HomeMy WebLinkAboutResolution - 2016-R0229 - WR Construction - 07/14/2016 (3)Resolution No.2016-R0229
Item No.6.10
July 14?2016 .
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and
on behalfof theCityof Lubbock.Contract No.12832 for the purchase and installation ofa 3-
Stop Hydraulic Elevator at Lubbock City Hall, as per RFP 16-12832-SS,by and between the
City of Lubbock and WR Construction.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 on July 14.2016
DANIEL M.POPE,MAYOR
ATTEST:
Rebecca Garza, City SecrdtaryX
APPROVED AS TO CONTENT:
'\u *\^AMark^arwopjflTAssistant City Manager
APPROVED AS TO FORM:
Justin •n^ssistant City Attorney
ccdocs/RES.Contract 12832 - WR Construction.Inc. -Purchase and Installation of Elevator
June 14.2016
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: 07/14/2016
City of Lubbock
Specifications for
3-Stop Hydraulic Elevator
RFP 16-12832-SS
CONTRACT 12832
PROJECT NUMBER: 92358.8304.20000
Plans & Specifications may be obtained from
BidSync.com
2016 - RD 22-I
CITY OF LUBBOCK
Lubbock, Texas
Pap,e Intentionally Left Blank
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2016-67384
WR Construction
Lubbock, TX United States
Date Filed:
06/08/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
06/13/2016
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
16-12832-SS
renovation of elevator shaft to install new unit and finish out
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Robinson, Wayne
Lubbock, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said this the
day of
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loft
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2016-67384
WR Construction
Lubbock, TX United States
Date Filed:
06/08/2016
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
16-12832-SS
renovation of elevator shaft to install new unit and finish out
4
Nature of interest
Name of Interested Party
City, State, Country (place of business)
(check applicable)
Controlling
I Intermediary
Robinson, Wayne
Lubbock, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT e% \G •.. /� "i
o 4z.� . PRy PL* DSO ; I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
4 : 0� �� • i
z.
r �O OFAtrcp: •
Signature of authorized agent of contracting business entity
02-04-V
AFFIX NOTARY STAMOf ttAVABOVE
Sworn to and subscribed before me, by the said this the t day of
201
to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administe ' g oath
Forms provlaeo by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021
City of Lubbock Bid RFP 16-12832-SS
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
16-12832-SS 3-Stop Hydraulic Elevator
Before submitting your bid, please ensure you have completed and included the following documents in the order
they are listed. The contractor is only to submit (1) one original copy of every item listed.
1. V/ Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds
himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and
for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total
for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature.
Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL
SECURITY number.
2.y1 Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
/ Contractor's signature must be original.
4. i/ Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
6. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
7. t Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
8. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
9. vl Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED:
11. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES
FORM 1295 within the specified time
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE
THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
WR Construction Inc
(Type or Print Company Name)
5/24/2016 3:08 PM P. 5
Page Intentionally Left Blank
t
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
11.
12.
12.
13.
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
GENERAL CONDITIONS OF THE AGREEMENT
DAVIS-BACON WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
I
NOTICE TO OFFERORS
Page Intentionally Left Blank
NOTICE TO OFFERORS
RFP 16-12832-SS
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 p.m. on June 2, 2016 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:
3-Stop Hydraulic Elevator
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole
responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing
and Contract Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 2:00 p.m. on June 2, 2016, and the City of Lubbock City Council will consider the
proposals on July 14th, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be
reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The
successful proposer 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 proposer 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 $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or
better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK
ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE
OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL.
It shall be each proposer's sole responsibility to inspect the site of the work and to inforin Offerror
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 proposal submitted. There
will be a non -mandatory pre -proposal conference on May 10, 2016 at 10 a.m., in 1625 13th Street, Room 103,
Lubbock, Texas.
Attention of each proposer 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 and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each
offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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.
is
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to
this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals 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- r
proposal meetings and proposal openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta ACvarez
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT -1
GENERAL INSTRUCTIONS TO OFFERORS
Page Intentionally Left Blank
I
I
I
11
I
GENERAL INSTRUCTIONS TO OFFERORS
1 PROPOSAL DELIVERY TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish 3-Stop Hydraulic
Elevator per the attached specifications and contract documents. Sealed proposals will be received no
later than 2:00 p.m. June, 2 2016 at the office listed below. Any proposal received after the date and
hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting
documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner:
RFP 16-12832-SS 3-Stop Hydraulic Elevator and the proposal opening date and time. Offerors must
also include their company name and address on the outside of the envelope or container. Proposals
must be addressed to:
„ Sara Summers, Buyer
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and
Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on
time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use
some sort of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in confonnance with the Instruction to
Offerrors will be considered responsive and evaluated or award of a Contract.
1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
2 PRE -PROPOSAL MEETING
2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -
mandatory pre -proposal conference will be held at 10:00 a.m., Mav 10, 2016 in 1625 13" Street.
Room 103, Lubbock, Texas. All persons attending the meeting will be asked to identify
themselves and the prospective proposer they represent.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.com. We strongly suggest that you check for any
addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public
libraries.
3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents
_ may request an interpretation thereof from the Director of Purchasing and Contract Management.
At the request of the proposer, or in the event the Director of Purchasing and Contract
i
� 1
Gl
5
{ -z
i
Management deems the interpretation to be substantive, the interpretation will be made by
written addendum issued by the Purchasing and Contract Management. Such addenda issued by
the Purchasing and Contract Management Office will be available over the Internet at
http://www.bidsync.com and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City c
Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days
before the proposal closing date.
r
S
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management Office
in writing or in this RFP should be used in preparing proposal responses. All contacts that a
proposer may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or
seen or heard in any communication facility regarding this proposal should be disregarded in
preparing responses.
3.4 The City does
i
not assume responsibility for the receipt of any addendum sent to offerors.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and
has provided sufficient sums in its proposal to complete the work in accordance with these
plans and specifications. If proposer does not notify the Director of Purchasing and
Contract Management before offering 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 seven (7) calendar days prior to the opening of proposals.
PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
2
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Gow. Code 252.049(ca)
6.3 Marking your entire proposal CONFIDENTIAUPROPRIETARY is not in conformance with the
Texas Open Records Act.
7 LICENSES PERMITS TAXES
The rice or prices for the work shall include full compensation for all
p P p taxes, permits, etc. that the
proposer is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
I 1 PLANS FOR USE BY OFFERORS
- It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
- 12.1 It is the intent and purpose of the City of Lubbock that this request pennits competitive
proposals. It shall be the offerors responsibility to advise the Director of Purchasing and
3
13
14
15
Contract Management if any language, requirements, etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this RFP to a single source. Such
notification must be submitted in writing and must be received by the City Purchasing and
Contract Management Office no later than seven (7) calendar days before the proposal closing
date. A review of such notifications will be made.
12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL
REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN
WRITING NO LATER THAN SEVEN (7) CALENDAR DAYS PRIOR TO THE
PROPOSAL CLOSING DATE AND ADDRESSED TO:
Sara Summers, Buyer
City of Lubbock
Purchasing and Contract Management Office
1625 13"' Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: ssun-u-ners@mylubbock.us
Bidsync: www.bidsync.com
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within One
Hundred and Fifty days (150) CONSECUTIVE CALENDAR from the date specified in the
Notice to Proceed issued by the City of Lubbock to the successful proposer.
13.2 The Contractor will be pennitted to prosecute the work in the order of his own choosing, P,
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 direct the Co..
to take such action as the City deems necessary to ensure completion of the project within the
time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents. r
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.
t
i
16 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
l 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.
17 GUARANTEES
17.1 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 TWO years 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).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor
represents and warrants fault -free perfonnance 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 calculations will be recognized and accommodated and will not, in any
way, result in hardware, software or firnware 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.
17.3 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.
17.4 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.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and
specifications and related contract documents for 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.
19
20
21
22
23
PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of
construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or t
not paid for such work, until the date the City issues its certificate of completion to Contractor. The City
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information: 1 r
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the proposer.
(c) Equipment schedule.
TEXAS STATE SALES TAX
20.1 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.
20.2 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.
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 fumish Contractor the 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, both known and unknown, 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, and/or the owning utility at the Contractor's
expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
0
i
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer 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.
25 INSURANCE
25.1 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 coverages shall be
submitted before contract execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that 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 proposer' attention is further directed to the requirements of
Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of
the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
1 work under this contract requiring an inspector will not be perfonned on Sundays or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 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.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 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
7
27
28
29
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.
PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
a. 1
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
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to
each worker. This record shall be open at all reasonable hours to inspection by the officers and
agents of the City. 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, sixty 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 t-3
particular classification as set forth in the schedule of general prevailing rate of per diem wages included g
in these contract documents.
PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal 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 proposer without being considered. --
PREPARATION FOR PROPOSAL
29.1 The form shall be correctly filled in, stating the price in 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 unit price
and the extended total for a bid item, the unit price will be taken. A bid that has been opened }
may not be changed for the purpose of correcting an error in the bid price. The bidder shall
submit his bid on forms furnished by the City, and all blank spaces in the changed for
the purpose of correcting an error in the bid price. t
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name WR Construction, Inc.
29.3.2 Proposal RFP 16-12832-SS 3-Stop Hydraulic Elevator
30
31
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
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 OFFERORS
The proposer 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 proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer to perform the work or provide the service promptly or within the time
specified, without delay or interference.
9
32
(c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perfonn work on this project in compliance with City of Lubbock
specifications herein.
BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for
Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal
includes the following:
32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or,
conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the price factor for the price score. For
Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor =
Price Score.
32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications,
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
with the contractor. The City may also interview the job superintendent at a time to be named
after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows:
(Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" And any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five
points allowable. Each evaluator assigns points based upon the responses you provide in your
"Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The
E
3
t
Contractor must submit this ratio with his bid. Contractors with an Experience Modification
Ratio greater than I will receive zero points for safety. The City may consider any incidence
€.. involving worker safety or safety of Lubbock residents, be it related or caused by environmental,
mechanical, operational, supervision or any other cause or factor under the contractor's control.
Evaluators base their rating primarily upon how well you document previous offenses with the
t date of the offense, location where the offense occurred, type of offense, final disposition
32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the
following formula when determining construction time as a factor for construction contract
i proposals. The lowest construction time proposal of all the proposals becomes the standard by
which all the construction time proposals are evaluated. One at a time, each proposal is
evaluated by taking the lowest construction time and dividing it by the construction time of the
proposal being evaluated. That fraction is then multiplied by the maximum point value
multiplied by the weight of the construction time factor for the construction time score. For
example: (Lowest construction time/Current Proposal construction time) x Maximum Point
Value x Weight Factor = Construction Time Score
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
be ranked higher than offerors with slightly better price scores.
The estimated budget for the construction phase of this project is $500,000
Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included in
this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR
OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO
1 ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS
SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or
time modification and any price change associated with the modification. If the City is unable to negotiate
a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that
offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or
all proposals are rejected.
34.
35
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may `
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and maybe rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu
of the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind. "
ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON
THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS.
34.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
http:llwww.wdol.govldba.aspx
12
r--,
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
13
i ! 1' , ► ►
SUBCHAPTER i,
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In
this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests
proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the
construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow
the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or designated
engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as
applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental
entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as
provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for
competitive sealed proposals that includes construction documents, selection criteria and the weighted value for
each criterion, estimated budget, project scope, estimated project completion date, and other information that a
contractor may require to respond to the request. The governmental entity shall state in the request for proposals
the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly
open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later
than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and
rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The govermmental entity shall select the offeror that
submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in
.. the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to
negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss
with the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to
t.:
the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In
determining best value for the governmental entity, the governmental entity is not restricted to considering
price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank H
m
PROPOSAL SUBMITTAL FORM
\\
Page Intentionallv Left Blank
City of Lubbock
Bid RFP 16-12832-SS
f
PROPOSAL SUBMITTAL FORM
LUMP SUM PRICE PROPOSAL CONTRACTOR
DATE: June 2, 2016
PROJECT NUMBER: RFP 16-12832-SS 3-Stop Hydraulic Elevator
Proposal of WR Construction, Inc. (hereinafter called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the 3-Stop Hydraulic Elevator having carefully
examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and
the site of the intended work, and being familiar with all of the conditions surrounding the renovations of the intended
project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
renovate 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.
ITEM NO.
DESCRIPTION
UNIT
TOTAL PRICE
Install new 3-Stop Hydraulic
Elevator. Base Bid consists off/
the materials & labor for the
1
necessary improvements for
LS
the above referenced project as
furtherspecified herein.
DURATION
1. Number of days required for construction:
2
TOTAL CALENDAR DAYS: /3_0-
A_ Offeror's Initials
5/24/2016 3:08 PM p. 33
City of Lubbock
r
Bid RFP 16-12832-SS
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written
"Notice to Proceed" of the Owner and to substantially complete the project within (150) Calendar Days
Completed by Contractor thereafter as stipulated in the specifications and other contract documents.
Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $150.00 (One hundred
and Fifty Dollars) for each consecutive calendar day in excess of the time set forth herein above for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive
any fonnality in the proposing.
The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after
the scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this
proposal, and he further agrees to commence work on the date specified in the written notice to proceed,
and to substantially complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a
cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond
from a reliable surety company, payable without recourse to the order of the City of Lubbock in an Eli
amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that
offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if
required) within ten (10) days after notice of award of the contract to him.
U) Offeror's Initials
5/24/2016 3:08 PM p. 34
City of Lubbock
Bid RFP 16-12832-SS
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this
proposal is a Cashier's Check or Certified Check for Dollars
($ ) or a Proposal Bond in the sum of ' 'lao , Dollars
($ 5°7D ), which it is agreed shall be collected and retained by the Owner as liquidated
damages in the event the proposal 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) business days after the date of receipt of written notification of acceptance of
said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and
include all contract documents made available to him for his inspection in accordance with the Notice to
Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not be
changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
:U
(Seal if Offeror is a Corporation) ? �T ;
Al: '• S
Secret ry •••.............•..•.,.
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE Firm:
Date: _ Tune 2, 2016
Authorized Signature
Wayne Robinson
(Printed or Typed Name)
WR Construction, Inc.
Company
5912 CR 6300
Address
Lubbock Lubbock
City, County
TX 79416
State Zip Code
Telephone: 806 - 687-1915
Fax: 806 - 687-1925
Black American
Asian Pacific American
5/24/2016 3:08 PM p. 35
Bid Bond
Surety Department
That we, WR Construction, Inc., as Principal, hereinafter called the Principal, and the
Fidelity and Deposit Company of Maryland, a Corporation created and existing under the laws of the State
of Maryland, whose principal office is in Schaumburg, IL, as Surety, hereinafter called the Surety, are held
and firmly bound unto the City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of
Five Percent (5%) of the Greatest Amount Bid ($----- 5%------ ), 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, jointly and severally, firmly by these presents.
Whereas, the Principal has submitted a bid for
3 - Stop Hydraulic Elevator for City Hall
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shalt enter into a -
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid
and such larger amount for which the Obligee may in good faith contract with another party to perform the
work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and
effect.
Signed and sealed this 2nd day of June, 2016.
Attest:
WR Construction, Inc.
(Principal)
By: 1- 0 _4
J,�Lk& By
Witness:
LM
Form S-3266-4 Printed in U.S.A. 12-70
Fidelity and Deposit Company of
Marvland
Kevin J. DunVAttorney-S t-Fact (SEAL)
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
w POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
DAVID MCVICKER, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Tracy TUCKER, W. Lawrence BROWN, Kevin J. DUNN, Steven TUCKER and Bennett BROWN, all of Ft.
Worth, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community
Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding
upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers
of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly
elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own
proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 filth day of October, A.D. 2015.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
ocr .". "
BEAL
Affi
............
BY j*qLY �
Secretary Vice President
Michael McKibben David McVicker
State of Maryland
County of Baltimore
On this 19th day of October, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID
MCVICKER, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers
I described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
i IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
0011111111
Maria D. Adamski, Notary Public
- My Commission Expires: July 8, 2019
POA-F 168-2829B
t ,.
r.,.t
E
5
I
t t
6
EXTRACT FROM BY-LAWS OF THE COMPANIES k
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such
facsimile si-nature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN STLMON WHEREOF, I have f ercunto subscribed my name and affixed the corporate seals of the said Companies,
this day 20��p.
SEAL
s o-
i d 7
+ a !� �; i m�j~ 19BB^,*�,• saga
r.
Gerald F. Haley, Vice President
CONTRACTORS STATEMENT OF QUALIFICATIONS
i
k
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for
the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection
of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors -will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by
the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as
well as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right
to require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances
and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project.
Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate
termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages
to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and
damages.
Complete the following information for your organization:
City of Lubbock
Contractor's General Information
Doing Business As
Business Address of Principle Office
Bid RFP 16-12832-SS
i
Telephone Numbers
Main Number 806 687-1915
Fax Number 2
Web Site Address
Form of Business (Check One) X I A Corporation I I A Partnership An Individual
Date of Incorporation FebruaKy 12 2004
State of Incorporation Texas
Chief Executive Officer's Name Wa ne Robinson
President's Name WnvnP Rnhincnn
Vice President's Name(s)
Secretary's Name
Treasurer's Name
Date of Organization
State whether partnership is general or
limited
Name
Business Address
Average Number of Current Full Time
Emnlovees
Average Estimate of Revenue for
the Current Year
Y
10
6/24/2016 3:08 PM p. 37 }
City of Lubbock
Bid RFP 16-12832-SS
Contractor's Organizational Experience
Organization Doing Business As
WR Construction, Inc,
Business Address of Regional Office
Lubbock TX 79416
Name of Regional Office Manager
Erica Robinson
Telephone Numbers
Main Number
Fax Number
0 87-192
Web Site Address
www.wrclubbock.com
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
ON
Years experience in projects similar to the proposed project:
As a General Contractor
20 yrs
As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any
work awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
No
Has this or a predecessor organization been released from a bid or proposal in the past ten
ears?
No
If yes provide full details in a separate attachment. See attachment No.
No
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state or federal agency within the last five ears?
No
If yes provide full details in a separate attachment. See attachment No.
No
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
No
If yes provide full details in a separate attachment. See attachment No.
No
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
11
5/24/2016 3:08 PM p. 38
City of Lubbock
Bid RFP 16-12832-SS
Contractor's Proposed Key Personnel
Organization Doing Business As J WE Qoa§tr1acti2n, Inc.
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No. B
Wayne Robinson: President, Project Manager, Project Safety
Officer, Quality Control Manager
Jayson Robinson: Vice President, Project Manager
Darin Holubec: Estimator, Superintendant, Project Manager
Rick Alexander: Estimator, Project Manager
Chris Keesee: Superintendant
Roland Hernandez: Superintendant
Erica Robinson: Office Manager/ AR, Accounting
April ones: Office Assistant
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to
this description. See attachment No.
Darin Ho u ec: Project Manager
Rick Alexander: Project Manager Alternate
Chris Keesee: Superintendent
Roland Hernandez: Superintendent Alternate
Rick Alexander: Safety Officer and Quality Control Manager
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
Darin Holubec
Rick Alexander
Project Superintendent
Chris Keesee
Roland Hernandez
Project Safety Officer
Rick Alexander
]Wane Robinson
Quality Control Manager
Rick Alexander
Wavne Robinson
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how
much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time
that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to
be divided between this project and their other assignments.
12
5/24/2016 3:08 PM
p.39
11
City of Lubbock
Bid RFP 16-12832-SS
Proposed Project Managers
Organization Doing Business As
Name of Individual
WR Construction Inc.
Darin Holubec
Years of Experience as Project Manager
6
Years of Experience with this organization
Number of similar projects as Project Manager
7
Number of similar projects in other positions
10
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Lubbock County t or Renovations
20%
11/2016
Reference Contact Information(listing names indicates a proval to contacting the
names individuals as a reference
Name
NameJoann
a HanTy
Title/ Position
Title/ Position
Organization
Ci1y of Lubbock
Organization
Lorenzo -Farm Housing Assoc.
Telephone
Telephone
8 34- 7 2
E-mail
E-mail
Project
Securi Fencing m r a ents
Project lFarm
Housing Remodel
Candidate role on
Project
Name of Individual
Project Mana er
,Ili! �Illlllllll Ili 11
Candidates role
on Project Su erintendent
Wavne Robinson
Years of Experience as Project Manager 27
Years of Experience with this organization 12
Number of similar projects as Project Manager 20+
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name Weldon Scriverner
Name Jim Tate
Title/ Position
Araitect
Title/ Position
Project Manager
Organization
Organization
IX.D-epi.of Transportation
Tele hone
(325) 698-5560
Telephone416-3021
E-mail
E-mail
Project Ci1y ol'Granbury
Maintenance Hanger
Project
T Brxan District New HO
Candidate role on
Project
I Project Manager
Candidate role
on Project
Project Manager
13
5/24/2016 3:08 PM p. 40
City of Lubbock
Bid RFP 16-12832-SS
Proposed Project Superintendent
Organization Doing Business As
WR Construction Inc.
�.
Name of Individual
Chris Keesee
Years of Experience as Project Superintendent
9
1
Years of Experience with this organization
g
Number of similar projects as Superintendent
7
Number of similar projects in other positions
10
Current Project Assignments
Percent of Time Used for
Estimated Project
Name of Assignment
this Project
Completion Date
1
UMC 4 West Renovations
99%
May 2016
Reference Contact Information(listing names indicates ap oval to contacting the
names individuals as a reference
Name
Lyle Fetterly
Name
Title/ Position
Title/ Position
Organization
LBK Coun Commision
Organization
Telephone
75-1003
Telephone
E-mail
E-mail
Project LBX
Cntv Courthouse 5th Floor Ren
Project
Candidate role on
Candidate role
_
Project
I SulDerintendent
on Project
Name of Individual
Years of Experience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent =�
Number of similar projects in other positions
Current Project Assignments
Percent of Time Used for Estimated Project
Name of Assignment
this Project Completion Date
MEMMEM
Name Name
Title/ Position Title/ Position
Organization
Organization
i t
1
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Candidate role
r'
Project
on Project
14
5/24/2016 3:08 PM p. 41
i _�
City of Lubbock
Bid RFP 16-12832-SS
Proposed Project Safety Officer
Organization Doing Business As WR Construction Inc.
Name of Individual Rick Alexander
Years of Experience as Project Safety Officer 27 s
Years of Experience with this organization Ivr
Number of similar projects as Safety Officer
Number of similar projects in other positions 25 + vrs
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project
this Project Completion Date
Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference
Name i M=rs I Name I Jeff ToRaday
Title/ Position I Vice President I Title/ Position I President
E-mail E-mail
Project dvanced Medical SurgeKy Center Project 20K s ft. Attorne s Office
Candidate role on Candidate role
Project Project Mana er Safe Officer on Project c a O e
Name of Individual
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment Percent of Time Used for Estimated Project
this Proiect I Completion Date
Name Name
Title/ Position Title/ Position
Telephone
Telephone
E-mail
E-mail
Project
Pro' ect
Candidate role on
Candidate role
Projcect
on Project
15
5/24/2016 3:08 PM
p. 42
City of Lubbock
Bid RFP 16-12832-SS I
Contractor's Subcontractors and Vendors
Organization Doing Business As
RAW
Provide a list of subcontractors that will provide more than 10 percent of the work ased on contract amounts
Name Work to be Provided Est. Percent HUB/MWBE
of Contract I Firm
Provide information on the proposed key personnel, project experience and a description of past relationship and
work experience for each subcontractor listed above using the Project Information Forms.
IN III
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Furnish Furnish HUB/M
Vendor Name Equipment / Material Provided Only and WBE
Install I Firm
18
5/24/2016 3:08 PM p. 45 f
_ b WR Construction, Inc. Phone: (806) 687-1915
og- n _ 5912GR'6300Lubbock, TX 79416 Fax: (806) 687-1925
WR Construction is a full service general contracting firm performing site development, new
building construction, renovations and alterations. WR Construction has established best -practice
policies, procedures and systems that bring to you the latest in technology, expertise and experience
in the construction industry. WR Construction's construction professionals manage the subcontractor
bid/RFP process, legally protect the Owner with customized subcontractor documentation,
supervise, manage, and control every aspect of the construction process.
Site Controls
■ Full time site supervision
• On site office facilities
• Safety programs/policies
• Environmental inspection coordination
■ As -Built Plans/Surveys
• Site Security
• Scheduling
■ Visitor Control
• Site Quality Control
Cost Controls
■ Monthly Invoicing
• Monthly Budget Reports
■ Change Order Status Reports
■ Job Cost Reports
■ Guaranteed Maximum Price Reports
• Subcontractor Bid Management
■ Progress Price Reporting
Project Management Schedules
■ Material Control Schedules
• Monthly Status Reporting
■ Weekly Project Meetings
• Consultant Oversight/Coordination
• Project Close Out
• Request for Information Logs
Vendor Bid/Proposal :Management
• Bid Comparison Sheets
• Trade Scope Delineation
■ Paskr Project Management Software
www.wrclubbock.com wrgencon@msn.com
\= i
-, wox _
WR Construction. Inc. Phone: (806) 687-1915
%� 1
�a��n 59I2CR 6300 Lubbock, TX 79416 Fax: (846) 687-1925
Subcontractor Documentation
• Customized Subcontracts
• Insurance Certificates
• Lien Waivers
• Safety Policies
■ Detailed Scopes of Work
• Labor Activity Management
In Performance Clauses
Technology
■ Digital Photos
• 24/7 Owner/Client Paskr project management software
• Computerized Scheduling
■ Computerized Cost Reporting
• Paskr Project Management Software that is Internet Based
Commissioning
• Start Up and Testing of all systems and equipment
■ Assembly of all project close out Documentation
■ Maintenance Manuals
• Punch List Implementation
■ Utility Account Documentation
■ Assembly Subcontractor Documentation
■ Warranty Procedures
N
www.wrclubbock.com wrgencon@msn.com
o mr-tion
WR Construction. Inc.
Phone: (8061687-1915
5912 CR 6300 Lubbock, TX 79416
Fax: (806) 687-1925
Iij
WR Construction, Inc. is a growing company with twelve years of solid growth.
We focus on the value of our relationship with our customers. Our key personnel's past
experience with other companies as well as the experience developed since WR
Construction first starcombined provides over of !
construction a! project +ement experience. This companymanagement
experience! amountsof jobs a! businesses including;of r ..,
HUD, TXDOT, Military Base Construction,County,! iHospitals,
! Clinic Projects.
e strive to achieve up to date technology and resources for our clients and our
personnel. Our mission is to ensure the longevity of our company through repeat and
referral business achieved by customer satisfaction in all areas including, timeliness,
attention to detail, safety of customers and our employees, and service -minded
attitudes. We maintain the highest level of professionalism, integrity, honesty, and
equality in our relationship with our suppliers, subcontractors, professional associates,
and customers.
WIC Construction does not discriminate in its selection of subcontractors, and if
available, will utilize qualified subcontractor's to provide the best value of work. WR
Construction endeavors to provide all of our customers with quality construction,
meeting or exceeding the requirements of the contracted documents.
www.wrelubbock.com wrgencon@msn.com
L ;
`� WRConstruction.Inc. Phone: (806)687-I915
4 li 5912GR 6300 Lubbock, TX 79416 Fax: (806) 687-1925
WR Construction Methodology and Scheduling
As with any job there is a possibility of delays due to material shipments, weather
'
delays, etc. We strive to accommodate for average rainfall and bad weather delays and work
closely with the subcontractors to establish material deliveries, especially ones with long lead
times. If for some unfortunate reason the project is falling behind, we will work long hours and
weekends if necessary to make up for lost time as long as this does not interfere with the
Owner's ability to do day to day business. For example: while working on a remodel of the west
half of the 3,d floor of Lubbock County Courthouse, demolition was progressing until we
J
discovered that the previous as -built drawings did not list some items that we had discovered
i
to be an issue with the continuation of the demolition portion of the remodel. Progress had to
come to a halt until changes to the plans were made. We called a quick meeting with the
Architect, Engineer, and Owner; handled the matter that afternoon which then enabled our
3
progress on the job to continue the work in a timely manner and kept us on schedule. We want
to work closely with everyone to create a professional, safe, and workable environment that all
parties involved would want to be a part of.
WR Construction, Inc. strives to maintain the complete satisfaction of our customers.
We use state-of-the-art Estimating, Project Management, and Scheduling tools. Our focus
revolves around communication and providing the most up-to-date information possible to our
clients as well as our own personnel. Our management software allows us to maintain daily
reports, weather conditions, job activity, subcontractor control, submittals, RFI, and job cost
control. Our key personnel are equipped with Smartphones and Tablets, which allows them
email capabilities for total communication at all times. Weekly safety meetings and
coordination meetings are a must to maintain optimum performance for all personnel involved
in the project.
www.wrclubbock.com wrgencon@msn.com
03/21/2016
03/19/2016
02/10/2016
01/04/2016
11/27/2015
11/20/2015
11/20/2015
WR Construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
UMC Ultrasound
Expansion &
Renovation
Hear We Grow Day
Care New
Construction
Slaton Housing
Authority New
Construction and
Repairs to
Concrete Walks
UMC 51h Floor East
Patient Room
Additions
Con -Way Freight
Houston, TX
Remodeling
T-Mobile 9478
Houston, TX
Remodeling
T-Mobile 9867
Houston, TX
Remodeling
UniversityMedical
Center
Jeff Vitale
(8060 761-0528
Llano Masonry, LLC
Brent Sisson
(806) 771-9510
Lubbock County
Commission
Lyle Fetterly
(806) 775-1003
University Medical
Center
Logan West
(806) 761-0528
National Maintenance &
Construction, Inc.
Cliff Wallach
(561) 612-4596
National Maintenance &
Construction, Inc.
Drew Baratz
(516) 288-1605
National Maintenance &
Construction, Inc.
Drew Baratz
(516) 288-1605
Condray Design
Group, Inc.
Stacey Mincey
(806) 748-6190
Cox/ Dirks
Architects, P.0
James Dirks
(806) 762-1226
Chapman Harvey
Architects
Larry Harvey
(806) 749-1153
Parkhill Smith &
Cooper
Robert Nanz
(806) 476-2200
Big Red Rooster
Architecture
398 S. Mill Ave,
Suite 201
Tempe, AZ 85281
Big Red Rooster
Architecture
398 S. Mill Ave,
Suite 201
Tempe, AZ 85281
(480) 626-6304
Big Red Rooster
Architecture
398 S. Mill Ave,
Suite 201
Tempe, AZ (480)
626-6304
$593,381.88
$1,198,011.29
$161,157.00
$341,732.48
$68,458.82
$ 50,437.47
$48,980.37
11Page
10/21/2015
07/27/2015
06/15/2015
04/02/2015
02/10/2015
j
R construction, Inc.
AIA DocumentA305 �
Attachment A
Contractor's Qualification Statement
Projects Completed
`
P
T-Mobile
Independence, MO
Remodeling
T-Mobile
Kansas City, MO
Remodeling
T-Mobile
Grosse Point, MI
Remodeling
South Plains
Community Action
Association, Inc.
Remodeling
City of Lubbock
Civic Center
Renovation
Lubbock County
CRTC Vehicle
Maintenance
Building
National Maintenance &
Construction, Inc.
Drew Baratz
(516) 288-1605
National Maintenance &
Construction, Inc.
Drew Baratz
(516)288-1605
National Maintenance &
Construction, Inc.
Drew Baratz
(516)288-1605
Larry Martin
(806) 894-6104
City of Lubbock
Freddy Chavez
(806) 775-2236
Lubbock County
Commission
Lyle Fetterly
(806) 775-1003
Big Red Rooster
Architecture
398 S. Mill Ave,
Suite 201
Tempe, AZ 85281
(480) 626-6304
Big Red Rooster
Architecture
398 S. Mill Ave,
Suite 201
Tempe, AZ 85281
(480) 626-6304
Big Red Rooster
Architecture
398 S. Mill Ave,
Suite 201
Tempe, AZ 85281
(480) 626-6304
WR Construction,
Inc.
(806) 687-1915
Chapman Harvey
Architects
Larry Harvey
(806) 749-1153
Chapman Harvey
Achitects
Marc Chapman
(806) 749-1153
$49,288.95
$48,355.99
$83, 812.00
$893,936.83
$112,172.20
2 1 P a g e
01/30/2015
10/30/2014
09/18/2014
04/30/2014
04/21/2014
12/26/2013
12/18/2013
11/11/2013
WR Construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
UMC Micro
Biology Lab &
Telemetry
Relocation
Lubbock County 51n
Floor Renovations
Multiplex Motors
UMC 4East
Renovations
Rita Blanca
Apartments
TTU AG Building —
ADA Ramp
UPS Freight
Building Repair
TXDOT Salt Bins
Lubbock, TX
University Medical
Center
Jim Johnson
(806) 761-0528
Lubbock County
Commission
Lyle Fetterly
(806)775-1003
King Ag
Johnny King
(806) 946-3399
University Medical
Center
Jim Johnson
(806) 761-0528
Guadalupe Economics
Services Corporation
Diana Lopez
(806) 744-4416
Texas Tech University
(806) 742-2761
National Maintenance &
Construction, Inc.
Drew Baratz
(516) 288-1605
Texas Department of
Transportation
(Lubbock)
Tracey Spradling
(806) 748-4592
Condray Design
Group
Ken Condray
(806) 748-6190
Chapman Harvey
Architects
Larry Harvey
(806) 749-1153
Design Build
WR Construction,
Inc.
(806) 687-1915
Condray Design
Group
Ken Condray
(806) 748-6190
JDMA, Inc.
Lubbock, TX
Joe McKay
(806) 744-4490
Texas Tech
University
Darren Densford
(806) 742-2761
Design Build
Texas Department
of Transportation
Kato Soto
(806) 748-4598
$675,622.95
$826,640.97
$472,944.51
$1,264,901.10
$3,277,756.20
$ 61, 381.40
$198,374.14
$22,515.00
3 1 P a g e
11/9/2013
11/1/2013
9/15/2013
9/15/2013
8/15/2013
7/31/2013
06/23/2013
06/2013
WR construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
TTU Art Room 103
Renovations
TXDOT Salt Bins
Lubbock, TX
Crowell Bleachers
Crowell ISD
TXDOT Salt Bins
Clarendon, TX
Klondike Demo
Texas Tech
University New
Student Housing
European Wax
Center
New District
Warehouse &
Headquarters,
Bryan District
Texas Tech University
(806) 742-2761
Texas Department of
Transportation
(Lubbock)
Tracey Spradling
(806) 748-4592
Crowell ISD
Sherylene Williams
(940)674-1403
Texas Department of
Transportation
(Lubbock)
Tracey Spradling
(806) 748-4592
Grimes & Associates
Joe Grimes
(806) 863-2462
They Whiting- Turner
Contracting Company
Charlie Bagley
(806) 401-8289
Davis Waxing Centers,
Inc.
Tosha Davis
(806) 687-1020
Texas Department of
Transportation
Jim Tate
(512) 416-3021
Texas Tech
University
Darin Densford
(806) 742-2761
Texas Department
of Transportation
Kat Soto
(806) 748-4598
Design Build
Texas Department
of Transportation
Kat Soto
(806) 748-4598
Grimes &
Associates
Joe Grimes
(806) 863-2462
Barnes,
Gromatzky,
Kosarek
Architects, Inc.
Carl Gromatzky
(512) 476-7133
Daniels &
Lovelady
Architecture, Inc.
Lana Martin
(972)255-1515
Texas Department
of Transportation
John Warrick
(512) 416-3021
$32,500.00
$22,515.00
$53,515.00
$57,987.00
$7,645.44
$3,299,100.01
$167,164.00
$7,284,626
4 1 P a g e
WR Construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification statement
Projects Completed
04/15/2013
Scharbaur Sports
City of Midland
Park Hill Smith &
$201,807.03
Complex
Regina Stephenson
Cooper
Stadium Fence
Midland, TX
Chris Upton
1/23/2013
Lubbock County
Lubbock County
Chapman Harvey
$33,000
Parking
Commission
Architects
Renovations
Lyle Fetterly
Larry Harvey
(806) 775-1003
(806) 749-1153
01/19/2013
The City of Granbury
City of Granbury
Enprotec/ Hibbs &
$266,000
100 x 100 Maintenance
Keith Callahan, City
Todd
Hanger
Services Director
Weldon Scrivner
callahan@granbury.or>;
(325) 698-5560
08/2012
Calvary Baptist
Calvary Baptist Church
Sultan Design
$248,453
Church
Larry McAden
P.O Box 1196
Balcony Addition
Shallowater, TX
05/01/11
Security Fencing
City Of Lubbock
Parkhill Smith &
$548,000
Improvements at
Marta Alvarez
Cooper
Water Utility
806-775-2572
Leonard Nail
Facilities
806-473-2200
03/01/11
W&W Steel
W&W Steel Co.
W&W Steel Co.
$29,000
Restroom
Todd Richburg
Todd Richburg
Renovations
806-765-5781
806-765-5781
02/01/11
Borden County
Borden County
Grimes &
$240,094
Event Center &
Associates, Co
Rodeo Arena
Joe Grimes
806-863-2462
01/10/11
Reagan County ISD
Reagan County ISD
Grimes &
$628,282
Phase 2 Bid Pkg.
Associates, Co
#22 Drywall
Joe Grimes
806-863-2462
11/15/10
Lubbock County
Lubbock County
Parkhill Smith &
$39,942
Parking Garage
Commissions
Cooper
Floor Repair
Lyle Fetterly
Nataley Harvill
806-775-1003
806-473-2200
5 1 P a g e
WR construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
10/12/10
Joe & Misty
Joe & Misty Stewart
Design Build
$309,000
Stewa rt's
806-778-2909
New Home
10/01/10
Platinum Bank
Platinum Bank
Studio West
$499,000
Common Area
Gregg Garrett
Zac Garth
Renovation
806-792-5300
806-749-6162
09/01/10
Hale Center ISD
Hale Center ISD
Grimes &
$2,666,618
Site Work
Associates, Co
Danny Heath
806-863-2462
09/01/10
Hale Center ISD
Hale Center ISD
Grimes &
$1,284,996
(Concrete, paving,
Associates, Co
masonry assembly,
Danny Heath
carpentry
806-863-2462
installation)
08/01/10
RCISD Masonry
Reagan County ISD
Grimes &
$18,860
Band Hall
Marshall Harrison
Associates, Co
Joell Mott
806-863-2462
07/01/10
Lubbock County
Lubbock County
Parkhill Smith &
$981,079
Courthouse Third
Commissions
Cooper
Floor West Family
Lyle Fetterly
Nataley Harvill
Court Alterations
806-775-1003
806-473-2200
05/15/10
Reagan County ISD
Grimes &
$600,554
Phase 2 Bid Pkg.
Reagan County ISD
Associates, Co
#28 Masonry
Joe Grimes
Assemblies
806-863-2462
03/10/10
2009
Wink- Loving ISD
Grimes &
$98,558
Improvements-
Associates, Co
New Bus Barn for
Joe Grimes
Wink -Loving ISD
806-863-2462
6 1 P a g e
WR Construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
09/17/09
Darrouzett ISD
Darrouzett ISD
Grimes &
$464,296
High School
Danny Cochran
Associates, Co
Improvements
806-624-2221
Joe Grimes
(concrete,
806-863-2462
carpentry, ICF)
08/31/09
Lorenzo Farm
Lorenzo Farm Housing
Jones Rowntree
$1,365,531
Housing
Association
Architects
Association Inc.
JoAnna Harvey
Yancey L. Jones
806-634-5712
806-792-0096
08/01/09
McLean High
McLean ISD
Grimes &
$173,500
School Additions
Associates, Co
Carpentry
Joe Grimes
806-863-2462
07/09/09
2009 Crowell
Crowell Independent
Grimes &
$14,812
Improvements
School District
Associates, Co
Fascia
Charles Hundley
Jae Grimes
Replacement
940-684-1403
806-863-2462
06/24/09
Crowell ISD
Crowell Independent
Grimes &
$17,966
Stadium Fencing
School District
Associates
Charles Hundley
Joe Grimes
940-684-1403
806-863-2462
05/07/09
Repair Residence
Texas Parks and Wildlife
Texas parks and
$104,113
and Bunkhouse,
Randy Combs
Wildlife
Mataodr Wildlife
512-389-4915
Charles Moon
Management
325-572-4890
Area, Cattle
County, TX
04/20/09
Palo Duro State
Texas Parks and Wildlife
Texas Parks and
$29,079
Park, Guyed Radio
Laura David
Wildlife
Tower
512-389-4915
Randy Combs
512-389-4915
03/25/09
Garrison
Indian Ink Leasing
Design Build
$675,000
Townsend, Inc.
Company
7 1 P a g e
02/22/09
02/20/09
12/04/08
11/30/08
11/20/08
10/31/08
09/30/08
07/31/08
06/27/08
WR construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
HDJC Studio Stack
Yard
Weatherford Big
Springs Roof
Repair
McLean High
School Additions
Masonry
Assemblies
2008
Improvements
Crowell ISD
Reagan County ISD
Middle School
Classroom
Additions
Big Lake High
School
Activity Center and
Weight Room
Roby CISD
Jayton Girard ISD
Materials
Southwest Little
League Baseball
Complex
LHUCA
Karen Wiley
Weatherford Artificial Li
Mike Powell
713-693-7961
McLean ISD
Crowell ISD
Charles Hundley
940-684-1403
Reagan County ISD
Marshall Harrison
Grimes & Associates
Carl Woodruff
432-686-2842
Roby CISD
David Hale
325-776-2222
Jayton ISD
City of Lubbock
Design Build $84,227
Design Build $25,070
Grimes &
Associates
Joe Grimes
806-863-2462
Grimes &
Associates
Joe Grimes
806-863-2462
Grimes &
Associates
Carl Woodruff
432-686-2842
Grimes &
Associates
Joe Grimes
806-863-2462
Cadco Architects
Richard Rogers
325-695-6281
Grimes &
Associates
Joe Grimes
806-863-2462
Chapman Harvey
Architects
Marc Chapman
806-749-1153
$279,081
$302,436
$191,508
$376,820
$387,533
$32,359
$2,022,169
8 1 P a g e
WR construction, Inc.
AIA Document A305
Attachment "A"
Contractor's Qualification Statement
Projects Completed
03/10/07
New Lawn
Abilene Housing
Cameron Alread
$239,928
Irrigation System
Authority
Architects
Abilene Housing
325-676-6385
Cameron Alread
Authority
817-332-6231
03/01/07
UMC City Bank
UMC Health System
Parkhill Smith &
$233,536
Plaza Fountain
Cooper
02/20/07
Boat Ramp and
Lubbock County Water
Design Build
$497,930
Boater Restrooms
Cont.
806-747-3353
09/15/06
Southwest
Sosa Medical Plaza, LP
Chapman Harvey
$723,880
Cardiovascular
Kevin Winters
Architects
Surgical Associates
806-792-8185
Marc Chapman
806-749-1153
08/28/06
Morton ISD
Morton ISD
Grimes &
$12,857
Administration
806-266-5505
Associates
Entry Renovations
Joe Grimes
806-863-2462
08/05/06
Park Meadow
Landmark Housing
Cross Architects
$3,500,000
Villas
Ron Hance
Brian Rumsey
512-527-9335
972-398-6644
07/23/06
Scarborough
Scarborough Specialties
Design Build
$685,132
Specialties
Jack Scarborough
806-792-9925
05/01/06
Multipurpose
Happy Union Baptist
Design Build
$333,000
Facility
Church
9 1 P a g e
Completion
%
Project Name
Owner
Architect Scope of Work 1
Contract
Date
Compl
i
Name
Amount
h
ete
07/11/2016
75%
UMC 4West
; University
Condray Design Renovations of i
1
$ 1,476,900.00
Renovation
Medical
Group, Inc. restrooms and
Center
Ken Condray Patient Rooms E
Jeff Vitale
(806) 748-6190
_
__
(806) 761-0528
!
_
_
11/06/2016 ?
40%
[ Lubbock County
3 Lubbock County
Chapman Harvey Renovation of $1,385,000.00
I Office Building
Commission
j Architects Office Buildings
E
4th Floor
Renovations_
Lyle Fetter)
L � y y
(806) 775-1003
I Larry Harvey
06) 749-11 (g53
;
11/30/2016 '
30%
Saint Jo Animal
Saint Jo ISD
_
Eikon Consultant i ew 1
$472,958.00
Science
Larry Smith
Group Construction
(940) 995-2668
iJames Wilson
(940) 458-7503 1
_..
€ 04/01/ 20_1_.7 _ 1, _
_1_ /
�Corpus Christi
Corpus Christi
Chapman Harvey Chapel Addition
__
$231,151.82
3 Catholic Church
Catholic Church
Architects
I
Father Joseph
Larry Harvey
i 1
i Noonan
(806)749-1153
(806) 744-6363
1
Updated 2-2-16 11 P a g e
Darin Holubec,
Project Manager
Chris Keesee,
Superintendent
Gavin Geneva,
�
| Assistant Superintendent
L�
Wayne Robinson,
President ofWRConstruction, Inc. / Project W4angggr,
Project Safety Officer, Quality Control Manager
Roland Hernandez
Superintendent
Rick Alexander,
Estimator/ Project
Manager (Alternate)
Beryl Alexander,
Assistant
Superintendent
Erica Robinson,
Office Manager
April Jones,
Construction,WR
Rolland
Hernandez,
Superintendent
(Alternate)
Chris Keesee,
Project Superintendent
Eum
Rick Alexander,
Safety Officer
Darin Holubec,
Rick Alexander,
Quality Control
Manager
Rick Alexander,
Project Manager
(Alternate)
President of WR Construction, Inc.
