Loading...
HomeMy WebLinkAboutResolution - 2016-R0254 - Contract - Tommy Klein Construction Inc. - LP&L Office Renovations - 07_28_2016 (3)No. 2016-R0254 No. 6.16 28, 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 behalf of the City of Lubbock Contract 12660 for Lubbock Power & Light Office Renovations, by and between the City of Lubbock and Tommy Klein Construction, Inc., and any 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 28, 2016 4—� DANIEL M. POP , MAYOR ATTEST: �Q-04'c - X--� Rebe ca Garza, City ecretary APPROVED AS TO CONTENT: Mark Yearwood, ssistant City Manager APPROVED AS TO FORM: RES.Contract-Nbr 12660, Tommy Klein Construction Inc 7.6.16 PROPOSAL SUBMITTAL FORM LP&L MUNICIPAL HILL INTERIOR RENOVATIONS RFP 16-12660-MA DATE: &e 1 3 - ZD11 0 PROJECT NUMBER: RFP 16-12660-NLA Proposal of Revised Bid Form 06/08/2016 (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter tailed Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Renovations of the LP&L Municipal Hill Interior Renovations 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. BASE PROPOSAL ITEM NO DESCRIPTION UNI I' MATERIALS LABOR TOTAL PRICF Renovate Approximately 9,000 sq-ft of interior space as 1 LS �� described in the Plans and ) 1 Specifications. � - - TOTAL PROPOSAL ITEM #1: (S ALTERNATE PROPOSALS $ 817 , 3 9 3 -$ 8 9 3. 0 0= $ 816 , 5 0 0. 0 0 ITUNI NO DESCRIPTION UNIT 161ATERIAI-S LABOR TOTAL PRICE 1 Deduct: Cost for demo and removal of steel joists in LobbyArea. LS ''` a 7.3_ ra0 70_ (a 00 Provide square foot unit cost to demo and remove damaged sections of metal stud and gypsum board wall. Price to include float SQFT (7 and texture to match existing. Contractor a' -� 4� and Owner to confirm and verify quantities prior to demo and installation. Provide square foot unit cost to float over 3 uneven areas of drywall and texture to SQFT match. Provide square foot unit cost to replace a gypsum board. Contractor and Owner to SQFT Sa 3 3 $ 3 confirm and verify quantities prior to demo and installation. DURATION 1. Number of days required for construction: TOTAL CALENDAR DAYS: a n e , /I/— Ofreror's Initials 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 240 Days Completed by Contractor TWO HUNDRED AND FORTY (240) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $150 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves tfie right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. l'[1� Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ] or a Proposal Bond in the sum of S /. Dollars ($_ ), 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 seated 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 - is a ATT T: r 5 ary tl fferor acknowledges receipt of the following addenda: Addenda No. Date 4 Addenda No. 2 Date 5 25 If, Addenda No. Date Addenda No. Date-62-DA-u- MAVBE Firm: Date: 010- 13 --Z.Or Lo /<�4 e43— 019a Authorized Signature (Printed or Typc Name) Company _I / A ip 121 Address City, County y 4-7_4- Stale 2ip Code Telephone: 2N, - A3 77 Fax:. 20{n -- 2G 59 Email. k, Corn FEDERAL TAX ID or SOCIAL SECURITY No. Black American I I Hispanic American I I Asian Pacific American I I Other (Speciry) I Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 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: 2016-90472 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 07/2612016 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: 07/26/2016 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. 12660 Lubbock Power & Light Office Renovations 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Klein, Karen Lubbock, TX United States X Klein, Tommy 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 rurrirs pruviueu uy iexas ttnics r_,ommission www.etnlcs.state.tx.us Version V1,z-f i 0 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 it 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. 2016-90472 Tommy Klein Construction, Inc. Lubbock, TX United States Date Filed: 07/26/2016 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. 