FITTINGS: FS W-F-406, Type 1, Class 1, and Style A.
LIQUID -TIGHT FLEXIBLE METAL CONDUIT: Provide liquid -tight flexible metal
conduit; construct of single strip, flexible, continuous, interlocked, and double -wrapped
steel; galvanize inside and outside; coat with liquid -tight jacket of flexible polyvinyl
chloride (PVC).
LIQUID -TIGHT FLEXIBLE METAL CONDUIT FITTINGS: FS W-F-406, Type 1,
Class 3, Style G.
METAL SURFACE RACEWAY: Comply with Fed Spec W-C-582 and UL. Provide UL
listed and Jabeled components and devices. All metal surface raceway shall be Wiremold,
or approved equal.
4-3.5 Nonmetallic Conduit and Ducts:
GENERAL: Provide heavy wall rigid nonmetallic conduit as manufactured by Carlon.
Provide schedule 40, 90 deg C, UL-listed PVC.
UNDERGROUND PVC PLASTIC UTILITIES DUCT:. ANSI/NEMA TC 6, Type 1 for
encased burial in concrete, Type II for direct burial.
PVC AND ABS PLASTIC UTILITIES DUCT FITTINGS: ANSI/NEMA TC9 match to
duct type and material.
4-3.6 Wire and Cable:
GENERAL: Provide wire, cable and connectors of manufacturer's standard materials, as
indicated by published product information; designed and constructed as recommended
by manufacturer, and as required for the installation.
56
..
T
Provide factory -fabricated wire of sizes, ratings, materials and types indicated for each
service.
A. UL Type: THHN.
B. UL Type: THW.
C. Material: Copper
D. Conductors: Solid (AWG 20 to AWG 8 only).
E. Conductors: Concentric -lay stranded (standard flexibility).
F. Outer Covering: Thermoplastic
4-3.7 Connectors:
Provide UL-listed and labeled components and devices.
CRIMP -TYPE COMPRESSION CONNECTORS (ALL COPPER CONDUCTORS NO.
8 AWG AND LARGER): Provide high conductivity copper crimp -type; Ilsco "CT"
series for straight splices or "AH" series for tap slices, or approved equal. Comply with
UL486. Provide color -coded between connector and die.
TWIST -ON CONNECTORS (ALL COPPER CONDUCTORS NO. 18 THROUGH NO.
10 AWG): Provide twist -on wire joints at outlet box taps, Thomas &Betts series "PT" or
approved equal.
HEAT SHRINKABLE TUBING: Provide heavy-duty protective covering, rated for 600
volts, 90 deg. C, designed for 3:1 shrink ratio. Provide Steel City type "HS" or approved
equal.
4-3.8 Fabricated Boxes:
INTERIOR OUTLET BOXES: Provide galvanized flat rolled sheet steel interior outlet
wiring boxes, of types, shapes and sizes, including box depths, to suit each respective
location and installation; construct with stamped knockouts in back and sides, and with
threaded screw holes with corrosion -resistant screws for securing box covers and wiring
devices.
7 INTERIOR OUTLET BOX ACCESSORIES: Provide outlet box accessories as required
f6 for each installation, including mounting brackets, wallboard hangers, extension rings,
fixture studs, cable clamps and metal straps for supporting outlet boxes, which are
t-^ compatible with outlet boxes being used and fulfilling requirements of individual wiring
x situations. Choice of accessories is Installer's option.
JUNCTION AND PULL BOXES: Provide galvanized code -gage sheet steel junction and
pull boxes, with screw -on covers; of types, shapes and sizes, to suit each respective
location and installation; with welded seams and equipped with stainless steel nuts, bolts,
i
screws and washers.
r 57
CONDUIT OUTLET BODIES AND CAST DEVICE BOXES: Provide galvanized cast -
metal conduit bodies, of types, shapes and sizes, to suit respective locations and
installation, construct with threaded -conduit -entrance ends, removable covers, cover
gaskets, and corrosion -resistant screws. Provide Appleton or approved equal.
BUSHINGS, KNOCKOUT CLOSURES, AND LOCKNUTS: Provide corrosion -
resistant punched -steel box knockout closures, conduit locknuts and malleable iron
conduit bushings, offset connector, of types and sizes to suit respective uses and
installation.
4-3.9 Floor Outlet Boxes:
Provide cast iron floor box complying with Fed Spec W-0583b and UL standard 514.
Provide UL-listed and labeled. Provide Hubbell #B-4333 three gang fully adjustable floor
box or approved equal.
Provide so that each of the three-(3) boxes may be separated from each of the other
boxes. Provide with Hubbell S-3825 brass duplex flap cover plate for the power boxes
and Hubbell S-2425 plate for communication boxes. See Wiring Devices for associated
receptacles.
4-3.10 Plug -In Bushway:
GENERAL: Furnish and install complete pre -fabricated bushway distribution systems as
shown. Provide Square D I -Line Bisway or approved equal.
HOUSING: Totally enclosed.
JOINTS: On -bolt designs, access required on one -side only, design shall allow the
removal of any one section without disturbing other adjacent joints.
BUS BARS: Electrolytically tin-plated, aluminum'or copper, insulated over entire length
temp rise not exceed 55 deg C.
PLUG-IN OPENINGS: Five-(5) plug -ins per 10' joint, all usable simultaneously, plugs
side -mounted.
PLUG-IN UNITS: Fusible switch type, provide with suitable means to use hookstick for
operation (unless accessible from floor), 22K AIC ratings. Provide safety interlock to
prevent installation/removal of switch with switch in "on" position. Ground connections
shall make contact prior to power blades.
SUPPORT: 10' spacing max. Provide sway bracing to allow for man on ladder leaning
on bus duct.
58
r
4-3.11 In -Ground Bus Duct:
CONDUITS: Provide four -conduit bus ducts as shown on the drawings. Route conduit
below 24" (wide)x3" (thick) concrete pad to prevent damage to conduit during future
digging operations. Add red dye to concrete.
Support conduits with _2' -0" (long)x#4 rebar with crossbars as shown. Tie conduit to
rebar as shown. Provide crossbars 6OC minimum.