Chris Keesee
5913 CR 6300, Lubbock, TX - (806) 777-4503
Experience More than 20 Years in construction supervision, including accurate takeoffs,
estimating, budgeting, contracting, purchasing, invoicing, effective
scheduling, monitoring, and inspecting all work from start to finish.
Experience Superintendent
WR Construction, Inc., Lubbock, TX
10107 - Present
Coordinate activities of subcontractors and company personnel to
successfully complete small to mid -size commercial projects. Scope of
projects include excavation and grading, foundations, concrete and
masonry, the setting, flooring, cabinetry, interior and exterior trim, fencing,
decks, and roofing.
UMC 4 West Renovations- Zach Sawyer/ Jeff Vitale (806) 761-0528
UMC Ultrasound Expansion & Renovation- Zach Sawyer (806) 761-0528
UMC 5th Floor East Patient Room Additions- Zach Sawyer (806) 761-0528
UMC Micro Biology Lab & Telemetry Relocation- Logan West (806) 761-0528
UMC 4 East Renovations- Logan West/ Jeff Vitale (806) 761-0528
Lubbock County 5th Floor Renovations- Lyle Fetterly (806) 775-1003
Supervisor/ Plumbers Assistant
Skihi Mechanical, Lubbock, TX
10/05 - 10/07
Installed toilet, sink, tub and shower body units involving cutting, treading,
soldering and type fitting pipes and valves; caulking, and waterproofing;
installation of fresh air and ventilation systems, hot and cold water supply lines,
waste and drainage systems. Identified obstructions; planned plumbing
design, layout and pipe fabrication and installation; channeled openings in
walls, ceilings, and floors; hung steel supports from ceiling joists to secure
pipes. Assembled pipe systems; cut and bent lengths of pipe using saws, pipe
cutters and pipe -bending machines. Implemented welding, soldering, fittings
and adhesives to secure cut lengths of copper and plastic piping. Measured,
marked, installed, and connected fixtures and appliances to exterior water
and sewer lines. Ensured integrity of plumbing systems through application of
pressure gauges.
Education Tascosa High School
Amarillo, Texas
1985-1988
Pane Intentionally Left Blank
I
r
I
H
11
City of Lubbock
Bid RFP 16-12832-SS
CITY OF LUBBOCK, TX
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to,
within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this proposal.
Contractor (Original-Signa
Wayne Robinson
Contractor (Print)
CONTRACTOR'S BUSINESS NAME: WR Construction Inc
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 5912 CR 6300
Lubbock TX 79416
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (506) 775-2572.
RFP 16-12832-SS 3-Stop Hydraulic Elevator
5/24/2016 3:08 PM p. 48
I
Page Intentionally Left Blank P
P
I
I
City of Lubbock Bid RFP 16-12832-SS
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for detennining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
1 Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed; pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily hann or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO X
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
{ Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
--= assessed.
Offeror's Initials
1
5/24/2016 3:08 PM p. 50
City of Lubbock
Bid RFP 16-12832-SS
QUESTION TWO
F,
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO X
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be H
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
Signa e
President
Title
5/24/2016 3:08 PM P. 51
E
E_
AN 1 7014
Cartier: 29838-000 Policy: 0001187E9E Eff-Date: 04rAM13 EXP.Date: 04J2Et2014
YrVM 1993.2013. M dW* served- Thiseepertenoe f=Xkadon fsmf is carntfhed of ComOMODne end tdoinetbn which am the ncll an Comp '*'"lmw§nm, Ino. (N=q No ILNdw a damnin flog seb. lnnsM1r. PO y eId BWUB a P'OP"Ctthe Mft..j
oe uted N'lhMtM rittefl'algefd CINCO. NCGI noes no a INt et dbpoeiMnof 11ie ekpMnae nfnp medYlcitW belm or any Oed#wed
irrtotrnudon Piaduet etatNke 1Ynlbnea geteunder•nd,MxNC~q�lbnar•wtramr.WpWWOlWOW tleO May ASMtwlr[IMwIIn4g1n9 bR nOt MndldIDMeoeuagM ei *rd of arb eltprenee Miry modw"%, UCW wma�6a b end Lotaes Ow /damson W-k»'H V
V-pWe1of2
WORKERS COMPENSATION EXPERIENCE RATING
Risk Name: YVR CONSTRUCTION INC Risk ID: 421122644
Rating Effective Date: 0412 M14 Production Date: 17JIYX13 Stab: TEXAS
- -• �.�� rssm Mv. ram frame: VVK UV r45TRUGT10N INC
Canter. 2DM Policy No. OOM 167MB Eff Daft: D42SMI0 En Date: M26=1
42-TEXAS Finn ID: Firm Name: WR CONSTRUCTION INC
Carrier. 29M Policy No. OODI 167MB ER Date: 0426=1 Exo Date: 04MI2012
42 TEXAS Firm ID: Firm Nam: YVR CONSTRUCTION INC
Center 29939 Policy No. OOD1167898 Eff Date: DV26=2 ExD Dube: 04 2fi2D13
Cogrgm 1K42013, !U nylta r MFnd Tba eapemnm aoamcabon *anm a wmprwd OI aomplbbms and Ydornr1an wNon ara re
Colrca an Componmw Irrunr . IM (NCO). NO fu thm ua, tiaa IwLVA sft bardm, aa�gmwd or dWPO-Mon of this aqf I wmm M modr4dbn heforor wwsn Or fM tib _
y rrmh.aor
"ay to
YMOwprut the wlsWlCbnse111 Oh NCO. MCC I maMsronpessrh.bon ar nonargr. sypn,ssW or inplw uhisrry melEsrwhshosrar lndtlynp py[rgrMMlrtlbbrseeugq-
any irftmabon, pRxW Or wmk* fumhned hereundn and. as to NCCf, reNpkrt OI dds aaoerwme remw arodpeabon flew sumulbas tO *no ur bws the "w"gon sswke -as K
'Tom, by Poky Yfw of yl cases s2m or Mu. D OWKWO LO" x Ex-MW tal Owarays U USLUM
C Caysbcph. Loan E Em*rm Lbbf9lY Lo a LsnbdLoss
V-Page 2of2
City of Lubbock Bid RFP 16-12832-SS
ISUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parries that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME: WR Construction Inc.
FEDERAL TAX ID or SOCIAL SECURITY N-2020320
Signature of Company Official:
Printed name of company official signing above: Wayne Robinson
Date Signed: 06/02/2016
5/24/2016 3:08 PM p. 52
Pill
I
Page Intentionally Left Blank El
m
I
I
City of Lubbock
Bid RFP 16-12832-SS
Company Name Location Services Provided
11 1-41010— 1 T1 'd a 114 1 loin r
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Minority Owned
Yes No
❑ ❑
0
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
WR Construction, Inc.
(PRINT NAME OF COMPANY)
RFP 16-12832-SS 3-Stop Hydraulic Elevator
5/24/2016 3:08 PM p. 54
P
r
9
POST -CLOSING DOCUMENT REQUIREMENTS H
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due.
FINAL LIST OF SUB -CONTRACTORS
City of Lubbock
Bid RFP 16-12832-SS
FINAL LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
1. Thyssen Krupp FT. Worth Install I Passinger Elevator
2. Rowan & West Electric, Inc Lubbock Electrical
3. BW Masterson McKinney HVAC
4.
5.
6.
7.
8.
9.
10.
H.
12.
13.
14.
15.
16.
SUBMITTED BY:
WR Construction, Inc.
(PRINT NAME OF COMPANY)
Minority Owned
Yes No
0
0
0
0 ❑
0 Un
0 0
0 0
0 0
0 0
❑ 0
❑ 0
0 0
0 0
0 0
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS
DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
RFP 16-12832-SS 3-Stop Hydraulic Elevator
5/24/2016 3:08 PM p. 57
I
I
Page Intentionally Left Blank
L".
I
I
I
PAYMENT BOND
I
IN
I
Page Intentionally Left Blank
H
I
I
I
I
Gov x # PRF 1LOa I" b
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that W (,pit fL tOV1, rwc. (hereinafter called the Principal(s),
as Principal(s), and F4ft and of MarylatW
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Two Hundred Ninety -Eight Thousand Seven Hundred Eighty -Five Dollars ($298, 785.00)
lawful money of the United States for the payment whereof, the said Principal 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 14th day of July,
2016, to ITB 16-12832-SS 3-Stop Hydraulic Elevator
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 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
26'13" day of 3 %3%M 2016.
ity and Deposit Cenpq of Maryland
Surety
*By,
Title) in J. Dunn
Attorney -In -Fact
/dam ')a
(Company Name)
(Title)
4
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates ACPvin J DUnn 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.
piddlgl UM Deposit Company of Maryland
Surety
Approved as to form:
City of Lubbock
* B/(i,'TT tle�4��111419K
. n
Attomey-n-Fact
By:
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.
04'
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
t-, KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s),
as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Two Hundred Ninety -Eight Thousand Seven Hundred Eighty -Five Dollars ($298,785.00)
lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
Iy WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th day of July,
2016, to ITB 16-12832-SS 3-Stop Hydraulic Elevator
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 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.
1 Surety
11.
_ .
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
_ day of 2016.
*By:
(Title)
/ /Ae
(Company Name)
(Title)
Page Intentionally Left Blank
ri
[J
m
I
I
s
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
i_
Surety
s
1
F_
* By:
(Title)
Approved as to form:
City of Lubbock
By:
City t ney
* 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.
2
Page Intentionally Left Blank
I
I
I
I
-1
I
I
Page Intentionally Left Blank
Attached to and forming part of Bond No.PRF9202580, effective July 25, 2016 , on
behalf of WR Construction. Inc., of Lubbock. Texas, in favor of the City of Lubbock
and in the amount of Two Hundred Ninety -Eight Thousand Seven Hundred Eightv
Five Dollars and 00/100--- ($298,785.00) Dollars.
It is understood and agreed that effective July 28.2016®,
The Surety Company shall be changed from Fidelity and Deposit Company of
Maryland
W
Colonial American Casualty and Surety
All other terms and conditions to remain as originally written.
Signed, sealed and dated this 28th day of July, 2016.
No Text
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
DAVID MCVICKER, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Tracy TUCKER, W. Lawrence BROWN, Kevin J. DUNN, Steven TUCKER and Bennett BROWN, all of Ft.
Worth, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety,
and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community
Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding
upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers
of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly
elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own
proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed hiAer names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of October, A.D. 2015.
ATTEST:
BY
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
µweer ��a arias, a•*a,►fsruts���4'%:
8CAL
PAM
•.n� ?
Secretary Vice President
Michael McKibben David McVicker
State of Maryland
County of Baltimore
On this 19th day of October, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID
MCVICKER, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
ell,
Maria
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2019
POA-F 168-2829B
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this j0day of T,.N , 20 jam.
YM
s
—' ; ;_in� SBAL
ttM � '�°,d� �w►
•�dyNww„W� ♦�
Gerald F. Haley, Vice President
tzo"d A aRF G1Loa Seo
a
I
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Prineipal(s), and
Fidelity and Deposit Company of iMarylend
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Two Hundred Ninety -Eight Thousand Seven Hundred Eighty Five Dollars ($289_ 785.00) lawful
money of the United States for the payment whereof, the said Principal 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 14th day of July,
2016, to ITB 16-12832-SS 3-Stop Hydraulic Elevator
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount o£ 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
day of Sulu , 2016.
Fidelity and Deposit Company of iNar&M
Surety
* By: - _
Title} In J. Dunn
C Attorney -I n-Fact
(Title)
0
The undersigned surety company represents that it is duly qualified to do business in Texas and hereby
designates Kevin J. Dunn 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.
malty and Deposit Company of Maryland
Surety
/(TitieKeArrJ. Dunn
Approved as to Form Attorney -In -Fact
City of Lubbock
By: --�
City tto e
* 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.
2
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Two Hundred Ninety -Eight Thousand Seven Hundred Eighty -Five Dollars ($289,785.00) lawful
money of the United States for the payment whereof, the said Principal 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 14th day of July,
2016, to ITB 16-12832-SS 3-Stop Hydraulic Elevator
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 perforin 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 deternuned 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 _
day of 12016.
Surety
(_ * By:
(Title)
(Company Name)
By: 06L- 0'e— k l—"Y)gd?'�
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
*By:
(Title)
Approved as to Form
City of Lu bo k
40Q_�
By, Ci o
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.
2
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionallv Left Blank
.a►coRo CERTIFICATE OF LIABILITY INSURANCE
D IDDIYYYY)
7/22/22/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Burke Insurance Group, LLC
NAMEACT Dianne Dawkins
PHONE (575) 524-2222 Ext 712 FAIC. (575)525-1716
1691 HICKORY LOOP, SUITE B
LAS CRUCES NM 88005
D DRL .dsmith@burke-insurance.com
INSURERS AFFORDING COVERAGE
NAIC#
INSURER ACincinnati Insurance Company
10677
INSURED
INSURERS. -Texas Mutual Insurance Company
WR Construction, Inc.
INSURERC:
5 912 County Road 6300
INSURER D:
INSURER E :
Lubbock TX 79416
INSURERF:
COVERAGES CERTIFICATE NUMBER:2015-2016 Contractors RFVISInN NIIMRFR:
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.
INSR
LTR
I TYPE OF INSURANCE
ADDLSUBR
POLICY NUMBER
POLICY EFF
MM/DDrfYYY)
POLICY EXP
(MMIDDAIYM
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 11000,000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE ❑X OCCUR
X
X
EPP 0162538
9/30/2015
/30/2016
DAMAGE ToPREMI E ERON ED e
$ 500,000
MED EXP (Any one person)
$ 10,000
PERSONAL &ADV INJURY
$ 11000,000
GENERAL AGGREGATE
$ 2,000,000
GEITL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
POLICY X PRO LOC
$
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
Ea accident
BODILY INJURY (Per person)
$
A
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
X HIRED AUTOS X NON -OWNED
AUTOS(par.
I
PP 0162538
9/30/2015
/30/2016
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per acc ZI
$
Hired Non -owned
$ 1 000 000
X
UMBRELLA LIAB
X
OCCUR
PP 0162538
9/30/2015
/30/2016
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
A
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION
$
B
WORKERS COMPENSATION
AND EMPLOYERS'LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory in NH)
If yes, describe under
NIA A
X
[BP-0001167898 20160426
4/26/2016
/26/2017
X WCSTATU- OTH-
E.L.
EACH ACCIDENT
$ 000, 000
r
E.L. DISEASE - EA EMPLOYE
.,.,
$ 1,000,000
E.L. DISEASE -POLICY LIMIT
--
$ 11000,000
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, N more space Is required)
Name of Project: RFP 16-12832-SS///3-Stop Hydraulic Elevator //Project:92358.8304.2000/Contract 12832
City of Lubbock and Owner are named as Additional Insured per Additional Insured Endorsement for ongoing
and completed operation for General Liability as required by written contract. City of Lubbock and Owner
are named as Additional Insured regarding the general liability, except Worker's Compensation per written
contract. A waiver of subrogation exists in favor of City of Lubbock and Owner as to the general
liability, umbrella and workers compensation policies per written contract. The general liability and
(806)775-2164 kshepherd@mylubbock.us
City of Lubbock
PO Box 2000, Room 204
Lubbock, TX 79457
%.MMICLLA 1 1UR
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Gustafson/DD 11 /n-
At,vmu AD (/UTU/U5) 01988-2010 ACORD CORPORATION. All rights reserved.
INS025 igninnsl m Tha ACnRrt name anti Inn^ are raniatorari manta ^f ARARr1
1 .1
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK-, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this
certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with
the provisions of the standard policies used by this company, the further hereinafter described_ Fxcentions to stanrtarrt nnliry nntert l,�--
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate $
Claims Made
Products-Comp/Op AGG S
Occurrence
Personal & Adv. Injury S
Owner's & Contractors Protective
Each Occurrence S
G
Fire Damage (Any one Fire) S
Med Exp (Any one Person)
S
AUTO1f0TIVE LIABILITY
Any Auto
Combined Single Linut S
All Owned Autos
Bodily Injury (Per Person) S
Scheduled Autos
Bodily Injury (Per Accident) S
Hired Autos
Property Damage S
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident S
vurer Loan auto vnry:
Each Accident $
Aggregate S
BUILDERS RISK
100% of the Total Contract Price S
INST4LLATION FLOATER S
DXCLJS LIABILITT
Umbrella Form
Other Than Umbrella Form
WORKERS COAIPF.NSATIONAND
EMPLOYERS' LIABILITY
The Proprietor/ Included
Partners/Executive Excluded
Officers are:
Each Occurrence $
Aggregate S
S
Statutory Limits
Each Accident S
Disease Policy Limit S
Disease -Each Employee $
r
.. , The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in
less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Naive of Insurer)
ram
LM
Title:
YThe Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S.
THE ADDITIONAL INSURED ENDORSE4IENT SHALL. INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
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 I 1
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 H11
thereafter;
Eli (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 z
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both _1
English and Spanish and any other language conrunon 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:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL
INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON
CONTRIBUTORY BASIS ON AUTO/GENERAL LIABILITY AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQURED BELOW 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
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INUSRANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
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 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 512-305-7238 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 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) 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:
(i) a certificate of coverage, prior to the other person beginming 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
l- 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 (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
(G) 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.
Paae Intentionally Left Blank
I
CONTRACT
Page Intentionally Left Blank
Contract 12832
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 14th day of July, 2016 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 WR Construction Inc. of the City of Lubbock, County of Lubbock and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and 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:
I_ RFP 16-12832-SS 3-Stop Hydraulic Elevator
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. WR Construction Ine.'s proposal dated June 2, 2016 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
4 t Texas in the year and day first above written.
i
CONTRACTOR: CITY OFfLUBBOC , XAS (OWNER):
COMPLETE ADDRESS:
Company AIR nS ja
Address
City, State, Zip /
ATTEST:
Corporate Secretary
By:
Daniel M. Pope,
A ST:
ebe ca Garza, City Secretary
APPROVED AS TO CONTENT:
Wesley Evere t Director of Facilitates Management
APPROVED AS TO FORM:
Ar s, De/utyn4,1ity Attorney
Page Intentionally Left Blank
I
I
I
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84"' Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the t_
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has �,J
a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor
meets the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local govermnental entity no later
than the 71" business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). r]
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager -
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing fli
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1625 13th Street, Room 206
Lubbock, TX 79401 pt
Questionnaire is available at http://www.ei.lubbock.tx.us/departmental-
websites/departments/purchasing/vendor-information ril
CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
{
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295 t=
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to F'
file with the governmental entity or state agency a disclosure of interested parties at the time the business entity
submits the signed contract to the governmental entity or state agency.
§2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure fonn. Section 2252.908 requires the disclosure form to be
signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made
under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or
vote by the governing body of the governmental entity or state agency before the contract may be signed or has
a value of at least $1 million. Section 2252.908 provides definitions of certain terns occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terns of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Forn 1295 via the Texas Ethics Commission website. This requires
registration, generation of Forn 1295 with a unique Certificate Number & filing date, printing the fonn,
notarizing and returning the fonn to City of Lubbock Purchasing & Contract Management Department.
Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Fonn 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed
instructions are located at: https://www.etliics.state.tx.us/whatsnew/elf info forn1295.litm
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
1'
1. OWNER
2
GENERAL CONDITIONS OF THE AGREEMENT
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, person, co-
partnership or corporation, to wit WR Construction Inc., who has agreed to perform the work embraced in this
contract, or their legal representative.
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 so designated who will inspect constructions; or to such other
representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by
said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project
Representatives 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.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal,
Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. 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. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
9
10
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. r;
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 11
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
SUBSTANTIALLY COMPLETED
u
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. The pipeline must be backfilled, tested, final grading and
seeding performed for substantial completion.
LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten 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 Owner's 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. Owner's
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.
j
LJ
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from
Resident Project Representative(s)) 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 Owner's Representative to
comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no
extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and
place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees,
such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's 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 (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure 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 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 distinguished from Resident Project
Representative, 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 furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey 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 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 deerned 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.
17
18
19
The work, from its commencement to completion, shall be under the exclusive charge and control of the
r
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 onnissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
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
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.
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.
i_ t
CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the perfonnance 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.
_i
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 L]
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. ,
SANITATION 1 I
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 L-
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERV_A_TION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. 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 that 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. 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 - icated. Aii 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.
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.
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 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
t ' the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
r 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;
t._
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.
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 proposal, except as provided under Changes and Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation 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 to the firm actually performing the
work, and additional higher -tier markups limited to 5% to cover additional overhead and
insurance costs; 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,
as estimated by the Engineer and approved by the Owner..
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 necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all 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 work 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 conunencernent 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 before the commencement
of 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 proposal, 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 proposals are received, and if no such notice is received by the Owner's
Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully
understands the work to be included and has provided sufficient sums in its proposal to complete the work
in accordance with these plans and specifications. If Contractor does not notify Owner's Representative
before offering 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 seven (7) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals
being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts
identified after proposals are reviewed.
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
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 Engineer 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.
t.-
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work 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.
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.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A ADDITIONAL INSURED ON A PRIMARY AND NON CONTRIBUTORY BASIS
AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS
REQUIRED BELOW, 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 CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE
PRODUCTS AND COMPLETE OPERATIONS AND HEAVY EQUIPMENT. H
A. Cormnercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation I
required)
L
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
L_ t
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
F
B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED
E. Umbrella Liability Insurance — NOT REQUIRED
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the conunission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities perfornung all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without lintation, providing, hauling, or
1 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.
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:
3
ji
(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.
r.
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 Li
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 PI
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
z
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 El
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; ri
(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; PI
(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; f
and
LJ
(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 j
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
r
s�
i
L;3
(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, crinunal 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.
F. 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 borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(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
._v 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
�P r
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
J
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
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:
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
1
includes persons providing, hauling, or delivering equipment or fnaterials, 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 800-372-7713 or 512-804-
4000 (viviv.tdi.state. ix. us) to receive inforfnation 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, t "
to:
Li
(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;
3
(iii) include in all contracts to provide services on the project the following language: LA
`By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this L_
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
l 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
proj ect;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perforin as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
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 Engineer and all of its officers, agents and
v 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, material men
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
f- paid, discharged or waived.
l
t.
31.
32.
33
011
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 Engineer, 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 offering.
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 mariner 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 harnless
the Owner and Engineer 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 proposing 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 there from.
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.
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.
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 Notice to Proceed and contract documents, respectively, 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
r
j
l
E
may withhold permanently from Contractor's total compensation, the sum of $150.00 (One Hundred and Fifty
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.
If the Contractor should neglect, fail, or refuse to Finally 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 $150.00 (One Hundred and Fifty
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 fail to meet the time requirements 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.
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 proposal; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
Representative (as distinguished from the Resident Project 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
1 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 proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 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
t ' 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 within twenty (20) calendar days of written submission by
f 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.
�_i
M
39
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 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 Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
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 proposals 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 understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the
over run or under run of estimated quantities note exceed 15% of the estimated quantity.
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 Engineer, 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
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. 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.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terns 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.
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.
144. FINAL COMPLETION AND PAYMENT
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
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
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
45
46
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. -
CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the 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 but not to exceed 30 days after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay
all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects,
attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or
relating to such correction or removal.
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.
PAYMENT WITHHELD
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 prof ect itself from loss on account of -
(a) Defective work not remedied and/or work not perfonned,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
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.
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 continence 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 proposals, 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 terns 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 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 hereinaefve 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
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 terns of this contract, or
49
50.
51
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 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 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 that 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.
LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
perfonned 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.
:• i
The Contractor is required to furnsh a performance bond in accordance with Chapter 2253, Govermnent Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is 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 shall
be subnutted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's
"Approved" list and 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.
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 _t
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 -t
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
i_
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 (i) 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.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57
59.
THE CITY RIGHT TO AUDIT
At any time during the terns of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
0
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to PJ
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this
provision and another provision in, or related to, this document, this provision shall control.
HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a
penalty to be imposed on a person who contracts for certain services with a governmental entity and
who fails to properly classify their workers. This applies to subcontractors as well. Contractors and
subcontractors who fail to properly classify individuals performing work under a governmental contract
will be penalized $200 for each individual
60. HOUSE BILL 1295L DISCLOSURE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Govermnent Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state
agency to file with the governmental entity or state agency a disclosure of interested parties at the time
the business entity submits the signed contract to the governmental entity or state agency. Section
2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business
entity, acknowledging that the disclosure is made under oath and raider penalty of perjury. Section
2252.908 applies only to a contract that requires an action or vote by the governing body of the
governmental entity or state agency before the contract may be signed or has a value of at least $1
million. Instructions for completing Form 1295 are available at:
http://www. cl.lubbock.tx.Lis/departmental-websites/departments/uurcliasing/vendor-infonnation
DAVIS-BACON WAGE DETERMINATIONS
Pap,e Intentionally Left Blank
EXHIBIT A
General Decision Number: TX160334 01/08/2016 Rates
TX334
CARPENTER ........................ $ 20.81
Superseded General Decision Number:
TX20150334
State: Texas
Construction Type: Building
Counties: Crosby and Lubbock Counties in Texas.
BUILDING CONSTRUCTION PROJECTS (does
not include single family homes or apartments up to
and including 4 stories).
Note: Under Executive Order (EO) 13658, an
hourly minimum wage of $10.15 for calendar year
2016 applies to all contracts subject to the Davis -
Bacon Act for which the solicitation was issued on
or after January 1, 2015. If this contract is covered
by the EO, the contractor must pay all workers in
{.
any classification listed on this wage detennination
at least $10.15 (or the applicable wage rate listed on
this wage detennination, if it is higher) for all hours
spent performing on the contract in calendar year
2016. The EO minimum wage rate will be adjusted
annually. Additional infornlation on contractor
-- requirements and worker protections under the EO
is available at �vww.doLgovt`whd,'�l-ovcontracts.
Modification Number Publication Date
0 01/08/2016
BOIL0074-003 01/01/2014
Rates Fringes
BOILERMAKER ...................... $ 23.14 21.55
------------------------------------------------------
CARP0665-00105/01/2014
Fringes
6.76
ELEC0602-008 09/01/2015
Rates Fringes
ELECTRICIAN ......... $ 21.19 3%+8.80
ENGI0178-005 06/01/2014
Rates Fringes
POWER EQUIPMENT OPERATOR
(1) Tower Crane ............. $ 29.00 10.60
(2) Cranes with Pile
Driving or Caisson
Attachment and Hydraulic
Crane 60 tons and above ..... $ 28.75 10.60
(3) Hydraulic cranes 59 Tons and under ... $ 27.50
10.60
IRON0084-011 06/01 /2015
Rates Fringes
IRONWORKER, ORNAMENTAL$ 23.02
6.35
* IRON0263-003 06/01/2015
Rates Fringes
IRONWORKER, STRUCTURAL $ 23.00
6.55
PLUM0404-026 07/01/2013
Rates
Fringes
PIPEFITTER ....................... $ 22.80
7.16
PLUMBER .......................... $ 22.80
7.16
------------------------------------------------------
SHEE0049-001 06/01 /2015
Rates Fringes
SHEET METAL WORKER (HVAC Duct
Installation Only) ............... $ 22.93 11.33
-------------------------------------------------------
SUTX2014-060 07/21/2014
Rates
Fringes
BRICKLAYER ....................... $ 20.04
0.00
CEMENT MASON/CONCRETE FINISHER ... $
19.60 0.00
INSULATOR - MECHANICAL
(Duct, Pipe & Mechanical
System Insulation) ...............$ 19.77
7.13
IRONWORKER, REINFORCING ..........
$ 12.27
0.00
LABORER: Common or General ...... $ 12.35
0.00
LABORER: Mason Tender - Brick...$ 11.36
0.00
LABORER: Mason Tender -
Cement/Concrete..................$ 10.58 0.00
LABORER: Pipelayer..............$ 12.49 2.13
LABORER: Roof Tearoff........... $ 11.28
0.00
OPERATOR:
Backhoe/Excavator/Trackhoe...... .$ 14.25
0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader ................$ 13.93 0.00
OPERATOR:
Bulldozer .............$ 18.29
1.31
OPERATOR:
Drill .................$ 16.22 0.34
OPERATOR:
Forklift ..............$ 14.83 0.00
OPERATOR:
Grader/Blade .......... $ 13.37
0.00
OPERATOR: Loader ................ $ 13.55 0.94
OPERATOR: Mechanic ..............$ 17.52
3.33
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete) ......... $ 16.03 0.00
OPERATOR: Roller ................ $ 12.70 0.00
PAINTER (Brush, Roller, and
Spray) ...........................$ 14.27 0.00
ROOFER ...........................$ 13.75 0.00
1
SHEET METAL WORKER, Excludes
HVAC Duct Installation ........... $ 21.13 6.53
TILE FINISHER ....................$ 11.22 0.00
TILE SETTER ......................$ 14.00 2.01
TRUCK DRIVER: Dump Truck ........ $ 12.39
1.18
F1
1,
TRUCK DRIVER: Flatbed Truck ..... $ 19.65
8.57
TRUCK DRIVER: Semi -Trailer
Truck ............................ $ 12.50 0.00
TRUCK DRIVER: Water Truck ....... $ 12.00
4.11
WELDERS - Receive rate prescribed for craft
performing operation to which welding is
incidental.
Unlisted classifications needed for work not
included within the scope of the classifications
listed may be added after award only as provided in
the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage detennination lists the
classification and wage rates that have been found
to be prevailing for the cited type(s) of construction
in the area covered by the wage detennination. The
classifications are listed in alphabetical order of
"identifiers" that indicate whether the particular rate
is a union rate (current union negotiated rate for
local), a survey rate (weighted average rate) or a
union average rate (weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier
t enclosed in dotted lines beginning with characters
other than "SU" or "UAVG" denotes that the union
classification and rate were prevailing for that
classification in the survey.
Example: PLUM0198-005 07/01 /2014. PLUM is an
abbreviation identifier of the union which prevailed
in the survey for this classification, which in this
a example would be Plumbers. 0198 indicates the
local union number or district council number
where applicable, i.e., Plumbers Local 0198. The
next number,
005 in the example, is an internal number used in
processing the wage determination. 07/01/2014 is
the effective date of the most current negotiated
rate, which in this example is July 1, 2014.
Union prevailing wage rates are updated to reflect
all rate changes in the collective bargaining
agreement (CBA) governing this classification and
rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier
indicate that no one rate prevailed for this
classification in the survey and the published rate is
derived by computing a weighted average rate
based on all the rates reported in the survey for that
classification. As this weighted average rate
includes all rates reported in the survey, it may
include both union and non -union rates. Example:
SULA2012-007 5/13/2014. SU indicates the rates
are survey rates based on a weighted average
calculation of rates and are not majority rates. LA
indicates the State of Louisiana. 2012 is the year of
survey on which these classifications and rates are
based. The next number, 007 in the example, is an
internal number used in producing the wage
detennination. 5/13/2014 indicates the survey
completion date for the classifications and rates
under that identifier.
Survey wage rates are not updated and remain in
effect until a new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier
indicate that no single majority rate prevailed for
those classifications; however, 100% of the data
reported for the classifications was union data.
EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a
weighted union average rate. OH indicates the state.
The next number, 0010 in the example, is an
internal number used in producing the wage
determination. 08/29/2014 indicates the survey
completion date for the classifications and rates
under that identifier.
A UAVG rate will be updated once a year, usually
in January of each year, to reflect a weighted
average of the current negotiated/CBA rate of the
union locals from which the rate is based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter?
This can be:
an existing published wage detennination
a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including
requests for summaries of surveys, should be with
the Wage and Hour
Regional Office for the area in which the survey
was conducted because those Regional Offices have
responsibility for the
Davis -Bacon survey program. If the response from
this initial contact is not satisfactory, then the
process described in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the
formal process described here, initial contact should
be with the
Branch of Construction Wage Determinations.
Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can
request review and reconsideration from the Wage
and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full
statement of the interested party's position and by
any infonnation (wage payment data, project
description, area practice material, etc.) that the ri
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not
favorable, an interested party may appeal directly to
the Administrative
Review Board (formerly the Wage Appeals Board).
Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review
Board are final.
END OF GENERAL DECISION
EXHIBIT B
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
Page Intentionally Left Blank
Project Manual
New City Hall Elevator
City of Lubbock
Lubbock, Texas
`" --- 14-t i•l6
April 11, 2016
Project No.21506.00
Set Number
2118 34TH STREET
LUBBOCK, TEXAS 79411-1734
tel 806.747.3881
fax 806.747.8214
NEW CITY HALL ELEVATOR
CITY OF LUBBOCK
LUBBOCK, TEXAS
BGR ARCHITECTS
LUBBOCK, TEXAS
APRIL 11, 2016
TABLE OF CONTENTS
DIVISION 1 - GENERAL REQUIREMENTS
01020
Allowances ------------------------------------------
01340
Shop Drawings, Product Data and Samples
01630
Substitution and Product Options-------------
01700
Contract Closeout Requirements --------------
DIVISION 2
THRU DIVISION 4 - NOT USED
DIVISION 5
- METALS
05500
Miscellaneous Metals ----------------------------
DIVISION 6
- WOOD AND PLASTICS
06100
Carpentry --------------------------------------------
06220
Millwork ----------------------------------------------
DIVISION 7
- THERMAL AND MOISTURE PROTECTION
07210
Building Insulation ---------------------------------
07270
Firestopping -----------------------------------------
07900
Caulking and Sealants ---------------------------
DIVISION 8
- DOORS AND WINDOWS
08100
Custom Hollow Metal Work ----------------------
08211
Flush Wood Doors --------------------------------
08700
Finish Hardware ------------------------------------
DIVISION 9
- FINISHES
09250
Gypsum Drywall Construction ------------------
09500
Acoustical Ceiling Systems ---------------------
09650
Resilient Base --------------------------------------
09680
Carpet ------------------------------------------------
09900
Painting and Finishing ----------------------------
DIVISION 10 THRU DIVISION 13 - NOT USED
DIVISION 14 - CONVEYING SYSTEMS
14200
Hydraulic Elevator ----------------------------------
page - 1
---- 1 thru 3
--- 1 thru 2
----- 1 thru 5
1 thru 3
1 thru 4
1 thru 4
1 thru 2
1 thru 7
1 thru 3
1 thru 3
1 thru 3
1 thru 4
1 thru 6
1 thru 3
1 thru 3
1 thru 4
1 thru 7
1 thru 13
SECTION
TITLE
PAGE
15000
GENERAL PROVISIONS FOR MECHANICAL .................................................
1'1O
15280
FIRE PROTECTION SPRINKLER SYSTEM ......................................................
1-4
15320
AIR DISTRIBUTION ............... .......... ...............................................................
1-4
15330
HANGERS AND SUPPORTS .................................... .......................................
1'3
15400
INSULATION ............. ............................ ................................. ....... .................
1'2
15500
EQUIPMENT ................ ....................... ................................. ...........................
1-2
15600
TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS
............ 1-2
U
SECTION
TITLE PAGE
16000
GENERAL PROVISIONS FOR ELECTR|CAL-.............................................. ... 1-0
(�
16110
RACEWAYS AND FITTINGS .... .................... ...................................................... 17
16120
CONDUCTORS ..... ........................ ...................................................................... 1-3
18140
WIRING DEVICES ................................................................................................ 1'O
! |
16180
EQUIPMENT CONTROLS AND WIRING SYSTEMS ........................................... 1'3
^�
18195
ELECTRICAL IDENTIFICATION ................... ...................................................... 1-2
16441
CIRCUIT AND MOTOR DISCONNECT SWITCHES ............................................ 1'2
16450
GROUNDING AND BONDING ......................................... ............. .................... 1'2
L�
18475
CIRCUIT DISCONNECT AND [yVERCURRENTPROTECTIVE DEVICES .......... 1'2
16600
LIGHTING ........................................................................... ._~.,.......-...1-S
16008
DCCUPANCY8BNSORQ ----.--.--.~-----------__---_1'3
U |
4/11/10
' SECTION 01020 -ALLOWANCES
1.01 GENERAL:
A. The Contractor shall include in his Contract Amount the Cash Allowances specified.
B. Items covered by these allowances shall be supplied for such amounts and by
such persons as the Owner may direct.
C. Expenditures from Cash Allowances shall be only upon written authorization of the
Architect, approved by the Owner. Expenditures shall be kept within amounts set
forth, unless specific authorization of Architect and approval of Owner provides
otherwise.
D. Any unexpended balances of Cash Allowances shall revert to the Owner in the final
settlement of the Contract.
E. General Contractor's overhead and profit shall not be included in allowances.
1.02 GENERAL CONTRACTOR'S RESPONSIBILITIES:
A. Coordinate installation of allowance items with related building spaces, materials,
equipment and scheduling.
B. Provide adequate storage space, construction space and access to work for
allowance items.
C. Notify allowance item suppliers or subcontractors of required delivery dates and
installation periods established on project construction schedule.
D. Obtain proposals from suppliers when requested by Architect.
1.03 CASH ALLOWANCES:
A. Testing: Contractor shall include in his proposal an allowance of $1,500.00 for
testing of building materials as required by the Architect. Testing, as authorized by
the Architect, and/or specified elsewhere in these specifications, will be paid out of
this allowance. If such special inspection or testing reveals a failure of the Work to
comply with the requirements of the Contract Documents, the Contractor shall bear
all costs thereof, including compensation for the Architect's additional services
made necessary by such failure. Testing for plumbing, air conditioning, etc., will
not be paid out of this allowance, but by the Contractor concerned, and as
specified in Division 15 of this specification. When testing is specified to be paid by
the Owner without costs to the Contractor, cost of such test will be paid out of this
allowance. The Architect will select the testing laboratory.
B. Contingency: Contractor shall include in his proposal $10,000.00 for use at the
Owner's discretion for changes in or addition to the work that may be deemed
feasible by the Owner.
C. Utilities Contingency: Contractor shall include in his proposal an allowance of
$2,000.00 to provide for removal and relocation of any unforeseen obstructions and
utilities not previously located.
D. Carpeting: Contractor shall include in his proposal $6,000.00 for purchase and
installation of carpet. The Architect shall select color and type. Contractor shall
coordinate with Owner for extent and exact location of carpet, beyond what is
indicated on the drawings.
End of Section
r
01020 - 1
SECTION 01340 - SHOP DRAWINGS. PRODUCT DATA AND SAMPLES
1.01 GENERAL:
A. Refer to General Conditions, Article 3.12.
B. Submit to the Architect shop drawings product data and samples required by
specification sections.
C. Prepare and submit a list of required submittals of Shop Drawings, Product Data
and Samples. List submittal items in numerical order of specification section
numbers. Identify each submittal in list with an item number, specification section
number, name of product and type of submittal (Shop Drawings, Product Data,
Samples). Include dates for submission and need dates for each item.
1.02 SHOP DRAWINGS:
A. Original drawings, prepared by Contractor, subcontractor, supplier or distributor,
which illustrate some portion of the work, showing fabrication, layout, setting or
erection details, prepared by a qualified detailer.
1.03 PRODUCT DATA:
A. Manufacturer's standard schematic drawings:
1. Modify drawings to delete information which is not applicable to Project.
2. Supplement standard information to provide additional information
applicable to Project.
B. Manufacturer's catalog sheets, brochures, diagrams, schedules, performance
charts, illustrations and other standard descriptive data:
1. Clearly mark each copy to identify pertinent materials, products or models.
2. Show dimensions and clearances required.
3. Show performance characteristics and capacities.
4. Show wiring diagrams and controls.
C. Original color charts and/or samples on actual product material for color selection
purposes. Printed or reproduced charts are not acceptable.
1.04 SAMPLES:
A. Physical examples to illustrate materials, equipment and workmanship, and to
establish standards by which completed work is judged.
B. Field samples and mock-ups:
1. Erect at Project site at location acceptable to Architect.
2. Construct each sample or mock-up complete including work of all trades
required in finished work.
1.05 CONTRACTOR RESPONSIBILITIES:
A. Review shop drawings, product data and samples prior to submission. Initial, sign,
or stamp, certifying to review of submittal.
B. Verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
C. Coordinate each submittal with requirements of work and contract documents.
D. Contractor's responsibility for errors and omissions in submittals is not relieved by
Architect's review of submittals.
01340 - 1
E. Contractor's responsibility for deviations in submittals from requirements of
Contract Documents is not relieved by Architect's review of submittals, unless
Architect gives written acceptance of specific deviations.
F. Notify Architect, in writing at time of submission, of deviations in submittals from
requirements of Contract Documents.
G. Begin no work which requires submittals until return of submittals with Architect's
stamp and initials or signature indicating review.
a H. After Architect's review, distribute copies.
1.06 SUBMISSION REQUIREMENTS:
A. Schedule submissions at least 30 days before date reviewed submittals will be
needed, in accordance with approved submittal schedule.
B. Submit number of copies of shop drawings and product data which Contractor
requires for distribution, plus 2 copies which will be retained by Architect.
C. Submit number of samples specified in each of specification sections.
D. Accompany each submittal with transmittal letter, in duplicate, containing:
1. Date,
2. Project title and number.
3. Contractor's name and address.
4. Specification Section Number and Title
5. The number of each Shop Drawing, Product Data and Sample submitted.
6. Notification of deviations from Contract Documents.
7. Other pertinent data.
E. Submittals shall include:
1. Date and revision dates.
2. Project title.
3. Names of Architect, Contractor, subcontractor, supplier and manufacturer.
4. Identification of product or material.
5. Relation to adjacent structure or materials.
6. Field dimensions, clearly identified as such.
7. Applicable reference standards.
8. Other pertinent data required by Specifications.
9. Identification of deviations from Contract Documents.
10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of field measurements and compliance with Contract
Documents,
11. Space large enough to accept Architect's approval stamp (3" x 1-1/2").
1.07 RESUBMISSION REQUIREMENTS:
`mot A. Shop Drawings:
E 1. Revise initial drawings as required and resubmit as specified for initial
submittal.
2. Indicate on drawings any changes which have been made, other than those
requested by Architect.
B. Product Data and Samples: Submit new data and samples as required for initial
t submittal.
1.08 DISTRIBUTION OF SUBMITTALS AFTER REVIEW:
A. Distribute copies of shop drawings and product data which carry Architect's stamp
as required for construction, including Contractor's file, job site file, record
documents file, other prime contractors, subcontractors, supplier and fabricator.
01340 - 2
A
End of Section
3. He certifies that the cost data presented is complete and includes all
related costs under the Contract except the Architect's redesign costs, and
waives all claims for additional costs related to the substitution which
subsequently become apparent.
4. He will coordinate installation of accepted substitute, making such changes
as may be required for the Work to be complete in all respects.
5. He will assume full responsibility for additional cost and expenses for the
Owner, Architect/Engineer, and all other contractors.
Substitutions will not be considered if:
1. They are indicated or implied on shop drawings or product data submittals'
without formal request submitted in accord with Article 1.03 of this section.
2. Acceptance will require substantial revision of contract.
If substitution is not approved or accepted, Contractor shall furnish specified V
product.
01630 - 2
tIP
SECTION 01700 - CONTRACT CLOSE-OUT REQUIREMENTS
PART 1 - GENERAL
1.01 FINAL CLEANING: In addition to requirements of General Conditions and Supplementary
Conditions, the following shall apply:
A. Use experienced workmen or professional cleaners for final cleaning.
B. At completion of construction and just prior to acceptance or occupancy, conduct
final inspection of exposed interior and exterior surfaces and perform final cleaning.
C. Final cleaning shall include all sweeping, dusting, vacuuming, dry and wet
mopping, polishing, buffing, and other operations necessary, including supplies
and equipment required. Also remove temporary tape, wrappings, coatings, labels,
grease, dust, dirt, stains, fingerprints, and other foreign materials from interior and
exterior surfaces.
D. Repair, patch, and touch up marred surfaces to match adjacent finishes.
E. Replace air conditioning filters if units were operated during construction.
F. Clean ducts, blowers, and coils if air conditioning units were operated during
construction.
G. Clean cabinets and casework.
H. Dust and wash plumbing and electrical fixtures.
J. Surfaces recesses, enclosures, etc., shall be cleaned as necessary to leave work in
condition ready for immediate occupancy by Owner.
K. Hose down and scrub all new and existing concrete and asphalt paving and walks
soiled as result of work. Rake clean other surfaces of grounds.
L. All debris, surplus material, and other items specified or indicated for removal shall
become property of Contractor and shall be legally disposed of off -site.
M. Contractor shall promptly remove from building, job site, sidewalks, and streets, all
rubbish and dirt due to work done under contract. At completion of work, he shall
completely clean areas in which work has been done, including glass, and leave
building broom -clean and ready for occupancy.
1.02 SUBSTANTIAL COMPLETION INSPECTION:
A. Contractor determines work shown and specified has been substantially
completed:
1. Informs Architect in writing that work is ready for substantial completion
inspection.
2. If Architect concurs upon inspection, a substantial completion inspection
will be scheduled.
t B. Representatives will participate in Substantial Completion Inspection:
1. Architect and Engineer
2 Contractor and Major Subcontractors
3. Owner's Representative (optional)
C. Architect develops master "punch list" from comments produced by Substantial
Completion Inspection:
1. Copies to Contractor as required to expedite correction of items contained
in "punch list."
1.03 FINAL INSPECTION:
A. Contractor determines work shown and specified has been completed:
01700 - 1
1. Informs Architect in writing that work is ready for inspection.
2. If Architect concurs upon inspection, Owner is notified in writing that work is
ready for Owner's inspection.
3. If Owner concurs, a Final Inspection for substantial completion will be
scheduled.
B. Representatives will participate in Final Inspection:
1. Architect and Engineer
2. Contractor and Major Subcontractors
3. Owner's Representative
C. Architect develops master "punch list" from comments produced by Final
Inspection:
1. Copies to Contractor as required to expedite correction of items contained
in "punch list."
1.04 REINSPECTION COSTS: If such substantial completion or final completion inspection
reveals that the Work fails to comply with the claims of status of completion made by the
Contractor, then the Contractor shall bear all re -inspection costs thereof, including
compensation for the Architect's/Engineer's additional inspection services made necessary
by such failure.
1.05 PERMANENT KEYS: At final inspection, Contractor shall place correct key in each lock,
appropriately tagged for positive identification. Permanent keys, for whatever purpose
(finish hardware, mechanical equipment, casework, switches, electrical panels, fire alarm
system panels, fire hose cabinets, elevator, etc.), shall be released only to Owner's
designated representative. Owner's designated representative will make distribution of
keys.
1.06 SUBMITTAL REQUIREMENT FOR CONSTRUCTION CONTRACT FINAL PAYMENT:
Li
A. Project Record Documents:
1. Related requirements specified elsewhere:
a. General Conditions and Supplementary Conditions
b. Special Conditions
C. Submittals, Shop Drawings, Product Data, and Samples.
2. Project Record Documents are defined as "As -Built" Records which include
but are not limited to the following: Contract Drawings, Record Drawings,
Specifications, Addenda, reviewed Shop Drawings, Change Letters,
Change Order, negotiated changes, other modifications to the Contract,
Field Test Reports, approved submittal data, equipment operation, and
maintenance manuals.
3. Submit two (2) copies each of above to the Architect for review and
approval, one (1) copy of which shall be returned to Contractor approved or
with instruction for changes. After approval, submit three (3) copies to
Architect who will forward two (2) copies to Owner for his information and
use.
?:
4. Label each document "PROJECT RECORD" and accompany each submittal
with transmittal letter in triplicate containing: date, project title, Architect's
project number, Contractor's name and address, title of each record
document, certification in writing that each document, as submitted, is
complete and accurate, and signature of Contractor or his authorized
representative.
fi
01700 - 2
5. All the above shall be submitted prior to Final Payment to Contractor.
. B. Contract Record Drawings: Upon completion of construction and prior to Final
Payment, Contractor shall provide Architect with clean, complete set of
reproduction prints marked to record actual construction showing all deviations
from, additions to, or changes in Contract Drawings including but not limited to:
1. Depths of various elements of foundation and drilled piers in relation to first
floor level.
5' 2. Horizontal and vertical location of underground utilities and appurtenances
referenced to permanent surface improvements.
3. Location of internal utilities concealed in construction referenced to visible
and accessible features of structure, if significantly different than that shown
on Drawings.
4. Field changes of dimension and details.
5. Changes made by Change Letters, Change Order, or Field Order.
6. Details not on original Contract Drawings,
7. Architectural changes shall be noted as well as structural, mechanical, and
electrical.
( C. Specifications and Addenda: Upon completion of construction and prior to Final
Payment, Contractor shall provide Architect with clean, complete set of
Specifications and Addenda, each Section marked to record:
1. Manufacturer, trade name, catalog number of each product, and item of
equipment actually installed
2. Changes made by Change Order or Field Order.
3. Other matters not originally specified.
D. Operating and Maintenance Manuals and Index:
1. Prior to Final Payment, Contractor shall provide maintenance information
and operation instructions for equipment and systems installed.
2. Prepare operating and maintenance instructions for equipment, particularly
Mechanical and Electrical that will require adjustment, servicing, or attention
for its proper operation.
3. Provide following data bound in a neat brochure:
a. Approved fixture brochures, wiring diagrams, control diagrams, and
directions.
b. Repair parts lists of major equipment items shall include names,
addresses, and telephone numbers of local suppliers and
companies servicing installed equipment.
C. Valve tag charts and diagrams.
d. List of products incorporated in work, referenced to Specification
Section if other than product specified.
e. Provide an Index listing equipment referenced to Specification
Sections.
4. Operating instructions for heating, cooling and other mechanical systems
necessary for Owner to make full and efficient use of equipment including
recommended maintenance and seasonal changeover procedures.
k"
5. Submit three (3) copies of instructions to Architect for review and approval.
After approval, architect will forward two (2) copies to Owner for information
and use.
j_
01700 - 3
f
E. Approved Mechanical and Electrical Submittal Data: Prior to Final Payment, }
Contractor shall provide three (3) copies Mechanical and Electrical Submittal Data
to Architect who will forward two (2) copies to Owner for information and use.
F. Addenda and Negotiated Changes: Prior to Final Payment, Contractor shall provide
three (3) copies of Addenda and Negotiated Changes to Architect who will forward two (2) copies to Owner for information and use.
G. Warranties, Guarantees, and Bonds:
1. Prior to Final Payment, Contractor shall provide to the Architect three (3)
copies of all warranties, guarantees, and bonds required in various sections
of Specifications.
2. Written Warranty: Contractor shall submit to Architect three (3) copies of a
warranty written on Contractor's letterhead and in form approved by
Architect, for work, materials, and equipment for period of one (1) year.
3. Guarantees where guarantees for periods beyond one (1) year from date of
final acceptance for work are required, such guarantees shall be written,
and three (3) copies furnished to the Architect, on Contractor's letterhead #
using the following format: f
"GUARANTEE FOR
We hereby guarantee that the which we have
installed on the (project name, project address & location) has been done in
accordance with the drawings and specifications, and that the work as installed will
fulfill the requirements of the Guarantee included in the Specifications. We agree to
repair or replace any or all of our work, together with any other adjacent work which
may be displaced by so doing, that may prove to be defective in its workmanship
or materials within a period of (insert guarantee period) year(s) from date of
acceptance of the above mentioned structure by the (Owner's name), ordinary wear
and tear and unusual abuse or neglect excepted.
In the event of our failure to comply with the above mentioned conditions within a
reasonable time, which in no case shall be longer than thirty (30) days after being
notified in writing by the (Owner name), we collectively or separately do hereby
authorize the (Owner Name) to proceed to have said defects repaired and made
good at our expense, and we will honor and pay the costs and charges therefore
upon demand."
Signed
Subcontractor and/or Supplier
Countersigned
Prime Contractor
4. Warranty and Guarantee periods shall commence on the date of the
Certificate of Substantial Completion unless otherwise specified.
1.07 MATERIAL SAFETY DATA SHEETS (MSDS):
1. The Contractor shall provide to the Owner, copies of all MSDS for all products
utilized in the construction of this project.
01700 - 4 .i
334 _t
t.__.s
} 1.08 SYSTEMS DEMONSTRATIONS: After submission of written instructions and prior to Final
Payment, Contractor shall furnish competent operation engineer or engineers at such time
or times as directed by Architect to meet with Owner or his representatives, to fully explain
instructions and to demonstrate and fully familiarize Owner or his representatives with
equipment and phases of its operation and maintenance. Amount of time devoted to
instructions shall be reasonable and consistent with size of installation and its complexity.
Instructions shall be adequate to the extent that Owner's personnel may proceed with
normal operations in a safe and efficient manner.
1.09 FINAL PAYMENT:
A. Related requirements specified elsewhere:
1. GENERAL CONDITIONS:
a. Article 9.8 - Substantial Completion
b. Article 9.10 - Final Completion and Final Payment
2. SUPPLEMENTARY CONDITIONS:
a. Article 9.10 - Final Completion and Final Payment
3, SECTION 01700: CONTRACT CLOSEOUT REQUIREMENTS as applicable.
B. Submit three (3) sets of the following to the Architect who will forward two (2) copies
to Owner:
1. Certificate of Substantial Completion, AIA form G704
2. Certificate of Punch List Completion:
a. On Contractors letterhead
b. Copy of Punch List attached.
3. Change Order:
a. AIA form G701
b. Incorporates Change Letters and deducts remainder of the
Allowance from Contract amount.
C. All Change Letters, back-up material, and authorizations.
4. Contractor's Affidavit of Payment of Debts and Claims, AIA forms G706.
5. Contractor's Affidavit of Release of Liens, AIA form G706A.
6. Consent of Surety Company for Final Payment, AIA form G707.
7. Fully executed Certificate of Project Compliance (TEA 9/92).
C. Submit in triplicate AIA Document G702-1983 Application and Certificate for
Payment, supported by AIA Document G703-1983, Continuation Sheet, all marked
Application No. _ (Final).
End of Section
01700 - 5
SECTION 05500 - MISCELLANEOUS METALS
PART 1 - GENERAL
1.01 DESCRIPTION: Provide miscellaneous metal work as detailed, including anchors,
fasteners, hardware and accessories.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Sealant - Section 07900
Finish Painting - Section 09900
1.04 QUALITY STANDARDS:
A. Comply with the provisions of the following codes, standards and specifications,
except as otherwise shown and specified.
AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for
Buildings", including "Commentary of the AISC Specification".
AISC "Specification for the Design of Cold -Formed Steel Structural Members".
AWS "Code for Welding in Building Construction."
B. Regulatory Requirements: Miscellaneous metals shall comply with requirements of
Americans with Disabilities Act (Public Law 101-336), and the Texas Government
Code, Chapter 469, Texas Accessibility Standards, Adopted November 1, 2011.
1.05 SUBMITTALS:
A. Shop Drawings: Submit shop drawings in accordance with Section 01340.
Indicate each item being furnished, including materials, quantities, sizes, shapes,
locations, connections and fasteners. Designate shop and field welds in
accordance with AWS standard symbols. Furnish setting diagrams, erection plans,
templates and directions for installation of backing plates, embedded anchors and
other items.
B. Product Data: For each catalog item, submit manufacturer's product data sheet
indicating product description and installation recommendations. Submittal shall
be in accordance with Section 01340.
1.06 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Properly identify and mark items in accordance with approved Shop Drawings.
B. Deliver embedded items to site in accordance with concrete construction schedule.
C. Store products completely clear of ground and covered to avoid damage by
elements.
1.07 COORDINATION: Coordinate with other trades where their work is affected by
miscellaneous metal work.
05500 - 1
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Miscellaneous Structural Steel: ASTM A36.
B. Castings:
1. Gray Iron: ASTM A48, Grade 35B.
2. Malleable: ASTM A47, Grade 35018.
3. Steel: ASTM A27, Grade 65 - 35.
C. Fasteners: Furnish galvanized with galvanized items.
1. Bolts: ASTM A307, Grade A.
2. Expansion Bolts: Self -Drilling Anchors, Red Head Self -Drilling Series, or
equal.
D. Shop Paint: Equal to TNEMEC Series 10-99 rust -inhibiting red metal primer.
E. Galvanized Touch-up: Galvicon or ZRC compound, by ZRC Products Company,
Quincy, MA.
2.02 FABRICATION - GENERAL:
A. Fabricate work true to shape, size and tolerances, as detailed, with straight lines,
square corners or smooth bends; free from twists.
B. Grind and dress edges and ends of metal smooth, with no sharp edges and with
corners slightly rounded.
C. Perform welding in accordance with AWS DI.I and approved Shop Drawings. Grind
welds smooth and at decorative items, polish to uniform surface or radius.
D. Construct connections and joints exposed to weather to exclude water.
E. Provide sufficient type, quantity and size of anchors for proper fastening of items.
Fastenings shall be concealed wherever possible.
F. Provide holes and connections for work of other trades.
G. Pre -assemble items in the shop to the greatest extent possible, so as to minimize
field splicing and assembly of units at the project site. Disassemble units only to
the extent necessary for shipping and handling limitations. Clearly mark units for
reassembly and coordinated installations.
2.03 FABRICATED PRODUCTS:
A. Miscellaneous Steel Shapes: Channels, wide flange shapes, standard pipe,
angles, plates, connections and bolts where shown and detailed on Drawings or as
required for elevator installation. Hot -dip galvanize items on exterior.
B. Frame Supports: Steel angles and pipe with welded and bolted connections.
C. Steel Ladder for Elevator Pit: Where shown, furnish and install a steel ladder with 2"
x 3/8" runners, 3/4" round steel rungs, complete with floor and wall anchors as
detailed. Grind smooth all welds. Rungs shall be knurled, dimpled, coated with
skid resistant material, or otherwise treated to minimize the possibility of slipping.
2.04 FINISHES:
A. Standard Shop Paint:
1. Apply to miscellaneous ferrous metal items, except those indicated to be
galvanized, or those with a factory primer.
2. Prepare surfaces by solvent cleaning and hand tool cleaning.
B. Galvanized Finish: Zinc coating, ASTM A123.
05500 - 2
PART 3 - EXECUTION
3.01 INSPECTION AND PREPARATION:
A. Examine structure and surfaces for defects that would prevent proper installation of
miscellaneous metal items. Report discrepancies.
B. Field measure related work and openings as required for proper fit.
3.02 INSTALLATION:
A. Install items in accordance with approved Shop Drawings and manufacturer's
instructions.
B. Install plumb and level, anchored rigid and secure, and in true alignment with
related and adjoining work.
C. Field weld members in accordance with AWS D1.1. Grind exposed welds smooth.
D. Provide anchoring devices and fasteners for properly installing items.
E. Upon completion, re-examine work and correct to insure that installation is firm,
tight, anchored, in true alignment with neat fits, without distortions, unsightly
fastenings, raw edges or protrusions.
F. Touch-up field welded areas with specified shop paint. Use specified galvanized
touch-up at galvanized items.
End of Section
05500 - 3
Nil
l
i,
SECTION 06100 - CARPENTRY
PART 1 - GENERAL
1.01 DESCRIPTION: Covers lumberyard items including wood truss, wood framing, sheathing,
decking, and wood treatment.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Lightgage Steel Framing - Section 05400
Millwork - Section 06220
Gypsum Drywall Construction - Section 09250
1.04 QUALITY ASSURANCE:
A. Lumber Standard: For each use, provide lumber complying with Product Standard
PS 20 "American Softwood Lumber Standard". Nominal sizes are indicated;
provide actual sizes complying with minimum size requirements of PS 20 for
moisture content specified for each use.
B. Plywood Standard: For each use specified under this section, provide plywood
complying with Product Standard PS 1 "Softwood Plywood/Construction and
Industrial".
C. Factory -mark each piece of lumber and plywood with type, grade, mill and grading
agency identification; except omit marking from surfaces to receive transparent
finish, and submit mill certificate that material has been inspected and graded in
accordance with if it cannot be marked on a concealed surface.
Certificate of inspection and grading by a recognized grading agency, approved by
American Lumber Standards Committee, may be submitted with each shipment, in
lieu of factory -marking, at Contractor's option.
D. Regulatory Requirements: Carpentry shall comply with requirements of Americans
with Disabilities Act (Public Law 101-336), and the Texas Government Code,
Chapter 469, Texas Accessibility Standards, Adopted November 1, 2011.
1.05 SUBMITTALS: Submit in accordance with Section 01340.
A. Wood Treatment Data, Carpentry, General: For information only, submit chemical
treatment manufacturer's instructions for proper use of each type of treated
material.
B. Fire -Retardant Treatment: Include certification by treating plant that treatment
material complies with governing regulations, and treatment will not bleed through
finished surfaces.
1.06 PRODUCT HANDLING: Keep carpentry materials dry during delivery, storage and
handling. Store lumber and plywood in stacks with provisions for air circulation within
j stacks. Protect bottom of stacks against contact with damp surfaces. Protect exposed
materials against weather.
___ 06100 - 1
I'
(i
1.07 JOB CONDITIONS:
A. Time delivery and installation of carpentry work to avoid delaying other trades
whose work is dependent on or affected by carpentry work, and to comply with
protection and storage requirements.
B. Advise Contractor of heating or cooling requirements for installation areas, and for
maintaining required ambient conditions during and after installation.
C. Correlate location of furring, nailers, blocking, grounds and similar supports so that
attached work will comply with design requirements.
PART 2 - PRODUCTS
2.01 DIMENSION LUMBER:
A. General: Where wood framing from 2" through 4" in nominal thickness indicated,
provide lumber complying with lumber producer's inspection agency grading rules
certified as conforming to the "National Grading Rule for Dimension Lumber" by the
Board of Review of the American Lumber Standards Committee (ALSC).
B. Dress dimension lumber S4S unless otherwise indicated.
C. Provide kiln -dried dimension lumber with 15% maximum moisture content at time of
dressing and complying with KID size requirements of PS 20. Mark lumber "KD".
D. Timber -Blocking:
1. All Other Framing Material (2 x 6 and larger):
Southern Yellow Pine: No. 2 Grade, Kiln Dried, 1200 F.
West Coast Douglas Fir: No. 2 Grade, Kiln Dried, 1200 F.
Hem -Fir: No. 2 and better
E. Boards:
Southern Pine: B & BTR Grade, S4S, Kiln Dried.
West Coast Douglas Fir: C Select Grade, S4S, Kiln Dried.
F. Grounds and Nailers:
Yellow Pine, No. 1 Grade, Kiln Dried.
A. Exterior: ;
1. Not Exposed: APA, EXT, B-C, Group 1, of thickness noted on the drawings.
2. Exposed to View: APA, EXT, A-C, Group 1, of thickness noted.
3. Roof Sheathing: APA Rated Sheathing, Exposure 1 or 2, 32/16, 1/2" thick,
in accordance with APA's performance standards.
B. Interior:
1. Not Exposed: APA, INT, B-D, Group 1.
2. One Side Exposed: APA, INT, A-D, Group 1.
3. Both Sides Exposed: APA, INT, A -A, Group 1.
2.03 PARTICLEBOARD: Particleboard shall be not less than 45 lbs./cu. ft., premium industrial
grade 1-C-2 conforming to CS-236-66.
2.04 ANCHORAGE AND FASTENING MATERIALS:
A. Select proper type, size, material and finish for each application. Comply with the
following:
1. Nails and Staples: FS FF-N-105. NOTE: Nails for exposed or cedar
construction shall be non -staining type, aluminum alloy or stainless steel.
2. Wood Screws: FS FF-S-111.
3. Bolts and Studs: FS FF-B-575.
4. Nuts: FS FF-N-836.
5. Washers: FS FF-W-92.
6. Lag Screws or Lag Bolts: FS FF-B-561.
7. Masonry Anchoring Devices: For expansion shields, nails and drive screws,
comply with FS FF-S-325.
f 8. Toggle Bolts: FS FF-B-588.
9. Bar or Strap Anchors: ASTM A 575 carbon steel bars.
B. Provide stainless steel fasteners in toilets, showers, and rooms immediately
adjacent to showers.
2.05 PRESERVATIVE TREATMENT:
A. Vacuum Treatment: Treatment shall be in accordance with the Vacuum Wood
Preservers Institute (VWPI) standards and shall conform to Specification TT-W-572.
The treatment shall be with a water repellent preservative containing 5% by weight
of pentachlorophenol, with a 2 lb. retention per cu. ft. using the Dri-Vac process of
controlled vacuum.
B. Retreat, regardless of type of preservative or method of treatment, all surfaces
exposed by sawing, planing, boring or cutting with a liberal brush application or by
immersing in the preservative initially used.
C. Use this treatment for all wood in connection with roofs and elsewhere wood
treatment is called for on the Drawings.
2.06 FIRE -RETARDANT TREATED WOOD:
A. Fire -retardant treated lumber or plywood shall be equal to Dricon Fire Retardant
Treated Wood and shall comply with AWPI standards C20 and C27 for pressure
impregnation with fire -retardant chemicals to achieve a flame spread rating of not
more than 25 when tested in accordance with UL Test 723 or ASTM E-84.
B. Dry treated wood after treatment in accordance with AWPA Standards C20 and
C27.
C. Use fire -retardant treated wood for all wood blocking used throughout the interior of
the building.
2.07 HARDBOARD:
A. 1/4" thick, tempered, in conformance with Federal Specification LLL- B-8102, equal
to Masonite.
PART 3 - FABRICATION AND ERECTION
3.01 ANCHORS: Anchors shall be installed where specified or shown on the Drawings to anchor
carpentry to masonry or concrete. Anchors for wall and partition sills may be 1/2" bolts 8"
long spaced 8' on center or power driven nails, 16d and 4 foot on center.
3.02 MOISTURE SEAL: A moisture seal or barrier shall be placed under or around wood
members, which bear on or are embedded in concrete or masonry. Seal shall be asphalt
mastic, or an approved type.
3.03 ROUGH HARDWARE: Provide and install all rough hardware and metal fastenings as
shown on Drawings, specified herein, or required for proper installation of carpentry. Nails,
r-
06100 - 3
spikes, screws, bolts and similar items shall be of sizes and types to rigidly secure member
in place. See following headings for specific sizes and types of rough hardware required.
3.04 WOOD GROUNDS: Provide wood grounds and blocking of size and shape required for
accessories, finish hardware, door stops, and trim for chalkboards, tackboards, etc. Install
true to line, level, plumb, and well secured in place. Wood blocking or nailers on drywall
metal framing systems shall be anchored in place with screws.
3.05 TRIM:
A. Exterior and interior trim shall conform to design and details shown. When
practicable, work shall be fabricated and assembled at the mill. All trim shall be
finished smooth and free of machine or tool marks with all exposed surfaces
thoroughly sanded. All nail heads shall be set and filled with an approved type
filler.
B. All joints shall be tight and accurately formed. Field miters more than 4" from heel
to point or more than 4" long shall be glued and locked.
C. Provide blocking as required to secure work in place. Do not install any trim or
other woodwork until all surfaces have been primed and backprimed. Where
required, carefully scribe woodwork adjacent work.
D. Plywood with exposed edges shall be banded with white pine or matching wood
glued to the plywood.
3.06 INSTALLATION OF PLYWOOD: Comply with recommendations of the American Plywood
Association (APA), for the installation of plywood.
3.07 EXISTING WOOD DOORS AT NEW CARPET FLOORS: Cut and fit existing door bottoms to
provide 1/8" clearance at new carpet floors scheduled in existing spaces as required.
End of Section
06100 - 4
SECTION 06220 - MILLWORK
t
PART 1 - GENERAL
1.01 DESCRIPTION: Provide items of millwork as shown on drawings.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Carpentry - Section 06100
Gypsum Drywall Construction - Section 09250
Backpriming and Finishing of Millwork - Section 09900
1.04 SUBMITTALS:
A. Shop Drawings: Submit in accordance with Section 01340. Indicate materials,
species, construction, sizes, shapes, quantities, location and conditions of
adjoining work. Show items in related or dimensional position with sections or
details shown either full size or 3" = 1'0" scale.
B. Submit samples of laminated plastic and each species of solid wood and plywood
for Architect's selection and approval. Identify each sample species, cut, and
grade. Submit samples of miscellaneous hardware if requested by Architect.
1.05 REFERENCE STANDARDS:
A. "Quality Standards" of the Architectural Woodwork Institute, Eighth Edition, (AWI).
B. "Architectural Casework Details", Architectural Woodwork Institute.
1.06 QUALITY ASSURANCE:
A. Millwork manufacturer shall have a reputation for doing satisfactory work on time
and shall have successfully completed comparable work during past 5 years.
B. Architectural Woodwork Institute (AWI), Quality Standards.
C. Regulatory Requirements: Millwork shall comply with requirements of Americans
with Disabilities Act (Public Law 101-336), and the Texas Government Code,
Chapter 469, Texas Accessibility Standards, Adopted November 1, 2011.
1.07 DELIVERY, STORAGE AND HANDLING: Deliver, store, and handle millwork in manner to
prevent damage and deterioration. Do not deliver until building or storage area is
sufficiently dry so that millwork will not be damaged by excessive changes in moisture
content. Maintain relative humidity in storage areas not to exceed 50%.
1.08 COORDINATION: Millwork manufacturer is responsible for details and dimensions not
controlled by job conditions, and shall show on his shop drawings required field
measurements beyond his control. Coordinate to establish, verify, and maintain field
dimensions and job conditions.
PART 2 - PRODUCTS
2.01 QUALITY GRADE:
A. Materials and Fabrication: Custom grade for transparent (natural) finish, painted
finish and plastic laminate finish, in accordance with AWI "Quality Standards",
conforming to the following sections:
1. Section 100 - Solid wood members
2. Section 200 - Plywood and particleboard
3. Section 300 - Standing and running trim
4. Section 400 - Casework
5. Section 600 - Closet and Storage Shelving
2.02 MATERIALS:
A. Exposed Solid Wood (Transparent Finish): Plain sawn red oak unless otherwise
noted.
B. Exposed Solid Wood (Painted): Unselect Birch, or Poplar.
C. Solid Wood, Semi -Exposed (Cabinet Interiors): Natural or Unselect Birch, or
Poplar.
D. Solid Wood, Concealed Members: At option of mill.
E. Exposed Plywood (Transparent Finish): Plain sliced red oak veneer particleboard
core or fiber core plywood. Color and grain selected for compatibility in any one
cabinet face.
F. Exposed Plywood (Painted): Natural or unselect birch veneer core, particleboard
core or fiber core plywood.
G. Semi -Exposed Plywood (Cabinet Interiors): Natural or unselect birch veneer core,
particleboard core, or fiber core plywood, or particleboard.
H. Concealed Plywood: At option of mill.
J. Particleboard and Particleboard Core: Minimum 45 lbs./cu. ft. density, Type I,
premium industrial grade 1-M-3 conforming to ANSI 208.1-79.
K. Adhesive: Type II, CS-35.
L. Laminated Plastic:
1. General: Suede finish, unless otherwise noted, in solid colors, designer
series, or patterns, by Wilsonart Design Group I, Nevamar Solids Plus and
Nevamar Woodgrains, or Formica Full Line.
2. Horizontal Surfaces: 0.050" thickness for horizontal work surfaces and
0.030" thickness for all other horizontal surfaces, general-purpose type.
3. Vertical Surfaces: 0.030" thickness, vertical surface type.
4. Post Formed Surfaces: 0.042" thickness, post forming type. Use this type
at laminated plastic counter tops with coved splash and raised lip.
5. Chemical Resistant: 0.043" thickness, equal to Wilson Art "Chem -Surf',
color as selected.
6. Wear Resistant: 0.050" thickness, equal to Wilson Art "Tuf-Surf" (HW), color
as selected.
7. Balancing Sheet: 0.02" minimum thickness backing sheet by manufacturer
of laminated plastic.
8. Adhesive: As recommended by laminated plastic manufacturer.
9. Metallic Surface: Nevamar Metallage PMT001. (SELECT) Color and finish
as selected by Architect/Color and finish shall be A047 AluMat.
M. Laminated Plastic Covered Millwork: The following surfaces shall be covered with
laminate:
06220 - 2
(
1. All exposed surfaces visible when the doors and drawers are closed as
required for premium grade.
2. All Semi -Exposed surfaces behind doors, such as shelves, divisions, interior
faces of ends, case backs, and the back face of doors.
3. Drawer sides, backs and bottoms will not require laminate covering.
4. Continuity of Wood Laminate Grain: Conform to requirements of premium
grade.
N. Hardboard: 1/4" tempered hardboard, S2S. Use for drawer bottoms, unless
otherwise noted.
P. Miscellaneous Hardware Items: Provide and install the following items of
miscellaneous hardware with millwork.
1. Drawer Slides; No. 1300 Extension Slides by Knape & Vogt Mfg. Co.
2. Lateral Drawers: Knape & Vogt Mfg. Co. No. 1429 full extension drawer
slides and two 1/8" x 1/2" galvanized steel hanging folder hanging bars.
Notch drawer sides for legal and letter size hanging folders.
3. Cabinet Door Hardware: Each door to have:
1 pr. Hinges Grass 3903 Self -Closing x Base plate x US26D. Doors taller
than 36" shall have additional hinges per manufacturer's
recommendations.
1 Pull 752 wire x 626 Satin Chromium Plated, by Colonial Bronze
1 Lock National C8053 (where shown on plans)
1 Elbow Catch Ives 2F13 (at pairs of doors with locks)
2 3M Bumpers No. SJ-5012 adhesive mount. Use clear bumpers at
transparent or plastic laminate finish and gray at painted finish.
(-- 4. Cabinet Drawer Hardware: Each drawer to have:
1 Pull 752 wire x 626 Satin Chromium Plated, by Colonial Bronze
1 Lock National C8053 (where shown on plans)
2 3M Bumpers No. SJ-5012 adhesive mount. Use clear bumpers at
transparent or plastic laminate finish and gray at painted finish.
5. Locks and Keying: Master key cabinet locks. Key all locks in each room
alike. Provide three keys per lock. Furnish 6 master keys direct to Owner.
6. Shelf Standards and Supports: No. 255 Standards, No. 256 Supports, and
f No. 260 Holdowns, by Knape & Vogt. Note: At option of mill, provide
drilled 5 mm holes and No. 348 vinyl coated steel shelf support pins.
t Q. Grommets: Plastic grommets shall be Doug Mockett & Co., (P.O. Box 3333,
Manhatten Beach, CA 90266, Phone 213/318-2491), RG Series, 4" x 2", textured
cap with snap out access slot. Black.
2.03 FABRICATION:
A. Fabrication Workmanship:
1. Fabricate items in accordance with requirements of reference standards
and construct millwork items in accordance with Section 400 - Casework
grade requirements of AWI "Quality Standards", and reveal overlay
design/exposed face frame reverse lipped design as shown in AWI
publication, "Architectural Casework Details", unless otherwise specified or
modified.
2. Select plywood in each cabinet face for compatibility of grain and color.
3. Conceal edge grain of exposed and semi -exposed plywood and
particleboard with solid hardwood edge bands, minimum 1/4" thick.
4. Construct millwork items using materials specified for finishes designated
06220 - 3
on Drawings.
5.
Particleboard or particleboard core shelves shall not exceed 2'-8" in
unsupported length.
6.
Recess all adjustable shelf standards, unless otherwise shown.
7.
Milling: Fabricate, assemble, and finish items at mill as far as practical.
-_
Deliver ready to assemble and set in place. Machine sand items at mill.
Provide millwork free of machine or tool marks or defects that will show
through finish.
8.
Laminated Plastic Tops, Panels and Other Laminated Plastic Covered
Surfaces: Use particleboard cores. Glue tops, panels and other surfaces
under pressure using Type II water resistant adhesive. Glue plastic core
and balancing sheet in one operation after edge bands have been applied.
If possible, fabricate tops from one continuous sheet of laminated plastic;
minimize joints where joints are unavoidable. Return backsplash to front of
cabinet where walls occur.
9.
Construction: Construct each unit or cabinet in one section where practical,
or in largest practical sections to facilitate ease of handling and installation.
Where a cabinet is constructed in more than one section, ship trim and
scribe strips loose at field joints. Construct drawers with 3/4" thick
hardwood front and 1/2" thick hardwood sides and back.
PART 3 - EXECUTION
3.01 GENERAL: Install millwork items, plumb, level and true, in accordance with industry
standards. Blind nail where possible; set finish nails for puttying on exposed surfaces.
Carefully fit wood plugs in countersunk screw holes. Tool marks or abrasions on finish
surfaces not acceptable. Where attaching trim to drywall surfaces, use proper finish head
drywall screws. Do not install trim until backs and unexposed edges have been
backprimed. Fasten cabinets with concealed fasteners of adequate strength to securely
hold work in place. Set cabinets to lines and grades detailed, plumb and level. Accurately
scribe and closely fit face plates, filler strips and trim strips to irregularities of adjacent
surfaces. Install screws in all mounting holes of all hardware, fully seated.
3.02 CLEANING: Remove oil, dirt and grease from millwork items and leave in thoroughly clean
condition.
End of Section
06220 - 4
1
i`
i
SECTION 07210 - BUILDING INSULATION
PART 1 - GENERAL
1.01 DESCRIPTION: Provide sound attenuation insulation.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Alternates - Section 01100
Lightgage Steel Framing - Section 05400
Gypsum Drywall Construction - Section 09250
Acoustical Ceilings Systems - Section 09500
Pre-engineered Steel Building System - Section 13122
Pipe and Duct Insulation - Division 15 - Mechanical
1.04 SCHEDULE OF WORK: The extent of each type of insulation is shown on the drawings or
herein specified. Locations of various types shall be as follows:
A. Below Roof Deck: Thermal insulation: See Section 13122 Pre -Engineered Steel
Building Systems.
B. Exterior Walls: Thermal insulation See Section 13122 Pre -Engineered Steel Building
Systems.
C. Interior Walls: 4" thick sound insulation installed in certain interior walls where
shown on the Drawings.
D. Pipe and Duct Insulation: Specified in Division 15.
E. Roof and Wall Insulation for Pre -fabricated Metal Building: Specified in Section
13121.
1.05 SUBMITTALS: Submit sample of insulation, complete technical data of insulation and
installation instructions for Architect's approval, in accordance with Section 01340.
1.06 DELIVERY AND STORAGE:
A. Deliver to site in manufacturer's original packaging, clearly marked with brand
name, type, R-value and fire hazard classification. (FHC)
B. Store materials off ground and protect from damage by elements.
1.07 COORDINATION: Coordinate installation with masonry and drywall trades to prevent
cutting and patching.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. 4" Sound Insulation: Sound Insulation ASTM C665-84, Type I, 4" nominal thickness
(R-11) fiberglass batts, unfaced.
B. Exterior Walls: 3-1/2" thick thermal insulation in all exterior stud walls. Minimum R-
value of 13.
07210 - 1
C. Exterior Walls: 1^ thick polystyrene continuous insulation (}1) on the inside of
exterior walls and ceilings. Minimum R-va|u9Of3.8.
PART 3 - EXECUTION
3.01 APPLICATION:
B. Sound Attenuation Batt Insulation:
1Install wall insulation between studs and secure inplace. Butt ends closely
and fill all voids.
End of Section
O721O'2
H-1
SECTION 07270 - FIRESTOPPING
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. The requirements of the General Conditions, Supplementary Conditions, and
Division 1 General Requirements apply to the work of this Section.
B. Coordinate work of this Section with the work of the following Sections and
Divisions to properly execute the work in order to maintain the hourly ratings of the
walls and floors where firestopping and smoke seals are applied:
Drywall - Section 09250
Mechanical Plumbing and Electrical Work - Division 15 and 16 Sections
1.02 DESCRIPTION
A. This SECTION describes the requirements for furnishing and installing firestopping
for fire -rated construction. This includes:
1. All openings in fire -rated floor and wall assemblies, both blank (empty) and
those accommodating penetrating items such as cable conduits, pipes,
ducts, etc.
2. Gaps (openings) between exterior curtain walls and the outer perimeter
edge of structural floor.
3. Openings at each floor level in shafts or stairwells.
4. Joints in rated walls and floors between similar and dissimilar construction
materials.
1.03 QUALITY ASSURANCE
A. Firestopping materials shall conform to Flame (F) and Temperature (T) ratings as
required by local Building code and as tested by nationally accepted test agencies
per ASTM E-814 or UL 1479 fire tests, ASTM E-1966 or UL 2079 for construction
joints. The F rating must be a minimum of one (1) hour but not less than the fire
resistance rating of the assembly being penetrated. T rating, when required by
code authority shall be based on measurement of the temperature rise on the
penetrating item(s). The fire test shall be conducted with a minimum positive
pressure differential of 0.01 inches of water column.
B. Firestopping material shall be free of asbestos, PCBs, ethylene glycol, and lead.
C. Do not use any product containing solvents or that requires hazardous waste
disposal.
D. Firestopping shall be performed by a contractor trained or approved by firestop
manufacturer.
E. Equipment used shall be in accordance with firestop manufacturer's written
installation instructions.
F. Firestopping shall be inspected by a third party independent inspection service and
a report furnished to the architect or owners representative during all phases of
construction where it is possible to cover up areas requiring to be firestopped.
Service provided by Owner. Coordination shall be the responsibility of the General
Contractor. Should defects be discovered, subsequent inspections will be at the
cost of the installing contractor.
G. Single Source Responsibility: Provide firestop systems for all conditions from a
single manufacturer.
07270 - 1
1.04 SUBMITTALS
A. Submit manufacturer's product literature for each type of firestop material to be
installed. Literature shall indicate product characteristics, typical uses, performance
and limitation criteria, and test data.
B. Material safety data sheets (MSDS): Submit MSDS for each firestop product.
C. Shop drawings: Show typical installation details for methods of installation. Indicate
which firestop materials will be used where.
D. Submit manufacturer's installation procedures for each type of product.
E. Submit manufacturer's Warranty. If Manufacturer's states that the Owner or user
shall determine the suitability of the product for it's intended use, or Warranty states
that that the Owner or user shall test application for specific use, then the
Contractor shall have independently monitored tests performed on the construction
configurations identical to the proposed construction on this project, and
Contractors shall submit copies of Test Reports covering same, for review by the
Architect.
F. Prepare job mock-up of the material proposed for use in the project as directed by
architect. Approved mock-ups may be left in place as part of the finished project
and will constitute the standard for remaining works.
G. Pre -installation Conference: Construction Manager to schedule conference
approximately two weeks prior to scheduled commencement of firestopping
installation and associated work, meet at project site with Firestopping
Subcontractor; Contractors, Subcontractors and installers of associated work
including architectural, mechanical, electrical, and communication work:
Construction Manager; Owner; Firestopping Manufacturers Representative; and
other representatives directly concerned with the performance of the work,
including (where applicable) Owner's Insurers, Test Agencies, and Governing
Authorities.
1. Review foreseeable methods related to Firestopping work, including but not
necessarily limited to the following:
a. Tour representative areas where firestopping is to be installed;
inspect and discuss each type of condition and each type of
substrate that will be encountered, and preparatory work to be
performed by other trades.
2. Construction Manager to record discussion, including agreement or
disagreement on matters of significance; furnish copy of recorded
discussions to each participant. If substantial disagreements exist at the
conclusion of conference, determine how disagreements will be resolved
and set date for reconvening conference.
H. Owner shall provide the services of an independent and qualified inspection
agency if it deems it necessary. Contractor shall provide access, notify inspection
agency, and receive approval prior to concealment. Contractor shall replace any
applications damaged by inspection and applications deemed unacceptable.
1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Deliver material in the manufacturer's original, unopened containers or packages
with manufacturers name, product identification, lot numbers, UL-labels, and
mixing and installation instructions, as applicable.
B. Store materials in the original, unopened containers or packages, and under
conditions recommended by manufacturers.
07270 - 2
C. All Firestop materials shall be installed prior to expiration of shelf life.
1.06 PROJECT CONDITIONS
A. Conform to Manufacturer's printed instructions for installation and when applicable,
curing in accordance with temperature and humidity. Conform to ventilation and
safety requirements.
1.07 WARRANTY
A. Firestop Contractor shall warrant that firestopping systems used meet firestopping
requirements as herein specified.
1.08 SEQUENCING
A. Coordinate this work as required with work of other trades.
B. Firestopping shall precede gypsum board finishing.
1.09 PROTECTION
A. Where firestopping is installed at locations which will remain exposed in the
completed work, provide protection as necessary to prevent damage to adjacent
surfaces and finishes, and protect as necessary against damage from other
construction activities.
PART 2 - PRODUCTS
2.01 GENERAL
A. Firestopping shall meet the specified requirements.
2.02 FIRESTOPPING
A. Acceptable Manufacturers:
1. Bio Fireshield. (whose products are listed as a standard).
2. RectorSeal. Metacaulk.
3. 3M
B. Firestop Mortars:
1. K-10+. Firestop Mortar.
2. Metacaulk. Mortar.
C. Firestop Sealants and Caulks:
1. Bio Fireshield. Biotherm. 100 and Biotherm. 200 Firestop Sealants.
2. Bio Fireshield. BIOSTOP. 500+, 750, and BF150+ Intumescent Firestop
Caulk.
3. Metacaulk. , 950, 835+, 1000, 1200, MC150+ & Intumescent Firestop
Caulks.
4. 3M CP25WB+.
D. Firestop Putty:
1. 3M MPS-2 Moldable Putty Stix.
2. 3M MMP-4S Moldable Putty Pads.
3. Metacaulk. Putty & Putty Pads.
4. Bio Fireshield. BIOSTOP. Moldable Putty & Putty Pads.
E. Firestop Collars:
1. BIOSTOP. Plastic Pipe Collar.
2. Metacaulk. Plastic Pipe Collar.
07270 - 3
3.
3M PPD
F.
Intumescent Fire Retardant Firestop Mastic - Spray, Brush, or Trowel applied
1.
Metacaulk. 1100 Firestop Mastic.
2.
Bio Fireshield. 700 Firestop Mastic.
G.
Non
-Intumescent Firestop Spray Sealant
1.
BIOSTOP. 750 Firestop Spray
2.
Metacaulk. 1200 Firestop Spray
3.
3M Firedam Spray
H.
Wrap Strips:
1.
3M FS-195 Wrap Strip.
2.
Bio Fireshield. BIOSTOP. Intumescent Wrap Strips
3.
Metacaulk. Intumescent Wrap Strips
J.
Firestop Pillows
1.
Metacaulk. PILLOWS
2.
BIOSTOP. Firestop PILLOWS
3.
3M Firestop Pilows
K.
Wall
Opening Protective Materials
1.
LECTRA-STOP. Fire Rated Electrical Box Inserts, by BIO FIRESHIELD.
2.
BIOSTOP. Fire Rated Putty Pads
3.
3M Moldable Putty Pads
4.
Metacaulk. BOX GUARD. Fire Rated Electrical Box Inserts, By RectorSeal
Corporation
5.
Metacaulk. Putty Pads
6.
Metacaulk. Cover Guard.
7.
Bio Fireshield. Firestopping Gasket
L.
Fire Rated Joint Backing Material
1.
Metacaulk. Joint Strips
2.
BIOSTOP. Joint Strips
M.
Composite
Sheet Materials
1.
Metacaulk Composite Sheet
2.
BIOSTOP Composite Sheet
3.
3M CS 195+ Composite Sheet
N.
Accessories;
As specified by the tested assembly and:
1.
Forming/Damming Materials: Mineral fiberboard or other type
recommended by manufacturer's tested system.
2.
Primer, Sealant and Solvent Cleaner: As recommended by manufacturer's
tested system.
3.
Fasteners, universal restricting collars, etc: As recommended by the
manufacturer's tested system.
PART 3 - EXECUTION
3.01 INSPECTION
A. Examine the areas and conditions where Firestops are to be installed and notify the
architect of conditions detrimental to the proper and timely completion of the work.
Do not proceed with the work until unsatisfactory conditions have been corrected
by the contractor in a manner acceptable to the architect.
B. Verify that environmental conditions are safe and suitable for installation of Firestop
product(s).
07270 - 4
C. Provide labels at each location, which state:
Firestop System: Do Not Disturb
Manufacturer's name
System Number
Contractor
3.02 CONDITIONS REQUIRING FIRESTOPPING
A. General:
1. Provide firestopping for conditions specified whether or not firestopping is
indicated, and, if indicated, whether such material is designated as
insulation, safing, or otherwise.
2. Insulation types specified in other Sections shall not be installed in lieu of
firestopping material specified herein.
B. Building Exterior Perimeters:
1. Where exterior facing construction is continuous past a structural floor, and
a space would otherwise remain open between the inner face of the wall
construction and the outer perimeter edge of the structural floor, provide
firestopping to equal the fire resistance of the floor assembly. Mineral wool
by itself is not an acceptable firestop, neither is mineral wool used with
beads of caulking applied along length of mineral wool/curtain wall or
mineral wool/floor slab junctures. If mineral wool is part of firestop system,
the mineral wool must be completely covered by appropriate thickness of
UL listed Firestop Sealant.
2. Firestopping shall be provided whether or not there are any clips, angles,
plates, or other members bridging or interconnecting the facing and floor
systems, and whether or not such items are continuous.
3. Where an exterior wall of composite type construction passes a perimeter
structural member, such as a girder, beam, or strut, and the finish on the
interior wall face does not continue up too close with the underside of the
structural floor above, thus interrupting the fire -resistive integrity of the wall
system, and a space would otherwise remain open between the interior
face of the wall and lower edge of the structural member; provide
firestopping to continuously fill such open space.
C. Interior Walls and Partitions:
1. Where a wall or partition is continuous past a structural floor, such as a
stairwells and vertical shafts, and a space would otherwise remain open
between the wall face and perimeter edges of the adjoining structural floor,
provide firestopping.
2. Provide firestopping whether or not there are any clips, angles, plates, or
other members bridging or interconnecting the wall and floor systems, and
whether or not such items are continuous.
3. Where the top edge of a fire -rated wall or partition abuts and is at right
angles to fluted -type metal decking, and the construction is such that would
otherwise leave the flute spaces open, provide firestopping.
D. Penetrations:
1. Penetrations include conduit, cable, wire, pipe, duct, or other elements
which pass through one or both outer surfaces of a fire rated floor, wall, or
partition.