BOXES: Provoked 30" (wide)x24" (length)xl2" (vertical) cast iron roadway -type boxes,
Spring City Electrical or approved equal. Provide with external recess flanged cover
neoprene gasket cover. Entire assembly shall be NEMA 3r "raintight" construction.
Provide with checkered steel cover suitable for heavy traffic. On inlet and outlet (in 30"
wide faces) provide with 4ea-4" drilled and tapped holes for connection to conduit. On
both sides (24" wide faces) provide with 3ea-4" drilled and tapped holes. Provide plugs to
go in these side faces until such time as they are needed.
4-3.12 Installation of Electrical Raceways:
CONDUIT INSTALLATION: Install electrical raceways where indicated; in accordance
with manufacturer's written instructions, applicable requirements of NEC and NECA
"Standard of Installation", and complying with recognized industry practices.
All conduit shall be run in a manner acceptable to the Engineer. When requested by the
Owner or Engineer, a complete conduit system layout shall be submitted or approval for
each floor or section under construction before permanent support or location is made.
All conduit shall be installed as a complete system without wires and shall be continuous
from outlet to outlet and from fitting to fitting. A run of conduit from between outlet to
outlet or between outlet and fitting shall not contain more than the equivalent of four (4)
r. 90 deg. bends, including those bends located immediately at the outlet or fitting.
t
No feeder conduit shall be longer than 80 feet between junction boxes or cabinets unless
r- there are no direction changes and only a straight inline pull of wire is required. In such
straight -in -line runs the distance between cabinets or boxes may be increased to 100 feet.
Coat underfloor metal raceways with bitumastic type protective coating prior to placing
concrete.
Complete installation of electrical raceways before starting installation of cables/wires
within raceways.
7
.- 59
r
i
FLEXIBLE METAL CONDUIT: Provide @ux[only] above suspended ceilings and
@ux[only] for lighting fixture "whips" All other applications use liquid -tight flexible
metal conduit.
LIQUID -TIGHT FLEXIBLE CONDUIT: Provide for motor connections, and for other
electrical equipment connections where subject to movement and vibration.
BELOW -GRADE CONDUIT: No less than 3' -0" prior to penetrating floor slab, change
underfloor conduit to EMT or rigid steel conduit. Provide concrete -tight fittings and coat
conduit as specified in this section.
CONDUIT USED AS "GROUND" PATH: This electrical installation shall consist of a
complete green -wired ground system, i.e., each electrical device shall be grounded with a
separate ground wire and shall not rely on the conduit system for ground path. This in no
way release the Contractor from complying with NEC requirements to install all conduits
completely grounded.
4-3.13 Special Raceway Systems:
ROOF -MOUNTED CONDUIT: All roof -mounted conduit shall be rigid steel.
TELEPHONE CONDUIT -GENERAL: Provide all telephone conduit with pull wire.
TELEPHONE OUTLET CONDUIT: Provide 3/4" EMT conduit for indicated conduit
runs. Extend from telephone outlet location (consisting of standard receptacle j-box
located 12" A.F.F.) to attic space and terminate at that point.
HVAC CONTROL CONDUIT -GENERAL: All HVAC control conduit shall be run in
EMT conduit, unless specifically stated otherwise. No exposed wiring shall be allowed.
THERMOSTAT CONDUIT: Provide standard junction box (60" AFF, typical) and 3/4"
EMT conduit from thermostat location to controlled equipment.
SPEAKER CONDUIT: Route 3/4" EMT conduits from indicated speaker locations to
room housing the intercom panel and terminate in 12"x12" junction box, located in the
attic space above the intercom panel. Route 3" conduit down from junction box and turn
out through wall 6" AFF. Terminate conduit 1" beyond wall.
FIRE ALARM CONDUIT: Route 1/2" EMT conduits from fire alarm devices to fire
alarm control panel located in electrical room.
COMPUTER COMMUNICATION CONDUITS: General: Provide all computer conduit
with pull wire.
60
IN -WALL COMMUNICATIONS CONDUIT: Provide 3/4" EMT conduit from
communications outlet location (consisting of standard j-box located 12" A.F.F.) to
rceiling space or otherwise as shown.
ELECTRICAL SERVICE CONDUITS: Provide rigid steel conduits above -grade.
Attach conduit to pole using uni-strut bracket and pipe clamps. Attach bracket to pole
with U-bolts adequately sized to reach around the pole.
Provide weatherhead 15' above finished grade (or as directed by Owner).
4-3.14 Conduit Application:
RIGID STEEL: Provide for all building service wiring, all roof -mounted conduit and/or
where abuse might be expected.
EMT: Provide for all building feeder and branch circuits.
Non -Metallic Conduit: Provide for all below -grade conduit, unless noted otherwise.
CONDUCTORS:
THW: Provide for all feeder circuits and otherwise as required by NEC due to site
conditions.
THHN: Provide for all branch circuitry, except where restricted by NEC.
4-3.15 Adjusting and Cleaning Raceways:
Upon completion of installation of raceways, inspect interiors of raceways; remove burrs,
dirt and construction debris.
4-3.16 Installation of Wire and Cable:
GENERAL: Install electrical cables, wires and connectors as indicated, in compliance
with manufacturer's written instructions, applicable requirements of NEC and NECA's
"Standard of Installation", and in accordance with recognized industry practices.
Coordinate cable and wire installation work with electrical raceway and equipment
installation work, as necessary for proper interface.
Pull conductors together where more than one is being installed in a raceway.
Use pulling compound or lubricant, where necessary; compound shall not deteriorate
r" conductor or insulation.
7 61
Use pulling means, including fish tape, cable or rope which cannot damage raceway.
Keep conductor splices to minimum.
Install splices and tapes that have mechanical strength and insulation rating equivalent or
does better than conductor.
Uses splices and tap connectors that are compatible with conductor material.
COLOR -CODING: Provide conductors with colored insulation complying with the
following schedule.
120/208V System:
Phase A: Black.
Phase B: Red.
Phase C: Blue.
Neutral: White or Gray.
Ground: Green.
Switch Leg: Black w/White, Red w/White, and Blue w/White.