2. Except for floors on grade, where a penetration occurs through a structural
floor or roof and a space would otherwise remain open between the
07270 - 5
surfaces of the penetration and the edge of the adjoining structural floor or
roof, provide firestopping to fill such spaces in accordance with ASTM E-
1966 and UL 2079 for dynamic movement.
3. Where penetrations occur at fire -rated walls or partitions of solid -type
�-
construction, provide firestopping to completely fill spaces around the
penetration, in accordance with ASTM E-814.
4. Where penetrations occur at fire -rated walls or partitions of hollow -type'
construction, provide fire-firestopping to completely fill spaces around the
penetration, on each side of the wall or partition, in accordance with ASTM
E-814.
5. These requirements for penetrations shall apply whether or not sleeves
have been provided, and whether or not penetrations are to be equipped
with escutcheons or other trim. If penetrations are sleeved, firestop annular
space - if any - between sleeve and wall of opening.
t
6. Where openings occur for expansion, at intersections of dissimilar rated
-
construction, or control joints provide a rated joint system in accordance
with ASTM E-1966 or UL 2079'
E. Provide firestopping to fill miscellaneous voids and openings in fire -rated
construction in a manner essentially the same as specified herein before.
3.03 INSTALLATION
A. General
1. Installation of Firestops shall be performed by either a specialty contractor
specializing in Firestop application (FM 4991 Approved Contractor), or
general or sub -contractors with experience in similar applications and
projects with installers qualified and trained by the manufacturer. Installation
shall be performed in strict accordance with manufacturer's detailed
installation procedures.
2. Apply Firestops in accordance with fire test reports, fire resistance
requirements, acceptable sample installations, and manufacturer's
recommendations.
3. Coordinate with plumbing, mechanical, electrical and other trades to assure
that all pipe, conduit, cable, and other items which penetrate fire rated
construction have been permanently installed prior to installation of
Firestops, schedule and sequence the work to assure that partitions and
other construction, which would conceal penetrations, is not erected prior to
the installation of Firestops.
B. Dam Construction
1. Install dams when required to properly contain Firestopping materials within
openings and as required to achieve required fire resistance rating.
Combustible damming material must be removed after appropriate curing.
Incombustible damming materials may be left as a permanent component
of the Firestop system.
C. Field Quality Control
1. Prepare and install firestopping systems in accordance with manufacturer's
printed instructions and recommendations.
2. Follow safety procedures recommended in the Material Safety Data Sheets,
3. Finish surfaces of firestopping which is to remain exposed in the completed
Work to a uniform and level condition.
07270 - 6
4. All areas of Work must be accessible until inspection by the applicable
Code authorities.
5. Correct unacceptable firestops and provide additional inspection to verify
compliance with this specification at no additional cost.
D. Third Party Inspection:
1. During installation, provide periodic Third Party inspections to assure proper
application.
2. After installation is complete, submit findings in writing with certification that
Systems and Designs were followed.
3.04 CLEANING
A. Remove spilled and excesses materials adjacent to firestopping without damaging
adjacent surfaces.
B. Leave finished Work in neat, clean condition with no evidence of spillovers or
damage to adjacent Surfaces.
End of Section
07270 - 7
SECTION 07900 - CAULKING AND SEALANTS
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Provide exterior sealants required to close joints, which would allow moisture or air
to enter between fixed materials, and as otherwise indicated on the drawings for
exterior sealing. Caulk exterior joints and interior side of exterior joints with sealant
rather than caulking compound.
B. All joints (interior and exterior) between dissimilar materials shall be caulked with
sealant.
C. Provide caulking in conjunction with interior painting operations and as otherwise
indicated on drawings for interior caulking.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Glass and Glazing - Section 08800
Painting and Finishing - Section 09900
1.04 SUBMITTALS:
A. Manufacturer's Literature: Submit manufacturer's name and product proposed for
use, and manufacturer's color charts for Architect's selections and approval.
Submittal shall be in accordance with Section 01340.
B. Samples and Test Reports: For materials other than those specified, furnish a unit
sample of each material proposed (include primer), accompanied by certified
independent laboratory test reports showing that materials to be furnished have
been tested and meet requirements of applicable contract documents and
manufacturer's certification that no major formula change has taken place since
date of test. Sample containers shall be labeled as to supplier, name of material,
specification numbers, colors. Include letters or published recommendations by
manufacturer to support selection and compatibility of various related materials with
respect to type of joints for which each material is intended.
1.05 QUALITY ASSURANCE:
A. Acceptable Sealants:
1. Dow Corning 795
2. General Electric Silpruf
3. Tremco Spectrem 2
B. Applicator: Approved in writing by sealant manufacturer as a qualified applicator of
their product.
C. Regulatory Requirements (Energy): Installation of Caulking and Sealing products
shall meet performance requirements of the International Energy Conservation
Code (IECC), 2009 edition, and as herein specified. Installer shall insure that all
joints and penetrations required to be caulked under this contract are sealed. Refer
also to Section 00850 - INTERNATIONAL ENERGY CODE COMPLIANCE
STATEMENT.
07900 - 1
1.06 DELIVERY AND STORAGE: Deliver materials in unopened containers as packaged by
manufacturer. Store in a manner to protect materials from weather.
1.07 JOB CONDITIONS:
A. Environmental Requirements:
1. Sealant shall be applied only when (1) the ambient temperature is 40
degrees F and rising and (2) surfaces to be sealed are dry.
2. Proceed with sealant work only when weather conditions are in compliance
with manufacturer's recommendations.
B. Protection:
1. Restore to original condition or replace work or materials damaged during
handling of sealant materials.
2. Protect surfaces adjacent to sealant work prior to starting work.
1.08 GUARANTEE: Provide Owner a written guarantee which shall guarantee sealant
operations to be free of leaks and defects in material and workmanship for a period of two
years from date of acceptance.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Sealant: (All Exterior Joints and Interior Joints Subject to Movement and between
dissimilar materials, except for those joints listed hereafter to receive alternate
sealant type.) Select from the following and use same manufacturer on the entire
project:
1. Dow Corning 795
2. General Electric Silpruf
3. Tremco Spectrem 2
4. Color shall be as selected by Architect.
B. Caulking Compound: One part acrylic latex caulk for general purpose interior
caulking capable of being painted with latex or oil base paints.
C. Joint Backing: Closed cell or open cell polyethylene joint backing material as
recommended by sealant manufacturer. Select a size that will cause about 30%
compression in joint.
D. Bond -Preventive Materials: Polyethylene tape, pressure -sensitive adhesive or
masking tape, FS UU-T-106.
E. Primer: As recommended by sealant manufacturer for each type of working
surface.
2.02 MIXING: Mix two -component sealants in accordance with directions printed on container
labels.
PART 3 - EXECUTION
3.01 SURFACE PREPARATION:
A. Concrete and masonry surfaces shall be smooth, dry, sound. Brush and wipe
surfaces dust free. Remove oil, grease, release agents, coatings or other
1 •�1
t
j
contaminants from surfaces.
B. Remove loose mill scale from steel surfaces. Remove dirt, oil or grease by solvent
cleaning and wipe surfaces.
C. Report unsatisfactory surfaces to Architect.
D. Prime and prepare surfaces in strict accordance with sealant manufacturer's written -_
recommendations.
3.02 JOINT SIZES AND BACKING:
A. Sealant: Minimum and maximum joint sizes shall be as recommended by sealant
manufacturer and as shown on drawings. Use joint backing material to control
depth of joints. In general, sealant depth shall be one-half the width of the joint.
B. Caulking: Depth equal to 3 times joint width.
3.03 APPLICATION: t
A. Joint Backer: Install joint backer to achieve required depth of joints. Where not
used, install a bond -preventive material in joint.
B. Sealant: Apply sealant to joints prior to water repellent or clear coating operations.
Apply sealant within 8 hours after primer has dried. Gun -apply sealant, completely
filling joint. Tool joints smooth and wrinkle free.
C. Caulking: Caulk joints before final coat of paint is applied to adjacent surface.
Apply caulking with a pressure gun having a nozzle of proper size to fit joint.
Completely fill joint and firmly tool against backing to make a smooth, convex bead,
and assure good adhesion. Caulking shall develop a firm skin before paint is
allowed.
3.04 CLEANING: Remove excess sealant and caulking materials and smears from adjacent
surfaces as work progresses. Solvent recommended by manufacturer may be used to -'
remove sealant. Remove debris from site.
I<�
End of Section
07900 - 3
SECTION 08100 - CUSTOM HOLLOW METAL WORK
PART 1 - GENERAL
1.01 DESCRIPTION: Provide custom hollow metal doors, doorframes, and borrowed light
frames.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Wood Doors - Section 08211
_ Finish Hardware - Section 08700
Field Painting - Section 09900
1.04 QUALITY ASSURANCE:
A. Qualifications: Manufacturer and supplier of hollow metal doors and frames shall
show proof of at least 5 years of experience in fabricating custom hollow metal
work. Manufacturer is subject to Architect's approval and, if requested, shall submit
a list of recent local representative projects completed.
B. Regulatory Requirements:
1. Accessibility: Custom hollow metal work shall comply with requirements of
Americans with Disabilities Act (Public Law 101-336), and the Texas
Government Code, Chapter 469, Texas Accessibility Standards, Adopted
November 1, 2011.
2. Regulatory Requirements (Energy): Exterior Hollow Metal Doors shall meet
performance requirements and labeling requirements of the International
Energy Conservation Code (IECC), 2009 edition, and as herein specified.
Hollow Metal manufacturer shall certify all products, and all required labels
shall remain in place for inspection by the proper authorities having
jurisdiction. Refer also to Section 00850 - INTERNATIONAL ENERGY
CONSERVATION CODE COMPLIANCE STATEMENT.
1.05 SUBMITTALS:
A. Shop Drawings: Submit in accordance with Section 01340. Indicate each type of
door and frame, frame conditions, and complete anchorage details, supplemented
by suitable schedules covering doors and frames. Also indicate field splice joints,
hardware locations and reinforcement, and other misc. items.
B. Samples: Submit following samples if requested:
1. 12" x 12" section of door showing internal construction, edge detail, and butt
reinforcement.
2. 12" x 12" "L" section of frame showing corner detail.
1.06 DELIVERY AND STORAGE: Deliver, store, and handle hollow metal work in manner to
prevent damage and deterioration. Provide individual cardboard containers for doors.
Store doors and frames upright in a protected dry area.
PART 2 - PRODUCTS
2.01 BASIC MATERIAL:
A. Sheet steel for frames: Cold rolled commercial quality carbon steel, ASTM A366.
Sheet steel for doors: Cold rolled stretcher leveled sheet steel, ASTM A366.
B. Galvanized Steel Sheets: Zinc -coated carbon steel sheets of commercial quality,
complying with ASTM A526, with ASTM A525 G90 zinc coating, mill phosphatized.
2.02 FRAMES:
A. Combination type with integral stop and trim, fabricated to profiles and shapes
detailed with 16 ga. steel for interior frames, 14 ga. steel for exterior frames and
interior frame for door openings exceeding 36" width. Use galvanized steel where
noted on the drawings.
B. Corners and connections mitered and welded with exposed welds ground flush
and smooth. Frame throat shall be full welded.
C. Provide 16 ga. jamb anchors at 2'-5" o.c. (min. 3 per jamb except 4 per jamb at
drywall partitions) suitable for fastening to adjacent construction. Provide
adjustable 14 ga. sill anchor at bottom of each jamb for fastening to floor. Provide
removable steel spreaders at bottom. Provide mullion anchors where required.
D. Machine, mortise, reinforce, drill, and tap frames for attachment of finish hardware.
Reinforcing shall be not less than the following:
2.03
Hinge and pivot reinforcements ..................... 7 gage,
1-1/4" x 10" minimum size
Strike reinforcements ......................................
12 gage
Flush bolt reinforcements...............................12
gage
Closer reinforcements .....................................
12 gage
Reinforcements for:
Surface -mounted hardware ................12
gage
Hold -open arms.................................12
gage
Surface panic devices .......................
12 gage
Provide for 3 rubber silencers at each strike jamb on single interior doors, and
provide for 2 at heads of pairs of interior doors.
E. Where required, provide applied stops formed of 18-gauge steel with corners
closely fitted and secured at 12" o.c. with countersunk self -drilling oval head
screws.
DOORS:
A. Face sheets shall be of 16-gauge steel on exterior doors, 18 ga. steel on interior
doors, with no visible joints or seams. Use galvanized steel where shown on the
drawings.
B. Provide internal stiffeners of 20-gauge steel, spaced at 6" o.c. and welded to face
sheets at 5" o.c. Fill space between stiffeners with sound deadening material,
minimum 3 lb. density for interior doors and thermal insulation for exterior doors.
Minimum R-value for exterior doors shall be R=4.0.
C. Provide continuous 18-gauge channel reinforcement spot-welded around perimeter
of door. Close tops of exterior doors.
D. Door edges shall be fully welded, ground smooth, with no visible seams on faces
or edges.
V11
M
t
E. Doors shall have flush tops and inverted bottom channel.
F. Mortise, reinforce, drill, and tap doors for attachment of finish hardware.
Reinforcement shall be not less than the following:
Hinge and pivot reinforcements ................................ 7 gage
Reinforcements for lock face, flush bolts, concealed holders, concealed or
surface -mounted closers ........................................... 12 gage
r-a
2.04 LABELED FIRE DOORS AND FRAMES:
A. Doors and frames designated to be labeled shall bear Underwriters' Laboratories,
Inc. (U.L.) label for class and hour rating scheduled.
2.05 FINISH: Remove oil, dirt, and grease from exposed surfaces of doors and frames and
apply a mineral filler to assure a smooth surface. Apply 1 shop coat of zinc chromate rust
inhibitive primer, baked on.
PART 3 - EXECUTION
3.01 INSTALLATION OF HOLLOW METAL FRAMES:
A. Exercise care in setting of frames to maintain scheduled dimensions. Hold head
level and maintain jambs plumb and square.
B. Secure anchorages and connections to adjacent construction.
C. Leave frame spreader bars intact until frames are set perfectly square and plumb,
and anchors are securely attached.
D. Make field splices in accordance with Shop Drawing details.
3.02 INSTALLATION OF INTERIOR METAL DOORS: Install doors with 1/8" clearance at head
and jamb, 1/2" clearance at floors, and 1/4" clearance at thresholds, with no binding.
3.03 PRIME COAT TOUCH-UP: Immediately after erection, sand smooth any rusted or
damaged areas of prime coat and apply touch-up of compatible air primer.
3.04 GALVANIZED TOUCH-UP: Galvicon or ZRC compound, by ZRC Products Company,
Quincy, MA.
End of Section
08100 - 3
SECTION 08211 - FLUSH WOOD DOORS
PART 1-GENERAL
1.01 DESCRIPTION: Provide flush wood doors and transom panels.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Hollow Metal Door Frames - Section 08100
Finish Hardware - Section 08700
Glass and Glazing - Section 08800
Finishing of Doors - Section 09900
1.04 QUALITY ASSURANCE:
A. Acceptable Manufacturers:
1.
Weyerhaeuser Timblend Core, Type DPC-1
2.
Eggers Hardwood Products Corp., Master Flush
3.
Algoma Hardwoods, Inc., Novador
4.
Mohawk Flush Wood Doors, Platinum Series
5.
VT Industries Solid Style 5502-2.
6.
Graham
B. Reference
Standards:
1.
AWI-Architectural Woodwork Quality Standards and Guide Specifications,
current edition: Section 1300.
2.
NWWDA - National Wood Window Door Association, Industry Standard I.S.
1981.
C. Requirements of Regulatory Agencies:
1.
Underwriters' Laboratories, Inc. (UL), FIRE DOORS (120 IDO) GSNV for fire
classification marking.
2.
National Fire Protection Association (NFPA) "Standard Fire Doors and
Windows, NFPA No. 80 for installation of fire rated doors.
3.
Regulatory Requirements: Flush wood doors shall comply with
requirements of Americans with Disabilities Act (Public Law 101-336), and
the Texas Government Code, Chapter 469, Texas Accessibility Standards,
Adopted November 1, 2011.
1.05 SUBMITTALS:
A. Shop Drawings: Furnish Shop Drawings in accordance with Section 01340.
B. Certificates: Submit certificates of compliance with referenced standards and
fabrication requirements, signed by authorized representative of door manufacturer.
1.06 JOB CONDITIONS:
A. Store flat on a level surface in a clean, dry, well ventilated area protected from
sunlight.
B. Avoid subjecting doors to extreme heat, dryness, or moisture.
C. Cover to keep clean, but permit air circulation.
08211 - 1
D. Do not drag one door across another.
1.07 GUARANTEE:
A. Interior Solid Core Doors: Provide Owner with written lifetime guarantee which shall
guarantee doors to be free of defects in materials and workmanship. Guarantee
shall provide for complete replacement of defective doors, including hanging and
finishing, at no cost to Owner.
PART 2 - PRODUCTS
2.01 INTERIOR SOLID CORE WOOD DOORS:
A. Quality Grade: Custom grade, as defined by AWI Quality Standards, Section 1300,
1-3/4" thick.
B. Face Finish: IS premium grade, plain sliced Red Oak to receive transparent finish.
C. Core: Particleboard core construction, AWI Type PC-5, edge bands shall be
compatible species to face veneer. Use Type 11 or better glue.
2.02 FIRE RATED DOORS:
A. Ratings 30 Minutes and Less: Particleboard core, FD-1/2 & FD-1/3 for class and
hour rating scheduled, edge bands shall be compatible species to face veneer.
Use Type II or better glue. Provide quality grade, faces and finishes as specified for
interior solid core wood doors.
B. Ratings 45 Minutes and Greater: DFM series with Underwriters' Laboratories, Inc.
label for class and hour rating scheduled, edge bands of kiln -dried hardwood
treated with fire retardant treatment. Provide quality grade, faces and finishes as
specified for interior solid core wood doors.
C. Fire rated wood frames are specified in Section 06220.
2.03 METAL LIGHT FRAMES: All doors scheduled with lights opening on Corridors, all labeled
doors, and doors elsewhere indicated shall have oak veneered metal through -bolted U.L.
approved opening surround frames, Air Louvers, Inc. frame "Wood Lite" style of sizes
shown, complete with screws. Install frames with screws on occupancy side (opposite
side from key side when doors have locks).
2.04 FABRICATION: Fabricate doors in accordance with requirements of reference standards,
cut light and louver openings at factory, provide bead moldings as detailed, species to
match face veneer. Bevel both edges of doors 1/8" in 2".
2.05 FINISHING: At Contractor's option, doors may be factory finished in lieu of field finished.
_= Factory finish shall meet or exceed AWI System TR-6 Catalyed Polyurethane. Stain color
shall be custom as selected by architect.
PART 3 - EXECUTION
3.01 WOOD DOOR INSTALLATION:
A. Allow doors to become acclimated to site heat and humidity before hanging.
B. Hang and fit doors to frames with 1/8" clearance at head and jamb, 1/2" clearance
over hard floors, 1/4" clearance over thresholds and 1/8" clearance over carpet.
t
08211 - 2
C. In fitting for width, trim equally from both sides. Fire rated doors shall be trimmed
only from the lock edge and shall be trimmed no more than 3/16".
D. In fitting for height, do not trim top or bottom rails more than 3/4". Fire rated doors
shall be trimmed only from the bottom rails and shall be trimmed no more than 1 ".
E. Use drilled pilot holes for all screws.
F. Doors shall operate properly with no binding.
G. After setting, remove doors for sealing top and bottom edges and hardware
cutouts. Re -hang after sealing.
H. Do not remove labels from fire rated doors.
End of Section
08211 - 3
SECTION 08700 - FINISH HARDWARE
I
PART 1 - GENERAL
1.01 DESCRIPTION: Perform all work required to complete the Finish Hardware installation
indicated by the Contract Documents. Furnish all supplementary items necessary for
proper installation.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Hollow Metal Doors & Frames - Section 08100
Flush Wood Doors - Section 08211
1.04 QUALITY ASSURANCE:
A. Regulatory Requirements: Finish hardware shall comply with requirements of
Americans with Disabilities Act (Public Law 101-336), and the Texas Government
Code, Chapter 469, Texas Accessibility Standards, Adopted November 1, 2011.
B. Regulatory Requirements (Energy): Finish Hardware products, and installation of
those products used for weatherstripping doors or other openings on building
exterior shall meet performance requirements of the International Energy
Conservation Code (IECC), 2009 edition, and as herein specified. Refer also to
Section 00850 - INTERNATIONAL ENERGY CODE COMPLIANCE STATEMENT.
1.05 SUBMITTALS:
A. Schedules: Submit detailed finish hardware schedule in accordance with Section
01340, for Architect's approval. Schedule shall be complete, including type,
manufacturer's name and number, and finish of each item required. A complete
schedule of keying shall also be furnished. Do not order or deliver finish hardware
until Architect has approved schedules.
B. Manufacturer's Data: Submit manufacturer's data on each item of hardware,
including maintenance and installation instructions.
C. Samples: If requested by Architect, submit sample of each type of finish hardware
item used on project. If approved, samples may be used on project.
D. Templates: Furnish templates to other trades as required for fabrication of hollow
metal door and frames, aluminum and glass doors, or other items related to
hardware.
1.06 PRODUCT DELIVERY, STORAGE AND HANDLING:
A. Package and deliver hardware items separately and mark each to correspond with
numbers on hardware schedule. Include necessary instructions, templates,
drawings and fasteners for proper installation. Include extra fasteners.
B. Provide secure lock -up for hardware delivered to the project, but not yet installed.
Control the handling and installation of hardware items which are not immediately
replaceable, so that the completion of the work will not be delayed by hardware
losses, both before and after installation.
C. Coordinate hardware with other work. Review approved Shop Drawings of related
trades and verify that scheduled finish hardware is suitable for each related item of
work. Tag each item or package separately, with identification related to the final
hardware schedule.
1.07 COORDINATION:
A. Review approved Shop Drawings of related trades and verify that scheduled finish
hardware is suitable for each related item of work.
B. Deliver templates and finish hardware to aluminum and glass door suppliers for
fitting and installation.
PART 2 - PRODUCTS
2.01 GENERAL:
A.
Manufacturers Reference Numbers: Where items of hardware are specified by
1
numbers of manufacturers, they are taken from the following catalogues:
Best
LCN
McKinney
Pemko
Rockwood
Sargent
Schlage
And those noted
B.
Only items listed as equal will be accepted by the Architect.
C.
Hinges - Shall be McKinney - in type, size and weight listed in the hardware sets.
-)
Comparisons of either Hager/Stanley will be accepted as equal.
D.
Mortise Locks - Shall be as scheduled. Equal products of Corbin/Russwin and
Schlage will be accepted.
E.
Exit Devices - Shall be as scheduled and series as listed in hardware sets. NO
SUBSTITUTIONS WILL BE ALLOWED. Exit devices shall have manufacturer's 3
?
year warranty. Note: Vertical rod devices, if any, shall have latch retracting lever
bottom latch with mortise strikes.
F.
Door Closers - Shall be LCN types and series as shown in the hardware sets. NO
SUBSTITUTIONS WILL BE ALLOWED.
I
G.
All flush bolts shall have dust proof strikes.
-g
H.
Push, Pulls, Kickplates Door Stops & Bumpers - Shall be Rockwood. Items of
Baldwin, Brookline and Trego are acceptable as equal. Thickness of kickplates
shall be 16 gauge .050.
t_J
J.
Silencers - Shall be by Rockwood. Provide three (3) silencers for interior single
doors and two (2) silencers for interior pairs of doors.
K.
Hand of Door: The drawings show the swing hand of each door leaf (left, right,
reverse bevel, etc.). Furnish each item of hardware for proper installation and
operation of the door swing as shown.
L. Fasteners: Manufacture hardware to conform to published templates, generally
prepared for machine screw installation. Do not provide hardware which has been
prepared for self -tapping sheet metal screws, except as specifically indicated.
M. Furnish screws for installation, with each hardware item. Provide Phillips flat -head
08700 - 2
screws except as otherwise indicated. Finish exposed (exposed under any
condition) screws to match the hardware of such other work as closely as possible,
including "prepared for paint" in surfaces to receive painted finish.
N. Provide concealed fasteners for hardware units which are exposed when the door
is closed, except to the extent no standard -manufacturer units of the type specified
are available with concealed fasteners.
O. Elimination of Architectural Barriers: Door hardware shall comply with the applicable
requirements of Texas Department of Licensing and Regulation, Elimination of
Architectural Barriers Act, Article 9102, Texas Civil Statutes, and as follows:
1. Door Hardware: Handles, knobs, pulls, latches, locks, and other operating
devices on accessible doors shall be mounted no higher than 48 inches
above the floor or ground surface and shall have a shape that is easy to
grasp with one hand and does not require tight grasping, tight pinching, or
severe twisting to operate. The force required to activate door hardware
shall be no greater than five Ibf. Preferred designs include but are not
limited to lever -operated mechanisms, push -type mechanisms, and U-
shaped handles. When sliding doors are fully open, operating hardware
shall be exposed and usable from both sides. Doors to hazardous areas
such as loading platforms, boiler rooms, mechanical and electrical rooms,
and to other areas that might be dangerous to a blind person, shall be
made identifiable to the touch by a textured surface on the door handle,
knob, pull or other operating hardware. This textured surface may be made
by knurling or roughening or by a material applied to the contact surface.
Such textured surfaces shall not be provided for emergency exit doors or
any doors other than those to hazardous areas.
2. Door Closers: If a door has a closer, then the sweep period of the closer
shall be adjusted so that from an open position of 90 degrees, the door will
take at least three seconds to move to an open position of approximately 12
degrees.
3. Door Opening Force: The maximum force for pushing or pulling open a
door shall comply with this paragraph. For hinged doors, the force shall be
applied perpendicular to the door at the door opener or 30 inches from the
hinged side, whichever is farther from the hinge. For sliding or folding
doors, the force shall be applied parallel to the door at the door pull latch.
Forces shall be as follows:
a. Exterior hinged doors shall not exceed 8.5 Ibf. Slight increases in
opening force shall be allowed where 8.5 Ibf is insufficient to
compensate for air pressure differentials.
b. Interior hinged doors shall not require a force exceeding five lbs.
2.02 KEYING:
A. Exterior locks shall have construction cylinders, construction masterkeyed. Furnish
ten (10) keys. Keys shall have key code stamped on bow of key.
B. Key Quantity: Furnish 3 change keys for each lock.
C. Hardware Schedule: (See Attached).
#(r i
PART 3 - EXECUTION
3.01 INSTALLATION:
A. Mount hardware units at heights recommended in "Recommended Location for
Builders' Hardware" by BHMA, except as otherwise specifically indicated or
required to comply with governing regulations, and except as may be otherwise
directed by the Architect.
B. Install each hardware item in compliance with the manufacturer's instructions and
recommendations. Wherever cutting and fitting is required to install hardware onto
or into surfaces which are later to be painted or finished in another way, install each
item completely and then remove and store in a secure place during the finish
application. After completion of the finishes, re -install each item. Do not install
surface -mounted items until finishes have been completed on the substrate.
C. Set units level, plumb and true to line and location. Adjust and reinforce the
attachment substrate as necessary for proper installation and operation.
D. Drill and countersink units which are not factory -prepared for anchorage fasteners.
Space fasteners and anchors in accordance with industry standards.
3.02 FINAL ADJUSTMENT:
A. Wherever hardware installation is made more than one month prior to acceptance
or occupancy of a space or area, return to the work during the week prior to f
acceptance or occupancy, and make a final check and adjustment of all hardware
items in such space or area. Clean and relubricate operating items as necessary to -=
restore proper function and finish of hardware and doors. Adjust door control
devices to compensate for final operation of heating and ventilating equipment.
B. Instruct Owner's Personnel in proper adjustment and maintenance of hardware
during the final adjustment of hardware.
3.03 HARDWARE SCHEDULE:
Furnish each door leaf with hardware items scheduled. If a door is shown on the Drawings
and not included in hardware schedule then Contractor shall provide comparable hardware
as doors at similar locations or functions, at no additional cost.
Heading #1
Opg. # 4 - Corridor B03E from Exist. Elevator Equip B04
Each to have L
3 Hinges TA2714 4 1/2 x 4 1/2 10B
McKinney
1 Storeroom Lockset CL3357 NZD 613
Corbin
1 Deadlock DL3107 613
Corbin
1 Closer DC3210 M54 690
Corbin
1 Threshold 170 D x 36"
Pemko
1 Door Bottom 315 DN x 36"
Pemko
1 set of Sound Seal 294 DV 36" x 84"
Pemko
End of Section
SECTION 09250 - GYPSUM DRYWALL CONSTRUCTION
i
PART 1 - GENERAL
1.01 DESCRIPTION: Provide all gypsum drywall work, exterior stud walls and materials shown
on the Drawings.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Carpentry - Section 06100
Millwork - Section 06220
Custom Hollow Metal Work - Section 08100
Acoustical Ceiling Systems - Section 09500
Painting and Finishing - Section 09900
1.04 SCHEDULE OF WORK: See finish schedules and drawings for locations of gypsum
drywall work required. The types of work include the following:
A. Single Layer Applications: Partitions and suspended ceilings, 5/8" thick, Type X.
B. Double Layer Applications: Walls, 2-layers, 5/8" thick, Type X.
C. Wall Furring: 5/8" thick, Type X, on furring channels.
D. Sound Rated Partitions: Provide minimum 45 STC rating at partitions where shown
on the Drawings.
E. Drywall Soffits: Drywall furring at top of millwork and elsewhere shown shall be
braced soffit construction of steel runners, studs and 5/8" gypsum board.
F. Interior Drywall Framing and Furring: 20, 25-gauge metal stud system and furring
channels.
1.05 COORDINATION:
A. Build in openings and chases for heating, plumbing, and electrical ducts, pipes,
and conduits built into drywall partitions and ceilings.
B. Consult other trades in advance and make provisions for their work to avoid cutting
and patching.
1.06 QUALITY ASSURANCE:
A. Acceptable Manufacturers: U.S. Gypsum Co., National Gypsum Co., Republic
Gypsum Co.
B. Qualifications of Installer: Minimum of 3 years previous experience in comparable
work.
C. Requirements of Regulatory Agencies: Underwriters Laboratories, Inc., Fire Hazard
Classification; Local Building Code.
D. Fire Endurance Ratings:
1. Partitions: 1 hour fire -rated construction, unless otherwise noted, 2 hour
fire -rated partitions U.L. Design U411-2hr.
2. Ceilings: 1 hour fire -rated construction, unless otherwise noted.
09250 - 1
3. Fireproofing for Steel Joist and Framing above Suspended Ceilings: 2 hour ± a
fire -rated construction, unless otherwise noted, equivalent to U.L. Design
P503 - 2 hr.
4. Gypsum Board "Tunnel" Ceilings Above Corridor Suspended Ceilings: 1-
hour fire -rated construction equivalent to 1-hour wall construction.
5. Columns: 2 hour fire -rated construction equivalent to U.L. Design X516-
2hr./X528-2hr. 3 hour fire -rated construction equivalent to U.L. Design
X508-3hr.
E. Allowable Tolerances: 1/8" offsets between planes of board faces, and 1/8" In 8'-0"
for plumb, level, warp and bow.-;,
1.07 SUBMITTALS:
A. Product Data: Submit copies of manufacturer's product data sheets and printed
installation instructions for each product proposed for use, in accordance with
Section 01340.
B. Samples: Submit samples of framing members and accessory items.
C. Certificates: Furnish manufacturer's certification that materials meet or exceed
specification requirements.
1.08 DELIVERY AND STORAGE: Deliver materials to project site with manufacturer's labels
intact and legible. Deliver fire -rated materials bearing testing agency label and required fire
classification numbers. Store materials under cover, in dry area, off floor. Damaged,
deteriorated, or wet materials shall be rejected and replaced.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Source: Products listed are items manufactured by U.S. Gypsum Co. and are
listed as a standard of quality. Equivalent items of listed acceptable manufacturers
are acceptable. Products furnished on project shall be of a single manufacturer.
B. Interior Partition -Metal Studs: USG metal studs, channel type, roll -formed from 25
ga. galvanized steel, designed for screw attachment - Use 20 ga. where noted.
Metal studs and runners must comply with ASTM C645-81 specifications, including
minimum thickness.
C. Floor and Ceiling Runners; USG metal runners formed of 25 ga. galvanized steel.
D. C. R. Channels: 1-1/2" cold rolled steel channels, 16 ga., black asphaltum finish.
E. Furring Channels: USG metal furring channel, 7/8" deep, roll formed, hat -shaped
sections of 25 ga. galvanized steel.
F. Gypsum Wallboards:
1. Fire -Rated Board: 5/8" thick Sheetrock Firecode Wallboard, ASTM 1396
Section 5(C36), Type X, tapered edge. Use 1/2" thickness where noted.
2. Water -Resistant Board: 5/8" thick Sheetrock Mold Tough Firecode
Wallboard, ASTM 1396 Section 5 (C36), Type X.
3. Vinyl Faced Board: 5/8" thick vinyl -faced gypsum panels, Firecode ASTM
1396 Section 5 (C36), Type X, Range C, standard colors as selected by
Architect. Use 1/2" thickness where noted.
G. Mastic Dampproofing for Joints of Gypsum Sheathing: Dampproofing shall be
equivalent to A. C. Horn Dehydratine #6 mastic.
H. Thermal and Sound Attenuation Batts: Specified in Section 07210.
09250 - 2
J.
Fasteners: Provide type and size as recommended by drywall manufacturer, length
as required for each assembly.
K.
Drywall Adhesive: As recommended by drywall manufacturer for substrate
{
scheduled.
a
L.
Wallboard W/R Sealant: Sheetrock W/R Sealant,
M.
Metal Accessories:
-
1. Corner Beads: Dur-A-Bead No. 101, galvanized.
I
t.
2. Metal Trim (Casing Bead): No. 200-A or 200-B metal trim, galvanized.
3. Control Joints: No. 093, galvanized.
N.
Plastic Trim:
1. Outside Corner; RP-1 with field applied vinyl to match wallboard.
2. End caps: RP-4 with field applied vinyl to match wallboard.
3. Horizontal Wall Cover at Ceiling Heights Greater than 10 Feet: Plastic H
mold with field applied vinyl to match wallboard.
L
4. Edge Clips Equal to SKUT clips.
O.
Acoustical Sealant; Resilient, non -hardening, Tremco Acoustical Sealant and
Acoustical Tape, by Tremco Mfg. Co., BA-98. Acoustical Sealant by Pecora
Chemical Corp., or USG Acoustical Sealant.
P.
Access Doors:
1. General: Access doors shall be equal to Milcor Style DW, except use Style
ATR at fire resistive ceilings, as manufactured by Milcor Inc., Lima, Ohio.
Locations and sizes shall be as indicated on the Drawings.
2. Frame shall be 16 gauge steel and panel 14 gauge steel.
3. Casing bead of 22 gauge steel shall surround the frame.
4. Prime coat shall be factory -applied, baked -on enamel, chemically bonded
to the steel.
5. Hinges shall be concealed, spring type, opening to 175 degrees.
6. Locks shall be screwdriver operated with case hardened steel cam.
PART 3 - EXECUTION
3.01 GENERAL: Install all drywall materials in strict accordance with U. S. Gypsum's current
"good design practice" recommendations and printed instructions, but not less than the
requirements that follow. If a requirement of these specifications is in conflict with that of
the drywall manufacturer's recommendations or fire resistive rating requirements, then the
manufacturer's recommendations or fire resistive requirements shall govern (at no
additional cost to the Owner). Contractor shall notify the Architect in writing of any such
conflicts prior to installing the materials.
3.02 PREPARATION: Maintain minimum of 55 deg. F. temperature in building one week prior to
installation and until insulation and joint treatment is complete. Provide adequate
ventilation to remove excess moisture during joint treatment.
3.03 METAL FRAMING INSTALLATION:
A. Metal Runners: Align accurately according to partition layouts and fasten to
structure at 24" o.c. Brace top runners to structure above with bracing members 8
ft. on center, maximum.
B. Caulking: Before anchoring runners of partitions shown with sound insulation,
apply 2 beads of 3/8" dia. acoustical sealant to contact surfaces of runner tracks
09250 - 3
and end studs to seal with adjoining structure.
C. Metal Studs: Place in accordance with schedule below, unless otherwise noted on
Drawings, into floor and ceiling runners. Secure studs to runners with screws at
door and window frames, partition intersections and corners and secure remaining
studs with positive attachment. Where required for additional height, splice studs
by nesting a minimum lap of 18" and attach flanges together with 2 screws in each
flange.
1. Interior Stud Spacing and Gage:
16" o.c., 25 ga. for heights up to 14 ft.
16" o.c., 20 ga. for heights over 14' but not more than 18'
D. Chase Wall Studs: Position double row of studs vertically in runners so studs are
opposite each other in pairs with flanges pointing in same direction. Space at 16"
o.c. unless otherwise noted. Anchor each stud to runner flanges with screws.
Cross brace between rows at quarter points in partition height, width 1" screws
spaced 8" o.c. in each stud web.
E. Wall Furring, Direct Attachment: Attach furring channels vertically to wall, at 24" o.c,
with fasteners spaced 24" o.c., staggered on alternate wing flanges.
F. Window, Door and Borrowed - Light Frames:
1. Studs adjacent to window, door and borrowed light frames shall be securely
screwed or bolted to jamb and head anchors clips.
2. At the frame jambs install two floor -to -ceiling height runners nested into a
box form in addition to one ST 10 stud on each side of frame to act as strut -
studs. Boxed steel runners shall be screw attached together using 1/2" type
S-12 screws at 12" o.c. maximum. Attach ST 10 stud to boxed steel runners
with S-12 screws at 12" o.c. maximum.
3. At the frame head, install steel runner for openings up to 3-10"; boxed studs
in addition to runner for openings up to 7'-10" maximum; and tubular
structural girts for openings T-10" or in width. Anchor runners to boxed
studs to structural girts with S-12 screws same as noted above for jambs.
Cut runner long enough to provide minimum 2" end flanges for attachment
to strut -studs at jambs. Fasten runner to strut -studs with at least four 1/2"
type S-12 LPH screws per flange.
G. Suspended Ceiling Furring Erection: Attach 9 ga. galvanized wires to structure
spaced at 4'0" o.c. both ways. Install 1-1/2" C.R. channels spaced at 4'-0" o.c. and
located within 6" of walls to support furring channels. Install metal furring channels
at 24" o.c., at right angle to and securely clipped to main runners with Furring
Channel Clips. At openings, which interrupt main runners or furring channels,
reinforce grillage with 3/4" cold rolled channels wire tied to and parallel to main
runner channels. Level grillage. Note: Fire rated assemblies shall be installed in
accordance with U.L. Design requirements.
3.04 PANEL ERECTION:
A. General:
1. Stud Partitions: Do not begin installation of wallboard until stud framing and
stud cavity insulation, if any, has been inspected and approved by
Architect.
2. Concealed Mechanical and Electrical Systems: All mechanical and
electrical work that will be concealed by installation of wallboard shall be
inspected and approved by Architect prior to installing wallboard.
09250 - 4
B.
Batt Insulation: Where designated, install batt insulation continuously in stud
cavities. Insulation is specified in Section 07210.
C.
Screw Application:
`
1. Screws shall be applied with a positive -clutch electric power tool,
commonly called an electric screw gun, equipped with adjustable screw -
depth control head and a Phillips bit.
2. Set screw gun adjustment for proper screw depth. For gypsum panels
(drywall), screw head must be driven slightly below face of panel, but not
deep enough to break the paper face. Install additional screws adjacent to
any screw -head that breaks the paper face.
D.
Single -Layer Wallboard - Treated Joints: Use maximum practical lengths. Apply
face out with long dimension vertical. Place abutting ends and edges over stud
flanges. Joints on opposite sides of a partition shall occur on different studs. Make
cutouts within field of panels in a workmanlike manner. Attach with screws spaced
12" o.c. in field of board and 8" o.c. staggered along vertical abutting edges. Neatly
fit and stagger end joints. Do not apply wallboard on both faces until after stud
cavities have been insulated.
E.
Ceiling Panel Erection - Single Layer: Do not begin ceiling panel erection until all
suspended ceiling furring and accessories have been inspected and approved by
the Architect. Apply gypsum board with long dimension at right angles to furring
channels and fasten with screws spaced at 12" o.c. Make cutouts within field of
panels in a workmanlike manner. Place abutting ends or edge joints over web
surface of furring channel and fit neatly and accurately with end joints staggered.
Properly support gypsum board around cut-outs and openings in ceiling.
- F.
Direct Adherence of Drywall to Substrates: Where drywall is shown to be
adhesively applied to substrates other than drywall, use adhesives recommended
by the drywall manufacturer for the type of substrate shown. Prepare substrate and
laminate drywall in accordance with manufacturer's instructions. Provide temporary
fasteners or bracing as recommended until adhesive sets.
G.
Acoustical Caulking: In partitions receiving sound insulation, caulk perimeter of
face layer and openings.
1. Caulking Face Layer: Caulk perimeter of face layer by running a continuous
j--
3/8" x 3/8" bed of acoustical sealant against adjacent surfaces and runner
track before applying face layer.
2. Caulking Cut -Outs: Seal sides and backs of electrical boxes by buttering
with acoustical sealant during time of partition framing and prior to erection
of wallboard. Seal joints between box and cut-out in wallboard with
acoustical sealant.
H.
Installation of Gypsum Sheathing:
1. Install 2' x 8' panels horizontally with grooved edge down, with end joints
staggered over supports. At wood studs, nail as recommended by
manufacturer, but with not less than 11 gauge galvanized roofing nails or 15
gauge galvanized staples; provide 4 per 2' width at each support, except 7
per width if framing does not have diagonal bracing. At metal studs, screw
attach to each stud with recommended screws spaced 3/8" from ends and
edges and at approximately 8" o.c.
2. Mastic Dampproofing at Joints: Specified in Section 07150.
3.05 ACCESSORIES INSTALLATION:
A. Corner Beads: Install on external corners, with suitable fasteners spaced 9" o.c. on
09250 - 5
t .
both sides. j
B. Metal Trim: Install over face -layer wallboard with suitable fasteners spaced 9" o.c., '
where gypsum board surfaces meet dissimilar surfaces, where interior partitions
intersect exterior walls, and elsewhere as shown on Drawings.
C. Control Joints: Unless otherwise shown, install above door frame jambs, above
and below borrowed light frame jambs, openings in exterior stud walls, at changes
in back-up material, in partitions at 30' o.c., in ceilings at 50' o.c. in both directions,
in wings where "L", "U" and "T"-shaped ceiling areas are joined, at locations where
expansion or control joints occur in the base wall and elsewhere as recommended
by the drywall manufacturer. Attach to face layer wallboard with 9/16" "G" staples
spaced 6" o.c. in each flange.
D. Plastic Trim: Install in accordance with manufacturer's directions on external
corners and where vinyl faced gypsum board surfaces meet dissimilar surfaces.
3.06 CLEANING: At the completion of installation, remove rubbish from building, leaving floors
broom clean. Remove excess material, scaffolding, tools, and other equipment from
building and job site.
End of Section
09250 - 6
SECTION 09500 - ACOUSTICAL CEILING SYSTEMS
PART 1 - GENERAL
1.01 DESCRIPTION: Provide lay -in type suspended acoustical ceilings and wall panels.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Building Insulation - Section 07210
A/C Diffusers and Grilles - Division 15 - Mechanical
Light Fixtures - Division 16 - Electrical
1.04 SUBMITTALS:
A. Shop Drawings: Submit in accordance with Section 01340. Indicate materials and
construction of systems. Include manufacturer's specifications and installation
instructions for each type of acoustical system component. Include details of light
fixture and duct penetrations at ceilings required to have fire endurance ratings.
B. Samples: Submit samples of each acoustical board and suspension system for
Architect's approval.
C. Maintenance Instructions: Submit manufacturer's recommendations for cleaning
each type of acoustic material.
1.05 QUALITY ASSURANCE:
A. Qualifications of Installer: Subcontract the acoustical ceiling and related work to an
experienced installer acceptable to the manufacturer of primary acoustical
materials, as shown by current written statement from manufacturer.
B. Fire Hazard Classification:
1. Maximum Flame Spread: UL (ASTM E84): 25, Class 25 FS SS-S- 118A (13
Jun 80).
1.06 COORDINATION: Coordinate installation with other trades and make provisions for their
work to prevent cutting and patching.
1.07 DELIVERY AND STORAGE: Deliver materials in factory packages with factory labels
attached indicating brand, pattern, size and fire rating as applicable. Store acoustical
materials at normal room temperature in a protected enclosure having a stabilized moisture
content. Comply with manufacturer's storage recommendations.
1.08 WARRANTY:
A. Furnish written warranty that the work under this division shall be free from defects
of materials and workmanship for a period of two (2) years from the date of final
acceptance.
B. The following shall be adjudged as defective work: loosening, buckling, undue
shrinkage, warping, sagging, cracking, settling, chipping, spotting or loss of
acoustical properties of materials.
09500 - 1
1.09 EXTRA STOCK: At completion of project, furnish Owner with one full -unopened carton of
each type of acoustical board/tile material. Extra stock tile shall not be used by Contractor
for warranty work.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Acoustical Ceiling Board Type I (Standard): Mineral acoustical board conforming to
FS SS-S-118a, Type III, Class 25, Armstrong Fine Fissured or USG Radar.
Texture: Medium (Non -Directional Pattern)
Noise Reduction Coefficient: 0.55 or more
Light Reflectance: 0.84 or more
Size: 24" x 24" x 5/8", Lay -in, Square edge
Board Finish: Standard white
Suspension System: Exposed
Suspension System Finish: Low gloss white
B. Exposed Lay -In Suspension System:
1. Exposed tee grid system, intermediate -duty classification in accordance
with ASTM C635, by Chicago Metallic Corp., Donn Products Inc., USG, or
Armstrong.
2. Main and cross tees fabricated with double webs of .015 cold -rolled steel,
electro-zinc coated, 15/16" exposed flange, paint finish as noted above.
Main tees 1-1/2" high, 48 inch cross tees 1-1/2", 24 inch cross tees not less
than 1" high. Use aluminum grid where scheduled.
3. Edge molding, 0.020" steel, channel or hemmed edge angle shaped, 15/16"
exposed flange, paint finish to match grid.
4. Hold down clips as supplied by suspension system manufacturer.
5. Maximum deflection: 1/360 span.
C. Hanger Wire: Minimum 12 ga., galvanized, soft -annealed, mild steel wire.
D. Attachment Devices: Where hanger wires cannot be directly wire -tied to framing
members, provide attachment devices designed for type of construction used in
the work, with a carrying capacity not less than 5 times design loads involved.
PART 3 - EXECUTION
3.01 PROJECT CONDITIONS:
A. In areas to receive acoustical materials, maintain relative humidity at not more than
70% and temperature between 60 deg. F. - 75 deg. F., 24 hours before, during,
and after installation.
B. Examine areas for conditions that would affect quality and execution of work and
report discrepancies.
3.02 INSTALLATION - GENERAL:
A. Install suspension systems in accordance with ASTM C636.
B. Minimum width of border the of board allowed: one-half unit width. Perimeter tiles
shall be equal size.
3.03 INSTALLATION - EXPOSED GRID SYSTEM:
A. Space main tees at 48" o.c., unless otherwise noted, suspend from structure with
09500 - 2
hanger wire spaced at 48" o.c. Install additional hanger wires at 6" from ends of
each suspension member and at corners of light fixtures, and other items
supported by ceiling suspension system.
B.
Space cross tees at 24" o.c., connect to main tees. Rest main and cross tees on
wall moldings.
C.
Rigidly brace entire system in both directions, leave bottom surface of members
flush and level.
D.
Do not install ceiling boards until all mechanical and electrical systems and other
above ceiling components have been inspected by Architect. Install ceiling board
according to manufacturer's recommendations and in level plane bearing on
suspension members. Neatly cut out board around items installed by other trades.
E.
Provide spring hold down clips for each board in system in vestibules and within 10
feet in all directions of exterior doors.
F.
Provide spring hold down clips for each board mounted in vertical plane in furr-
downs or changes in ceiling heights occur.
G.
Fire -rated installations shall conform to U.L. Time -Design -Rated Assembly
requirements.
3.04 ADJUSTING AND CLEANING: Replace damaged members of exposed suspension
system. Replace ceiling and wallboard that is damaged, installed improperly, or shows
visible sign of sagging. Clean soiled areas of ceiling material and exposed suspension
system; comply with manufacturer's instruction. Replace ceiling units and members, which
are damaged or cannot be cleaned.
3.05 PROTECTION: Advise Contractor of proper procedures for protection of acoustical ceilings
from damage or deterioration.
End of Section
09500 - 3
SECTION 09650 - RESILIENT BASE
PART 1 - GENERAL
1.01 DESCRIPTION: Provide vinyl base and specialty flooring materials.
NOTE: Coved vinyl base shall be installed after carpet work and resilient flooring is
completed.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Carpet - Section 09680
1.04 QUALITY ASSURANCE:
A. Regulatory Requirements: Flooring and accessories shall comply with requirements
of Americans with Disabilities Act (Public Law 101- 36) and the Texas Government
Code, Chapter 469, Texas Accessibility Standards, Adopted November 1, 2011. A
static coefficient of 0.6 is required for all floors and 0.8 for ramps.
1.05 SUBMITTALS: Submit in accordance with Section 01340.
A. Shop Drawings: Indicate layout and details of installation, location of cross and
length seams in sheet goods, and location of edge strips. No sheet goods shall be
manufactured or installed until layout has been approved by the Architect.
B. Manufacturer's Data: Submit copies of Manufacturer's technical data and
installation instructions for each type of material and accessories.
C. Maintenance Instructions: Submit copies of manufacturer's written instructions for
recommended maintenance practices for each type of materials and accessories.
D. Samples: Submit samples of resilient base materials to Architect for approval and
selection of color and pattern. Do not order or deliver materials until after
Architect's selection and approval. Materials delivered to project shall match
approved samples.
1.06 DELIVERY AND STORAGE: Deliver materials in unbroken factory containers and store in
cool, dry place. Each container shall bear manufacturer's name, pattern number, and lot
number.
1.07 JOB CONDITIONS: Examine the areas and conditions under which resilient flooring and
accessories are to be installed and notify the Contractor in writing of unsatisfactory
conditions. Do not proceed with the work until unsatisfactory conditions have been
corrected.
1.08 EXTRA STOCK: At completion of project, deliver to Owner the following minimum amounts
of materials of same brand, size, and pattern as used on project; furnish materials from
same manufactured lot as the materials installed:
Base - 20 lin. ft. of each color and type installed.
1.09 GUARANTEE: Provide Owner a written guarantee that shall guarantee completed
09650 - 1
)
' installation to be free of defects in materials and workmanship for a period of two years
after final acceptance. Guarantee shall provide for replacement of defective work at no
cost to Owner.
PART 2 - PRODUCTS
2.01 GENERAL:
A. Materials shall be uniform in thickness and size.
B. Edges cut accurately and square.
C. Uniform color with variations in variegated patterns kept to a minimum.
D. Base materials shall be as long lengths as practical to suit conditions of installation.
2.02 BASE MATERIALS:
A. Vinyl Base: Vinyl (or rubber) cove base as scheduled in 50/100 ft. rolls, 4"/6" x 1/8"
gauge, F.S. SS-W-40a-74, Type II. Provide mitered internal corners. Color as
selected.
B. Sheet Vinyl Base: 476" high integral hand cove sheet vinyl base, including cove
support strip and metal top edge strip.
2.03 SPECIALTY FLOORING MATERIALS:
A. Vinyl Reducer Strip: Standard I" wide tapered vinyl edging, 1/8" thickness, color as
selected.
B. Transition Strip: Tapered vinyl or rubber edging thickness as required to transition
between VCT and dissimilar floor materials of greater or lesser gauge.
C. Feature Strips: Solid, plain color vinyl flooring material, 1/8" thick by width noted on
Drawings. Colors as noted on Drawings.
D. Anti -Slip Tape: 4" wide, heavy duty equivalent to Safety -Walk as manufactured by
Minnesota Mining and Manufacturing Company. Color as selected by Architect
from manufacturer's standards.
PART 3 - EXECUTION
3.01 INSPECTION AND PREPARATION:
A. Prior to installation of finish base, remove dirt, oil, grease, paint and other foreign
matter from surfaces.
B. Inspect surfaces for deviations beyond allowable tolerances. Fill depressions with
leveling compound and grind down high spots to obtain a smooth surface.
D. Trowel and featheredge leveling compound to a smooth and level surface.
3.02 INSTALLATION - GENERAL: Install base after finishing operations, including painting, have
been completed. Moisture content of concrete slabs, building air temperature and relative
humidity must be within limits recommended by manufacturer.
3.06 INSTALLATION OF BASE:
A. Apply resilient base to walls, columns, pilasters, millwork, casework and other
permanent fixtures in rooms or areas where base is required.
B. On masonry surfaces, or other similar irregular surfaces, fill voids along top edge of
resilient wall base with manufacturer's recommended adhesive filler material.
09650 - 2
C. Cement base to wall using recommended adhesive, straight with tight butt joints.
D. Form in and out corner angles tightly and neatly.
E. Scribe base accurately to door and cabinet trim.
3.04 INSTALLATION OF SPECIALTY MATERIALS:
A. Reducer Strips: Install vinyl reducer strips where detailed and where tile terminates
at exposed concrete floors.
B. Transition Strips: Install vinyl transition strips where detailed and where tile abuts
dissimilar floor material of greater or lesser gauge.
C. Feature Strips: Install feature strips for gymnasium game lines where shown on
Drawings, cut to shapes, sizes and profiles shown.
D. Anti -Slip Tape: Install anti -slip tape on vinyl composition floors on all ramps.
Remove backing and install tape at 13" o.c. with tape perpendicular to ramp slope.
3.05 REMOVAL OF EXISTING FLOOR TILES AND BASE:
A. Where shown or required, remove existing floor tiles, base and adhesive
completely. Proceed with installation as specified for new work.
B. Existing tile scheduled to remain shall be stripped with 00 steel wool, cleaned and
waxed as herein specified.
3.06 CLEANING AND WAXING:
A. Allow 24 hours after laying materials before beginning cleaning process. Clean
materials with a neutral cleaner and allow to dry.
B. Clean resilient base thoroughly and remove excess adhesive from surfaces.
C. Seal Terrazzo Tile using specified products in accordance with manufacturer's
written instructions.
D. Remove cartons and rubbish from site.
End of Section
09650 - 3
'a
C
r
SECTION 09680 - CARPET
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Provide materials for complete installation of carpeting. In addition to carpet
scheduled on floors, carpet shall be installed in bottom of millwork and in elevator
cabs where detailed on the Drawings.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Alternates - Section 01100
Resilient Base - Section 09650
1.04 QUALITY ASSURANCE:
A. Installer: A firm with not less than 5 years experience in installation of commercial
carpet, by methods similar to those required for this project.
B. All materials shall be installed by workmen skilled in the carpet trade, and shall
meet or exceed the highest standards of the carpet industry.
C. Substrate Tolerances: Tolerances are plus or minus within specified distance and
are not cumulative.
1. New or Existing Substrate at Carpet Floors: True to plane within 1/8" in 10
ft.
D. Regulatory Requirements: Comply with requirements and advisory
recommendations of Americans with Disabilities Act (Public Law 101-336), and the
Texas Government Code, Chapter 469, Texas Accessibility Standards, Adopted
November 1, 2011. A static coefficient of 0.6 is required for all floors and 0.8 for
ramps.
1.05 SUBMITTALS:
A. Shop Drawings: Submit in accordance with Section 01340. Indicate layout and
details of installation, location of cross and length seams in carpet, and location of
edge strips. No carpet shall be manufactured or installed until layout has been
approved by the Architect.
B. Invoices: Submit certified copies of invoices from carpet manufacturer, indicating
quality, color, dye lot and amount of yardage of carpet shipped.
C. Manufacturer's Data: Submit copies of manufacturer's technical data and
installation instructions for each type of material and accessories.
D. Maintenance Data: Manufacturer's complete recommended cleaning and
maintenance instructions, including identification of maintenance products and
instructions, for repair of minor carpet damage.
E. Samples: Submit representative samples in the form of a binder which includes
manufacturer's specifications. After architect makes preliminary selections, provide
minimum size 12" x 12" samples of each carpet selected. Final selection will be
made from large samples.
F. Certification: Furnish test report from independent testing laboratory certifying that
=41:Z11M
carpet furnished meets or exceeds specification requirements in every respect. {
Carpet not meeting specifications, will be replaced by the Contractor at no cost to
the Owner.
1.06 EXTRA STOCK AND REMNANTS: Package and leave with Owner usable overage and
remnants of carpet, 4 square feet and larger, and 10 carpet tiles for each color and pattern
installed.
1.07 DELIVERY AND STORAGE:
A. Deliver carpet tile covered with original mill protective wrapping and in sealed
cartons with register number properly marked on each carton.
B. Store flat in dry, protected, well -ventilated areas.
1.08 JOB CONDITIONS:
A. Dimensions on the Contract Documents are approximate. All areas to be carpeted
shall be field measured prior to installation. Discrepancies shall be called to the
attention of the General Contractor in writing with copies to the Architect.
B. Environmental Conditions: Building and carpet materials shall be heated at a
minimum of 68 degrees F. for at least 72 hours prior to installation with the relative
humidity not more than 65%. Keep temperature at same level night and day during
installation and for at least 72 hours after completion of installation. A minimum
temperature of 50 degrees F. shall be maintained thereafter.
1.09 GUARANTEE: Provide Owner a written guarantee that shall g guarantee completed jj
installation to be free of defects in materials and workmanship for a period of two years
after final acceptance. Guarantee shall provide for replacement of defective work at no
cost to Owner.
PART 2 - PRODUCTS
2.01
0 TYPE CARPET: Carpet
shall be Cube Modular Tile to Match Existing Carpet Tile:
Yarn System-----------------------100%
Yarn Manufacturer:--------------Aquafil
Recycled Content Type 6 Nylon
Construction -----------------------
Tufted Textured Loop
Dye Method: -----------------------
100% Solution Dyed
Special Treatments:-------------Intersept,
Preservative Protection and Protekt, Soil Protection
Pile Thickness:--------------------0.093
in
-_-
Pile Density:-----------------------6,968
Tile Size: ----------------------------
50 cm x 50 cm Modular Tile
lj
Primary System:------------------GlasBac
Tile
t_t
Installation Method: --------------
Non -directional Pattern using manufacturer's recommended
adhesive
2.02 FLOOR LEVELING COMPOUND: Latex -base liquid emulsion with Portland Cement and
sand, by Camp's; or Sonocrete by Sonneborn.
181.:
PART 3 - EXECUTION
3.01 REMOVAL OF EXISTING CARPET AND BASE:
A. Where new carpet floors are scheduled, remove existing carpet, carpet base,
related trim and adhesive completely. Proceed with installation as specified.
3.02 INSPECTION AND SUBFLOOR PREPARATION:
A. Prior to installation of carpet, remove dirt, oil, grease, paint and other foreign matter
from surfaces.
B. Inspect surfaces for holes, cracks and other abrasions, and fill with latex floor -
leveling compound.
C. Inspect surfaces for deviations beyond allowable tolerances. Fill depressions with
latex floor -leveling compound and grind down high spots to obtain allowable
tolerances.
D. Trowel and featheredge leveling compound to a smooth and level surface.
E. Leave subfloors clean, true to plane within allowable tolerances, and ready to
receive finish flooring.
F. Carefully check dimensions and other conditions in facilities and be responsible for
proper fitting of carpet in areas designated.
G. Do not proceed until defects are entirely corrected. Application or installation of
carpet shall constitute acceptance of substrates.
H. Where new Carpet Tiles abut existing broadloom carpet, cut existing carpet to
ensure clean transition and minimum ravel to existing carpet.
3.03 MODULAR TILE INSTALLATION:
A. Store Carpet tiles flat and at room temperature for 24 hours before installation.
B. Do not mix dye lot numbers.
C. Before installation, the subfloor surface must be smooth, level, of sound
construction, and clean. The surface must be free of dust, oil, grease, polish, wax,
concrete sealers, loose materials or other separating agents that will adversely
affect the adhesive bond.
D. The floor and room temperature shall remain a minimum of 651 F and a maximum
of 950 F for 24 hours before and 48 hours after installation. Take the reading from a
thermometer placed on the floor. Repeat in scattered areas.
E. Remove all foreign matter from the floor, such as grease, paint, coatings, wax, dust,
or old adhesives, or seal the floor with Lees Everseal or approved substitute. Latex
adhesives must be removed and sanded smooth or sealed with Lees Everseal. Cut
back or black solvent -based adhesives must be totally removed, covered with vinyl
composition tile, or sealed with two coats of Lees Everseal or manufacturer's
printed instructions, with the second coat applied perpendicular to the first coat.
F. The subfloor shall have a minimum of 2,200 PSI compressive strength, and any
patching materials should have a minimum of 2,500 PSI compressive strength.
G. Remove and sand any protrusions in the floor. Fill cracks more than 1/32-inch wide
with a Portland or cement -based patching compound. Imperfections in the floor
greater than 1/32 of an inch will cause tile run-off.
H. Test the alkalinity level of the concrete using a Litmus test. If the pH level is above
9, mop the floor with a vinegar and water solution (eight ounces of vinegar to one
gallon of water) to remove any alkalinity on the surface of the slab. Allow this
solution to dry completely, then use two coats of Lees Everseal.
J. Concrete subfloors - Conduct a moisture test. Moisture in the subfloor will interfere
with the curing and performance of the adhesive. The calcium chloride test is the
only acceptable test. A reading of 3.0 pounds per 1,000 square feet per 24 hours is
the maximum acceptable reading. For readings between 3.0 and 8 pounds, use
two coats of Lees Everseal.
K. Pattern should be laid in a non -directional pattern.
L. Measure the area to find the best starting point that will utilize a maximum size
perimeter tile.
M. After selecting the starting point, snap chalk lines that bisect this point at right
angles. To achieve a perfect angle, which is critical, form a triangle by measuring 6'
up from the center point. Then measure 8' out from the center point. Then, find a
10' angle between these two points.
N. Apply manufacturer's recommended adhesive over the entire surface, according to
manufacturer's written instructions. Begin at the starting point and work out to the
perimeter until the entire surface is covered with adhesive.
O. Use the chalk lines as a guide for lining up the edges of the modules. Using the
pyramiding technique, install one quadrant at a time.
P. The corners of the modules should be flat to assure proper fit. Install the modules
snugly, but be careful not to over -tighten.
Q. Roll the completed installation with a lightweight roller to ensure adhesive transfer
between the subfloor and the modular tiles.
R. Protect the installation from heavy traffic (e.g., wheeled traffic, moving furniture on
the installation, etc.) for 24 hours.
S. Maintain the floor and room temperature at a minimum of 650 F and a maximum of
950 F for 48 hours after installation.
T. Remove dried adhesive from carpet tiles as per manufacture's written instructions.
Wet adhesive can be removed using water and a cloth.
3.04 PROTECTION AND CLEANING:
A. After carpet installation is completed, remove remnants, wrapping paper and
debris.
B. Remove loose pieces of yarn with sharp scissors.
C. Remove soiled spots from carpet using proper spot remover.
D. Clean carpet with commercial beater bar type vacuum cleaner.
E. Repair any damages or stains to adjacent materials, caused by Installer or his
workmen.
End of Section
r
:E
SECTION 09900 - PAINTING AND FINISHING
i
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Provide complete painting and finishing of surfaces throughout interior and exterior
of building, including mechanical and electrical equipment, unless otherwise noted
not to be painted.
B. Examine specifications for various other trades and their provisions regarding their
painting. Surfaces that are left unfinished by other sections of specifications shall
be painted or finished as a part of this section.
C. Copper, bronze, chromium plate, nickel, stainless steel, Monel metal, lead, and
lead coated copper shall not be painted or finished except as otherwise specified
or scheduled.
D. Other surfaces not to be painted, unless otherwise noted, include face brick;
synthetic plaster, pre -finished wall, ceiling, and floor coverings; items with factory
applied final finish; chases; and plenums above suspended ceilings, except as
noted otherwise.
1.02 DOCUMENTS: Applicable requirements of the General Conditions, Supplementary
Conditions and General Requirements apply to the work specified in this section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Caulking and Sealants - Section 07900
Gypsum Drywall Construction - Section 09250
1.04 QUALITY ASSURANCE:
A. Product Labels: Include manufacturer's name, type of paint, stock number, color
and label analysis on label of containers.
B. Field Quality Control: Apply each type of finish required on a representative area or
room for approval of color, texture, quality and workmanship. After approval, these
applications shall serve as standard of quality for entire project.
1.05 SAMPLES AND COLORS:
A. Colors, including deep tones, will be selected by Architect. Number of colors to be
used on job will be determined by Architect.
B. After initial selections are made, painter shall prepare two 12" x 12" samples of each
color and sheen selected, on properly prepared paint -out cards or hardboard. One
set of approved samples shall remain at project site, and one will be retained at the
architect's office.
C. Prepare stained wood samples on type and quality of wood specified for use on
project. Painter shall provide two samples of approved stain, one of which shall be
maintained at project site.
D. Submit 12" x 12" samples of drywall textures based on Architect's instructions for a
general type of texture desired.
E. Submit paint schedule in accordance with submittal requirements of Section 01340.
List each surface and its proposed paint products and systems.
1••�1
-1
1.06 SUBSTITUTIONS: SSSSSS
A. Comply with provisions of Section 01630. ?_
B. Submit substitute paint schedule listing each surface and its proposed products.
C. Submit complete supporting data, specifications, and identifying numbers of each
proposed product. y
D. Do not order or deliver materials until Architect's approval is obtained.
1.07 DELIVERY AND STORAGE:
A. Deliver materials in original containers with seals unbroken and labels intact.
B. Store materials and equipment in a single lockable area of project site. Provide
adequate means to protect floors and adjacent surfaces of this area from damage.
C. Store clean rags, paint, and solvents in closed metal containers located in
designated area. Dispose of soiled rags daily.
D. Comply with applicable health and fire regulations.
1.08 SCAFFOLDS AND PROTECTION:
A. Provide adequate safe ladders, scaffolds, and stages necessary to complete work.
B. Protect completed finish and painted work, and protect adjacent finish surfaces
from paint splatter, spills and stains. Use adequate drop cloths and masking
procedures during progress of work.
1.09 EXTRA PAINT: Upon completion of the work, deliver to the Owner one (1) gallon of each
type and color of paint used.
1.10 GUARANTEE: This Contractor shall guarantee all work performed under this contract for a
period of one (1) year from date of acceptance. Cracking, peeling and scaling of paint
shall be judged as defective work.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Products specified in Schedule of Painting are as manufactured by Sherwin-
Williams, unless otherwise indicated; equivalent products of Pratt and Lambert,
Pittsburgh Paints, Benjamin Moore and Kelly -Moore may be furnished in lieu of
those listed, provided that they are of equal type and quality.
B. Materials selected for coating systems shall be products of a single manufacturer
unless otherwise specified.
C. Secondary products such as linseed oil, turpentine and shellacs shall be first line
quality products of a reputable manufacturer.
D. Lead Free Paint: All paint specified for use under this section shall be lead free and
mercury free and shall be in full compliance with Federal Hazardous Substances
Act.
E. Volatile Organic Compound (VOC) limits for paint and coating materials shall
comply with requirements of governing regulatory agency.
2.02 MIXING AND TINTING:
A. Accomplish job site tinting and mixing only when approved by Architect. Use
tinting colors recommended by paint manufacturer for specific type of finish.
B. Thin paints only when specifically allowed by manufacturer: do not exceed thinning
09900-2
directions.
2.03 JOINT TREATMENT MATERIALS:
A. Compounds: Pre -fill powdered joint compound, taping compound and topping
' compound, ASTM C475.
B. Joint Tape: Perforated tape, ASTM C475.
PART 3 - EXECUTION
3.01 INSPECTION:
A. Examine surfaces scheduled to receive paint and finish for conditions that will
adversely affect execution, permanence, or quality of finish work, and which cannot
be put into an acceptable condition through normal preparatory work.
B. Notify Architect in writing of such unacceptable conditions.
C. Do not proceed with surface preparation or coating applications until conditions are
suitable.
D. Application of paint or finish to surfaces shall constitute acceptance of that surface.
3.02 GENERAL APPLICATION REQUIREMENTS:
A. The intent of these specifications is to produce highest quality appearance of paint
and finish surfaces. Employ skilled mechanics only.
B. Do not apply exterior paint while surface is damp, or during cold, rainy, or frosty
weather, or when temperature is below 50 deg. F. Avoid painting surfaces exposed
to hot sun.
C. Floors and adjacent surfaces, as well as surfaces to be painted, shall be clean
before painting.
D. Finish tops, bottoms, and edges of doors same as balance of doors after they are
fitted. Seal top, bottom, opening and hardware recesses immediately after hanging
doors.
E. Clean surfaces free of foreign matter before applying paint or finishes.
F. Maintain ambient temperature in building of not less than 60 deg. F. for 24 hours
prior to and minimum of 24 hours after interior painting.
G. Do not paint masonry surfaces with a moisture content exceeding 12%.
H. Provide a minimum of 20 foot candles illumination for surfaces to be painted or
finished.
J. Apply materials with adequate ventilation; maintain ventilation in occupied rooms.
3.03 MECHANICAL AND ELECTRICAL PAINTING REQUIREMENTS:
A. Paint metal surfaces, including pipes, conduit, machinery, equipment panels and
boxes where exposed in finished spaces, mechanical rooms or on exterior. Paint
equipment Machinery Gray unless otherwise noted. Paint pipes and conduits to
match color of adjacent surfaces unless otherwise directed by Architect.
B. Metal surfaces delivered with prime coat shall have abrasions touched up and
finish coats applied as specified.
C. Touch up abrasions in factory finishes.
D. Paint galvanized ducts exposed to view on interior of building, including mechanical
spaces, in accordance with painting schedule for galvanized metal.
E. Paint air conditioning grilles, registers, ceiling diffusers and speaker grilles to match
color of adjacent surfaces unless otherwise directed by Architect.
09900-3
NOTE: Use this finish for all interior ferrous metal including exposed structural steel
except where other finishes are required. First coat not required on items
delivered with prime coat.
INTERIOR GALVANIZED METAL - ACRYLIC SEMI -GLOSS FINISH
First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC
Second: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC
Third: Pro Industrial Acrylic Semi -Gloss, B66-650 series, <50 g/L VOC
INTERIOR METAL - EPDXY FINISH (WATER BASE)
First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC
Second: Pro Industrial Pre -Catalyzed Water -Based Epoxy Semi -Gloss, K46 series,
<150 g/L VOC
Third: Pro Industrial Pre -Catalyzed Water -Based Epoxy Semi -Gloss, K46 series,
<150 g/L VOC
NOTE: Use epoxy paint on ferrous metal where scheduled on the plans.
INTERIOR WOODWORK - TRANSPARENT FINISH
First: SHERWIN WILLIAMS PROMAR Lacquer Stain. Color as selected by
Architect
Second: SHERWIN WILLIAMS 24% Solids Vinyl Sealer
Third: SHERWIN WILLIAMS 24% Solids Vinyl Sealer
Fourth: SHERWIN WILLIAMS Catalyzed Lacquer (Pre -cat) Bright Rubbed Effect
Fifth: SHERWIN WILLIAMS Catalyzed Lacquer (Pre -cat) Dull Rubbed Effect
INTERIOR WOODWORK - TRANSPARENT FINISH
First: Wood Classics 250 g/I Stain, A49W800 series, 250 g/L VOC
Second: Wood Classics WB Polyurethane A68, Satin <350 g/L VOC
Third: Wood Classics WB Polyurethane A68, Satin <350 g/L VOC
NOTE: Use this finish for all hardwood trim, doors, millwork, etc., noted to have
transparent finish.
INTERIOR WOODWORK - Cabinet Interiors not exposed to view. One coat Lacquer Clear Gloss,
tinted as directed.
INTERIOR WOODWORK - STAIN
Two coats of Wood Classics 250 g/I Stain, A49W800 series, 250 g/L VOC. Use this finish
on all T- 111 plywood wall paneling, trim and elsewhere noted.
INTERIOR DRYWALL CONSTRUCTION (Gypsum) - 100% ACRYLIC EGG -SHELL ENAMEL FINISH
First: ProMar 200 Zero VOC Primer, B28W2600, 0 g/L VOC
Second: ProMar 200 Zero VOC Eg-Shel B26-2600 series, 0 g/L VOC
Third: ProMar 200 Zero VOC Eg-Shel B26-2600 series, 0 g/L VOC
NOTE: Use this finish at all exposed gypsum board unless otherwise scheduled. All
cemented and taped joints shall be spot primed with ProMar 200 Zero VOC
Primer, B28W2600, 0 g/L VOC. Before proceeding with the above
specifications provide over the surface a uniform texture as approved by the
Architect before painting.
1••10 .
INTERIOR INSULATED PIPE COVERINGS
First: Pro Industrial Pro-Cryl Universal Primer, B66-310 series, <100 g/L VOC
Second: ProMar 200 Zero VOC Flat, B30-2600 series, 0 g/L VOC
INTERIOR CONCRETE BASES FOR EQUIPMENT
First: ArmorSealO Tread-Plex"', B90 Series
(1.5 - 2.0 mils dry)
Second: ArmorSealO Tread-PleXTI, B90 Series
(1.5 - 2.0 mils dry)
PIPES, MECHANICAL AND ELECTRICAL EQUIPMENT - ENAMEL FINISH
Finish in accordance with specifications for Interior Galvanized Metal and Interior Metal.
EPDXY FLOOR COATING:
First: Thoroughly clean and patch concrete floor slabs
Second: Acid etch & neutralize concrete surface
Third: ArmorSealO Floor-PlexO 7100 WB Epoxy, B70-400 Series
(1.5 - 2.0 mils dry per coat)
Fourth: ArmorSeaI8 Floor-PlexO 7100 WB Epoxy, B70-400 Series
(1.5 - 2.0 mils dry per coat)
NOTE: Use the finish on new and existing concrete floors where scheduled on the
Drawings. Prepare, mix and apply coating in strict accordance with
manufacturer's printed recommendations. Protect completed work with
kraft paper or other heavy covering during the construction period to
prevent damage and wear. Before final inspection, remove protective
coverings and wash floors clean.
End of Section
09900-7
_.i
.r t
SECTION 14200 - HYDRAULIC ELEVATOR
PART 1 - GENERAL
1.01 DESCRIPTION: Provide elevator where shown on the Drawings. Perform all work required
to complete Elevator installations and furnish all supplementary items necessary for the
proper execution and completion of the project.
1.02 RELATED DOCUMENTS: Applicable requirements of the General Conditions,
Supplementary Conditions and General Requirements apply to the work specified in this
section.
1.03 RELATED WORK SPECIFIED ELSEWHERE:
Miscellaneous Metals - Section 05500 C,i
Plumbing of Drains Etc. - Division 15
Ventilation - Division 15
Electrical - Division 16
j_
1.04 SUMMARY
A. Work
by others: General contractor shall provide the following in accordance with
the requirements
of the Model Building Code and ANSI A17.1 Code. For specific
rules,
refer to ANSI A17.1, Section 300 for hydraulic elevators. State or local
requirements must be used if more stringent.
1.
Elevator hoist beam to be provided at top of elevator shaft. Beam must be
able to accommodate proper loads and clearances for elevator installation
and operation.
2.
Supply in ample time for installation by other trades, inserts, anchors, bearing
plates, brackets, supports and bracing including all setting templates and
diagrams for placement.
3.
Hatch walls require a minimum two hours of fire rating. Hoistway should be
clear and plumb with variations not to exceed 1/2" at any point.
4.
Elevator hoistways shall have barricades during constuction, as required.
5.
Install bevel guards at 750 on all recesses, projections or setbacks over 2"
(4" for A17.1 2000 areas) except for loading or unloading.
6.
Provide rail bracket supports at pit, each floor and roof. For guide rail
bracket supports, provide divider beams between hoistway at each floor
and roof.
7.
Pit floor shall be level and free of debris. Reinforce dry pit to sustain normal
vertical forces from rails and buffers.
8.
Where pit access is by means of the lowest hoistway entrance, a vertical
ladder of non-combustible material extending 42" minimum, (48" minimum
for A17.1-2000 areas) shall be provided at the same height, above sill of
access door or handgrips.
9.
Machine room to be enclosed and protected.
10.
Machine Room temperature must be maintained between 550 and 900 F.
11.
If machine room is remote from the elevator hoistway, clear access must be
available above the ceiling or metal/concrete raceways in floor for oil line
and wiring duct from machine room.
14200 - 1
r'
12.
Access to the machinery space and machine room must be in accordance
with the governing authority or code.
13.
Provide an 8" x 16" cutout through machine room wall, for oil line and wiring
duct, coordinated with elevator contractor at the building site.
14.
All wire and conduit should run remote from either the hoistways or the
machine room.
15.
When heat, smoke or combustion sensing devices are required, connect to
elevator machine room terminals. Contacts on the sensors should be sided
for 120 volt D.C.
16.
Install and furnish finished flooring in elevator cab.
17.
Finished floors and entrance walls are not to be constructed until after sills
and door frames are in place. Consult elevator contractor for rough opening
size. The general contractor shall supply the drywall framing so that the wall
('
fire resistance rating is maintained, when drywall construction is used.
18.
Where sheet rock or drywall construction is used for front walls, it shall be of
sufficient strength to maintain the doors in true lateral alignment. Drywall
g '
contractor to coordinate with elevator contractor.
19.
Before erection of rough walls and doors; erect hoistway sills, headers, and
frames. After rough walls are finished; erect fascias and toe guards. Set sill
-
level and slightly above finished floor at landings.
' 20.
To maintain legal fire rating (masonry construction), door frames are to be
f
anchored to walls and properly grouted in place.
r, 21.
The elevator wall shall interface with the hoistway entrance assembly and
be in strict compliance with the elevator contractor's requirements.
22.
General Contractor shall fill and grout around entrances, as required.
23.
Elevator sill supports shall be provided at each opening.
24,
All walls and sill supports must be plumb where openings occur.
t_: 25.
For applications with jack hole, free and clear access to the elevator pit area
for the jack hole -drilling rig is required.
< 26.
Where jack hole is required, remove all spoils from jack hole drilling.
j 27.
When not provided by Elevator Contractor, jack hole shall accommodate
the jack unit. If required the jack hole is to be provided in strict accordance
with the elevator contractor's shop drawings.
28.
Locate a light fixture and convenience outlet in pit with switch located
adjacent to the access door.
29.
A light switch and fused disconnect switch for each elevator should be
located inside the machine room adjacent to the door, where practical, per
the National Electrical Code (NFPA No. 70).
30.
As indicated by elevator contractor, provide a light outlet for each elevator,
in center of hoistway (or in the machine room).
(_ 31.
For signal systems and power operated door: provide ground and branch
wiring circuits, including main line switch. For car light and fan: provide a
feeder and branch wiring circuits, including main line switch.
32.
Wall thickness may increase when fixtures are mounted in drywall. These
requirements must be coordinated between the general contractor and the
elevator contractor.
33.
Provide supports, patching and recesses to accommodate hall button
boxes, signal fixtures, etc.
34.
Locate telephone and convenience outlet on control panel.
j
14200 - 2
,r ,
I
i
I .
35. Contractor shall remove and relocate conduit and all wiring not in conduit
that does not support the operation of the elevator. Contractor shall
coordinate with owner in advance before such work.
1.05 CODES AND PERMITS:
A. Elevator Code: Except as otherwise indicated, and except for more stringent
requirements of governing regulations (which must be complied with), comply with
applicable requirements of the "American Safety Code for Elevators, and
Escalators" (ANSI A17.1 current edition) published by The American Society of
Mechanical Engineers, hereinafter referred to in these specifications as the "Code".
B. International Building Code: Comply with requirements of Chapter 30, Elevators,
Dumbwaiters, Escalators, and Moving Walks, 2009 Edition.
C. Electric Code: For electrical work included in the elevator work, comply with the
"National Electrical Code" (ANSI CI).
D. Permits and Inspections: The elevator contractor shall obtain and pay for necessary
Municipal and State inspections and permits, and make such tests as are called for
by regulations of such authorities. These tests shall be made in the presence of the
authorized representatives of such authorities.
E. Comply with Texas Accessibility Standards (TAS) of the Architectural Barriers Act,
Article 9102, Texas Civil Statutes.
F. Comply with requirements of Americans with Disabilities Act (Public Law 101-336).
G. Comply with State of Texas Elevator Inspection Law (HB154).
1.06 QUALITY ASSURANCE:
A. It is required that the elevator installation be made by concerns having successful
experience in installing and servicing elevators of the type as required by the
specifications, and the bidder must be able to demonstrate that he has installed
similar elevators to those specified and which have given satisfactory service and
have been in successful operation for at least three years.
B. The elevator machines, controllers and associated equipment shall be in strict
accordance with the specification requirements and of high quality grade. The
elevators must be smooth and safe in operation, and are to be the product of firms
regularly engaged in the business of manufacturing high class elevators, who are
possessed of sufficient financial ability and satisfactory business standing and
technical ability, shop equipment and technical organization, etc., and have
demonstrated their ability to design and construct elevators of the grade covered
by this specification.
C. Each elevator specified herein, and to be furnished and installed under this
contract, shall not be an assembled elevator, but shall be manufactured in its
entirety, exclusive of cabs and doors, by the designer and manufacturer, who shall
be fully licensed and authorized to construct and install the elevator equipment
(_
covered by these specifications.
1.07 INSTRUCTION AND MAINTENANCE:
A. Instruct the Owner's personnel in the proper use, operation and daily maintenance
of the elevators. Review emergency provisions, including emergency access and
procedures to be followed at time of failure in operation and other building
emergencies. Train Owner's personnel in the normal procedures to be followed in
checking for the source of an operational failure or malfunction. Confer with the
Owner on the requirements for a complete elevator maintenance program.
t_
14200 - 3
B. Make a final check of each elevator operation just prior to acceptance of elevator
work by the Owner. Determine that all operation devices are functioning properly.
C. Maintenance Period: Starting at the time of Owner's acceptance of elevator work,
provide complete systematic inspection and maintenance of each elevator for a
period of 12 months. Furnish trained experts and equipment to check, adjust,
lubricate and otherwise maintain the elevators in operation without defects or
deterioration. Replace or repair materials and parts, which become defective or
deteriorated for any reason except through abuse or misuse by the Owner or
occupants of the building. Return to project, within 18 hours of time Owner reports
defective operation, and proceed with repair and maintenance work to restore
operation promptly.
D. Continuing Maintenance: The Installer shall provide a continuing maintenance
proposal to the Owner, in the form of a standard yearly (or other period)
' maintenance agreement, starting on the date of construction contract maintenance
requirements are concluded. State the services, obligations, conditions and terms
for the agreement period, and for renewal options. Include provisions of the project
guarantee and the elevator guarantee.
E. The elevator contractor shall have bona fide proven manufacturer's service facilities
in the city in which the project is located/within 100 miles of the city in which the
project is located, which shall be maintained direct by the manufacturer. This
Contractor shall also have in inventory in the service facility the necessary
replacement arts for satisfactory servicing.
p rY g
1.08 APPROVED MANUFACTURERS: Elevators specified herein are manufactured by
ThyssenKrupp Elevator. Any of the following manufacturers are approved, provided they
comply with these specifications and other applicable contract documents:
Minnesota Elevator
Otis Elevator
Kone Elevator
Advance Elevator
1.09 PERFORMANCE, GENERAL: Provide complete elevator systems, ready for full use and
operation for the normal life of the building, with normal maintenance.
1.10 HOISTWAY CONSTRUCTION: Verify dimensions of the existing hoistway, pit, and machine
room, as shown and as constructed, before fabricating and installing elevator work.
Examine all parts of the supporting structure and the conditions under which the elevator
work is to be installed. Notify the Contractor in writing of dimensional discrepancies and
other conditions detrimental to proper performance of the elevator work. Do not proceed
with elevator installation until unsatisfactory conditions have been corrected in a manner
acceptable to the Installer.
1.11 INSERTS: Furnish inserts to the Contractor, to be installed in accordance with the elevator
shop drawings for the installation of machines, rails, hoist way entrances and other elevator
components requiring inserts for anchorage or support as applicable for the existing
hoistway.
1.12 POWER SUPPLY: Refer to Division 16 sections for current characteristics of power
supplied for elevator machinery and for lighting and service outlets. Motors shall be wired
for 480 volts, 3 phase, 60 cycle. Cab lighting shall be wired for 120 volts, 3 phase, 60
14200 - 4
cycle.
1.13 TESTS OF ELEVATOR WORK:
A. Laboratory Testing: Comply with Code for laboratory testing of elevator component
parts, including buffers, interlocks, door contacts, wire rope, connectors, fasteners
and other materials and products used in the elevator work. Label such products
and materials to indicate the testing and certification by the laboratory.
B. Acceptance Testing: Upon nominal completion of each elevator installation, and
before permitting use of the elevator (either temporary or permanent), perform
acceptance tests as required and recommended by Code, and also perform other
tests, if any, as required by governing regulations.
1.14 SUBMITTALS: Submit in accordance with Section 01340.
A.
Manufacturer's Data - Elevators: Submit copies of manufacturer's specifications
and installation instructions for the complete elevator system, and for each
component or product used in the system. Include certified laboratory test reports
on components as specified or required by Code, and include manufacturer's
certification stating that the actual components provided are identical with the ones
tested by the laboratory. Include a complete listing and description of performance
and operating characteristics, clearly indicating wherein the actual elevators will be
in any way modified from the requirements, and how these differences (in every
'.
case) exceed the minimum requirements. (The Architect will be the final judge of
whether the proposed difference is acceptable in each case.) Show maximum
dynamic and static loads imposed on the building structure at all points of support
for the elevator work. Show maximum and average power demands, and
requirements for temporary power.
B.
Shop Drawings - Elevators: Submit shop drawings for the elevator system and all of�
its components, including typical details of assembly erection and anchorage
drawn at large scale. Submit smaller scale drawings of the overall plans, elevations
and sections to show the floors served, travel distances and similar considerations
of the work. Include wiring diagrams for the entire system of power distribution,
lighting, control, signals, communications, etc. Assemble shop drawings into one
coordinated submittal.
C.
Samples - Elevators: Submit 3 samples of each required finish, not including those
intended for painting after installation. Submit 6" x 12" samples, or 12" lengths of
actual finished materials. Architect will review samples for color, pattern and texture
f
only. Compliance with other requirements is the exclusive responsibility of the
j
Contractor.
D.
Certificates and Test Reports - Elevators: Submit two (2) copies of written, certified
reports for required tests, recording the dates performed, test method (description),
test results, interpretation of the results, and recommended action. Where required,
submit additional copies directly to governing authorities, as necessary for normal
unrestricted use of the elevators.
t 1
E.
Maintenance Manuals - Elevators: Submit three (3) copies of bound maintenance__
manual for each elevator of group of elevators. Include full maintenance and
operating instructions, parts lists, recommended spare parts and emergency parts
inventory, sources of purchase and similar information. Content of manual must be
acceptable to firm or
p person selected by Owner to perform continuing
'
maintenance.
14200 - 5
F. Guarantee - Elevator: Submit two (2) copies of written guarantee, signed by the
(- Contractor, Installer and Elevator Manufacturer, agreeing to repair or replace
defective materials and workmanship of the elevator work during the guarantee
period, which starts on the date the construction contract maintenance
requirements are concluded. Defective materials and workmanship is hereby
defined to include operational failures, performance below required minimum
excessive deterioration or aging, abnormal wear considering intensity of use,
unsafe conditions, excessive noise or vibration, and similar unusual, unexpected
and unsatisfactory conditions; but does not include defects caused by acts of God,
alterations, abusive use, vandalism, failure of the supporting structure or power
supply, improper maintenance and similar causes beyond the control of the
Contractor, Installer and Manufacturer. The guarantee period is one 1 year.
1.15 TEMPORARY USE AND PROTECTION:
A. Construction Freight: Except as otherwise indicated, the Contractor shall not make
temporary use of permanent elevators for freight service, or to move construction
materials, equipment or debris, during the construction period.
B. When temporary use is permitted, by written authorization from the Owner or his
agent, protect exposed finishes of the elevator work by covering, with suitable
materials recommended by the manufacturer. Provide temporary doors where
permanent hoistway entrances have not been installed. Protect machinery,
equipment, devices and all operating parts from damage and deterioration. Install
safety enclosures, signs and devices to prevent accidental injury. At completion of
temporary use, restore elevator work to original condition, without damage or
deterioration.
C. Protection: The elevator installer shall advise the Contractor of recommended
protection facilities and procedures, to prevent damage and deterioration of
completed elevator work, which will not be placed in temporary service, during the
remainder of the construction period. Provide complete inspection and
maintenance service for elevators in temporary service, if any, for the period of
services.
1.16 COMPLETE INSTALLATION:
A. This Contractor shall furnish all items for a complete installation, such as: car
platform, rubber isolation between platform and elevator plunger and its cylinder
double wrapped with Tape coat, power unit with sound deadened enclosing
panels, controller, full Two -Way Automatic Leveling and Re -Leveling, required limit
switches, buffers, guide rails, guide rail lubricators and any other items required by
the A.S.E. Code to make a completed installation of the elevator as described.
1.17 MAINTENANCE SERVICE: The Elevator Contractor shall furnish maintenance and callback
service for a period of twelve months on each elevator after it is completed and placed in
operation. This service shall consist of periodic examinations of the equipment,
adjustments, lubrication, cleaning, supplies and parts to keep the equipment in proper
operation, except such adjustments, parts or repairs made necessary by abuse, misuse or
any other causes beyond the control of the Elevator Contractor. All work will be done by
trained employees of the Elevator Contractor during regular working hours of the trade.