277/480V System:
Phase A: Purple.
Phase B: Brown.
Phase C: Yellow.
Neutral: White or Gray.
Ground: Green.
Switch Leg: Purple w/White, Brown w/White, and Yellow w/White.
4-3.17 Code All Service, Feeder and Branch Conductors:
All wiring No. 8 and larger shall be black and shall be marked with color banding tape as
specified. All phase conductors, neutral and equipment ground conductors shall each be
marked with colored tape. This tape marking shall be applied at the breakers, mains, and
in all wireway, pullbox, auxiliary gutter, junction box, motor terminal box and
transformer enclosure. In wireways and auxiliary gutters longer than two feet, install tape
marking every four feet of wiring in the raceway.
WIRING SIZING: No conductor smaller than #12 shall be used. In the case of #12
"home runs" over 75 feet in length resize in accordance with the following:
A. 75 to 125 feet: #10 AWG.
B. 125 feet +: #8 AWG.
62
i
The sizing of all wire except remote control wire shall be accomplished in the case of
F both feeder and branch circuits by conforming to the following provisions:
r A. 277/48OV: 1.0% at max load with 90%power factor.
B. 120/208V: 2.0% at max load with 90% power factor.
SPEAKER AND BELL WIRING: Provide 2 ea. #14 conductors to each speaker and
Y classroom bell, or otherwise as required by the manufacturer. It is the Contractor's
4
responsibility to coordinate on this item.
4-3.18 Field Quality Control:
Prior to energization, test cables and wire for continuity of circuitry, and also for short
circuits. Correct malfunctions when detected.
Subsequent to wire and cable hook-ups, energize circuitry and demonstrate functioning in
accordance with requirements.
r 4-4.0 Wiring Devices
r• 4-4.1 General Description of Work:
TYPES OF ELECTRICAL WIRING DEVICES IN THIS SECTION INCLUDE THE
�- FOLLOWING:
Receptacles
Switches
Wall Plates
4-4.2 Quality Assurance:
NEC COMPLIANCE: Comply with NEC as applicable to construction and installation
rof electrical wiring devices.
UL COMPLIANCE AND LABELING: Provide electrical wiring devices which have
been UL-listed and labeled.
NEMA COMPLIANCE: Comply with NEMA standard for general and specific -purpose
wiring devices.
4-4.3 Submittals:
PRODUCT DATA: Submit manufacturer's data on electrical wiring devices.
r- 63
4-4.4 Fabricated Wiring Devices:
GENERAL: Provide factory -fabricated wiring devices, in types, colors, and electrical
ratings for applications indicated and complying with NEMA STD Pub No. WD 1.
Where types and grades are not indicated, provide proper selection as determined by
Installer to fulfill wiring requirements, and complying with NEC and NEMA standards
for wiring devices.
RECEPTACLES: Specification -Grade Duplex or Simplex: Provide duplex or simplex
specification -grade type receptacles, 2-pole, 3-wire grounding, with green hexagonal
equipment ground screw, ground terminals and poles internally connected to mounting
yoke, 20-amperes, 125 volts, with metal plaster ears, side wiring NEMA configuration 5-
2OR unless otherwise indicated. Provide all nylon face and bodies, flat face with body
color -coded for rating. Provide Leviton "Spec Master" model 5362 (duplex) and model
5361 (simplex) with limited ten-year warranty or approved equal.
GROUND -FAULT: Circuit Interrupter Duplex: Provide duplex receptacle having feed -
through and terminal capabilities to interrupt the circuit when a fault to ground exceeds
the predetermined limit. Comply with UL 943, Class A. Provide UL listed as "Hospital -
Grade". Provide with all nylon designer -style faces, indicator light (showing the circuit is
powered) and test switch. Provide Leviton GFCI or approved equal.
SPECIFICATION -GRADE SINTLEX: Provide simplex specification -grade type
receptacles, 2-pole, 3-wire grounding, with green hexagonal equipment ground screw,
ground terminal internally connected to mounting yoke, 50-amperes, 250 volts, with
metal plaster ears, side wiring NEMA configuration 6-50R.
HOSPITAL -GRADE ISOLATED GROUND DUPLEX OR SIMPLEX: Provide duplex
or simplex hospital -grade type, receptacles, 2-pole, 3-wire grounding, with green
hexagonal equipment ground screw, 20-amperes, 125 volts, with metal plaster ears, side
wiring NEMA configuration 5-20R unless otherwise indicated. Provide UL-Listed as
"Hospital Grade" and as "Isolated Ground". Provide all nylon face�and bodies, flat orange -
colored face with body color -coded for rating, with mounting straps fully insulated from
grounding path created through metal boxes. Provide Leviton "Spec Master" mode15362-
IG (duplex) and model 5361-IG (simplex) with limited ten-year warranty or approved
equal.
44.5 Switches:
SNAP: Provide specification -grade flush single and double -pole two, three and four way,
toggle or key switches, 20- or 30-ampere, 125/277-volt AC, quiet operation, green
grounding screw, with mounting yoke insulated from mechanism, equip with plaster ears,
switch handle, and back or side -wired screw terminals. Provide with urea molded parts,
color -coded for rating. Provide Leviton "Spec Master" with ten limited warranty, model
1221 or approved equal.
64
r
44.6 Wiring Device Accessories:
LIGHTING AND POWER WALL PLATES: Provide single -switch, duplex, or simplex
outlet wall plates for wiring devices, of types, sizes, and with ganging and cutouts as
indicated. Construct with metal screws for securing plates to devices; screw heads
colored to match finish of plates. Provide wall plates possessing the following additional
construction feature:
MATERIAL AND FINISH: 0.04" thick, type 302 satin -finished stainless steel.
TELEPHONE WALL PLATES: Provide similar to above except with single bushing
outlet. Similar to Hubbell #SM2SS.
4-4.7 Installation of Wiring Devices:
Install wiring devices as indicated, in compliance with Manufacturer's written
instructions, applicable requirements of NEC and NECA's "Standard of Installation", and
in accordance with recognized industry practices to fulfill project requirements.