14200 - 6
PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. Manufacturer: ThyssenKrupp Elevator
B. Schedule: Elevator Qty. 1
._
1. Elevator Model: Endura Below -Ground Conventional Jack
2. Rated Capacity: 2100 lbs.
3. Rated Speed: 80 ft./min.
'
4. Operation System: TAC32
5. Travel:27'-0"
6. Landings: 3 total
7. Openings:
a. Front: 1
b. Rear:0
8. Clear Car Inside: 5' - 8" wide x 4' - 3" deep
t
9. Cab Height: 8'-0" nominal
10. Hoistway Entrance Size: 3'- 0" wide x T-0" high
11. Door Type: Single Speed
12. Power Characteristics: 480 volts, 3 Phase, 60 Hz.
13. Seismic Requirements: Zone 1
14. Fixture & Button Style: Signa4 Signal Fixtures
15. Special Operations: None
2.02 MATERIALS, GENERAL
A. All Elevator Cab materials including frame, buttons, lighting, wall and ceiling
assembly, laminates and carpet shall have an EPD and an HPD, and shall meet the
California Department of Public Health Standard Method V1.1-2010.
B. Colors, patterns, and finishes: As selected by the Architect from manufacturer's
standard colors, patterns, and finish charts.
C. Steel:
1. Shapes and bars: Carbon.
2. Sheet: Cold -rolled steel sheet, commercial quality, Class 1, matte finish.
3. Finish: Factory -applied baked enamel.
D. Plastic laminate: Decorative high-pressure type, complying with NEMA LD3, Type
GP-50 General Purpose Grade, nominal 0.050" thickness.
E. Carpet: By others. Material as selected by the Architect from manufacturer's standard
colors, patterns, and weights.
2.03 HOISTWAY EQUIPMENT
A. Platform: Fabricated frame of formed or structural steel shapes, gusseted and rigidly
welded with a wood subfloor. Underside of the platform shall be fireproofed. The car
platform shall be designed and fabricated to support one-piece loads weighing up to
25% of the rated capacity.
B. Sling: Steel stiles affixed to a steel crosshead and bolstered with bracing members
to remove strain from the car enclosure.
C. Guide Rails: Steel, omega shaped, fastened to the building structure with steel
brackets.
D. Guide Shoes: Slide guides shall be mounted on top and bottom of the car.
E. Buffers: Provide substantial buffers in the elevator pit. Mount buffers on a steel
template that is fastened to the pit floor or continuous channels fastened to the
t
14200 - 7
j elevator guide rail or securely anchored to the pit floor. Provide extensions if required
by project conditions.
F. Jack: Jack unit shall be of sufficient size to lift the gross load the height specified.
r ` Twin Jack holeless type is acceptable provided it meets all other criteria. Factory test
jack to insure adequate strength and freedom from leakage. Brittle material, such as
gray cast iron, is prohibited in the jack construction. Provide the following jack type:
Single post conventional (in ground). Single polished steel hydraulic plunger housed
in a steel sealed casing with sufficient clearance space to allow for alignment during
installation. The casing shall have a dished endcap and safety bulkhead as required
by A17.1 code. The plunger shall have a high-pressure sealing system which will not
allow for seal movement or displacement during the course of operation. The jack
system will be supplied with schedule 40 pvc or an HDPE protection system
complying with A17.1 code requirements to prevent in ground corrosion of the
casing. The jack casing shall have a bleeder valve to discharge any air trapped in
the jack.
G. Automatic Self -Leveling: Provide each elevator car with a self -leveling feature to
automatically bring the car to the landings and correct for overtravel or undertravel.
Self -leveling shall, within its zone, be automatic and independent of the operating
device. The car shall be maintained approximately level with the landing irrespective
of its load.
H. Wiring, Piping, and Oil: Provide all necessary hoistway wiring in accordance with the
National Electrical Code. All necessary code compliant pipe and fittings shall be
provided to connect the power unit to the jack unit. Provide proper grade inherently
biodegradable oil as specified by the manufacturer of the power unit.
2.04 POWER UNIT
A. Power Unit (Oil Pumping and Control Mechanism): A self-contained unit consisting
of the following items:
1. Oil reservoir with tank cover.
2. An oil hydraulic pump.
3. An electric motor.
4. Oil control valve with the following components built into single housing; high
pressure relief valve, check valve, automatic unloading up start valve,
lowering and leveling valve, and electro-magnetic controlling solenoids.
B. Pump: Positive displacement type pump specifically manufactured for oil -hydraulic
elevator service. Pump shall be designed for steady discharge with minimum
pulsation to give smooth and quiet operation. Output of pump shall not vary more
than 10 percent between no load and full load on the elevator car.
C. Motor: Standard manufacture motor specifically designed for oil -hydraulic elevator
service. Duty rating shall be selected for specified speed and load.
D. Control System: Shall be microprocessor based and protected from environmental
extremes and excessive vibrations in a NEMA 1 enclosure.
E. Oil Control Unit: The following components shall be built into a single housing.
Welded manifolds with separate valves to accomplish each function are not
acceptable. Adjustments shall be accessible and be made without removing the
assembly from the oil line.
1. Relief valve shall be externally adjustable and be capable of bypassing the
total oil flow without increasing back pressure more than 10 percent above
that required to barely open the valve.
a;
2. Up start and stop valve shall be adjustable and designed to bypass oil flow I
during start and stop of motor pump assembly. Valve shall close slowly,
gradually diverting oil to or from the jack unit, ensuring smooth up starts and
up stops.
3. Check valve shall be designed to close quietly without permitting any
perceptible reverse flow.
4. Lowering valve and leveling valve shall be adjustable for down start speed,
lowering speed, leveling speed and stopping speed to ensure smooth "down"
starts and stops. The leveling valve shall be designed to level the car to the
floor in the direction the car is traveling after slowdown is initiated.
ij
F. Solid State Starting: Provide an electronic starter featuring adjustable starting t f
currents.
G. Oil Type: Provide a zinc free, inherently biodegradable lubricant formulated with
premium base stocks to provide outstanding protection for demanding hydraulic
systems, especially those operating in environmentally sensitive areas. y
2.05 HOISTWAY ENTRANCES
A. Doors and Frames: Provide complete hollow metal type hoistway entrances at each
hoistway opening bolted\knock down construction.
1. Manufacturer's standard entrance design consisting of hangers, doors,
hanger supports, hanger covers, fascia plates, sight guards, and necessary
hardware.
2. Main landing door & frame finish: Stainless steel panels, no. 4 brushed finish.
3. Typical door & frame finish: Stainless steel panels with no. 4 brushed finish.
B. Interlocks: Equip each hoistway entrance with an approved type interlock tested as
required by code. Provide door restriction devices as required by code.
C. Door Hanger and Tracks: Provide sheave type two point suspension hangers and
tracks for each hoistway horizontal sliding door.
1. Sheaves: Polyurethane tires with ball bearings properly sealed to retain
grease.
1
2. Hangers: Provide an adjustable device beneath the track to limit the up-
thrust of the doors during operation.
3. Tracks: Drawn steel shapes, smooth surface and shaped to conform to the
hanger sheaves.
po
D. Hoistway Sills: Extruded metal, with groove(s) in top surface. Provide mill finish on
aluminum.
2.06 CAR ENCLOSURE
A. Car Enclosure:
1. Walls: Cab type TKLP, durable wood core finished on both sides with high
pressure plastic laminate.
LJ
2. Canopy: Cold -rolled steel with hinged exit.
3. Ceiling: Suspended type, fluorescent lighting with translucent diffuser
mounted in a metal frame.
4. Cab Fronts, Return, Transom, Soffit and Strike: Provide panels faced with
brushed stainless steel.
5. Doors: Horizontal sliding car doors reinforced with steel for panel rigidity.
Hang doors on sheave type hangers with polyurethane tires that roll on a
polished steel track and are guided at the bottom by non-metallic sliding
guides.
J
14200 - 9
i
a. Door Finish: Stainless steel panels: No. 4 brushed finish.
b. Cab Sills: Extruded aluminum, mill finish.
6. Handrail: Provide 2" flat metal bar on side and rear walls on front opening
cars and side walls only on front and rear opening cars. Handrails shall
have a stainless steel, no. 4 brushed finish.
7. Ventilation: Manufacturer's standard exhaust fan, mounted on the car top.
B. Car Top Inspection: Provide a car top inspection station with an "Auto -Inspection"
switch, an "emergency stop" switch, and constant pressure "up and down" direction
and safety buttons to make the normal operating devices inoperative. The station will
give the inspector complete control of the elevator. The car top inspection station
shall be mounted in the door operator assembly.
2.07 DOOR OPERATION
A. Door Operation: Provide a direct current motor driven heavy duty operator designed
to operate the car and hoistway doors simultaneously. Door movements shall be
electrically cushioned at both limits of travel and the door operating mechanism shall
be arranged for manual operation in event of power failure. Doors shall automatically
open when the car arrives at the landing and automatically close after an adjustable
time interval or when the car is dispatched to another landing. Closed -loop,
microprocessor controlled motor -driven linear door operator, with adjustable torque
limits, also acceptable. AC controlled units with oil checks or other deviations are not
acceptable.
1. No Un-Necessary Door Operation: The car door shall open only if the car is
stopping for a car or hall call, answering a car or hall call at the present
position or selected as a dispatch car.
2. Door Open Time Saver: If a car is stopping in response to a car call
assignment only (no coincident hall call), the current door hold open time is
changed to a shorter field programmable time when the electronic door
protection device is activated.
3. Double Door Operation: When a car stops at a landing with concurrent up
and down hall calls, no car calls, and no other hall call assignments, the car
door opens to answer the hall call in the direction of the car's current travel. If
an onward car call is not registered before the door closes to within 6 inches
of fully closed, the travel will reverse and the door will reopen to answer the
other call.
4. Nudging Operation: The doors shall remain open as long as the electronic
detector senses the presence of a passenger or object in the door opening.
If door closing is prevented for a field programmable time, a buzzer will
sound. When the obstruction is removed, the door will begin to close at
reduced speed. If the infra -red door protection system detects a person or
object while closing on nudging, the doors will stop and resume closing only
after the obstruction has been removed.
5. Limited Door Reversal: If the doors are closing and the infra -red beam(s) is
interrupted, the doors will reverse and reopen partially. After the obstruction
is cleared, the doors will begin to close.
6. Door Open Watchdog: If the doors are opening, but do not fully open after a
field adjustable time, the doors will recycle closed then attempt to open six
times to try and correct the fault.
14200 -10
jt
7. Door Close Watchdog: If the doors are closing, but do not fully close after a
field adjustable time, the doors will recycle open then attempt to close six
times to try and correct the fault.
8. Door Close Assist: When the doors have failed to fully close and are in the
recycle mode, the door drive motor shall have increased torque applied to
possibly overcome mechanical resistance or differential air pressure and
allow the door to close. r
B. Door Protection Devices: Provide a door protection system using 150 or more �3
microprocessor controlled infra -red light beams. The beams shall project across the
car opening detecting the presence of a passenger or object. If door movement is
obstructed, the doors shall immediately reopen.
2.08 CAR OPERATING STATION
A. Car Operating Station, General: The main car control in each car shall contain the
devices required for specific operation mounted in an integral swing return panel -
requiring no applied faceplate. Swing return shall have a brushed stainless steel
finish. The main car operating panel shall be mounted in the return and comply with
handicap requirements. Pushbuttons that illuminate using long lasting LED's shall be _
included for each floor served, and emergency buttons and switches shall be
provided per code. Switches for car light and accessories shall be provided.
B. Emergency Communications System: Integral phone system provided.
C. Auxiliary Operating Panel: Not Required
D. Column Mounted Car Riding Lantern: A car riding lantern shall be installed in the
elevator cab and located in the entrance. The lantern, when illuminated, will indicate
the intended direction of travel. The lantern will illuminate and a signal will sound
when the car arrives at a floor where it will stop. The lantern shall remain illuminated
until the door begin to close.
E. Special Equipment: Not Applicable
2.09 CONTROL SYSTEMS
A. Controller: The elevator control system shall be microprocessor based and software
'
oriented. Control of the elevator shall be automatic in operation by means of push
buttons in the car numbered to correspond to floors served, for registering car stops,
and by "up -down" push buttons at each intermediate landing and "call" push buttons
at terminal landings.
B. Automatic Light and Fan shut down: The control system shall evaluate the system
activity and automatically turn off the cab lighting and ventilation fan during periods of
inactivity. The settings shall be field programmable.
C. Special Operation: Not Applicable
D. Emergency Power Operation: (10-DOA) Upon loss of the normal power supply,
building -supplied standby power is available on the same wires as the normal power
supply. Once the loss of normal power is detected and standby power is available,
the elevator is lowered to a pre -designated landing and the doors are opened. After
passengers have exited the elevator, the doors are closed and the car is shut down.
l,a
When normal power is restored, the elevator automatically resumes operation.
2.10 HALL STATIONS
A. Hall Stations, General: Provide buttons with red -illuminating LED halos to indicate
that a call has been registered at that floor for the indicated direction. Provide 1 set of
pushbutton risers.
t
14200 - 11
Provide one pushbutton riser with faceplates having a brushed stainless steel finish.
1. Phase 1 firefighter's service key switch, with instructions, shall be incorporated
into the hall station at the designated level.
B. Floor Identification Pads: Provide door jamb pads at each floor. Jamb pads shall
comply with Americans with Disabilities Act (ADA) requirements.
C. Hall Position Indicator: Not Applicable
D. Hall lanterns: Not Applicable
E. Special Equipment: Not Applicable
2.11 MISCELLANEOUS ELEVATOR COMPONENTS
A. Oil Hydraulic Silencer: Install an oil hydraulic silencer (muffler device) at the power
unit location. The silencer shall contain pulsation absorbing material inserted in a
blowout proof housing arranged for inspecting interior parts without removing unit
from oil line.
PART 3 - EXECUTION
3.01 GENERAL: Comply with Code, manufacturer's instructions and recommendations, and NEI
(National Elevator Industries) recommendations (formerly NEMI). Comply with National
Electrical Code (ANSI C1 by NFPA) for electrical work required during installation.
3.02 WELDED CONSTRUCTION: Provide welded connections for fabrication and installation of
elevator work wherever bolted connections are not required for subsequent removal or for
normal operation, adjustment, inspection, maintenance and replacement or worn parts.
Comply with AWS standards for workmanship and for qualification of welding operators.
3.03 COORDINATION: Coordinate elevator work with the work of other trades, for proper time
and sequence to avoid construction delays. Use benchmark, lines and levels designated
by the Contractor, to ensure dimensional coordination of the work.
3.04 SOUND ISOLATION: Mount rotating and vibrating elevator equipment and components on
vibration -absorption mounts, designed to effectively prevent the transmission of vibrations
to the structure, and therefore eliminate the sources of structure -borne noise resulting from
the elevator system. Provide resilient car mounting (suspension) to isolate passenger cars
from machine vibrations.
3.05 TOLERANCES AND CLEARANCES: Adjust all components, including leveling devices and
similar equipment, to operate within specified and Code requirements. Do not exceed 0.25"
total tolerance for plumb on guide rails (all three surfaces) measured with no wind or solar
load on building. Do not exceed 0.01" joint offset in guide rail surfaces. Do not exceed the
following tolerance for plumb on guide rail surfaces, measured between upper and lower
car guides continuously for all car positions:
Plumb Tolerance for speeds up to 200 ft. per min: 1/8"
Plumb Tolerance for speeds of 200-600 ft. per min: 1/16"
Plumb Tolerance for speeds over 600 ft. per min: 1/32"
3.06 PERFORMANCE QUALITIES:
A. Speed specified is defined in up direction with full -capacity load. Speed variation
shall not exceed maximum of 5 percent under all load conditions in either direction
of travel.
14200 - 12
B. Leveling:
1. Leveling accuracy shall be 1/4 inch plus or minus under all load conditions. €
Car shall level into floor, not overrun and level back.
2. Car shall stand firmly at floor without teetering.
C. Car shall accelerate in barely perceptible steps, slow down, stop, and level s
smoothly without jars or bumps. Full -speed travel shall be free from vibration or
sway, and door operation shall not cause instability to car.
D. Stopping, upon operation of the emergency stop switch, shall be rapid but not
violent.
E. Car shall be designed and tested to stop, lower, and hold with 125% of rated load
capacity.
3.07 FIELD QUALITY CONTROL: Upon completion of operation, the Contractor shall provide all
instruments, weights, and personnel to conduct the tests required by ANSI A17.1 Code
and local Authorities Having Jurisdiction. Tests shall be witnessed by a representative of
the Architect. The Contractor shall submit a complete report describing the results of the
tests. Perform other tests, if any, as required by governing regulations or agencies. Advise
Owner, Contractor, Architect, and governing authorities in advance of dates and times tests
are to be performed on the elevator.
3.08 COMPLETION: Upon completion of the installation, the Contractor shall arrange a meeting
with the Owner's representative to explain complete elevator operation and maintenance.
3.09 ALIGNMENT: Coordinate the installation of hoistway entrances with the installation of
elevator guide rails, for accurate alignment of entrances with cars. Wherever possible,
delay the final adjustment of sills and doors until the car is operable in the shaft. Reduce
clearances to minimum, safe, workable dimension at each landing. Make necessary
adjustments of operating devices and equipment to ensure elevator operates smoothly and
accurately.
3.10 SILLS: Grout sills with non -staining, non -shrink grout. Set units accurately aligned with
and slightly above finished floor at landing.
3.11 PAINTING: Provide manufacturer's standard multiple -coat paint finish, including rust -
inhibitive primer and enamel finish totaling not less than 4.0 mils dry film thickness, on
ferrous metal surfaces, except architecturally exposed surfaces indicated to receive a
"special" finish. Apply finish at the factory, before delivery, to the greatest extent possible.
Use manufacturer's standard colors, except as otherwise indicated. Clean and prepare
metal surfaces properly before paint application.
1
-j
End of Section
f4jt
i
14200 - 13
I
SECTION 15000 - GENERAL PROVISIONS FOR MECHANICAL
PART 1 - GENERAL
1.01 SPECIAL NOTE
A. The Architectural and Structural Plans and Specifications, including the supplements
issued thereto, Information to Bidders, and other pertinent documents issued by the
Architect, are a part of these specifications and the accompanying mechanical and
electrical plans, and shall be complied with in every respect. All the above is included
herewith, will be issued separately or is on file at the Architect's office, and shall be
examined by all bidders. Failure to comply shall not relieve the Contractor of
responsibility or be used as a basis for additional compensation due to omission of
drawings. Where the Supplementary General Conditions conflict with the General
Conditions, the Supplementary General Conditions shall govern.
1.02 CHECKING DOCUMENTS
A. The drawings and the specifications are numbered consecutively. The Contractor shall
check the drawings and specifications thoroughly and shall notify the Architect of any
discrepancies or omissions of sheets or pages. Upon notification, the Architect will
promptly provide the Contractor with any missing portions of the drawings or
specifications. No discrepancies or omissions of sheets or pages of the contract
documents will relieve the Contractor of his duty to provide all work required by the
complete contract documents.
1.03 GENERAL
A. In general, the lines and ducts to be installed by the various trades under these
specifications shall be run as indicated, as specified herein, as required by particular
conditions at the site, and as required to conform to the generally accepted standards
as to complete the work in a neat and satisfactorily workable manner. The following is
a general outline concerning the running of various lines and ducts and is to be
excepted where the drawings or conditions at the building necessitate deviating from
these standards.
B. All piping and ductwork for the mechanical trade shall be concealed in chases in
finished areas, except as indicated on the drawings. Horizontal lines run in areas that
have ceilings shall be run concealed in those ceilings, unless otherwise specifically
indicated or directed.
C. Piping and ductwork may be run exposed in machinery and equipment spaces, where
serving as connections to equipment items in finished rooms where exposed
connections are required, and elsewhere as indicated on the drawings or required.
D. The Contractor shall thoroughly acquaint himself with the details of the construction
and finishes before submitting his bid as no allowances will be made because of the
Contractor's unfamiliarity with these details. Place all inserts in masonry walls while
they are under construction. All concealed lines shall be installed as required by the
pace of the general construction to precede that general construction.
E. The mechanical plans do not give exact details as to elevations of lines and ducts.
exact locations, etc., and do not show all the offsets, control lines, pilot lines and other
installation details. The Contractor shall carefully lay out his work at the site to conform
to the architectural and structural conditions, to provide proper grading of lines, to
15000 - 1
avoid all obstruction, to conform to details of installation supplied by the manufacturers
of the equipment to be installed, and thereby to provide an integrated, satisfactorily
operating installation.
t_.
F. The mechanical plans do not give exact locations of outlets, fixtures, equipment items,
etc. The exact location of each item shall be determined by reference to the general
plans and to all detail drawings, equipment drawings, roughing -in drawings, etc., by
measurements at the building, and in cooperation with other sections. Minor
relocations necessitated by the conditions at the site or as directed by the Architect
shall be made without any additional cost accruing to the Owner.
G. The Contractor shall be responsible for the proper fitting of his material and apparatus
into the space. Should the particular equipment which any bidder proposes to install
require other space conditions than those indicated on the drawings, he shall arrange
for such space with the Architect before submitting his bid. Should changes become
necessary on account of failure to comply with this clause, the Contractor shall make
such necessary changes at his (the Contractor's) own expense.
H. The Contractor shall submit working scale drawings of all his apparatus and equipment
which in any way varies from these specifications and plans. The drawings shall be
checked by the Architect before the work is started. Any conflict with the building
conditions shall be corrected by the Contractor before the work proceeds.
I. Order of precedence shall be observed in laying out the pipe, ductwork, material, and
conduit in order to fit the material into the space above the ceiling and in the chases
and walls. The following order shall govern:
1. Items affecting the visual appearance of the inside of the building such as lighting
fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid
conflicts at the site.
2. Lines requiring grade to function such as sewers.
I
3. Large ducts and pipes with critical clearances.
4. Conduit, water lines, and other lines whose routing is not critical and whose
function would not be impaired by bends and offsets.
J. Piping and ducts serving outlets on items of equipment shall be run in the most
appropriate manner. Where the equipment has built-in chases, the lines shall be
contained therein. Where the equipment is of the open type, the lines shall be run as
close as possible to the underside of the top and in a neat and inconspicuous manner.
K. Exceptions and inconsistencies in plans and specifications shall be brought to the
Architect's attention before the contract is signed. Otherwise, the Contractor shall be
responsible for any and all changes and additions that may be necessary to
accommodate his particular apparatus, material, or equipment.
L. The Contractor shall distinctly understand that the work described herein and shown on
the accompanying drawings shall result in a finished and working job, and any item
required to accomplish this intent shall be included whether specifically mentioned or -;
not.
M. Each bidder shall examine the plans and specifications for the General Construction. If
these documents show any item requiring work under Division 15 and that work is not _
indicated on the respective "M" or "P" drawings, he shall notify the Architect in sufficient
time to clarify before bidding. If no notification is received, the Contractor is assumed
to require no clarification, and shall install the work as indicated on the General Plans in
accordance with the specifications.
15000 - 2
i
1.04 DIMENSIONS
A. Before ordering any material or doing any work, the Contractor shall verify all
dimensions, including elevations, and shall be responsible for the correctness of the
same. No extra charge or compensation will be allowed on account of differences
between actual dimensions and measurements indicated on the drawings. Any
difference which may be found shall be submitted to the Architect for consideration
before proceeding with the work.
1.05 INSPECTION OF SITE
A. The accompanying plans do not indicate completely the existing mechanical
installations. The bidders for the work under these sections of the specifications shall
inspect the existing installations and thoroughly acquaint themselves with conditions to
be met and the work to be accomplished in removing and modifying the existing work,
and in installing the new work in the present building and underground serving to and
from that structure. Failure to comply with this shall not constitute grounds for any
additional payments in connection with removing or modifying any part of the existing
installations and/or installing any new work.
1.06 ELECTRICAL WIRING
A. All electric wiring, including temperature control, will be done under Division 16 of these
specifications. The Contractor for each section shall erect all his motors in place ready
for connections. The Contractor, under Division 16, shall mount all the starters and
controls, furnishing the supporting structures and any required outlet boxes.
B. Every electrical current consuming device furnished as a part of this project, or
furnished by the Owner and installed in this project, shall be completely wired up under
Division 16. Verification of exact location, method of connection, number and size of
wires required, voltage requirements, and phase requirements is the responsibility of
the Contractor under Division 16. If conflicts occur between the drawings and the
actual requirements, actual requirements shall govern.
1.07 MOTORS AND CONTROLS
A. All motors furnished under any of the several sections of these specifications shall be
of recognized manufacture, of adequate capacity for the loads involved and wound for
the current characteristics shown on the electrical drawings. All motors shall conform
to the standards of manufacture and performance of the National Electrical
Manufacturers' Association as shown in their latest publications. They shall further be
listed by Underwriters Laboratories.
1.08 PROGRESS OF WORK
A. The Contractor shall keep himself fully informed as to the progress of the work and do
his work at the proper time without waiting for notification from the Architect or Owner.
1.09 MANUFACTURER'S DIRECTIONS
A. All manufactured articles shall be applied, installed and handled as recommended by
the manufacturer.
1.10 MATERIALS AND WORKMANSHIP
A. All materials shall be new unless otherwise specified and of the quality specified.
Materials shall be free from defects. All materials of a type for which the Underwriters
15000 - 3
Laboratories, Inc. have established a standard shall be listed by the Underwriters
Laboratories, Inc. and shall bear their label.
B. Wherever the make of material or apparatus required is not definitely specified, the
Contractor shall submit a sample to the Architect before proceeding.
C. The Architect reserves the right to call for samples of any item of material offered in
substitution, together with a sample of the specified material, when, in the Architect's
opinion, the quality of the material and/or the appearance is involved and it is deemed
that an evaluation of the two materials may be better made by visual inspection. This
shall be limited to plumbing brass, grilles, registers, ceiling outlets and similar items
and shall not be applicable to major manufacturers' items of equipment.
D. The Contractor shall be responsible for transportation of his materials to and on the job,
and shall be responsible for the storage and protection of these materials and work
until the final acceptance of the job.
E. The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances
of all kinds, and all labor required for the safe and expeditious execution of his contract.
F. The workmanship shall in all respects be of the highest grade and all construction shall
be done according to the best practice of the trade.
1.11 SUBSTITUTION OF MATERIAL
A.
Where a definite material or only one manufacturer's name is mentioned in these
specifications, it has been done in order to establish a standard. The product of the
particular manufacturer mentioned is of satisfactory construction and any substitution
j
must be of quality as good as or better than the named article. No substitution shall be
made without review by the Architect, who will be the sole judge of equality.
B.
The Contractor shall submit for approval a complete list of the materials he proposes to
use. This list shall give manufacturers' names and designations corresponding to each
r-1
and every item and the submission shall be accompanied by complete descriptive
literature and/or any supplementary data, drawings, etc., necessary to give full and
complete details.
C.
Should a substitution be accepted under the provisions of the conditions of these
specifications, and should this substitute prove to be defective or otherwise
unsatisfactory for the service for which it is intended within the guarantee period, the
Contractor who originally requested the substitution shall replace the substitute material
with the specified material.
1.12 SHOP
DRAWINGS
I
A.
Wherever shop drawings are called for in these specifications, they shall be furnished
by the Contractor for the work involved after review by the Architect as to the make and
t
type of material and in sufficient time so that no delay or changes will be caused. This
is done in order to facilitate progress on the job and failure on the part of the Contractor
to comply shall render him liable to stand the expense of any and all delays, changes in
construction, etc., occasioned by his failure to provide the necessary details. Also, if
the Contractor fails to comply with this provision, the Architect reserves the right to go
'
directly to the manufacturer he selects and secure any details he might deem
necessary and should there be any charges in connection with this, they shall be borne
j
by the Contractor.
B.
Shop drawings will be reviewed by the Architect for general compliance with the design
concept of the project and general compliance with the information given in the
contract documents. Review by the Architect and any action by the Architect in
[,
15000 - 4
is
L__
marking shop drawings is subject to the requirements of the entire contract
documents. Contractor will be held responsible for quantities, dimensions which shall
be confirmed and correlated at the job site, fabrication processes and techniques of
construction, coordination of all trades and the satisfactory performance of his work.
C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets
therefrom that contain no indication of the exact item offered. Rather, the submission
of individual items shall designate the exact item offered and shall clearly identify the
item with the project.
D. All shop drawings shall be submitted at one time and shall consist of a bound
catalogue of all shop drawings under each section, properly indexed and certified that
they have been checked by the Contractor.
E. The omissions of any material from the shop drawings which has been shown on the
contract drawings or specified, even though reviewed by the Architect, shall not relieve
the Contractor from furnishing and erecting same.
1.13 PROTECTION OF APPARATUS
A. The Contractor shall at all times take such precautions as may be necessary to
properly protect his new apparatus from damage. This shall include the erection of all
required temporary shelters to adequately protect any apparatus stored in the open on
the site, the cribbing of any apparatus above the floor of the construction, and the
covering of apparatus in the incompleted building with tarpaulines or other protective
covering. Failure on the part of the Contractor to comply with the above to the entire
satisfaction of the Architect will be sufficient cause for the rejection of the pieces of
apparatus in question.
1.14 PERMITS, FEE, ETC.
A. The Contractor under each section of these specifications shall arrange for a permit
from the local authority. The Contractor shall arrange for all utility services, including
sewer, water and gas services as applicable. If any charges are made by any of the
utility companies due to the work on this project, the Contractor shall pay these
charges, including charges for metering, connection, street cutting, etc. The
Contractor shall pay for any inspection fees or other fees and charges required by
ordinance, law, codes and these specifications.
1.15 TESTING
A. The Contractor under each division shall at his own expense perform the various tests
as specified and required by the Architect and as required by the State and local
authorities. The Contractor shall furnish all fuel and materials necessary for making
tests. Notify the Architect a minimum of 24 hours in advance of all tests.
1.16 LAWS, CODES AND ORDINANCES
A. All work shall be executed in strict accordance with all local, state and national codes,
ordinances and regulations governing the particular class of work involved, as
interpreted by the inspecting authority. The Contractor shall be responsible for the final
execution of the work under this heading to suit those requirements. Where these
specifications and the accompanying drawings conflict with these requirements, the
Contractor shall report the matter to the Architect, shall prepare any supplemental
drawings required illustrating how the work may be installed so as to comply and, on
approval, make the changes at no cost to the Owner. On completion of the various
15000 - 5
portions of the work the installation shall be tested by the constituted authorities,
approved and, on completion of the work, the Contractor shall obtain and deliver to the
Owner a final certificate of acceptance.
1.17 TERMINOLOGY
A. Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or
similar phrases occur, it is the intent that the materials and equipment described be
furnished, installed and connected under this Division of the Specifications, complete
for operation unless specifically noted to the contrary.
B. Where a material is described in detail, listed by catalogue number or otherwise called
for, it shall be the Contractor's responsibility to furnish and install the material.
C. The use of the word "shall" conveys a mandatory condition to the contract.
D. "This section" always refers to the section in which the statement occurs.
E. "The project" includes all work in progress during the construction period.
F. "Concealed" areas are those areas which cannot be seen by the building occupants
from the floor with all building components in place.
G. "Exposed" areas are all areas which are exposed to view by the building occupants,
including mechanical rooms.
H. In describing the various items of equipment, in general, each item will be described
singularly, even though there may be a multiplicity of identical or similar items.
1.18 COOPERATION AND CLEANING UP
A. The contractor for the work under each section of these specifications shall coordinate
his work with the work described in all other sections of the specifications to the end
that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in
such a manner that none of the work under any section of these specifications shall be
handicapped, hindered or delayed at any time.
B. At all times during the progress of the work, the Contractor shall keep the premises
clean and free of unnecessary materials and debris. The Contractor shall, on direction
at any time from the Architect, clear any designated areas or area of materials and
debris. On completion of any portion of the work, the Contractor shall remove from the
premises all tools and machinery and all debris occasioned by the work, leaving the
premises free of all obstructions and hindrances.
1.19 COORDINATION OF TRADES
A. The Contractor shall be responsible for resolving all coordination required between
trades. For example, items furnished under Division 15 which require electrical
connections shall be coordinated with Division 16 for:
1. Voltage
2. Phase
3. Ampacity
4. No. and size of wires
5. Wiring diagrams
6. Starter size, details and location
7. Control devices and details
B. Items furnished under various sections which require plumbing connections shall be
coordinated for services, pressure, size and location of connections, type of fuel,
clearances for service, auxiliary devices required, etc.
C. Items requiring insulation shall be fully insulated and that insulation shall be checked
against manufacturer's directions and job requirements for suitability, coverage,
thickness and finish.
D. Items installed in/on finished ceilings shall be coordinated with the ceiling construction.
The Contractor under each section shall conform to the reflected ceiling plan and shall
secure details and/or samples of the ceiling materials as necessary to insure
compatibility. Any device not conforming to this requirement shall be replaced by the
Contractor at his expense.
E. All items specified under Division 15 shall be installed tight, plumb, level, square and
symmetrically placed in relation to the work of other trades.
1.20 PAINTING
A. All painting shall be done by the Contractor under Division 9. Following is a general
outline of the required work for Division 15.
1. When the factory finish on any apparatus or equipment is marred, it shall be
touched up and then given one coat of half flat half enamel, followed by a coat of
machinery enamel of a color to match the original. Paint factory primed surfaces.
2. Generally, painting is required on all surfaces such that no exposed bare metal or
insulation surface is visible.
3. Paint all surfaces above or behind perforated return air grilles or other open spaced
air outlet devices with flat black paint. All pipes, conduits, ductwork and structural
members shall be painted. These surfaces shall be painted a distance away from
the grille such that no unpainted surfaces are visible to a person standing on the
room side and viewing through the device.
1.21 SEALING AROUND PIPES, DUCTS, ETC.
A. The Contractor installing pipes, ducts, etc. shall seal all spaces between pipes and/or
sleeves where they pierce walls, partitions or floors with Johns -Manville Firetemp Cl
intumescent caulk. The packing shall effect a complete fire and/or air seal where
pipes, ducts, etc., pierce walls, floors or partitions.
1.22 USE OF SYSTEMS
A. It is considered that it will be necessary to operate the mechanical systems to provide
heating and ventilation in portions of the building that are enclosed. As systems or
portions of systems become operable, they shall be operated as required to maintain
habitable conditions in enclosed portions of the building that are still under construction
and portions that are fully complete as may be required to properly protect installed
piping, equipment and finishes.
B. In order to provide protection to ducts, plenums, etc. install temporary filters over or in
return air openings until all finished painting is completed. Protect supply outlets, coils,
etc. as necessary in each case.
C. Except for operation of cooling equipment to prove its performance and to adjust and
balance the systems, that equipment will not be operated for comfort of construction
workers.
D. The systems controls shall be reset to their normal cycle of operation in each case
during the times that heating is required and when the cooling equipment is operated.
E. Immediately prior to the time that the systems are to be accepted by the Owner, each
system shall be carefully examined and if ductwork is dirty, it shall be carefully cleaned
15000 - 7
by men skilled in that type of work. All filters shall be put in first class condition by
replacement of filters and/or other procedures as directed.
F. The use of the equipment for maintaining environmental and/or protective temperature
conditions shall in no way constitute acceptance of that equipment and the connected
piping, ducts, insulation, finishes, etc, by the Owner. Furthermore, it shall in no way
shorten the guarantee period hereinafter specified. The Contractor shall either secure
extended warranties from the vendors of equipment or shall purchase insurance to
provide proper coverage on the equipment through the guarantee period and shall file
with the Architect substantiating affidavits from equipment manufacturers or a copy of
the insurance policy covering the equipment through the guarantee period. The
personal underwriting of the Contractor for equipment manufacturers' warranties is not
acceptable, but his personal underwriting of piping, ductwork, insulation and
associated materials is acceptable subject to the provisions of the contract.
G. The Contractor shall provide such labor as may be required in the operation of the
systems and shall pay all costs.
1.23 SCHEDULE OF WORK
A. The work under the various sections must be expedited and close coordination will be
required in executing the work. The various trades shall perform their portion of the
work at such times as directed so as to insure meeting scheduled completion dates,
and to avoid delaying any other trade. The Architect will set up completion dates,
schedule the times of work in the various areas involved, etc. Each Contractor shall
cooperate in establishing these times and locations and shall process his work so as to
insure the proper execution of it.
1.24 WORKING TIME
A. Where new connections are to be made into existing lines, present lines must be
relocated or rerouted, present equipment items relocated or other work accomplished
that would affect the operation of the present building, the work shall be carried on at
such times as to cause a minimum of interference with the normal operation of that
building. In certain cases the work may be accomplished during normal working hours
during certain designated seasons or times of the year. In other cases the work may
have to be executed during times of the day outside of the normal working period, on
holidays, etc. Each individual case presents a separate decision as to the time during
which it shall be performed. The Contractor involved shall present each case to the
Architect for his decision, which will be made after due consultation with the Owner. No
additional compensation for overtime will be granted for compliance with these
requirements.
f -f
1.25 INSTALLATION DRAWINGS
A. It shall be incumbent upon the Contractor to prepare special drawings as called for
elsewhere herein or as directed by the Architect to coordinate the work under each
section, to illustrate changes in his work, to facilitate its concealment in finished spaces
to avoid obstructions or to illustrate the adaptability of any item of equipment which he
proposes to use.
B. These drawings shall be used in the field for the actual installation of the work. Unless
otherwise directed, they shall not be submitted for approval but three copies shall be
provided to the Architect for his information.
15000 - 8 '`
1.26 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT
A. The shop drawings for all equipment are hereby made a part of these specifications.
The Contractor under each section of the specifications shall rough -in for the exact item
to be furnished on the job, whether in another section of the specifications or by the
Owner. The Contractor shall refer to all drawings and other sections of the
specifications for the scope of work involved for the new equipment, and by actual site
examination determine the scope of the required equipment connections for the Owner
furnished equipment.
B. Should any of the equipment furnished require connections of a nature different from
that shown on the drawings, report the matter to the Architect and finally connect as
directed by the Architect.
C. Should any shop drawings not be available for equipment furnished under other
contracts or by the Owner, the Contractor under each section of these specifications
shall bid the work as detailed on the drawings.
D. Minor differences in the equipment furnished and that indicated on the drawings will
not constitute ground for additional payment to the Contractor.
1.27 IDENTIFICATION AND LABELING
A. The Contractor shall make it possible for the personnel operating and maintaining the
equipment and systems in this project to readily identify the various pieces of
equipment, valves, piping, etc., by marking them. All items of equipment such as fans,
pumps, etc., shall be clearly marked using engraved nameplates as hereinafter
specified. The item of equipment shall indicate the same number as shown on the
drawings.
B. All items of mechanical and electrical equipment shall be identified by the attachment
of engraved nameplates constructed from laminated phenolic plastic, at least 1/16"
thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic,
at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the
name of the item, its mark number, area, space, or equipment served, and other
pertinent information. Equipment to be labeled shall include but not be limited to the
following:
1. Fans
2. Miscellaneous - similar and/or related items
1.28 OPERATING INSTRUCTIONS
A. The Contractor for each section of the work hereunder shall, in cooperation with the
representatives of the manufacturers of the various equipment items, carefully instruct
the Owner's representatives in the proper operation of each item of equipment and of
each system. During the balancing and adjusting of systems, the Owner's
representative shall be made familiar with all procedures.
1.29 OPERATING MANUALS
A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three
weeks prior to completion of the work, the Architect will check the manuals and any
additional material necessary to complete the manuals shall be furnished and inserted
by the Contractor.
B. Manuals shall contain the following data:
1. Catalogue data of all equipment, including equipment provided by owner.
15000 - 9
2. Shop drawings of all equipment.
3. Start-up instructions for major equipment.
4. Trouble shooting procedures for major equipment.
5. Wiring diagrams.
6. Recommended maintenance schedule for equipment.
7. Parts list for all items.
8. Name and address of each vendor.
1.30 GUARANTEE
A. Unless a longer guarantee is hereinafter called for, all work, material and equipment
items, including equipment provided by owner installed under this contract, shall be
guaranteed for a period of one year after acceptance by the Owner. All defects in labor
and materials occurring during this period, as determined by the Architect, shall be
repaired and/or replaced to the complete satisfaction of the Architect. Guarantee shall
be in writing and in triplicate.
1.31 COMPLETION REQUIREMENTS L'
A. Before acceptance and final payment the Contractor under each Division of the
specifications shall furnish:
1. Accurate record drawings, shown in red ink on blue line prints furnished for that F`
purpose all changes from the original plans made during installation of the work.
Drawings shall be filed with the Architect when the work is completed.
2. All manufacturers' guarantees.
3. All operating manuals.
4. Guarantees.
5. Test and Balance Report.
1.32 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION
A. Before calling for the final inspection, the Contractor under each Division shall carefully
inspect his work to be sure it is complete and according to plans and specifications.
END OF SECTION -1
i
15000 - 10 I
I_I
�i
SECTION 15280 - FIRE PROTECTION SPRINKLER SYSTEM
PART 1 - GENERAL
1.01 Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 SUBMITTALS:
A. Submit manufacturer's data on all materials and provide plan layout of system for
approval.
1.03 SCOPE:
A. Modify existing wet sprinkler system as required to protect the renovated spaces.
1.04 APPLICABLE SPECIFICATIONS:
A. The design and installation of the Automatic Sprinkler Systems and the Alarm and
Supervisory Systems shall be in strict accordance with all mandatory and
recommended provisions of the NFPA, FM, IBC, and UL publications. All
recommended provisions of the NFPA (National Fire Codes) listed below shall be
considered as mandatory requirements.
B. Issues of the following publications, including revisions and amendment as of the date
of award of this contract, form a part of this specification.
1. National Fire Protection Association Standards (NFPA)
2. No. 13 Sprinkler System
3, No, 70 National Electrical Code
4. No. 72 National Fire Alarm Code
5. No. 24 Private Fire Service Mains
6. Factory Mutual System, Factory Mutual Engineering Corporation Publication (FM)
Approval Guide
7. Underwriter's Laboratories, Inc. Publication (UL) Approved Equipment Lists (with
supplements).
1.05 QUALIFICATION OF THE CONTRACTOR:
A. The Fire Protection System shall be installed by an experienced firm regularly engaged
in the installation of automatic sprinkler and standpipe systems. The Contractor shall
have a "Certificate of Registration" and shall have in his employee a licensed
"Responsible Managing Employee", as provided for in Article 5.43-3 "Fire Protection
Sprinkler Systems" of the Texas State Board of Insurance, Insurance Code. The Owner
may reject any proposed installer who cannot show evidence of such qualifications.
1.06 SHOP DRAWINGS:
A. The Contractor shall submit complete working drawings of the sprinkler system and
such other descriptive data as the Architect may require to demonstrate compliance
with the contract documents.
B. Shop drawings will be submitted at one time to demonstrate that pertinent items of
equipment have been properly coordinated and will function properly with each other.
No installation work will be permitted prior to approval of complete shop drawings.
C. If departures from the contract drawings are deemed necessary by the Contractor,
details of such departures, including changes in related portions of the project and the
15600 - 1
reasons, therefore, shall be submitted with the shop drawings and hydraulic
calculations. Approved departures shall be made at no additional cost to the Owner.
D. Hydraulic calculations will be required in accordance with NFPA No. 13.
1.07 RECORD DRAWINGS:
A. Upon completion of the work, the Contractor shall revise the original shop drawings to
agree with the construction as actually accomplished. These drawings shall be
delivered to the Architect.
PART 2 - MATERIALS
2.01 GENERAL:
A. All material and equipment shall be new and the current standard products of the
manufacturer. Where two or more items of equipment performing the same function
are required, they shall be exact duplicates, produced by one manufacturer. However,
component parts need not be products of the same manufacturer.
B. All materials and equipment shall be UL listed and/or FM approved for systems of the
type indicated on the drawings, unless otherwise noted, and shall conform to the
requirements of NFPA No. 13.
2.02 MATERIALS AND EQUIPMENT:
A. The following is a listing of the materials and specifications. The list is comprehensive
in nature. It is not intended that all materials listed will necessarily be required, but that
those required for the work be selected from this listing. All pipe and fittings shall be
non -galvanized, except where called for on the drawings or required by code.
ITEM SIZE (INCL) SPECIFICATIONS
Pipe
All
Schedule 40 steel, ASTM A120 or A53
h
Fittings
All
Malleable iron, Screwed 150 lb, ASME 1316.3
or Cast iron, Class 125, ASME B16.4.
Fittings
All
Steel, 150 lb, Flanged ASME B16.5. Cast
iron, flanged, ASME B16.1.
}
Fittings
All
Steel, Sch. 40, Welding ANSI B16.9
Flanges
All
Steel, 150 lb, ASME B16.5. Cast iron, ASME
�'
B16.1.
Threadolets
Thru 2"
Steel ANSI B16.11 sockolets ASTM A105
LJ
Weldolets
2" and larger
Steel, 90 degrees STD only, ANSI B16.9,
ASTM 105
Plugs
All
Brass, square head, 125 lb, ANSI B16.5
Unions
Thru 2"
Malleable iron, 300 lb bronze to iron ground
15600 - 2
- I
is
f _.i
Gaskets
B. Miscellaneous:
01
Pipe hangers supports, and
connections
joint.
Red rubber 1/16 inch, ANSI B16.21
Approved type, in accordance NFPA No. 13
and No. 15 requirements.
Pipe escutcheons Chromium -plated iron or chromium -plated
brass, either one piece or split pattern, held
in place by internal spring tension or
setscrew.
Sprinkler escutcheon Two-piece, finish to match sprinkler except
where otherwise specified on drawings.
Depth as required to position sprinkler.
2.03 JOINTS:
A. Threaded Joints: Threads shall be concentric with the outside of the pipe and shall
conform to ANSI B2.1. Threaded joints shall be made tight with an approved thread
joint compound or tape. Joint compound shall be applied lightly but sufficiently to
cover male threads only. Leaking joint shall not be repaired by peaning or packing.