Coordinate with other work, including painting, electrical box and wiring work, as
necessary to interface installation of wiring devices with other work.
Install wiring devices only in electrical boxes that are clean and free from excess building
materials, dirt, and debris.
Delay installation of wiring devices until wiring work is completed.
Delay installation of wall plates until after painting work is completed.
4-4.8 Protection of Wall Plates and Receptacles:
Upon installation of wall plates and receptacles, advise Contractor regarding proper and
cautious use of convenience outlets. At time of Substantial Completion, replace those
t items that have damage, including those burned and scored by faulty plugs.
44.9 Grounding:
Provide electrically continuous, tight grounding connections for wiring devices, unless
otherwise indicated.
�r 65
4-4.1 Q Testing:
Prior to energizing circuitry, test wiring devices for electrical continuity and proper
polarity connections. After energizing circuitry, test wiring devices to demonstrate
compliance with requirements.
4-5.0 Power Distribution
4-5.1 General Description of Work:
Types of power distribution components specified in this section include the following:
Switchgear
Panelboards
Overcurrent Protective Devices
Transformers
Service Entrance Equipment
Grounding Devices
4-5.2 Oualitv Assurance:
SPECIAL USE -MARKINGS: Provide panelboards, constructed for special use, with UL
marks indicating that special type usage.
UL COMPLIANCE: Comply with applicable UL safety standards pertaining to
panelboards and accessories, and enclosures; provide units which have been UL-listed
and labeled.
NEC COMPLIANCE: Comply with NEC as applicable to installation of panelboards,
cabinets, and cutout boxes.
UL COMPLIANCE: Comply with applicable requirements of UL 489, "Molded -Case
Circuit Breakers and Circuit -Breaker Enclosures". Provide Overcurrent protective devices
which are UL-listed and labeled.
NEC COMPLIANCE: Comply with NEC as applicable to construction and installation
of service -entrance equipment and accessories.
UL COMPLIANCE: Comply with applicable requirements of UL standards pertaining to
service entrances. Provide service -entrance equipment and accessories which are UL-
listed and labeled, and equipment marked, "Suitable for use as Service Equipment".
NEC COMPLIANCE: Comply with NEC as applicable to electrical grounding and
ground -fault protection systems.
66
r'^
i
7 4-5.3 Submittals:
PRODUCT DATA: Submit manufacturer's data including specifications, installation
instructions and general recommendations, for each component required.
SHOP DRAWINGS: Submit dimensioned drawings of panelboards and enclosures
showing accurately scaled layouts of enclosures and required individual panelboard
devices, including but not necessarily limited to, circuit breakers, fusible switches, fuses,
ground -fault circuit interrupters, and accessories.
4-5.4 Switchgear:
Furnish and install the switchgear as herein specified and shown on the drawings. Provide
rUL-labeled, rated "For Service Equipment". Provide Square D Speed-D mult-section
switchboard or approved equal.
CONSTRUCTION: Provide dead front with only -front accessibility. Framework to be
code -gauge steel, welded and bolted together. Provide with lifting angles. All exterior and
interior surface shall be cleaned and finished with acrylic baked enamel.
BUSSING: Provide extruded tin-plated aluminum.
MAIN DISCONNECT SECTION: Provide individually mounted molded case circuit
breaker with ground -fault circuit protection. Provide means to padlock circuit breaker
"off'.
DISTRIBUTION SECTION: Provide section containing I -Line circuit breakers (or
equal).
INTERRUPTING RATING: Provide 100K AIC for main device and 50K AIC
(minimum) for branch devices.
4-5.5 Circuit Breaker Panelboards:
GENERAL: Except as otherwise indicated, provide panelboards, enclosures and
ancillary components, of types, sizes, and ratings indicated, which comply with
manufacturer's standard materials, design and construction in accordance with published
product information; equip with number of unit panelboard devices as required for
complete installation. Where types, sizes, or ratings are not indicated, comply with NEC,
UL and established industry standards for applications indicated.
INTERIORS: All interiors shall be completely factory assembled. They shall be so
designed that switching and protective devices can be replaced without disturbing
adjacent units and without removing the main bus connectors, so that circuits may be
r changed without machining, drilling or tapping.
r' 67
Branch circuits shall be arranged using double row construction except when narrow
column panels are indicated. A nameplate shall be provided listing panel type and ratings.
Unless otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for
panels with single pole branches shall be arranged for sequence phasing of the branch
circuit devices. Neutral bussing shall have a suitable lug for each outgoing feeder
requiring a neutral connection. A ground bus will be included in all panels.
BOXES: Boxes shall be at least 20 inches (20") wide made from galvanized steel.
Provide minimum gutter space in accordance with National Electric Code. Where feeder
cables supplying the mains or a panel are carried through its box to supply other electrical
equipment, the box shall be sized to include the additional required wiring space. At least
four interior mounting studs with adjustable nuts shall be provided.
No"load centers" will be accepted.
TRIM: Switching device handles shall be accessible. Doors and panelboard trims shall
not uncover any live parts. Doors shall have flush type cylinder lock and catch except
doors over 48 inches (48") in height shall have auxiliary fasteners top and bottom of door
in addition to the flush type cylinder lock and catch. Panelboard switching devices with
individual dead front doors shall be acceptable in lieu of standard door in trim design.
Panelboard trim clamps shall be of the indicating type.
Door hinges shall be concealed. All locks shall be keyed alike; directory frame and card
having a transparent cover shall be furnished with each door.
The panelboard front shall provide door -and -door construction consisting of hinged inner
dead -front shield and a formed door over the entire panelboard. The front shall be tamper.
be tamper resistant and shall not be removable with the door locked.
All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a
rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After
installation, trim clamps shall not be accessible when the panel door is closed and locked.
CONDUCTORS: All main bus bars shall be copper or aluminum, sized in accordance
with UL standards to limit the temperature rise on any current carrying part to a
maximum of 50 deg. C above ambient temperature of 40 deg. C maximum.
LIGHTING AND APPLIANCE PANELBOARDS: Panels where shown for use at 240
bolts maximum shall be UL listed with integrated assembly rating of 22K A.I.C. and
shall be Square D type NQOD or approved equal.
68
i
Panels where shown for use with 480 volts maximum shall be UL listed with integrated
assembly rating of 22 A.I.C. and shall be Square D NEHB or approved equal
4-5.6 Distribution Circuit Breaker Panelboards:
GENERAL: Except as otherwise indicated, provide panelboards, enclosures and
ancillary components, of types, sizes, and ratings indicated, which comply with
manufacturer's standard materials, design and construction in accordance with published
product information; equip with number of unit panelboard devices as required for
complete installation. Where types, sizes, or ratings are not indicated, comply with NEC,
UL and established industry standards for applications indicated.
INTERIORS: All interiors shall be completely factory assembled. They shall be so
designed that switching and protective devices can be replaced without disturbing
adjacent units and without removing the main bus connectors, so that circuits maybe
changed without machining, drilling or tapping.
PANEL NAMEPLATES: A nameplate shall be provided listing panel type and ratings.
Unless, otherwise noted, full size insulated neutral bars shall be included. Bus bar taps for
panels with single pole branches shall be arranged for sequence phasing of the branch
circuits devices.. Neutral bussing shall have a suitable lug for each outgoing feeder
requiring a neutral connection. A ground bus will be included in all panels.
l
BOXES: Provide minimum gutter space in accordance with National Electric Code.
r Where feeder cables supplying the mains of a panel are carried through its box to supply
l other electrical equipment, the box shall be sized to include the additional required wiring
space. At least four-(4) interior mounting studs with adjustable nuts shall be provided.
SWITCHING DEVICES: Provide fusible panelboard switches for commercial, industrial
and service entrance applications to protect and switch feeder and branch circuits. Provide
quick -made "de -ion" switching mechanism. Provide external operating handle with
provision for pad locking.
Provide "twinned" units wherever possible.
Provide with combination cardholder and nameplate.
TRIM: Panelboard switching devices shall be provided with individual dead front doors.
Panelboards trim clamps shall be of the indicating type.
The panelboard front shall provide door -and -door construction consisting of hinged inner
dead -front shield and a formed door over the entire panelboard. The front shall be tamper
resistant and shall not be removable with the door locked.
F
7 69
All exterior and interior steel surfaces of the trim shall be properly cleaned, primed with a
rust inhibiting phosphatized coating, and finished with a gray ANSI 61 paint. After
installation, trim clamps shall not be accessible when the panel door is closed and locked.
CONDUCTORS: All main bus bars shall be copper, sized in accordance with UL
standards to limit the temperature rise on any current carrying part to a maximum of 50
deg. C above an ambient temperature of 40 deg. C maximum.
DISTRIBUTION OF PANELBOARDS: Panels where shown for use at 240 volts
maximum shall be UL listed with integrated assembly rating of 22K A.L.C. and shall be
Square D Type I -Line or approved equal.
4-5.7 Overcurrent Protective Devices:
GENERAL: Except as otherwise indicated, provide circuit breakers and ancillary
components, of types, sizes, ratings and electrical characteristics indicated, which comply
with manufacturer's standard design, materials, components, and construction in
accordance with published product information, and as required for a complete
installation.
MOLDED -CASE CIRCUIT BREAKERS: Provide factory -assembled, molded -ease
circuit breakers ampere ratings as specified, 250-volts, 60 HZ. Provide breakers with
permanent thermal and instantaneous magnetic trips in each pole. Construct with
overcent, trip -free, toggle type operating mechanism with quick -make, quick -break action
and positive handle trip indication. Construct breakers for mounting and operating in any
physical position and in an ambient temperature of 40 deg. C. Provide breakers with
mechanical screw type removable connector lugs, Al/CI rated.3/4
4-5.8 Fuses:
GENERAL: Except as otherwise indicated provide fuses of types, sizes, ratings, and
average time/current and peak let -through current characteristics indicated, which comply
with manufacturer's standard design, material, and construction in accordance with
published product information, and with industry standards and configurations.
CLASS RKI AND CLASS J CURRENT -LIMITING FUSES: Provide UL Class RI and
Class J current -limiting fuses rated 250 V, 60 Hz, 200 amperes, with 200,000 RMS
symmetrical interrupting current rating.
4-5.9 Transformers:
Provide Sorgel dry -type transformers, 480-volt delta primary, 120/208 volt with
secondary, Square D or approved equal.
Provide transformer designed for 150 deg. C rise (in 40 deg. C environment).
�o
Insulating materials shall comply with NEMA ST20-1972.
Provide with continuously wound coil impregnated with non -hygroscopic, thermo-setting
varnish.
Core shall be constructed of non -aging silicon steel.
ENCLOSURE: Provide heavy gauge sheet steel ventilated enclosure. Clean,
phosphatize, prime and finish entire enclosure. Provide rated for outdoor operation.
Ground the core to the enclosure with flexible grounding conductor.
4-5.10 Service Entrance Equipment:
GENERAL: Provide service -entrance equipment and accessories; of types, sizes, ratings
and electrical characteristics indicated, which comply with manufacturer's standard
materials, design and construction in accordance with published product information, and
as required for a complete installation; and herein specified.
RACEWAYS: Provide raceways complying with specifications and in accordance with
the following listing:
Rigid Steel Conduit, and fittings.
4-5.11 Ground Systems:
GENERAL: Provide each electrical grounding system indicated, with assembly of
!^ materials including, but not necessarily limited to, cables/wires, connectors, terminals
(solderless legs), grounding rods/electrodes and plate needed for complete installation.
Provide electrical grounding conductors for grounding connections matching power
supply wiring materials and sized according to NEC.
GROUND PLATES: Provide high strength, high conductivity cast copper alloy body
with wrought copper compression element. Provide with 2 or 4-tapped NEMA sized
holes, LTL467 listed, prefilled with Penetrox compound. Provide with additional threaded
connection on underside or plate for positioning in slab. Provide Burndy Type YGF or
approved equal.
HEAVY DUTY COMPRESSION TERMINAL: Provide UL467 listed heavy-duty
compression terminal. Provide prefilled with Penetrox compound and strip sealed.
Provide Burndy Hylug YGHR-C or approved equal.