B. Cutting: Pipe shall be cut accurately to measurements shown on the shop drawings
and to suit field conditions, and shall be carefully worked into place without forcing or
springing. All cuts shall be reamed to remove fins and burrs.
2.04 INSTALLATION:
A. Piping material, including valves and fittings, shall be delivered to the site in a clean
and protected condition. End seals of pipe, valves and flange covers shall be
maintained in place, being removed only as necessary for cleaning, fabrication,
erection or for inspection by the Contractor. Care shall be exercised in the handling
and storage of all piping materials and prefabricated piping so that contamination by
moisture, grease, dirt, or injurious foreign matter shall not occur.
B. The pipe shall be cut accurately to centerline measurements to suit field conditions,
and shall be carefully worked into place without forcing or springing. Piping shall be
pitched to allow proper drainage.
C. The interior and exterior surfaces of all piping shall be kept clean at all times. Pipe shall
be free from and burrs and shall be cleaned in accordance with cleaning procedures
herein.
D. No flanges or unions shall be placed in locations which will be inaccessible after
erection.
2.05 ESCUTCHEONS:
A. Pipe escutcheons shall be provided at all finished surfaces where exposed piping
passes through floors, walls or ceiling except in boiler, utility, or equipment rooms.
15600 - 3
Sprinkler escutcheons shall be provided for all pendant heads through ceilings.
Escutcheons shall be fastened securely to the pipe.
2.06 TESTING:
A. Testing of the sprinkler systems and alarm systems shall be as prescribed by NFPA
Pamphlet No. 13 and 72. Each test shall be in the presence of an authorized
representative of the owner. This representative shall sign the Certificate of Inspection
as a witness of a successful test. The Contractor shall deliver these certificates of
inspection in duplicate to the Architect.
A. All new lines shall be flushed and sterilized with chlorine before acceptance for service.
Calcium hypochlorite powder, containing not less than 70% available chlorine, shall be
used for sterilization. The amount of chlorine applied shall be such as to provide a
dosage of 100 ppm for at least 24 hours. At the conclusion of the 24 hour contract
time, C12 residual should be at least 20 ppm. The chlorinating material shall be mixed
with treated water in an acceptable container and injected directly into the system, the
process being repeated until the system is filled. All valves in the system shall be open
and closed 3 times during the procedure to insure that the sterilizing mixture is
thoroughly and evenly distributed throughout the system. After a contact period of not
less than 24 hours, the system shall be flushed with water.
2.08 PROCEDURE FOR PLACING SYSTEMS IN SERVICE:
A. The Contractor shall place the systems in service with the operating mediums after
purging operations are completed. The Contractor shall furnish all labor and tools
required.
END OF SECTION
15600 - 4
r-
SECTION 15320 - AIR DISTRIBUTION
PART 1 -GENERAL
1.01 NOTE
A. Drawings and general provisions of Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to work of
this section.
1.02 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.03 SCOPE
A. This section of the specifications comprises the furnishing of all labor, materials,
transportation, tools and appliances and in performing all operations in connection
with the installation of ductwork, linings, air distribution devices, dampers and
control devices, relief air vents, curbs and other materials and accessories as
described herein and/or as shown on the accompanying drawings, or reasonably
implied therefrom.
B. In addition, connect all air conditioning units, automatic dampers, filters and all
other materials and install (and/or cooperate in the installation with other trades)
those various items of equipment and materials.
PART 2 -PRODUCTS
2.01 METAL DUCTWORK
A. Except as otherwise specified herein, in other sections of the specifications, and/or
noted on the drawings, low pressure ducts shall be constructed of galvanized steel
sheets in accordance with the recommended construction for low pressure
ductwork insofar as gauges of metal to be used, bracing of joints and joint
construction as established in HVAC DUCT CONSTRUCTION STANDARDS, First
Edition, as published by Sheetmetal and Air Conditioning Contractors National
Association, Inc. (SMACNA).
B. Unless indicated otherwise, all duct shall be constructed in conformance with 1"
w.g. pressure class.
C. Make square elbows where shown or required, with factory -fabricated turning
vanes. Make all other changes in direction with rounded elbows having a centerline
radius equal to 1-1/2 times the width of the duct in the plane of the bend.
D. Make transformations in duct shape or dimension with gradual slopes on all sides.
Make increases in dimensions in the direction of air flow, with a maximum slope of
1" in 7" on any side. Make decreases in dimensions in the direction of air flow
preferably with a slope of 1" in 7" on any side, but with a maximum slope of 1" in 4"
where conditions necessitate.
E. Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers,
etc. so as to avoid interference's insofar as possible. Where duct penetrations are
unavoidable, provide streamline shaped sleeves around such material
penetrations, made airtight at duct surfaces, except that such sleeves are not
15320 - 1
required at tie rods. Where obstructions are of a size to exceed 10% of the duct
area, the duct shall be transformed to maintain the same duct area.
2.02 FIRE DAMPERS:
A. Furnish and install, at locations shown on the plans, dynamic fire dampers
constructed and tested in accordance with the current edition of UL-555 Standard
For Fire Dampers. Dampers up to 64 sq. ft. for vertical mount and 25 sq. ft. for
horizontal mount shall be classified for dynamic closure to a minimum 2375 fpm
and 4 inches w.g. static pressure for horizontal air flow, air flow up and air flow
down. Velocity and pressure rating shall include both in duct and no duct
installations.
B. Each dynamic fire damper shall be marked with a UL classified 1-1/2 hour fire
protection rating, the maximum velocity/pressure rating for each horizontal and
vertical installation and "for use in dynamic systems." In addition each dynamic fire
damper shall include a 165 degrees F fusible link. Each dynamic fire damper shall
include a 12" long integral roll formed steel sleeve furnished by the damper
manufacturer. Submittal information shall include the fire protection rating and the
manufacturer's UL installation instructions.
C. Fire dampers in ceiling diffusers and grilles shall be UL classified ceiling dampers
with 1/4" 8 lb. density ceramic blanket covering the back of the device. The diffuser
or grille shall be installed as per the manufacturer's instructions.
D. Fire dampers in low pressure duct shall be equal to Ruskin DIBD 20 Style B, in high
pressure shall be equal to Ruskin DIBD Style C, CR or CO. Fire dampers in ceiling
air distribution outlets shall be equal to Prefco Products Model 5610 or 5680,
2.03 FLEXIBLE CONNECTIONS
A. Provide sound isolating flexible connections between connecting ducts and the
inlet and outlet of each fan. These connections shall in each case be long enough
to permit a minimum separation of 3" between the duct and the fan or unit housing
with at least 1" slack in the flexible material itself.
B. Flexible connectors for indoor application shall be fire resistant, waterproof, and
mildew resistant coated neoprene. Flexible connectors shall have the following
minimum characteristics:
Weight: 30 ounce
Burst Pressure: 750 lb.
Tongue Tear: 25/20 lb
Tensile 500/500lb
Strength:
C. Flexible connector shall be equal to Ductmate PROFlex Neoprene.
D. Flexible connectors for outdoor application shall be fire resistant, waterproof,
mildew resistant, and U.V. resistant hypalon. Flexible connectors shall have the
following minimum characteristics:
Weight: 24 ounce
Burst Pressure: 750 lb.
Tongue Tear: 25/15 lb
15320 - 2
Tensile 500/500lb
Strength:
E. Flexible connector shall be equal to Ductmate PROFlex Hypalon.
2.04 FLEXIBLE AIR DUCT, LOW PRESSURE
A. General: Factory fabricated, comply with NFPA 90A. Flexible ducts shall not
penetrate any fire or smoke barrier. Provide only where permitted by local codes
and licensing standards. Flexible duct shall be Flexmaster Model LP.
B. Insulated flexible air Duct: Factory made galvanized steel wire helix and fabric,
including a tri-laminate of aluminum foil, fiberglass and aluminized polyester,
chlorinated polyethylene (CPE); or spunbond nylon. The fabric shall be
mechanically locked to steel helix without the use of any glues, adhesives or
chemicals.
C. Flexible ducts shall be UL 181, Class 1 Air Duct.
D. The internal working pressure rating shall be at least 6" W.G. positive and 4" W.G.
negative (up to 16 inch diameter) and 1" W.G. negative for 18" and 20" diameters
with a bursting pressure of at least 2-1/2 times the working pressure.
E. The duct shall be rated for a velocity of at least 4000 feet per minute.
F. Factory insulate the flexible duct with fiberglass insulation to a minimum R-Value of
R-6. Insulation shall be encased with a reinforced metalized fire retardant vapor
barrier outer jacket.
G. Cover the insulation with a fire retardant metalized vapor barrier jacket reinforced
with crosshatched scrim having a permeance of not greater than 0.05 perms when
tested in accordance with ASTM E96, Procedure A.
H. Flex duct shall not exceed 4'-0" in length or have more than 90 degree of bend. If
longer duct is required use round sheetmetal duct with 2" thick duct insulation to
make-up the difference in length.
I. Connections of flex duct inner core shall be made with stainless steel worm drive
clamps. Outer insulation shall be fitted over core connection and secured with
stainless steel worm drive clamps.
2.05 ROUND DUCT TAPS
A. Contractor shall provide round 26 ga. sheet metal taps with flange collar and
gasket.
1. For round runouts serving air devices requiring air balancing, provide tap with
damper, scoop, 2" elevated handle, 3/8" square damper axle, U-bolts, nylon
bearings, and locking quadrant equal to Dace Mfg. FCDSG-CO3.
2. For round runouts serving air devices not requiring air balancing, provide tap equal
to Dace Mfg. FCG.
3. Do not provide tap with damper if a there is a rectangular damper dedicated to the
air device located upstream.
2.06 RECTANGULAR DUCT TAPS
A. Contractor shall provide rectangular take -offs complying with all SMACNA
Standards at branch duct locations. Provide manual balancing dampers with
locking quadrant where shown on Drawings.
15320 - 3
2.07 LINTELS AND WALL PENETRATIONS
A. The Contractor nho| provide and install suitable angle iron lintels where the new
ducts pierce walls, and to support walls above duct connections to sidewall grilles,
registers, etc. Verify the extent ofthe work required at the site. Carefully pack with
jute and seal around all duct penetrations in wall with mastic.
END OFSECTION
15320-4
SECTION 15330 - HANGERS AND SUPPORTS
PART 1 -GENERAL
1.01 NOTE
I A. Drawings and general provisions of Contract, including General and Supplementary
_ Conditions and Division-1 Specification sections, apply to work of this section.
1.02 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.03 SCOPE
A. The Contractor for the work covered by each section of the specifications shall furnish
and install all hangers, supports and isolation required by pipe or equipment included
in this work.
PART 2 -PRODUCTS,
2.01 MATERIALS
A. Materials shall be provided for the support of all piping and equipment. The following
tabulation lists materials suitable for this duty. Equal materials manufactured by Fee
and Mason, Carpenter -Patterson, or Modern will be considered.
MATERIAL SERVICE GRINNELL FIG_
Hanger
Copper Tubing 3" and smaller
CT-109 copper plated
Riser Clamp
Copper Tubing 4" and smaller
CT-121 copper plated
Hanger
Steel Lines 3" and smaller
108 or 65
Hanger
Outside Insulation -all lines
260
Hanger
Plastic Pipe
260
Wall bracket
All
194, 195, or 199
Saddles
Steel Lines on Rollers
160 thru 165
Conc. Inserts
New Construction
282
Rollers
Steel Piping
171, 181
Pipe Clamps
Steel 2" and smaller
261
Pipe Rest
All
62
Exp Shield
Concrete
117
Beam Clamps
All
133, 134, 225, 92, 93
Adjuster
All
230
2.02 HANGER RODS
A. All individually suspended horizontal pipes shall be supported by steel rods sized as
follows:
Rod Diameter
Size of Steel Size of PVC
Pipe Pipe
3/8"
2" & smaller 2" & smaller
1 /2"
2-1/2", 3" 2-1/2", 3"
15330 - 1
5/8" 4" 4"
2.03 HANGER SPACING
A. All hangers shall be so located as to properly support horizontal lines without
appreciable sagging of these lines. Locate a hanger within 12 inches of every elbow or
tee. The following table gives minimum spacing for lines. However, hangers shall be
more closely spaced where necessitated by conditions or required by code.
Size of Line Steel PVC
3/4" & smaller
5 4
1"
7 4
1-1/4"
7 4
1-1/2"
9 4
2"
10 4
2-1/2"
10 4
3"
10 4
4"
10 5
6"
10 5
8" & larger
10 5
PART 3 -EXECUTION
3.01 INSTALLATION OF SUPPORTS
A. All pipes shall be adequately supported. All piping shall be installed with due regard to
expansion and contraction, and the type of hanger, method of support, location of
supports, etc. shall be governed in part by this consideration. Transmission of vibration
and noise shall also be considered and any special suspension with vibration
dampeners required to minimize transmissions shall be used where specified or
required.
B. All exposed vertical risers running near walls shall be supported from the walls. Each
line shall have a minimum of 2 supports, not greater than 10'0" on centers, with the
additional provision that there shall be a support near the top of the riser. All supports
shall be aligned.
C. All vertical pipes shall be supported with riser clamps sized to fit the lines and to
adequately support their weight. At the bases of lines, where required for proper
supports, furnish and install anchor base fittings or other approved supports.
D. Where vertical lines run down to a point near the floor and a support is needed, they
may be supported by means of a pipe leg welded to the pipe, extending down to the
floor and terminating in a capped end resting on the floor.
E. Where pipes other than those specified hereinbefore, are running along walls, they
shall be supported using hangers as described hereinbefore, but suspended from
brackets bolted to the wall. Specially fabricated clips or U-braces may be used where
commercially manufactured items are not available in the proper size.
F. Pipe and tubing shall be supported such that dissimilar metals are not in contact.
Provide hangers and supports of common material or provide isolation of dissimilar
metals.
15330 - 2
G. Pipe and tubing shall be supported such that there is no contact with building
components subject to movement or vibration; e.g., metal studs.
H. Where pipes run under steel construction, use beam clamps on beams. Under steel
joists, piping may be suspended from rods thru the bottom chord with washers and
double nuts. On piping larger than 4", verify the joist strength before installation.
I. Where multiple lines are run horizontally at the same elevations and grades, they may
be supported on trapezes formed of sections of Unistrut, angle iron, or channels
suspended on rods or pipes. Trapeze members, including the suspension rods, shall
each be properly sized for the number, size and loaded weight of the lines they are to
support. Trapeze spacings shall be in accordance with the preceding table for the
smallest line supported on or from the trapezes.
J. Perforated strap iron and wire will under no circumstances be acceptable as hanger
material.
3,02 COOPERATION BETWEEN TRADES
A. Where pipes specified under different sections may possibly be racked on the same
supporting structure, each trade shall cooperate with the others involved to properly
locate the supporting members and shall furnish a proportionate share of the labor and
materials involved in the installation.
B. Fire sprinkler piping shall not be supported with hangers of other trades, and in no way
shall be used to support the work of other trades. Hangers for fire sprinkler piping shall
be independent of all other supports.
C. Any other special hangers and supports shall be provided and installed as indicated on
the drawings, specified elsewhere herein or required by conditions at the site.
3.03 DUCT HANGERS
A. All ductwork shall be supported in accordance with standards published by Sheet
Metal and Air Conditioning Contractors National Association Inc. Exposed spiral wound
ductwork shall be supported with ring hangers and all thread rod.
3.04 STRUCTURAL MEMBERS
A. All structural steel shall conform to ASTM A-36. All steel shall be new, clean and
straight.
B. All holes shall be drilled or punched for the proper size. Burning of holes with a torch is
not permitted.
C. Clean all surfaces of steel of mill scale, rust and other foreign matter and prime with at
least one shop coat of red lead or zinc chromate.
D. Fabricate and erect all structural steel supports, anchors and guides in accordance
with the drawings to support any large chilled water, steam, condensate and other
piping.
E. All structural steel shall conform to the requirements of Division 5.
F. Concrete anchor bolts for supporting structural steel members shall be Molly Parabolt
or equal and shall be installed in accordance with the manufacturer's instructions.
Minimum imbedment and minimum spacing requirements must be met. Concrete
holes for the bolts shall be cored through the concrete and the embedded reinforcing
steel. Voids between concrete anchor bolts and structural members shall be filled by
welding to fill the void.
END OF SECTION
15330 - 3
SECTION 15400 - INSULATION
PART 1 - GENERAL
1.01 NOTE
A. Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.03 SCOPE
A. This section of the specifications comprises the furnishing of all labor, materials,
transportation, tools and appliances and in performing all operations in connection with
the installation of thermal insulation, coverings, jackets, supports, shields, etc. as
described herein and/or as shown on the accompanying drawings, or reasonably
implied therefrom. All surfaces which may vary from the ambient temperature shall be
insulated unless specifically excepted.
PART 2 - PRODUCTS
2.01 MATERIALS
A. In describing the various materials, application procedures, and finishes, each item will
be described singularly, even though there may be a multiplicity of identical
applications. Also where the description is only general in nature, exact dimensions,
arrangements and other data shall be determined by reference to plans, schedules,
and details, including those provided by equipment manufacturers.
B. Where materials are described under other sections of the specifications and are
pertinent to this section, they shall be installed hereunder as though they were repeated
herein.
C. All insulation shall have composite fire and smoke hazard ratings as tested by
procedure NFPA 225, not exceeding flame spread 25, smoke developed 50.
Accessories such as adhesives, mastics, cement, tape, cloth, etc. shall have these
same component ratings.
D. All materials installed under this section of the specifications shall be manufactured in
the United States of America.
E. Vapor Barrier Jackets:
1. Factory -applied vapor -barrier jackets shall be one of the following:
2. Foil Reinforced Kraft (FRK) Jacket laminated of flame resistant 0.001" aluminum
foil, glass scrim reinforcement and kraft paper.
PART 3 - EXECUTION
3.01 INSTALLATION
A. The installation of all thermal insulation shall be performed by a recognized firm
regularly engaged in the insulation business, using skilled insulation mechanics and
using insulation materials which are the product of reputable manufacturer of the
15400 - 1
materials, using any special materials as required by these specifications and by those
published standards.
B. Any insulation which is not applied in a workmanlike manner will be rejected and
replaced. All coverings shall be smooth, flush, dressed to line and tight. Mastic shall
be neatly applied and tooled. The Architect reserves the right to reject any insulation
whose appearance he deems unacceptable.
3.02 INSULATION ON EQUIPMENT AND PIPING SYSTEMS
A. The following describes materials, thickness' and finishes for insulation and coverings.
Concealed Ductwork:
1. Insulate the concealed supply and air ducts with 2" thick, 3/4 lb. density, Johns -
Manville "Microlite" glass fiber flexible insulation having a factory applied FSK
vapor barrier jacket. Insulation shall have a 25% compressed R-Value of not
less than 5.6 (h-ft2-F)/Btu at a mean temperature rating of 75 F.
2. This insulation shall be secured, vapor barrier side out, to sheet metal. On
horizontal runs, lap top and bottom sheets over edges of side pieces. Butt
joints tightly.
3. On ducts 24" and wider, install clips on bottom of duct, maximum of 18" O.C., to
prevent insulation from sagging.
4. Seal all joints, punctures, breaks and fasteners with two coats of Benjamin
Foster 85-20 adhesive. Embed three-inch wide Glassfab membrane in
adhesive between coats.
END OF SECTION
15400 - 2
t;�_
SECTION 15500 - EQUIPMENT
PART 1 -GENERAL
1.01 NOTE
A. Drawings and general provisions of Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to work of
this section.
1.02 SUBMITTALS
A. Submit manufacturer's data and shop drawings on all items specified.
1'91 c�Y •
A.
This section of the specifications pertains to all labor, materials, equipment and
service necessary for and incidental to the mechanical equipment as shown on the
f-I
drawings and/or as specified herein.
I
B.
This section requires the furnishing of all equipment specified and/or shown on the
-A
drawings. Equipment referred to singularly shall mean each item, and the total
number of items shown or specified shall be furnished. All equipment shall be
i
manufactured in the USA.
C.
All appurtenances and auxiliary equipment necessary to the function of any
specified item of equipment shall be furnished with the item of equipment, whether
specifically mentioned or not. Each item of equipment shall perform the function
_t
for which it is intended, and all work necessary to provide a complete functional
system shall be provided.
D.
This specification requires that all items of equipment be completely installed,
finally connected, tested and placed in service.
E.
It shall be the responsibility of the Contractor to verify all requirements of the
equipment and the contract and certify with the submittal of the shop drawings that
all requirements have been met, including:
1. Space requirements
2. Electrical requirements (voltage, phase, wires - No. and size)
'
3. Capacities
4. Clearance for maintenance
5. Quality
1
6. Quantity
PART 2 - PRODUCTS
2.01 FANS
A. The fans indicated on the drawings shall be provided in accordance with the
schedule on the drawings.
B. In -line Centrifugal Fans: Fan shall be direct driven inline type. The square shaped
fan housing shall be of heavy gauge formed steel. One of the sides shall be hinged
and shall support the entire drive assembly and wheel allowing the assembly to
swing out for cleaning, inspection, or service without dismantling the unit in any
way. The motor shall be mounted on the hinged side, exterior and isolated from the
15500 - 1
air stream. The fan inlet shall be spun venturi throat overlapped by a backward
curved centrifugal wheel with spun cone for maximum performance. Motor shall
be ECM type with fan mounted potentiometer.
C. Exhaust fans shall be as manufactured by Cook, Penn Ventilator, Acme or
Greenheck.
END OF SECTION
15500 - 2
SECTION 15600 - TESTING ADJUSTING AND BALANCING MECHANICAL SYSTEMS
PART 1 - GENERAL:
1.01 NOTE:
A. Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
1.02 SCOPE:
A. This section of the specifications comprises the furnishing of all labor materials
transportation, tools and appliances and in performing all operations in connection with
the testing, balancing and adjusting of various systems and portions thereof to
produce proper flows of air and water, correct setting of regulation devices, and other
end results as more fully described hereinafter.
B.
Upon completion of the installation and start up of the mechanical equipment, check,
adjust, and balance systemic components to obtain optimum conditions in each
conditioned space to the building.
-°
C.
Prepare and submit to the Architect complete reports on the balance and operation of
the system.
D.
Make a total of three inspections within 90 days after occupancy of the building to
--t
insure that satisfactory conditions are being maintained throughout and to satisfy any
unusual conditions.
E.
During the balancing, the temperature regulation shall be adjusted for proper
relationship between controlling instruments and calibrated by the Contractor. The
correctness of the final setting shall be proved by taking hourly readings for a period of
}
4 successive eight hour days in a typical room on each separately controlled zone.
The total variation shall not exceed two degrees from the preset median temperature
during the entire temperature survey period.
F.
In all fan systems, the air quantities shown on the plans may be varied as required to
r
secure a maximum temperature variation of 2 degrees within each separately
controlled zone, but the total air quantity indicated for each zone must be obtained. It
shall be the obligation of the Contractor to furnish or revise fan drives and/or motors if
necessary, without cost to the Owner, to attain the specified air volumes.
G.
Before final acceptance is made, furnish the following data:
1. A tabulation of the simultaneous temperature of all spaces on each separately
1
controlled zone, together with the outside temperature at time of measurement.
2. A listing of the measured air quantities at each outlet corresponding to the
temperature tabulation specified above.
,
3. Static pressure readings entering and leaving each exhaust fan. These readings
shall be related to fan curves in terms of CFM handled.
4. Motor current readings at each fan. The voltages at the time of the reading shall be
listed.
H.
The above data shall be neatly entered on appropriate forms together with any typed
-'
supplements required to completely document all results. Written explanations of any
abnormal conditions shall be included. All this shall be assembled into a suitable
}
brochure and a total of 4 copies shall be provided.
15600 - 1
i
1.03 INSTRUCTIONS:
A. During the test periods instruct the building operating personnel in the operation and
maintenance of all equipment.
B. Deliver to the Owner 3 complete instruction manuals covering the maintenance and
operation of the system components. In addition, provide schematic wiring diagrams
of each piece of equipment framed under glass and mounted on the wall as directed.
Provide complete data on all equipment, including for each item a parts list, and the
name and address of the vendor where replacement parts can be purchased.
15600 - 2
SECTION 16000 - GENERAL PROVISIONS FOR ELECTRICAL
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to the work of
this Section.
1.02 ELECTRICAL LINES:
A.
General: In general, the electrical lines to be installed under these Specifications shall
r
be run as indicated, as specified herein, as required by particular conditions at the site,
and as required to conform to the generally accepted standards as to complete the
work in a neat and satisfactorily workable manner. The following is a general outline
concerning the running of electrical lines and is to be excepted where the drawings or
conditions at the building necessitate deviating from these standards.
B.
General Construction: The Contractor shall thoroughly acquaint himself with the details
;
of the construction and finishes before submitting his bid as no allowances will be
made because of the Contractor's unfamiliarity with these details. Place all inserts in
masonry walls while they are under construction. All concealed lines shall be installed
as required by the pace of the general construction to precede that general
construction.
C.
Field Conditions: The electrical Drawings do not give exact details as to elevations of
electrical lines, exact locations, etc., and do not show all the offsets, and other
-,
installation details. The Contractor shall carefully lay out his work at the site to conform
to the architectural and structural conditions, to avoid all obstruction, to conform to
details of installation supplied by the manufacturers of the equipment to be installed,
H11
and thereby to provide an integrated, satisfactorily operating installation.
D.
Locations of Electrical Devices: The electrical Drawings show diagrammatically the
locations of the various electrical outlets and apparatus and the method of circuiting
t
and controlling them. Exact locations of these outlets and apparatus shall be
determined by reference to the general Drawings and to all detail drawings, equipment
drawings, roughing -in drawings, etc., by measurements at the building, and in
cooperation with other sections, and in all cases shall be subject to the approval of the
Architect. The Architect reserves the right to make any reasonable change in location of
any outlet or apparatus before installation (within 10 feet of location shown on
l
drawings) or after installation if an obvious conflict exists, without additional cost to the
Owner.
E.
Space Requirements: The Contractor shall be responsible for the proper fitting of his
j
material and apparatus into the space. Should the particular equipment that any bidder__
proposes to install require other space conditions than those indicated on the
drawings, he shall arrange for such space with the Architect before submitting his bid.
r
Should changes become necessary on account of failure to comply with this clause,
t
the Contractor shall make such necessary changes at his (the Contractor's) own
expense.
t
F.
Working Drawings: The Contractor shall submit scale working drawings of all his
apparatus and equipment which in any way varies from these Specifications and
Drawings. The Architect shall check these variations from the Specifications and
Drawings before the work is started. Before the work proceeds, the contractor shall
correct any interference with the structural conditions.
16000 -1
G. Order of Precedence: Order of precedence shall be observed in laying -out the conduit
k in order to fit the material into the space above the ceiling and in the chases and walls.
The installation shall be coordinated with the work of all other trades. The following
` order shall govern:
1. Items affecting the visual appearance of the inside of the building such as lighting
fixtures, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site.
2. Lines requiring grade to function such as sewers.
3. Large ducts and pipes with critical clearances.
4. Conduit, water lines, and other lines whose routing is not critical and whose
function bends and offsets would not impair.
H. Equipment Connections: Conduits serving outlets on items of equipment shall be run in
the most appropriate manner. Where the equipment has built-in chases, the lines shall
be contained therein. Where the equipment is of the open type, the lines shall be run as
close as possible to the underside of the top and in a neat and inconspicuous manner.
I. Exceptions and Inconsistencies: Exceptions and inconsistencies in Drawings and
Specifications shall be brought to the Architect's attention before the contract is signed.
Otherwise, the Contractor shall be responsible for any and all changes and additions
that may be necessary to accommodate his particular apparatus, material, or
equipment.
J. Intent of Drawings and Specifications: The Contractor shall distinctly understand that
the work described herein and shown on the accompanying drawings shall result in a
finished and working job, and any item required to accomplish this intent shall be
included whether specifically mentioned or not.
K. Examination of Drawings and Specifications: Each bidder shall examine the Drawings
and Specifications for the General Construction. If these documents show any item
requiring work under Division 16 and that work is not indicated on the respective
Electrical drawings, he shall notify the Architect in sufficient time to clarify before
bidding. If no notification is received, the Contractor is assumed to require no
clarification, and shall install the work as indicated on the General Drawings in
accordance with the Specifications.
1.03 DIMENSIONS:
A. General: Before ordering any material or doing any work, the Contractor shall verify all
dimensions, including elevations, and shall be responsible for the correctness of the
same. No extra charge or compensation will be allowed on account of differences
between actual dimensions and measurements indicated on the drawings. Any
difference that may be found shall be submitted to the Architect for consideration
before proceeding with the work.
1.04 INSPECTION OF SITE:
A. General: The accompanying Drawings do not indicate completely the existing electrical
installations. The bidders for the work under these sections of the Specifications shall
inspect the existing installations and thoroughly acquaint themselves with conditions to
be met and the work to be accomplished in removing and modifying the existing work,
and in installing the new work in the present building and underground serving to and
from that structure. Failure to comply with this shall not constitute grounds for any
additional payments in connection with removing or modifying any part of the existing
installations and/or installing any new work.
1.05 ELECTRICAL WIRING:
A. Description: All electric wiring of every character, both for power supply, for pilot and
control, for temperature control, for communications, etc. will be done under Division
16 of these Specifications. Every electrical current consuming device furnished as a
part of this project, or furnished by the Owner and installed in this project, shall be
completely wired up under Division 16. Verification of exact location, method of
connection, number and size of wires required, voltage requirements, and phase
requirements is the responsibility of the Contractor under Division 16. If conflicts occur
between the drawings and the actual requirements, actual requirements shall govern.
1.06 PROGRESS OF WORK:
A. General: The Contractor shall keep himself fully informed as to the progress of the work
and do his work at the proper time without waiting for notification from the Architect or
Owner.
1.07 MANUFACTURER'S DIRECTIONS:
A. General: All manufactured articles shall be applied, installed and handled as
recommended by the manufacturer.
1.08 MATERIALS AND WORKMANSHIP:
A. Materials: All materials shall be new unless otherwise specified and of the quality
specified. Materials shall be free from defects and undamaged. All materials of a type
for which the Underwriters Laboratories, Inc. have established a standard shall be listed
by the Underwriters Laboratories, Inc. and shall bear their label.
B. Samples: The Architect reserves the right to call for samples of any item of material
offered in substitution, together with a sample of the specified material, when, in the
Architect's opinion, the quality of the material and/or the appearance is involved and it
is deemed that an evaluation of the two materials may be better made by visual
inspection. This shall be limited to lighting fixtures, wiring devices, and similar items
and shall not be applicable to major manufacturers' items of equipment.
C. Transportation: The Contractor shall be responsible for transportation of his materials to
and on the job, and shall be responsible for the storage and protection of these
materials and work until the final acceptance of the job.
D. Appurtenances: The Contractor shall furnish all necessary scaffolding, tackle, tools and
appurtenances of all kinds, and all labor required for the safe and expeditious
execution of his contract.
E. Workmanship: The workmanship shall in all respects be of the highest grade and all
construction shall be done according to the best practice of the trade.
1.09 PROTECTION OF APPARATUS:
A. General: The Contractor shall at all times take such precautions as may be necessary
to properly protect his new apparatus from damage. This shall include the erection of
all required temporary shelters to adequately protect any apparatus stored in the open
on the site, the cribbing of any apparatus above the floor of the construction, and the
covering of apparatus in the uncompleted building with tarpaulins or other protective
covering. Failure on the part of the Contractor to comply with the above to the entire
satisfaction of the Architect will be sufficient cause for the rejection of the pieces of
apparatus in question.
16000 - 3
1.10 PERMITS, FEE, ETC.:
t A. General: The Contractor under each section of these Specifications shall arrange for a
permit from the local authority. The Contractor shall arrange for all utility services,
including electric services. If any charges are made by any of the utility companies due
t to the work on this project, the Contractor shall pay these charges, including charges
for metering, connection, street cutting, etc. The Contractor shall pay for any inspection
fees or other fees and charges required by ordinance, law, codes and these
Specifications.
1.11 TESTING:
A. General: The Contractor under each division shall at his own expense perform the
various tests as specified and required by the Architect and as required by the State
and local authorities. The Contractor shall furnish all fuel and materials necessary for
making tests.
1.12 LAWS, CODES AND ORDINANCES:
A. General: All work shall be executed in strict accordance with all local, state and national
codes, ordinances and regulations governing the particular class of work involved, as
interpreted by the inspecting authority. The Contractor shall be responsible for the final
execution of the work under this heading to suit those requirements. Where these
Specifications and the accompanying drawings conflict with these requirements, the
Contractor shall report the matter to the Architect, shall prepare any supplemental
drawings required illustrating how the work may be installed so as to comply and, on
approval, make the changes at no cost to the Owner. On completion of the various
portions of the work the installation shall be tested by the constituted authorities,
approved and, on completion of the work, the Contractor shall obtain and deliver to the
Owner a final certificate of acceptance.
1.13 TERMINOLOGY:
A. "Furnish, Provide, Install": Whenever the words "furnish", "provide", "furnish and install,"
"provide and install', and/or similar phrases occur, it is the intent that the materials and
equipment described be furnished, installed and connected under this Division of the
Specifications, complete for operation unless specifically noted to the contrary.
B. Materials: Where a material is described in detail, listed by catalogue number or
otherwise called for, it shall be the Contractor's responsibility to furnish and install the
material.
C. "Shall": The use of the word "shall" conveys a mandatory condition to the contract.
D. "Section": "This section" always refers to the section in which the statement occurs.
E. "Project": "The project" includes all work in progress during the construction period.
F. Multiple Items: In describing the various items of equipment, in general, each item will
be described singularly, even though there may be a multiplicity of identical or similar
items.
1.14 COOPERATION:
A. General: The contractor for the work under each section of these Specifications shall
coordinate his work with the work described in all other sections of the Specifications to
the end that, as a whole, the job shall be a finished one of its kind, and shall carry on
his work in such a manner that none of the work under any section of these
Specifications shall be handicapped, hindered or delayed at any time.
f,
16000 - 4
I `
1.15 COORDINATION OF TRADES:
A. General: The Contractor shall be responsible for resolving all coordination required
between trades. For example, items furnished under Division 15 which require electrical
connections shall be coordinated with Division 16 for:
1. Voltage_
2. Phase
3. Ampacity
4. No, and size of wires
5. Wiring diagrams
6. Starter size, details and location
7. Control devices and details
B. Ceiling Mounted Items: Items installed in/on finished ceilings shall be coordinated with
the ceiling construction. The Contractor under each section shall conform to the
reflected ceiling plan and shall secure details and/or samples of the ceiling materials as
necessary to insure compatibility. Any device not conforming to this requirement shall
be replaced by the Contractor at his expense.
C. Electrical Items: All items specified under Divisions 16 shall be installed tight, plumb,
level, square and symmetrically placed in relation to the work of other trades.
1.16 CUTTING AND PATCHING:
?
A.
General: The Contractor for work specified under each section shall perform all
structural and general construction modifications and cut all openings through either
roof, walls, floors or ceilings required to install all work specified under that section or to
repair any defects that appear up to the expiration of the guarantee. All of this cutting
shall be done under the supervision of the Architect and the Contractor shall exercise
due diligence to avoid cutting openings larger than required or in wrong locations.
B.
Structural Members: No cutting shall be done to any of the structural members that
would tend to lessen their strength, unless specific permission is granted by the
Architect to do such cutting.
C.
Patching: The Contractor for work under each section shall be responsible for the
patching of all openings cut to install the work covered by that section and to repair the
damage resulting from the failure of any part of the work installed hereunder.
D.
Coordination: Before bidding, the Contractor shall review and coordinate the cutting
t
and patching required with all trades.
t '
E.
Existing Surfaces: In all spaces where new work under Division 16 is installed and no
other alteration or refinishing work is shown or called for, existing floors, walls and
ceilings shall be restored to match existing conditions. Workmen skilled in the affected
trade shall do all cutting and patching.
-
F.
Masonry Walls: Where openings are cut through masonry walls, the Contractor under
each respective section shall provide and install lintels or other structural supports to
protect the remaining masonry and adequate support shall be provided during the
LA
cutting operation to prevent any damage to the masonry occasioned by the operation.
All structural members, supports, etc. shall be of the size, shape, and installed as
,
directed by the Architect.
y
1.17 PAINTING:
A. General: Painting for Division 16 shall be as follows:
1. If the factory finish on any apparatus or equipment is marred, it shall be touched up
and then given one coat of half -flat -half -enamel, followed by a coat of machinery
enamel of a color to match the original. Paint factory primed surfaces.
16000 - 5
I
2. Paint all exposed conduit, boxes, cabinets, hangers and supports, and
miscellaneous metal.
3. Generally, painting is required on all surfaces such that no exposed bare metal is
visible.
1.18 LARGE APPARATUS:
A. General: Any large piece of apparatus which is to be installed in any space in the
building, and which is too large to permit access through windows, doorways or shafts,
shall be brought to the job by the Contractor involved and placed in the space before
the enclosing structure is completed.
1.19 RELOCATION OF EXISTING INSTALLATIONS:
A. General: There are portions of the existing electrical system that shall remain in use to
serve the finished building in conjunction with the indicated new installations. By actual
examination at the site, each bidder shall determine those portions of the remaining
present installations, which must be relocated to avoid interference with the installations
of new work of his particular trade and that of all other trades. All such existing
installations that interfere with new installations shall be relocated by the Contractor
under the Division in which the existing material normally belongs, and in a manner as
directed by the Architect. For example where existing conduit and electrical equipment
interferes with the installation of new work; it shall be relocated under Division 16.
Failure to become familiar with the extent of the relocation work involved shall not
relieve the Contractor of responsibility and shall not be used as a basis for additional
compensation.
1.20 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT:
A. General: The shop drawings for all equipment are hereby made a part of these
Specifications. The Contractor under each section of the Specifications shall rough -in
for the exact item to be furnished on the job, whether in another section of the
Specifications or by the Owner. The Contractor shall refer to all drawings and other
sections of the Specifications for the scope of work involved for the new equipment,
and by actual site examination determine the scope of the required equipment
connections for the Owner furnished equipment.
B. Discrepancies: Should any of the equipment furnished require connections of a nature
different from that shown on the drawings, report the matter to the Architect and finally
connect as directed by the Architect. Minor differences in the equipment furnished and
that indicated on the drawings will not constitute ground for additional payment to the
Contractor.
END OF SECTION
r_
16000 - 6
SECTION 16110 - RACEWAYS AND FITTINGS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog data on all conduit, conduit fittings, raceway, outlet boxes, pull
boxes and junction boxes.
1.03 SCOPE:
A. Description: The work shall include furnishing and installing all electrical raceways,
conduit, wireways, pull and junction boxes and outlet boxes, together with all fittings,
supporting devices, and other accessories required.
1.04 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 DELIVERY, STORAGE, AND HANDLING:
A. General: Deliver, store, protect, and handle products under provisions of the General
Requirements. Accept delivery of conduit, raceway, pull and junction and outlet boxes
on site and inspect for damage. Report concealed damage to carrier within their
required time period. Protect conduit and raceway from corrosion and entrance of
debris by storing above grade protected from the weather. Provide appropriate
covering. Protect PVC conduit from sunlight.
1.06 PROJECT CONDITIONS:
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Routing of Conduit: Verify routing and termination locations of conduit prior to rough -in.
Conduit routing is shown on the Drawings in approximate locations unless
dimensioned. The contractor shall verify all site conditions and shall route as required
to complete the wiring system.
PART 2 - PRODUCTS
2.01 CONDUITS:
A. Rigid Steel Conduit: Rigid, threaded, thick -wall;
galvanized outside with a protective coating inside;
Standard UL6; conforming to ANSI Standard C80.1;
Allied or approved equivalent.
16110 -1
galvanized inside and outside or
UL listed and labeled according to
Pittsburg, Republic Steel, Robroy,
B. Electrical Metallic Tubing (EMT): Steel tubing, galvanized outside and provided with a
slick corrosion resistant interior coating; UL listed and labeled according to Standard
797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel, Robroy, Allied or
approved equivalent.
C. Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips (commercial
Greenfield) or interlocked aluminum construction; conforming to UL Standard UL I and
UL listed and labeled; Triangle Conduit and Cable Company, or approved equivalent.
D. Liquidtight Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips or
interlocked aluminum construction as for flexible metal conduit; with polyvinyl chloride
cover extruded over the exterior to make conduit liquidtight; UL listed and labeled;
Electri-flex type "LA" or approved equivalent.
E. PVC Conduit: Type 40 heavy wall, high impact rigid virgin polyvinyl chloride (PVC)
conduit, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial
use; Carlon or approved equivalent.
2.02 CONDUIT FITTINGS:
A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded
couplings conforming to ANSI/NEMA FB1; bushing at all boxes and cabinets, with
locknuts inside and outside box or cabinet.
B. Couplings and Terminations for Electrical Metallic Tubing (Compression and Set Screw
Couplings): Join lengths of EMT with steel compression type couplings and connectors
where exposed to the weather or in wet locations. Otherwise use steel, set -screw
couplings and connectors. Couplings shall conform to ANSI/NEMA FB1. The
connectors shall have insulated throats so not to damage the insulation during wire
pulling operations.
C. Couplings and Terminations for Flexible Metal Conduit: Conforming to ANSI/NEMA
F131; T & B 440 Series or approved equivalent couplings at connections between
flexible and rigid conduit; T & B 3112 or 3132 Series or approved equivalent nylon
insulated throat, steel connectors at box or cabinet terminations.
D. Couplings and Terminations for Liquidtight Flexible Metal Conduit: Conforming to
ANSI/NEMA FB1; T & B 5271 Series or approved equivalent adapters at connections
between flexible and rigid conduit; T & B 5331 Series or approved equivalent nylon
insulated throat, steel connectors at box or cabinet terminations.
E. Couplings and Terminations for PVC Conduit: Type 40 heavy wall, high impact rigid
virgin polyvinyl chloride (PVC) fittings, conforming to NEMA Publications TC2 and TC3
and UL listed for direct burial use; Carlon or approved equivalent. PVC couplings and
solvent cement by the same manufacturer as the PVC conduit.
2.03 EXPANSION JOINTS IN CONDUIT:
A. Description: Provide conduit expansion joints with internal ground and external bonding
jumper, 0-Z Type AX or approved equivalent.
f - 2.04 WIREWAYS:
A. Interior Use: UL listed; enamel finished; sizes shown or required; screw covers;
complete with all fittings, couplings, hangers and accessories; Square D, General
Electric, or approved equivalent.
B. Exterior Use: UL listed; enamel finished; sizes shown or required; removable front
cover which is gasketed; weatherproof rainhood.
2.05 OUTLET BOXES:
A. General: Outlet boxes shall be UL listed of sizes and types specified.
t_
16110 - 2
B. Sheet Steel Boxes: NEMA OS 1, sheet steel not lighter than No. 14 gauge, galvanized
after fabrication; Raco, Steel City, Appleton or approved equivalent.
C. Cast Metal Boxes: NEMA FB1, cast iron or cast alloy with threaded hubs. Crouse -
Hinds, Appleton, Pyle National or approved equivalent.
2.06 PULL BOXES AND JUNCTION BOXES:
A. Description: Sheet steel, galvanized inside and outside, with galvanized covers.
B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use
standard outlet boxes.
C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use
cabinets as specified for panelboards cabinets with covers of the same gauge as
cabinets, secured with corrosion resistant bolts or screws.
PART 3 - EXECUTION
3.01 EXAMINATION:
A. General: Examine surfaces to receive raceways, boxes and enclosures for compliance
with installation tolerances and other conditions affecting performance of the raceway
system. Do not proceed with installation until unsatisfactory conditions have been
corrected.
3.02 WIRING METHODS:
A. Description: All wiring of every description shall be run in conduit or electrical metallic
tubing unless noted or specified otherwise. Conduits may be run exposed in machinery
and electrical rooms and unfinished areas. All other conduits shall be run concealed
unless otherwise noted.
3.03 CONDUIT REQUIREMENTS:
A. Underground Installations:
1. Type: Schedule 40 PVC conduit.
2. In or under slab on grade: Schedule 40 PVC conduit.
3. Minimum size: 3/4 inch.
B. Outdoor Locations Above Grade:
1. Type: Rigid steel conduit.
2. Minimum size: 1/2 inch.
C. Wet and Damp Locations:
1. Type: Rigid Steel Conduit.
2. Minimum size: 1/2 inch.
D. Dry Locations:
1. Concealed: Electrical metallic tubing.
2. Exposed within 6 feet of finished floor: Rigid steel conduit or intermediate metal
conduit.
3. Exposed above 6 feet of finished floor where not subject to mechanical damage:
Rigid steel conduit, intermediate metal conduit or electrical metallic tubing.
4. Minimum size: 1/2 inch.
E. Metal -clad type MC cable shall not be used in any location.
3.04 INSTALLATION OF BUILDING RACEWAYS:
A. Installation: Install conduit in accordance with NECA "Standard Of Installation." Install
raceways, boxes and enclosures according to the manufacturer's written instructions.
16110 - 3
I
B.
Conduits: All exposed runs shall be installed level and square and at proper elevations,
if
parallel to the surface of the building in a neat and orderly manner. Provide adequate
headroom.