GROUND ROD TAP CONNECTORS: Provide UL467 listed, prefilled with Penetrox
compound, Burndy YGHR-C or approved equal.
71
,
1,
GROUND RODS: Steel with copper welded exterior, 3/4",dia. x 10'.
4-5.12 Installation of Switchgear:
Install switchgear at location shown, outside the building. Ensure that no stormdrain
discharges in the vicinity of the switchgear.
CONCRETE PAD: Provide 7' (wide)x4' (deep)x4" (thick) concrete pad for supporting
the switchgear. Route service feeders from transformer to switchgear below grade,
entering switchgear from below.
4-5.13 Installation of Panelboards:
GENERAL: Install panelboards and enclosures where indicated in accordance with
Manufacturer's written instructions, applicable requirements of NEC and NECA's
"Standard of Installation", and in compliance with recognized industry practices to ensure
that products fulfill requirements.
Coordinate installation of panelboards and enclosures with cable and raceway installation
work.
Anchor enclosures firmly to walls and structural surfaces, ensuring that they are
permanently and mechanically secure.
Provide electrical connections within enclosures.
Fill out panelboards' circuit directory cards upon completion of installation work. Only
typewritten circuit directories will be accepted.
Connect circuitry within panelboard in the same order as shown on the panel schedule.
4-5.14 Installation of Service -Entrance Equipment:
Install service -entrance equipment as indicated, in accordance with equipment
manufacturer's written instructions, and with recognized industry practices, to ensure that
service -entrance equipment fulfills requirements. Comply with applicable installation
requirements of NEC and NEMA standards.
Coordinate with other electrical work, including utility company wiring, as necessary to
interface installation of service -entrance equipment work with other work.
72
is
r
4-5.15 Installation of Overcurrent Protective Devices:
Install overcurrent protective devices as indicated, in accordance with the manufacturer's
written instructions and with recognized industry practices to ensure that protective
devices comply with requirements. Comply with NEC and NEMA standards for
installation of overcurrent protective devices.
Coordinate with other work, including electrical wiring work, as necessary to interface
installation of overcurrent protective devices with other work.
4-5.16 Ground System Installation:
Install electrical grounding systems in accordance with manufacturer's written
instructions and with recognized industry practices. Comply with requirements of NEC,
NECA and NEMA standards for installation of grounding and ground -fault protection
systems and devices.
Install clamp -on connectors only on thoroughly cleaned metal contact surfaces, to ensure
electrical conductivity and circuit integrity.
GROUNDING PLATE: Provide ground plate for each service entrance. Attach to 20' x
1/2" diameter rebar (encased in floor foundation, 2 concrete minimum). Provide separate
ground plates for 277/480V services and also for 120/208-volt services. Position
grounding plate flush in floor -slab, coordinate location with Owner and Engineer prior to
installing. Connect to grounding cable or reinforcing steel in accordance with
manufacture's recommendations. Use only factory -supplied crimping device to ensure
correct crimp. Provide ground electrode conductor from service entrance to grounding
plate and attach using heavy-duty compression terminal.
Notify Engineer of grounding device installation no less than forty-eight hours prior to
concrete pour, so that installation may be inspected.
Fasten ground -fault -sensing devices without mechanical stresses, twisting or
misalignment being exerted by clamps, supports, bus bars or cables.
Upon completion of installation of ground -fault protection devices and after electrical
circuitry has been energized, demonstrate capability and compliance with requirements.
Where possible, correct malfunctioning units at site, then retest to demonstrate
compliance; otherwise, remove and replace all new units, and proceed with retesting.
Upon completion of installation of electrical grounding system, test ground resistance
r with ground resistance tester. Where tests show resistance -to -ground is over 20 ohms,
take appropriate action to reduce resistance to 20 ohms or less by driving additional
ground rods and/or by chemically treating soil encircling ground rods with sodium
I.
r, 73
chloride, calcium chloride, copper sulfate, or magnesium. Then retest to demonstrate
compliance.
4-6.0 BUILDING LIGHTING
4-6.1 General Description of Work:
Types of lighting fixtures in the section include the following:
High -Intensity -Discharge (HID).
Fluorescent.
Incandescent.
4-6.2 Quality Assurance:
NEC COMPLIANCE: Comply with NEC as applicable to installation and construction
of building lighting fixtures.
NEMA COMPLIANCE: Comply with applicable requirements of NEMA STD Pub Nos.
LE 1 and LE 2 pertaining to lighting equipment.
ANSVIES COMPLIANCE: Comply with ANSI 132.1 pertaining to lighting fixtures.
UL COMPLIANCE: Provide interior lighting fixtures that have been UL-listed and
labeled.
CBM LABELS: Provide fluorescent -lamp ballasts that comply with Certified Ballast
Manufacturers Association standards and carry the CBM label.
4-6.3 Submittals:
PRODUCT DATA: Submit manufacturer's data on lighting fixtures.
SHOP DRAWINGS: Submit fixture shop drawings in booklet form with separate sheet
for each fixture, assembled in luminaire "type" alphabetical order, with proposed fixtures
and accessories clearly indicated on each sheet.
4-6.4 Lighting Standards:
Provide metal, raceway -type lighting poles and standards comprised of shaft and bracket;
equip with grounding connection readily accessible from handhole and construct of .
galvanized steel with bronze -colored finish. Provide anchor base type with handhole and
74
r
cover. Design pole to withstand 100 MPH (with gust factor) winds as adjusted for height
above ground level. Provide ground rod at each pole.
STACK LOT LIGHTING: Provide 50' poles with two -fixtures per pole.
Vehicle Parking Lighting: Provide 30' poles with one fixture per pole, except where
specifically noted to have two lights per pole.
4-6.5 Lighting Fixtures:
" GENERAL: Provide lighting fixtures, of sizes,' types, and ratings indicated, complete
with, but not necessarily limited to, housings, lamps, lamp holders, reflectors, ballasts,
starters and wiring.
FLUORESCENT -LAMP BALLASTS: Provide fluorescent -lamp ballasts, capable of
operating lamp types indicated; with high power factor, rapid -start, and low -noise
features; Type 1; Class P; sound -rated A, and with internal thermal protection.
HIGH -INTENSITY -DISCHARGE -LAMP BALLASTS: Provide HID lamp ballasts, of
ratings, types and makes as recommended by lamp manufacturer, which properly matches
lamps to power line by providing appropriate voltages and impedance for which lamps
are designed.
EMERGENCY BALLASTS: Provide equal to Bodine. Install in fixture or have provided
from factory. Arrange so that ballast has capability of operating one 40W lamp for no less
than 1-1/2 hr. Provide with integral charger.
FIXTURES: "FA": Spec grade recessed troffer. Provide with opposing, rotary -action
cam latches; door from hinged or latched from either side; frame corners screwed
together; gasket between door and frame; hinged and latched wireway; pressure -lock
lamp holders; regressed aluminum frame.
Manufacturer: Lithonia
Catalog Number: 2GS-440-rw-a12.125-277
Watts: 20OW
Lamps: 4-F40RST12CW
Mounting: T-Bar
I PM "FB": Spec grade wrap -around fluorescent fixture. Provide acrylic prismatic diffuser,
white enamel end plates.
Manufacturer: Lithonia
!^ Catalog Number: 2LB440-A-277-PRM
Watts: 20OW
Lamps: 4-FORST12CW
Mounting: Surface
75
8,
"FC": Spec grade fluorescent wall bracket. Provide welded steel construction, end trim
hinges, fully supported diffuser.
Manufacturer: Lithonia
Catalog Number: WS-230-Al2.125-277-PRM
Watts: 80W
Lamps: 2-F30RST 12CW
Mounting: Surface
"FD": Industrial grade fluorescent fixture. Provide with 20% uplight, die embossed
reflector constructed of heavy gauge cold rolled steel, with white enamel finish; pressure -
lock lamp holders; and end plates.
Manufacturer: Lithonia
Catalog Number: AF-396-HO-277-HC-CEP
Watts: 300W
Lamps: 3-F96T12CW
Mounting: Chain from fabricated bracket
"FE Spec grade recessed 2x2 troffer. Provide with opposing, rotary -action cam latches;
door from hinged or latched from either side; frame corners screwed together; gasket
between door and frame; hinged and latched wireway; pressure -lock lamp holders;
regressed aluminum frame.
Manufacturer: Lithonia
Catalog Number: 2SP-2U40-rw-a12.125 277
Watts: 1 OOW
Lamps: 2-U40RST12CW
Mounting: T-Bar
"FF": Standard 8', 2-Lamp Industrial fluorescent fixture. Provide with solid reflector
constructed of heavy gauge cold rolled steel, with white enamel finish; pressure -lock
lamp holders; and end plates.
Manufacturer: Lithonia
Catalog Number: L-296-277
Watts: 200W
Lamps: 2-F96T12CW
Mounting: Chain from fabricated bracket.
"FG": Standard 4, 2-lamp channel. Provide with pressure -lock lamp holders; heavy duty
channel
Manufacturer: Lithonia
Catalog Number: C-240-277
Watts: 100W
Lamps: 2-F40RST12CW
Mounting: Surface
76
r+
n
TH": Spec grade recessed troffer. Provide with opposing, rotary -action cam latches;
door from hinged or latched from either side; frame corners screwed together; gasket
between door and frame; hinged and latched wireway;pressure-lock lamp holders;
regressed aluminum frame.
Manufacturer: Lithonia
Catalog Number: 2GS-240-rw-a12.125-277
Watts: 1 OOW
r• Lamps: 2-F40RST12CW
Mounting: T-Bar
PM I
"FJ": Standard 4', 1-lamp channel. Provide with pressure -lock lamp holders; heavy duty
channel.
Manufacturer: Lithonia
Catalog Number: C-140-277
Watts: 50W
Lamps: 1-F40RST12CW
Mounting: Surface
"FK": Standard 8', 1-lamp channel. Provide with pressure -lock lamp holders; heavy duty
channel
Manufacturer: Lithonia
Catalog Number: C-196-277
Watts: 100W
Lamps: 1-F96RST12CW
Mounting: Surface
"FL': 1' x 4' Spec grade recessed troffer. Provide with opposing, rotary -action cam
latches; doorframe hinged or latched from either side; frame corners screwed together;
gasket between door and frame; hinged and latched wireway; pressure -lock lamp holders;
regressed aluminum frame.
Manufacturer: Lithonia
Catalog Number: GS-240-rw-a12.125-277
Watts: 100W
Lamps: 2-F40RST 12CW
Mounting: T-Bar
77
"IA": Spec grade recessed incandescent "can" light, consisting of frame -in module and
trim assembly. Provide frame -in module with thermal protection,, factory -installed
expandable bar hangers, aluminum socket housing, retaining clips, j-box with snap -on
covers, and flex conduit connection to socket housing. Trim assembly shall be black
parabolic alzak reflector. Provide with t-bar mounting clips.
Manufacturer: Lithonia
Catalog Number: "LP" module w/ "RC-213" trim
Watts: 150W
Lamps: 150R-40FL
Mounting: T-Bar
"IB": Heavy duty, medium base box -mounting porcelain body lamp holder. Provide
with binding screw terminals, 250 volt rating, without pull chain and without receptacle.
Manufacturer: Bryant
Catalog Number: 522
Watts: 150W
Lamps: 150A19
Mounting: Surface
"IC": Spec grade recessed incandescent "can" light, consisting of frame -in module and
trim assembly. Provide frame -in module with thermal protection, factory -installed
expandable bar hangers, aluminum socket housing retaining clips, j-box with snap -on
covers, and flex conduit connection to socket housing. Trim assembly shall be eyeball -
type.
Manufacturer: Lithonia
Catalog Number: "LP" module w/ "REI" trim
Watts: 75W
Lamps: 75R-30SP
Mounting: T-Bar
"MA": Industrial grade high -pay metal halide fixture. Provide with die-cast aluminum
housing with heat -dissipating fins cast into the housing; high power ballast; adjustable
anodized aluminum reflector (with self-cleaning ventilated design).