C.
Bends: Install no more than the equivalent of four 90-degree bends between boxes.
_
Make field bends with approved bending devices. Use hydraulic one-shot bender to
fabricate bends in metal conduit larger than 2-inch size. Make bends and offsets so the
inside diameter is not reduced. Unless otherwise indicated, keep the legs of a bend in
the same plane and the straight legs of offsets parallel. Do not install bends or offsets
in which conduit is crushed, deformed or otherwise injured.
D.
Conduit Bodies: Use conduit bodies to make sharp changes in direction.
E.
Expansion Joints: Provide suitable fittings to accommodate expansions and deflection
where conduit crosses control and expansion joints.
F.
Completion: Complete raceway installation before starting conductor installation.
G.
Sizes: Size and install raceways so that conductors may be drawn in without injury or
excessive strain. Sizes of conduits shown on the drawings are minimum sizes to be
installed.
H.
Connections: Use lengths of flexible metal conduit, not less than 12 inches long and
not more than 24 inches long at final connections to all motors, generators, controls
and other devices subject to movement because of vibration or mechanical
adjustment. In damp or wet locations, and where installed outdoors, use liquidtight
flexible metal conduit.
I.
Connections to Recessed Lighting Fixtures: Use maximum of 6 feet flexible metal
conduit at connections to recessed lighting fixtures, and elsewhere as required. Flexible
conduit shall be'/z" minimum.
J.
Around Heat Producing Equipment: Do not install raceways within twelve inches of
steam and hot water pipes, breeching and flues, except where crossings are
'F
unavoidable, and then keep raceways at least six inches from insulation on the pipe,
breeching or flue crossed. Wherever possible, avoid installing raceways directly above
or in close proximity to boilers and other like objects operating at high temperatures.
K.
Damp or Wet Locations: In damp or wet locations make every effort to avoid installing
raceways in a manner which will create moisture traps. Where they must be so
installed, seal both ends of raceways with an approved sealing compound to prevent
-
"breathing" and moisture condensation within the raceways.
L.
Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push
pennies or other approved closers during construction to prevent foreign matter from
f_
entering raceway. Do not pull any conductors into raceways until all plastering in the
vicinity is completed. Swab out all raceways before pulling in conductors.
M.
Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill
any space between the outside of the raceway and the building material to prevent
passage of air, water, smoke and fumes. Filling material shall be fire resistive and, in
general, similar to the basic building materials through which the raceway passes.
N.
Roof Penetrations: Route conduit through roof openings for piping and ductwork or
through suitable roof jack with pitch pocket. Coordinate location with roofing
installation.
16110 - 4
O. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing
conductors to be installed by this Contractor, a suitable pull line to facilitate future
installation of wiring. Lines shall be free from splices and shall have not less than 12
inches of slack at each end of the pull wire. Identify each end of each line with a linen
tag bearing complete information as to the purpose of the raceway and the location of
its other end. All lines shall be nylon or polyethylene cord with a tensile strength not less
than 200 pounds.
3.05 JOINING AND TERMINATING CONDUITS:
A. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after
threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes,
switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts,
inside and outside, with insulating bushing inside. Unthreaded set screw type
couplings or connectors are not acceptable in rigid conduit systems. No running
threads shall be used anywhere in conduit systems.
B. Joining Electrical Metallic Tubing: Cut conduit square using saw or pipe cutter and de -
burr cut ends. Bring conduit to shoulder of fittings and fasten securely.
C. Joining PVC Conduit: Join PVC conduit using cement as recommended by the
manufacturer. Wipe PVC conduit dry and clean before joining. Apply full coat of cement
to entire area inserted in fitting. Allow joint to cure for twenty minutes, minimum.
D. Terminations: Where raceways are terminated with locknuts and bushings, align the
raceway to enter squarely, and install the locknuts with dished part against the box.
Where terminations cannot be made secure with one locknut, use two locknuts, one
inside and one outside the box. Where terminating in threaded hubs, screw the
raceway or fitting tight into the hub so the end bears against the wire protection
shoulder. Where chase nipples are used, align the raceway so the coupling is square
to the box, and tighten the chase nipples so no threads are exposed.
3.06 TELEPHONE AND DATA CABLE RACEWAYS:
A. 2-inch Trade Size and Smaller: In addition to the above requirements, install in
maximum lengths of 150 feet and with a maximum of two 90-degree bends or
equivalent. Install pull or junction boxes where necessary to comply with these
requirements.
3.07 CONDUIT SUPPORTS:
A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but
space hangers more closely where required by conditions.
B. Vertical Conduit Risers: Support vertical conduits at each floor by means of riser
clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor.
C. Individual Conduits: Support conduits running vertically or horizontally with galvanized
malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4
inch and larger on galvanized steel hangers. Use no perforated strap iron as hanger
material. Arrange supports to prevent misalignment of conduit during wire installation.
D. Above Non -removable Ceilings: Where conduits smaller than 1-1/4 inch are installed
above metal lath and plaster ceilings or mechanically suspended dry ceilings of the
non -removable type, they may be supported on ceiling runner channels.
16110 - 5
' E. Above Removable Ceilings: Where conduits smaller than 1-1/4 inch are installed above
removable ceilings, attach them to the structure or bar joists (where present) or support
them on threaded hanger rods with clips. Do not use any wire to support conduits or to
attach conduits to supporting members. Do not attach conduit to ceiling support wires.
Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling
panels. Locate them so as not to hinder access to mechanical and electrical
( equipment through the ceiling panels.
F. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations,
they may be supported on trapezes formed of sections of Unistrut or approved equal
angle iron or channels suspended on rods or pipes. Size trapeze members including
the suspension rods for the number size and loaded weight of the conduits they are to
support. Space them as required for the smallest conduit supported. Group related
conduits together. Provide space on each rack for 25 percent additional conduit.
G. Roof Mounted Conduits: Where conduits are installed on the roof, provide approved
conduit supports to lift conduit a minimum of 4" above the roof. Provide approved roof
material under the support structure as per the roofing manufacturer's warrantee
(` requirements. Coordinate all work with all other affected contract divisions.
3.08 INSTALLATION OF OUTLET BOXES:
A. Usage: Provide at each outlet or device of whatever character a metal outlet box in
which conduits shall terminate. Install boxes in accordance with NECA "Standard of
Installation." Install in locations as shown on the Drawings and as required for splices,
taps, wire pulling, equipment connections and compliance with regulatory
requirements.
B. Empty or Future Boxes: Provide blank coverplates for all unused boxes and boxes
indicated on the drawings to be used for future use. Coverplates shall match specified
plates in section 16140,
C. Boxes Recessed in Construction: Sheet steel boxes for stud wall construction. Rated
cast metal boxes for block wall construction.
D. For Lighting Fixture Outlets: 4" octagonal by 1-1/2 inch minimum depth with 3/8 inch
fixture stud for incandescent lights which are surface mounted, wall mounted or
suspended.
E. For Wall Switches, Receptacles, Communications and Fire Alarm Use: Use 4 inch x 4
inch size with proper square cornered the wall cover, plaster cover, or finishing plate,
except where construction will not permit or the device requires a larger box.
F. Wall Mounted Telephone Outlet Boxes: 4-11/16 inch square by 2-1/8 inch deep, unless
otherwise noted or unless wall construction requires a smaller box.
G. Boxes for Exposed Work: Cast metal boxes. Use cast fully adjustable floor boxes for
installations in slab on grade.
H. Boxes for Outdoors: Cast metal boxes with gasketed covers. Use cast outlet box in
exterior locations exposed to weather and wet locations.
I. Location of Boxes: Set wall mounted boxes at elevations to accommodate mounting
heights indicated or specified in section for outlet device. Electrical boxes are shown on
Drawings in approximate locations unless dimensioned. Adjust box location up to 10
feet if required to accommodate intended purpose. Install pull boxes and junction
boxes above accessible ceilings and in unfinished areas only.
J. Orientation of Boxes: Orient boxes to accommodate wiring devices oriented as
specified in Section 16140 - WIRING DEVICES.
16110 - 6
K.
Above Inaccessible Ceilings: Install outlet and junction boxes no more than 6 inches
from ceiling access panel or from removable recessed lighting fixture. Locate outlet
boxes to allow lighting fixtures positioned as shown on reflected ceiling plan.
L.
Fire Resistance: Install boxes to preserve fire resistance rating of partitions and other
elements, using materials and methods specified.
1_
M.
Coordination: Coordinate mounting heights and locations of outlets mounted above
counters, benches, and backsplashes.
N.
Adjacent Devices: Align adjacent wall mounted outlet boxes for switches, thermostats,
1 9 1
1
-.e
and similar devices.
O.
Masonry Boxes: Locate flush mounting box in masonry wall to require cutting of
masonry unit only. Coordinate masonry cutting to achieve neat opening.
P.
Wall Boxes: Use flush mounting outlet box in finished areas. Do not install flush
mounting box back-to-back in walls; provide minimum 6 inches separation. Provide
minimum 24 inches separation in acoustic or fire rated walls. Secure flush mounting
box to interior wall and partition studs. Accurately position to allow for surface finish
1
thickness. Use stamped steel bridges to fasten flush mounting outlet box between
studs. Install flush mountingbox without damaging wall insulation or reducing its
g g 9 �
#
effectiveness.__
Q.
Ceiling Boxes and Above Ceiling Boxes: Use adjustable steel channel fasteners for
hung ceiling outlet box. Do not fasten to ceiling support wires or ceiling panels. Support
1
all boxes independently of conduit.
1
R.
Gang Boxes: Use gang box where more than one device is mounted together. Do not
use sectional box. Use gang box with plaster ring for single device outlets.
3.09 INSTALLATION OF PULL AND JUNCTION BOXES:
A.
Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes than
required by code where job conditions so indicate.
B.
Mounting: Fasten all boxes securely to the building construction, independent of
conduit systems. On concealed conduit systems where boxes are not otherwise
accessible, set box covers flush with finished surfaces for access.
3.10 IDENTIFICATION OF PULL AND JUNCTION BOXES:
A.
Branch Circuits: Each pull and junction box shall be labeled with indelible ink to
,
indicate the wiring contained inside the box. The label shall indicate the panel and
circuit number of the wiring contained.
B.
Emergency Systems: Each pull and junction box serving emergency circuits shall be
painted red and shall be labeled with indelible ink to indicate the wiring contained
f
inside the box. The label shall indicate the panel and circuit number of the wiring
contained.
C.
Other System: Boxes serving other systems shall be labeled with indelible ink to
r i
indicate the wiring contained inside the box. Identify the wiring system by name (Fire'
Alarm, P.A., Telephone, Data Cable, Nurse Call, Security, Closed-circuit TV, Etc.).
END OF SECTION
r
16110-7
SECTION 16120 - CONDUCTORS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog data on conductor and insulation materials.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing
agency specified under Regulatory Requirements.
1.03 SCOPE:
A. Description: The work shall include the furnishing of all conductors, together with all
splices, connections, terminations and identification for wiring systems rated 600 volts
and less.
1.04 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 PROJECT CONDITIONS:
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Routing of Wire and Cable: Wire and cable routing shown on the Drawings is
approximate unless dimensioned. Route wire and cable as required to meet Project
Conditions. Where wire and cable routing is not shown, and destination only is
indicated, determine exact routing and lengths required.
PART 2 - PRODUCTS
2.01 CONDUCTORS (600 VOLTS AND UNDER):
A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without
weld, splice or joint, uniform cross-section, free from flaws, scale and other
imperfections. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid.
B. Insulation: Branch circuits shall have type THHN or THWN-2 insulation, temperature
rated 90 degrees C, unless the type is specifically designated or specified. Service
feeders shall be type THWN-2. Feeder circuits shall be type THWN-2.
C. Circuits Subjected to High Temperatures: Type THHN or THWN-2 conductors,
temperature rated 90 degrees C, for wiring in proximity to boilers, and for motors and
devices subject to high temperature because of high ambient temperature or
convection or radiant heat,
16120 - 1
f.
D. Manufacturers: Okonite, Triangle, Anaconda, Simplex or approved equivalent.
.e
2.02 JOINTS AND SPLICES:
A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or
compression connectors. All connectors shall be of proper sizes to match conductor
sizes. All compression connectors shall be applied with properly sized dies and tools.
Split -bolt connectors are not acceptable.
B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL
approved electrical spring connectors make. All connectors shall be of proper sizes to
match conductor sizes. Split bolt connectors are not acceptable.
2.03 COLOR CODING:
A. General: Use standardized color -coding of conductors throughout. All color -coding
shall be continuous for the entire length of the conductors, and shall be permanent and
readily distinguished after installation. In cases where the specified colors of insulated
wire and cable are unavailable, such conductors shall be color -coded, as specified
above, by means of slip-on colored plastic sleeves or plastic tape at all pull boxes,
support boxes, outlet boxes, panelboards, and other terminal and splicing points.
B. Neutral and Grounding Conductors: Neutral conductors shall be white or natural gray.
Grounding conductors shall be green, or green with one or more yellow stripes.
C. 208 Volt System: Phase conductors shall be black, red and blue for phases, A, B, and
C respectively in the 208 volt system.
D. 480 Volt System: Phase conductors shall be yellow, brown and orange for phases A, B,
and C respectively in the 480 volt system.
PART 3 - EXECUTION
3.01 EXAMINATION:
A. General: Examine raceways and building finishes to receive wires and cables for
compliance with installation tolerances and other conditions. Do not proceed with C 1
installation until unsatisfactory conditions have been corrected.
_1
3.02 WIRE PULLING:
A. Preparation: Completely and thoroughly swab raceway before installing wire. Pull no
conductors into conduits until all work of a nature that may cause injury to conductors
is completed.
B. Pulling Lines: Provide suitable installation equipment for pulling conductors into
raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull
in conductors. Attach pulling lines to conductors by means of woven basket grips or by
pulling eyes attached directly to conductors.
C. Multiple Wires in a Raceway: All conductors to be installed in a single conduit shall be
pulled in simultaneously.
D. Cable Lubricant: Use an Underwriters' listed cable pulling compound for building wire
No. 4 and larger. All cable lubricants shall be UL listed, and shall be certified by their
manufacturer to be non -injurious to the insulation on which they are used.
E. Existing Conduit: Remove existing wire from raceway before pulling in new conductors.
3.03 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER):
A. General: Install conductors as indicated, according to manufacturer's written
instructions and the NECA "Standard of Installation."
f
16120 - 2
B.
Feeders: Run all feeders their entire length in continuous pieces without joints or
splices, insofar as practicable. Make joints in branch circuits only where circuits divide
as shown on drawings. Such joints shall consist of one through circuit to which shall be
spliced the tap circuit.
C.
Branch Circuits: Not more than one power or lighting circuit shall be installed in a single
conduit. This provision shall not prohibit the installation in a single conduit of all
conductors of a circuit with three- and four-way switching.
D.
Dedicated Neutrals: All branch circuits shall be installed with dedicated neutrals in a
single conduit.
E.
Wiring at Outlets and Switches: Install with at least 12 inches of slack conductor at
each outlet and wall switch.
F.
Terminations: Connect outlets and components to wiring and to ground as indicated
and instructed by manufacturer. Tighten connectors and terminals, including screws
x
and bolts, according to equipment manufacturer's published torque -tightening values
or as specified in UL Standard 486A.
G.
Sizes: No wire shall be smaller than No. 12 except for signal or control circuits.
H.
Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled
otherwise.
I.
Home runs on 120 volt, 20 ampere Lighting Branch Circuits: Where length of run from
panelboard to first lighting outlet exceeds 75 feet use No. 10 conductors; otherwise use
No. 12 conductors.
J.
Different voltages in same raceway: Power and Lighting circuits of different system
-.
voltages (e.g. 208Y/120 and 480Y/277 volts) shall not occupy the same conduit.
K.
Joints and Splices: Make joints and splices only where necessary and only at outlet
boxes and pull boxes. All joints shall be mechanically and electrically secure. After a
joint or splice is complete, insulate it with rubber tape, and friction tape to make the
insulation of the joint or splice equal to that of the conductor. In lieu of this, vinyl plastic
tape may be used if applied in at least four layers (half lapped in two directions), with all
larger splices, terminals, sharp corners and voids being first protected by application of
insulating putty.
L.
Wet Locations: Conductor splices in wet locations shall be made in accordance with
the conductor manufacturer's recommendations.
M.
Identifying Labels: Adhesive vinyl cloth or vinyl self -laminating adhesive labels;
stamped to clearly identify each circuit. Handwritten labels are not acceptable. Securely
fasten labels to all cables, feeders and power circuits in pull boxes, outlet boxes,
wireways, lighting, power and distribution panelboards, etc. Provide wire markers under
If
the provisions of Section 16195 - ELECTRICAL IDENTIFICATION
N.
Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like,
using marlin twine lacing or nylon straps made for the purpose. Bundle conductors
'
larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups.
O.
Cable Supports and Boxes: Install cable supports and boxes for all vertical conductors
in accordance with National Electrical Code requirements. Boxes shall be of heavy
galvanized steel plate construction, not less than No. 10 USS gauge, riveted to an
angle iron frame. Removable box covers shall be secured with corrosion -resistant
screws. For cables without a metallic sheath, cable supports shall be of the split wedge
type that clamps each conductor firmly and tightens due to the weight of cable. For
cables with metallic sheath, a basket weave or equal type of support shall be provided
as approved by the cable manufacturer.
END OF SECTION
16120-3
f"}
SECTION 16140 - WIRING DEVICES
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog information showing dimensions, colors, and configurations.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing
agency specified under Regulatory Requirements. Include instructions for storage,
handling, protection, examination, preparation, and installation of Product.
1.03 SCOPE: '
A. Description: Furnish and install in suitable outlet boxes, the wiring devices indicated, ll
complete with lamps, coverplates, etc. All shall be properly connected to conductors
so as to be operable. E
1.04 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical_
Code) and all applicable State and Local Electrical Ordinances,
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
PART 2 - PRODUCTS
2.01 MATERIALS:
A. Acceptable Manufacturers: The catalog numbers listed herein are generally of Pass
and Seymour manufacture. Equivalent devices of Leviton and Eagle are also
acceptable. All other manufacturer's shall submit catalog data for engineer's approval
ten days prior to the bid date.
B. Specification Grade: All wiring devices shall be "Industrial Specification Grade", and
shall be UL listed.
2.02 COLORS:
A. Light almond: All devices shall have an light almond finish where mounted in walls
finished in light colors and a brown finish where mounted in walls finished in dark
colors.
2.03 WALL SWITCHES (20 Ampere):
A. 20 Ampere Wall Switches: For all loads:
1. Single pole wall switch: Pass and Seymour No. 20AC1.
2. Three-way wall switch: Pass and Seymour No. 20AC3.
. �
3. Four-way wall switch: Pass and Seymour No. 20AC4.
4. Pilot -lighted switch: Pass and Seymour No. 20AC1-RPL.
5. Key -operated wall switch: Pass and Seymour No. 20AC1-L.
B. 20 Ampere Receptacles:
1. Duplex: 20 ampere, 125 volt, 2 pole, 3 wire grounding duplex: Pass and Seymour
No. 5362A (NEMA 5-20R).
2. Ground Fault Current Interrupter: 20 ampere, 125 volt, 2 pole, 3 wire grounding
{ duplex with self-contained ground fault circuit interrupter: Pass and Seymour No.
2095 (NEMA 5-20R).
2.04 WEATHERPROOF DEVICES:
A. Duplex Receptacles: Provide the specified device in FS box with a gasketed cast
aluminum coverplate having a self closing gasketed lift cover. Pass and Seymour No.
4510.
B. GFCI Receptacles: Provide the specified device in FS box with a gasketed cast
aluminum coverplate having a self closing gasketed lift cover. Pass and Seymour No.
WPFS26.
2.05 COMMUNICATION DEVICES:
A. Wall Mounted Communications Outlet: Shall consist of an outlet box as specified under
Section 16110 - RACEWAYS AND FITTINGS with adaptor. Provide a 3/4" conduit to 6"
above the nearest acceProvide terminated Category 5e outlets connected to new POE
switch as indicated on the drawings. Where an outlet is shown, and it does not receive
a communications device, install a blank coverplate.
2.06 COVERPLATES:
A. General: Provide coverplates for all wiring devices, telephone, signal outlets and other
kindred devices.
B. Stainless Steel For Flush Mounted Devices: Coverplates in finished spaces shall be
0.040" stamped satin stainless steel. Sierra Electric Corporation "S-Line" or approved
equivalent.
C. Surface Mounted Devices: Zinc -coated sheet metal with rounded or beveled edges, of
same size as boxes, for indoor use; cast alloy plates with gaskets for outdoor use.
D. Weatherproof Devices: Die cast aluminum with spring loaded gasketed covers to close
automatically when plugs are removed. Stainless steel springs. UL listed for use in
damp locations and wet locations, cover closed. Orient device to maintain
watertightness. Sierra 4500 series or approved equivalent.
PART 3 - EXECUTION
3.01 EXAMINATION:
A. Outlet Boxes: Verify that outlet boxes are installed at proper height. Coordinate
mounting heights with the Architectural elevations. Coordinate mounting heights with
the Architectural baseboard height. Verify that wall openings are neatly cut and will be
completely covered by wall plates.
B. Circuit Wiring: Verify that branch circuit wiring installation is completed, tested, and
ready for connection to wiring devices.
3.02 PREPARATION:
A. Outlet Boxes: Provide extension rings to bring outlet boxes flush with finished surface.
Clean debris from outlet boxes.
i<[: EN=
4
3.03 INSTALLATION:
A. General: Install products in accordance with manufacturer's instructions. Install in
accordance with NECA "Standard of Installation." Install devices plumb and level.
B. Switches: Install switches with OFF position down.
C. Receptacles: Install receptacles with grounding pole on top. Connect wiring device
grounding terminal to branch circuit equipment grounding conductor. Connect wiring
devices by wrapping conductor around screw terminal "
D. Coverplates: Install wall plates when painting is complete. Use jumbo size plates for
outlets installed in masonry walls. Install galvanized steel plates on outlet boxes and
junction boxes in unfinished areas, above accessible ceilings, and on surface mounted
outlets. 1
E. Adjacent Devices: Group adjacent devices under single, multigang wall plates. `
3.04 FIELD QUALITY CONTROL:
A. Wiring Devices: Inspect each wiring device for defects. Operate each wall switch with
circuit energized and verify proper operation. Verify that each receptacle device is
energized. Test each receptacle device for proper polarity. Test each GFCI receptacle
device for proper operation.
3.05 GFCI RECEPTACLES: 6
A. General: At each GFCI receptacle location shown on the drawings install an actual ,
GFCI receptacle as indicated. No "feed -through" protection of GFCI receptacles shall
be permitted.
3.06 ADJUSTING:
A. General: Adjust devices and wall plates to be flush and level.
3.07 CIRCUIT IDENTIFICATION:
A. Inside Coverplate: At each wiring device identify the panel and circuit number to which
the device is finally connected in indelible ink.
3.08 MOUNTING HEIGHTS:'
A. General: Where mounting heights are indicated on the drawings, the device shall be
installed with the centerline of the device at the indicated height. In general, devices
which are shown to be installed at counters or other millwork shall be installed above
the counter or millwork, unless noted. Wall switches shall be installed on the strike side
of the door as finally hung. Unless otherwise noted on the drawings, or directed by the f
Architect, install devices at the following heights.
1. Wall Switch: 48 inches.
2. Receptacle: 18 inches. r"
3. Communications Outlet: 18 inches. j
END OF SECTION
16140 - 3
SECTION 16180 - EQUIPMENT CONTROLS AND WIRING SYSTEMS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data and drawings on all equipment items according
to the Conditions of the Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing
agency specified under Regulatory Requirements. Include instructions for storage,
handling, protection, examination, preparation, installation, and starting of Product.
1.03 SCOPE:
A. Description: The work shall include all labor, material, equipment and service
necessary for and incidental to equipment wiring and control as shown on the drawings
and/or as specified herein.
1.04 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 PROJECT CONDITIONS:
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Location of Equipment: Verify locations of equipment and location of electrical
connections prior to installation. Equipment locations are shown on Drawings in
approximate locations unless dimensions are indicated. Locate as required to
complete wiring system.
1.06 PROJECT RECORD DOCUMENTS:
A. General: Submit according to the Conditions of the Contract and Division 1
Specification Sections.
B. As -built Drawings: Accurately record actual locations of equipment and electrical
connections.
1.07 COORDINATION:
A. General: Coordinate work under provisions of the General Requirements. Obtain and
review shop drawings, product data, and manufacturer's instructions for equipment
furnished under other sections. Determine connection locations and requirements.
B. Sequence of Construction: Sequence rough -in of electrical connections to coordinate
with installation schedule for equipment. Sequence electrical connections to coordinate
with start-up schedule for equipment.
16180 - 1
PART 2 - PRODUCTS
2.01 ELECTRICAL MATERIALS:
A. General: Provide electrical equipment and materials as specified under other sections f
of this Specification.
PART 3 - EXECUTION
3.01 EXAMINATION:
A. General: Verify conditions according to the Conditions of the Contract and Division 1
Specification Sections.
B. Connections: Verify that equipment is ready for electrical connection, wiring, and
energization.
C. Thermostats: Verify the location of all thermostats in the field.
3.02 EQUIPMENT WIRING:
A. General: Connect complete for operation all items of heating, air conditioning,
plumbing, kitchen, laundry and laboratory equipment, and all other electrical devices
furnished by the Owner or under other Divisions of the specifications.
B. Locations: Outlets of various types have been indicated at equipment locations, but no
indications of exact location or scope of the work are shown on the drawings. Refer to
the Owner and to the various Contractors for the work under the other Divisions, for the
scope of connections, to equipment furnished by them, and for the exact locations of
all items. Request of the Owner and the aforementioned suppliers and contractors all
rough -in drawings required for proper installation of the electrical work, in ample time to
permit preparation of the drawings and thus avoid delays on the job.
C. Disconnect Switches: Where disconnect switches or circuit breakers are not provided
integral with control equipment for motors and other electrical appurtenances, provide
and install all disconnect switches required by the National Electrical Code and/or
indicated.
3.03 TEMPERATURE CONTROLS:
A. General: Completely connect for operation all items for temperature controls which
require electrical connections, furnishing all wiring, conduit and labor. Verify the exact
location of all thermostats and other control devices with the mechanical drawings.
3.04 PACKAGED AIR CONDITIONING EQUIPMENT:
A. General: Connect each packaged air conditioning unit with a non -fused disconnect
switch mounted on the unit or on a wall adjacent to the unit.
3.05 ELECTRICAL CONNECTIONS:
A. Manufacturer's Instructions: Make electrical connections in accordance with equipment
manufacturer's instructions.
B. Connections: Make conduit connections to equipment using flexible conduit. Use
liquidtight flexible conduit with watertight connectors in damp or wet locations.
C. Wiring: Make wiring connections using wire and cable with insulation suitable for
temperatures encountered in heat producing equipment.
D. Receptacles: Provide receptacle outlet where connection with attachment plug is
required by the manufacturer. Provide cord and cap where field -supplied attachment
plug is indicated.
16180 - 2 r '
z
E. Strain Relief: Provide suitable strain -relief clamps and fittings for cord connections at
outlet boxes and equipment connection boxes.
F. Devices: Install disconnect switches, controllers, control stations, and control devices
as indicated or as required.
G. Interconnections: Provide interconnecting conduit and wiring between devices and
equipment where indicated or required.
END OF SECTION
fiL.'�i -04=1
t,
I e
SECTION 16195 - ELECTRICAL IDENTIFICATION
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog data for nameplates, labels, and markers.
1.03 SCOPE:
A. Description: The work shall include furnishing and installing identification of electrical
materials, equipment and installations.
1.04 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
PART 2 - PRODUCTS
2.01 NAMEPLATES AND LABELS:
A. Nameplates (Normal Systems): Electrical equipment shall be identified by the
attachment of engraved nameplates constructed from laminated phenolic plastic, at
least 1/16 inch thick, 3-ply, with black surfaces and white core. Engraving shall be
condensed gothic, at least 1" high, appropriately spaced. Nomenclature on the label
shall include the name of the item or equipment served utilizing the equipment names
shown on the drawings.
B. Labels: Embossed adhesive tape, with 3/16-inch black letters on white background. t
Use only for identification of individual wall switches and receptacles.
2.02 WIRE MARKERS:
A. Description: Adhesive vinyl cloth or self -laminating vinyl adhesive labels. Thomas &
Betts type WBC or WEC or approved equivalent. Pre-printed, typewritten or field
printed. Handwritten labels are not acceptable.
B. Locations: Each conductor at panelboard gutters, switchboard gutters, wireways, pull
boxes, outlet boxes, junction boxes, and each load connection.
C. Legend:
1. Power and Lighting Circuits: Branch circuit or feeder number as actually installed.
2. Control Circuits: Control wire number indicated on shop drawings.
:
16195 -1
PART 3 - EXECUTION
3.01
PREPARATION:
A. Cleaning: Degrease and clean surfaces to receive nameplates and labels.
3.02
APPLICATION:
A. Equipment: Install nameplate and label parallel to equipment lines. Secure nameplate
to equipment front using adhesive. Secure nameplate to inside surface of door on
panelboard that is recessed in finished locations.
3.03
EQUIPMENT:
A. General: All electrical equipment shall be identified by name utilizing engraved
nameplates. Equipment to be labeled shall include but not be limited to the following:
1. Panelboards.
2. Main Switches.
3. Main Circuit Breakers.
3.04
CONTROL DEVICES:
A. General: All electrical control devices shall be labeled to indicate the device served. All
electrical control devices shall be labeled regardless of proximity to the equipment
served. Electrical control devices to be labeled shall include but not limited to the
following:
1. Contactors.
2. Motor Starters,
3. Relays.
4. Disconnect Switches.
5. Timeswitches.
END OF SECTION
16195 - 2
SECTION 16475 - CIRCUIT DISCONNECT AND OVERCURRENT PROTECTIVE DEVICES
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide data
sheets showing electrical characteristics including time -current curves.
C. Operation and Maintenance Manuals: Submit for review all operation and maintenance
manuals for items specified herein. Indicate application conditions and limitations of
use stipulated by Product testing agency specified under Regulatory Requirements.
Include all operation and maintenance manuals.
1.03 SCOPE:
A. Description: The work shall include all labor, material, equipment, and service
necessary for and incidental to the complete electrical distribution system.
1.04 REGULATORY REQUIREMENTS:
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc. as
suitable for purpose specified and shown.
1.05 MAINTENANCE MATERIALS:
A. General: Provide maintenance materials according to the Conditions of the Contract
and Division 1 Specification Sections.
B. Fuse Pullers: Provide two fuse pullers.
1.06 EXTRA MATERIALS
A. General: Furnish under provisions of the General Requirements.
B. Spare Fuses: Upon completion of the work provide a standard carton (but not less than
3 fuses where a carton does not contain as many as 3) of each size of each type of
fuse used. These spare fuses are in addition to fuses in spare switches and
replacement fuses blown during construction and testing.
PART 2 - PRODUCTS
2.01 MOLDED CASE THERMAL MAGNETIC TRIP CIRCUIT BREAKERS:
A. Description: NEMA AB 1, molded case, one, two and three pole, with integral thermal
and instantaneous magnetic trip in each pole, UL listed. Two and three pole circuit
breakers with common trip and single operating handle. Handle ties between breakers
are unacceptable. Circuit breakers shall have the voltage and trip rating scheduled or
indicated on the Drawings.
16475 - 1
i
B.
Operation: Operating mechanism shall be over center, trip free, toggle mechanism with
quick -make, quick -break action with positive handle indication.
C.
Trip Elements: Thermal magnetic trip element calibrated for 40-deg. C. ambient
temperature.
f D.
Terminations: Terminations for 10-30 ampere breakers shall be UL listed for use with 60
degree C. or 75 degree C. conductors. Terminations for breakers 35 ampere and
greater shall be UL listed for use with 75 degree C conductors.
E.
Interrupting Rating: Circuit breakers shall have minimum RMS symmetrical ampere
interrupting ratings as scheduled on drawings.
F.
Breakers 250 Amp Frame and Greater: Circuit breakers with frame sizes greater than
250 amperes shall have adjustable magnetic trip elements which are set by a single
adjustment, push to trip button and reverse connection capability.
G.
Switching Duty: UL listed SWD for switching duty, 15 and 20 ampere single pole,
suitable for 120 volts ac fluorescent loads.
i- H.
HACR Listing: UL listed as HACK type, 120/240 volt, 15-60 ampere, one, two and three
pole, to serve heating air conditioning and refrigeration equipment. Provide circuit
breakers UL listed as Type HACR for air conditioning equipment branch circuits.
I.
Accessories: Provide circuit breakers with switching neutral, shunt trip, ground fault
current interrupters, or remote controlled operators as scheduled on the drawings.
J.
Motor Circuit Protectors: Where indicate on the Drawings or Specified elsewhere
provide molded case circuit breaker with integral instantaneous magnetic trip element
in each pole.
PART 3 - EXECUTION
3.01 INSTALLATION:
A. Circuit Breakers: Install circuit breakers in accordance with manufacturer's instructions.
END OF SECTION
16475 - 2
�1
1.08 EXTRA MATERIALS si
A. Furnish extra materials described below that match products installed and that are
packaged with protective covering for storage and identified with labels describing
contents.
1. Plastic Diffusers and Lenses: 1 for every 100 of each type and rating installed.
Furnish at least one of each type.
2. Battery and Charger Data: One for each emergency lighting unit.
3. Drivers: 1 for every 100 of each type and rating installed. Furnish at least one of
each type.
4. Globes and Guards: 1 for every 20 of each type and rating installed. Furnish at
least one of each type.
PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. In Interior Lighting Fixture Schedule where titles below are column or row headings that
introduce lists, the following requirements apply to product selection:
1. Basis -of -Design Product (No Prior Approval): The design for each lighting fixture is
based on the product named. Subject to compliance with requirements, provide
either the named product or a comparable product by one of the other
manufacturers specified. Approval for lighting fixture substitution shall not be given
prior to the bid opening.
2.02 LED LUMINAIRE REQUIREMENTS
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. NRTL Compliance: Luminaires for hazardous locations shall be listed and labeled for
indicated class and division of hazard by an NRTL.
C. FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled
for indicated class and division of hazard by FM Global.
D. Recessed Fixtures: Comply with NEMA LE 4.
E. Bulb shape complying with ANSI C79.1.
F. Lamp base complying with [ANSI C81.61] [or] [I EC 60061-1].
G. CRI of minimum 80. CCT as indicated on the Light Fixture Schedule.
H. Minimum Rated lamp life of 50,000 hours.
I. Lamps dimmable from 100 percent to 0 percent of maximum light output.
J. Internal driver.
K. Nominal Operating Voltage: As indicated on the drawings.
L. Lens Thickness: At least 0.125 inch (3.175 mm) minimum unless otherwise indicated.
M. Housings:
1. Extruded -aluminum housing and heat sink.
2. Finish: As indicated on the Light Fixture Schedule.
N. Delivered Lumens: As indicated on the Light Fixture Schedule.
O. Total Maximum Input Watts: As indicated on the Light Fixture Schedule.
2.03 LED DRIVERS
A. LED Driver shall be certified by UL Class2 for use in a dry or damp location.
B. LED Driver shall have Class A sound rating.
C. LED Driver shall have a minimum operating ambient temperature of -40°C.
16500 - 3
D. LED Driver shall have a life expectancy of 50,000 hours at Tcase of <_ 70°C.
E. LED Driver shall have a life expectancy of 100,000 hours at Tcase of <_ 62°C.
F. LED Driver shall have a maximum self rise of 250C in open air without heat sink.
f , G. LED Driver shall have a maximum allowable case temperature of 75°C .
H. LED Driver shall reduce output power to LEDs if maximum allowable case temperature
is exceeded.
t- I. LED Driver shall have a failure rate :!�; 0.01 % per 1,000 hours at Tcase <_ 70°C.
J. LED Driver shall have a failure rate of 0.01 % - 0.02% per 1,000 hours at Tcase of 700C -
80°C.
K. LED Driver shall tolerate sustained open circuit and short circuit output conditions
without damage.
2.04 EMERGENCY LED POWER UNIT
A. LED Driver shall comply with FCC rules and regulations, as per Title 47 CFR Part 15
Non -Consumer (Class A).
B. Internal Type: Self-contained, modular, battery -inverter unit, factory mounted within
lighting fixture body and compatible with driver. Comply with UL 924.
1. Emergency driver shall consist of high -temperature, maintenance free nickel -
cadmium batteries with a separate battery charger and electronic circuitry
contained in one metal case.
2. The emergency driver shall be capable of operating an LED load at rated current
for a minimum of 90 minutes. The driver shall generate the minimum delivered
lumen output as indicated on the Light Fixture Schedule.
2.05 EXIT SIGNS
A. Description: Comply with UL 924; for sign colors, visibility, luminance, and lettering
size, comply with authorities having jurisdiction.
B. Internally Lighted Signs:
1. Lamps for AC Operation: LEDs, 70,000 hours minimum rated lamp life.
2. Self -Powered Exit Signs (Battery Type): Integral automatic charger in a self-
contained power pack.
(a) Battery: Sealed, maintenance -free, nickel -cadmium type.
(b) Charger: Fully automatic, solid-state type with sealed transfer relay.
(c) Operation: Relay automatically energizes lamp from battery when circuit
voltage drops to 80 percent of nominal voltage or below. When normal voltage
is restored, relay disconnects lamps from battery, and battery is automatically
recharged and floated on charger.
(d) Test Push Button: Push -to -test type, in unit housing, simulates loss of normal
power and demonstrates unit operability.
(e) LED Indicator Light: Indicates normal power on. Normal glow indicates trickle
charge; bright glow indicates charging at end of discharge cycle.
(f) Integral Self -Test: Factory -installed electronic device automatically initiates
code -required test of unit emergency operation at required intervals. Test
failure is annunciated by an integral audible alarm and flashing red LED.
2.06 LIGHTING FIXTURE SUPPORT COMPONENTS
A. Comply with Division 16 Sections "General Provisions for Electrical' and "Raceways and
Fittings" for channel- and angle -iron supports and nonmetallic channel and angle
supports.
B. Single -Stem Hangers: 1/2-inch steel tubing with swivel ball fittings and ceiling canopy.
Finish same as fixture.
16500 - 4
C. Twin -Stem Hangers: Two, 1/2-inch steel tubes with single canopy designed to mount a j
single fixture. Finish same as fixture. t
D. Wires: ASTM A 641 /A 641 M, Class 3, soft temper, zinc -coated steel, 12 gage.
E. Wires for Humid Spaces: ASTM A 580/A 580M, Composition 302 or 304, annealed
stainless steel, 12 gage.
F. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod.
G. Hook Hangers: Integrated assembly matched to fixture and line voltage and equipped
with threaded attachment, cord, and locking -type plug.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Lighting fixtures: Set level, plumb, and square with ceilings and walls. Install lamps in
each fixture.
B. Support for Lighting Fixtures in or on Grid -Type Suspended Ceilings: Use grid as a
support element.
1. Install a minimum of two ceiling support system rods or wires for each fixture.
Locate not more than 6 inches from lighting fixture corners.
2. For fixtures rated more than 40 Ibs, install a minimum of four ceiling support system
rods or wires for each fixture. Locate not more than 6 inches from lighting fixture
corners.
3. Support Clips: Fasten to lighting fixtures and to ceiling grid members at or near s,
each fixture corner with clips that are UL listed for the application.
4. Fixtures of Sizes Less Than Ceiling Grid: Install as indicated on reflected ceiling
plans or center in acoustical panel, and support fixtures independently with at least f
two 3/4-inch metal channels spanning and secured to ceiling tees.
C. Suspended Lighting Fixture Support:
1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging.
2. Stem -Mounted, Single -Unit Fixtures: Suspend with twin -stem hangers.
3. Continuous Rows: Use tubing or stem for wiring at one point and tubing or rod for
suspension for each unit length of fixture chassis, including one at each end.
D. Adjust aimable lighting fixtures to provide required light intensities.
E. Connect wiring according to Division 16 Sections "Raceways and Fittings" and
"Conductors".
3.02 FIELD QUALITY CONTROL
A. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. -1
Verify transfer from normal power to battery and retransfer to normal. tl
B. Prepare a written report of tests, inspections, observations, and verifications indicating
and interpreting results. If adjustments are made to lighting system, retest to
demonstrate compliance with standards.
END OF SECTION F
16500 - 5
l
l
)
SECTION 16906 - OCCUPANCY SENSORS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.02 SUBMITTALS:
A. General: Submit manufacturer's data on all materials according to the Conditions of the
Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Include
manufacturer's catalog data and drawings on all sensing switches and associates
switchpacks with separate sheet for each component. Provide wiring diagrams
indicating low voltage and line voltage wiring requirements.
C. Templates: Provide templates for different types of sensors indicating their sensing
distribution for all areas.
D. Manufacturer's Installation Instructions: Submit for review complete manufacturer's
installation instructions. Indicate application conditions and limitations of use stipulated
by Product testing agency specified under Regulatory Requirements. Include
instructions for storage, handling, protection, examination, preparation, and installation
of Product.
A. Operation and Maintenance Manuals: Submit manufacturer's operation and
maintenance instructions for each product.
1.02 CATALOG NUMBERS:
A. General: All features specified or scheduled for fixtures shall be provided, even if the
catalog number given in the specifications or schedule lacks the required numerals,
prefixes or suffixes corresponding to the features called for.
1.03 SCOPE:
A. Description: The work shall include all labor, material, equipment and services
necessary for and incidental to the complete lighting control system as shown on the
drawings and specified herein.
1.03 SYSTEM DESCRIPTION:
B. Description: The occupancy sensors shall sense the presence of human activity within
the desired space and control the on/off function of the room lights automatically.
C. Time Delays: Upon detection of human activity by the detector, initiate a time delay to
maintain the lights on for a preset period of time. Field adjustable time delay setting
must be available.
D. Manufacturers: All sensors, control units and relays must be UL listed and be of
Hubbell, Novitas, or Watt -Stopper manufacture. Manufacturers not listed shall be
subject to approval prior to bidding.
1.04 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
16906 - 1
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc, as
suitable for purpose specified and shown.
1.05 PROJECT CONDITIONS:
A. Locations: The drawings are schematic and only indicate the approximate location of
occupancy sensors. The precise location of occupancy sensors shall be coordinated
with the architectural reflected ceiling plan and other architectural features.
PART 2 - PRODUCTS
2.01 GENERAL:
A.
Description: UL Listed, utilizes Doppler shift ultrasonic and passive infrared technology
to detect personnel movement. Devices must not interfere with hearing aids. Field
adjustable time delay setting from 15 seconds to 30 minutes, and ambient light
adjustment. Automatic sensitivity control to avoid false tripping from ambient noise (i.e.
air from HVAC Vent),
B.
Voltage: Sensors shall automatically adapt to the applied line voltage.
C.
Field of View: Ceiling Mount Sensors, 360 degree field of view.
D.
Coverage Pattern: Manufacturer must provide coverage pattern for layout. Choose
sensor type and quantity by coverage needs and room layout.
2.02 DUAL TECHNOLOGY OCCUPANCY SENSORS:
A.
Ceiling Mount Sensors (12' max): Provide each sensor with a switchpack unit as
specified below.
1. Large Room Unit: Hubbell No. OMNIDT2000RP, 2000 square feet, or approved
equal.
B.
Wall Switch Sensors:
1. General: Two wire completely self contained sensor that fits into a standard single
gang box.
2. Loads: Compatible with electronic ballasts, compact fluorescent and inductive
loads.
3. Rating: Rated to switch loads up to 80OW (incandescent), 1000W (fluorescent) @
120V and 180OW (fluorescent) @ 277V. Hubbell No. LHMTD2 or approval equal.
C.
Control Switchpack:
1. Description: UL listed, CSA Certified, consisting of an internal control relay and
transformer to provide low voltage power to occupancy sensors.
2. Voltage: 120V or 277V, as indicated on drawings.
3. Specifications: Devices to meet electrical testing requirements of Federal
f
Specification WS-896.
4. Rating: Relay shall be rated for 20A ballast load at 120V or 277V.
5. Manufacturer: Hubbell No. MP120A or MP277A or approved equal.
16906 - 2
PART 3 - EXECUTION
3.01 INSTALLATION:
A. General: Install system in accordance with manufacturer's recommendations and
instructions. Provide all labor and material as required to connect all wall mounted
occupancy switches, ceiling room occupancy sensors, power packs and switch packs
to control the room light fixtures for proper operation as recommended by the motion
sensor manufacturers. All wiring between sensors and switchpacks shall be installed in
minimum 112" conduit.
B. Final Adjustments: Contractor shall adjust all sensor delays, etc. to the satisfaction of
the Owner prior to substantial completion.
3.02 EXISTING LIGHTING LOADS
A. Wall Mounted Sensors: Remove existing SPST wall switches as indicated on the
drawings and install new dual technology occupancy sensor in existing switch box.
B. Ceiling Mounted Sensors: Install new occupancy sensors as indicated on the drawings
in spaces with existing lighting fixtures. Intercept the existing circuit switch legs and
connect new switchpack in series with existing switch leg.
END OF SECTION
16906 - 3
,� � , b
;,,�� .�: w,.,.,