Manufacturer: Lithonia
Catalog Number: THS 400 M A16-240
Watts: 40OW
Lamps: 400 WMH
Mounting: Pendant
78
I
NIB": Industrial grade explosion -proof high -bay metal halide fixture. Rated for Class 1,
Division 1 & 2. Provide with integral ballast. Provide with alzak aluminum high bay
reflectors.
Manufacturer: Appleton
Catalog Number: Core -Master 2, "73C"
Watts: 40OW
Lamps: 4000 WMH
PM Mounting: Pendant
t
"MC Spec grade recessed metal halide wet -location lensed "can" light, consisting of
frame -in module and trim assembly. Provide frame -in module with thermal protection,
factory -installed expandable bar hangers, aluminum socket housing, retaining clips, j-box
with snap -on covers, and flex conduit connection to socket housing. Trim assembly shall
be black parabolic alzak reflector. Provide with t-bar mounting clips.
! Manufacturer: Lithonia
Catalog Number: "LP" module w/ "RLS" trim
Watts: 100W
Lamps: 100 WMH
r. Mounting: Soffett
"ME Ground -Mounted Flood Light: Provide die cast aluminum housing, tempered
glass lens, hinged front bezel, stainless steel hardware, dark bronze finish, one piece
anodized aluminum reflector, integral high power factor ballast, UL listed for wet
location. Provide integral slip -fitter, wire guard, vandal guard, tamper -proof screws, lamp
support.
Manufacturer: Lithonia
Catalog Number: TFL175MTA2-480-DF-IS-LS-WGS-VGS-TP
j- Watts: 175W
ll Lamps: 175WHM
Mounting: Slipfitter
"HC": 277V 20OW high-pressure sodium wall pack. Provide die cast aluminum housing,
baked -on enamel bronze finish; surface mount on 4" outlet box; specular aluminum
reflector; prismatic borosilicate glass refractor; adjustable socket; UL listed for wet
location.
Manufacturer: Lithonia
Catalog Number: TW-20OS-277
Watts: 20OW
Lamps: 200 WHPS
Mounting: Wall
"HD": Industrial grade adjustable metal halide flood light. Provide NEMA heavy-duty
die-cast aluminum housing, tempered heavy-duty glass lens, "twin beam" optical system,
hinged front bezel for lamp access, bronze finish; all electrical components mounted on
Cremovable power module; yoke -type mounting bracket; cast aluminum -magnesium alloy
r 79
l
slipfitter; UL listed for wet locations. Provide with wall pipe bracket. Provide with two
fuses per fixture.
Manufacturer: Lithonia
Catalog Number: TF 1000 M-TA2-480-IS
Watts: 10OW
Lamps: 1000WMH
Mounting: Pole
"MVA": Spec grade lensed recessed mercury vapor "can" light, consisting of frame -in
module and trim assembly. Provide frame -in module with thermal protection, factory -
installed expandable bar hangers, aluminum socket housing, retaining clips, j-box with
snap -on covers, and flex conduit connection to socket housing. Trim assembly shall be
anodized aluminum with black specular alzak reflector. Provide with t-bar mounting
clips.
Manufacturer: Lithonia
Catalog Number: "LH10011" module w/ "RC2B1" trim
Watts: l 00W
Lamps: 100WMV
Mounting: T-Bar
" V: Emergency power pack 6-volt exit light. Provide with heavy duty standard long -
life maintenance -free sealed lead -calcium battery power pack (capable of operation for a
minimum of 1 1/2 hr); two -additional sealed beam heads mounted on side of exit light;
buzzer and flasher accessories; black housing. The two additional heads shall be 9 watt
sealed beam halogen heads.
Manufacturer: Sure light
Catalog Number: EPH-R-I-B-SL(429-140)
Watts: 50W
Lamps: Integral
Mounting: Wall
Heads: 9-watt halogen
4-6.6 Installation of Lighting Fixtures:
Install lighting fixtures at locations and heights as indicated, in accordance with fixture
manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard
of Installation", NEMA standards, and with recognized industry practices to ensure that
lighting fixtures fulfill requirements.
Coordinate with other electrical work as appropriate to properly interface installation of
interior lighting fixtures with other work.
Fasten fixtures securely to indicated structural support; and check to ensure that solid
pendant fixtures are plumb.
80
r'
E
EMERGENCY BALLASTS: Provide factory -installed "emergency ballasts" where
possible. Provide wiring arrangement so that lights (with emergency ballasts) shown to be
switched will activate ballast only during actual power outage.
OUTDOOR LIGHTING: Control outdoor lighting from single photocell/timeclock
combination. Route all associated circuits through appropriate contractor.
FLASHING EXIT LIGHTS: Route exit lighting circuits through fire alarm control panel
so that activation of alarm device will cause the exit lights to flash.
GROUND MOUNTED LIGHTS: Provide 12"x12"x4" concrete pad and light of fixture
to pad. Provide cast aluminum junction box also bolted to the pad. Provide weatherproof
flex conduit from box to light fixture.
4-6.7 Adjust to Clean:
Clean lighting fixtures of dirt and debris upon completion of installation.
Protect installed fixtures from damage during remainder of construction period.
Contractor shall include in bid the cost to adjust the pole and/or ground mounted fixture -
aiming point one time (within the first year) after Owner takes possession of building.
4-6.8 Field Quality Control:
Upon completion of installation of lighting fixtures, and after building circuitry has been
energized, apply electrical energy to demonstrate operation. Where possible, correct
malfunctioning units at site, then retest to demonstrate compliance; otherwise, remove
and replace new units, and proceed with retesting.
4-6.9 Project Closeout:
At the time of Substantial Completion, replace lamps in interior lighting fixtures that are
observed to be noticeably dimmed after Contractor's use and testing, as judged by
Owner/Engineer.
Furnish stock or replacement lamps amounting to 15% (but not less than one lamp in
each case) of each type and size lamp used in each type fixture. Deliver replacement stock
as directed to Owner's storage space.
r
,., 81
4-6.10 Grounding:
Provide tight equipment grounding connections for each interior lighting fixture
installation where indicated.
Provide ground rod at each pole -light.
82