1266D Lubbock Power & Light Office Renovations 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling I Intermediary Klein, Karen Lubbock, TX United States X Klein, Tommy Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear r ffirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn //to and subscribed before me, by the said 20to certify which, witness my hand and seal of office. this the day o a *""'?'� TONYA SHROPSHIRE N if /p Notar! puhli4, orate of Texas Si ture of officer ad nistering oath Printe name of officer ministering oath sqJ a l�ffll&E rhY�lf - - 8 Forms provlaea oy I exas t tnlcs commission www.etntcs.state.tx.us Version V1.0.277 BOND CHECK BEST RATING: LICENSED IN TEXAS, DATE: BY: CONTRACT AWARD DATE: July 28, 2016 City of Lubbock Specifications for Lubbock Power & Light Office Renovations RFP 16-12660-MA CONTRACT 12660 PROJECT NUMBER: 8600.9167.30000 92355.8302.30000 & 92428.8307.30000 Plans & Specifications may be obtained from BidSync.com CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDUM(S) Page Intentionally Left Blank ADDENDUM 1 Engineer's Addendum No. 1 RFP 16-12660-MA Lubbock Power & Light Office Renovations DATE ISSUED: April 22, 2016 CLOSE DATE: June 2, 2016, at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Engineer's Addendum No. 1 1. Please see Engineer's Addendum No. 2. All requests for additional information or clarification must be submitted in writing and directed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2572 or Email to malvarezpmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com TANK YOU, r a4tu 4e� CITY OF LUBBOCK Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anv 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. PARKHILL SMITH & COOPER ADDENDUMTO: ALL PLANHOLDERS FROM: PARKHILL, SMITH & COOPER, INC NO: 001 PROJECT NAME: LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION PROJECT NO.: 03.8717.14 DATE: FEBRUARY 10, 2016 4222 85th Street Lubbock, Texas 79423 806.473.2200 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Drawings and Project Manual. This Addendum becomes a part of the Contract Documents and modifies the original Contract Documents dated November 2015 as noted below: This Addendum consists of 2 page(s), Section 15810 FM-200 System, and the attached drawing(s) no(s). G101, A100, A101, A102, A601, M101, P101, E101, E102, E201, E202, E203, E204, E301 and E302. I. CHANGES TO PROJECT MANUAL: A. TABLE OF CONTENTS 1. ADD Section 15810 FM-200 SYSTEM under Division 15 sections. B. SECTION 09650 RESILIENT FLOORING AND BASE 1. REVISE subparagraph 2.2.C.3 to read as follows: "Metal Edge Strips: Extruded aluminum with mill finish of width shown, of height required to protect exposed edges of flooring, and in maximum available lengths to minimize running joints." 2. DELETE subparagraph 2.2.C.4 in its entirety. 3. DELETE subparagraph 2.2.C.5 in its entirety. 4. DELETE subparagraph 2.2.C.6 in its entirety. C. SECTION 09653 RESILIENT WALL BASE AND ACCESSORIES 1. DELETE this section in its entirety. D. SECTION 12491 HORIZONTAL LOUVER BLINDS 1. DELETE this section in its entirety. E. SECTION 15810 FM-200 SYSTEM 1. ADD in its entirety as attached to this Addendum. II. CHANGES TO DRAWINGS: A. SHEET G-101 —CODE STUDY PLAN 1. Refer to attached sheet for revisions. B. SHEET A-100 —DEMOLITION PLAN 1. Refer to attached sheet for revisions. C. SHEET A-101 —ANNOTATED FLOOR PLAN 1. Refer to attached sheet for revisions. D. SHEET A-102 — REFLECTED CEILING PLAN 1. Refer to attached sheet for revisions. \\Data1\Projects\2014\8717.14\BID-PROPOSAL PHASE\Addendum One\PSC-Arch Addenda.docm Abilene Amarillo Austin El Paso Frisco Las Cruces Lubbock Midland team-psc.com E Addendum No. One Page 2 February 9, 2016 13 E. SHEET A-601 — DOOR AND WINDOW SCHEDULES 1. Refer to attached sheet for revisions. F. SHEET M-101 — FLOOR PLAN NEW 1. Refer to attached sheet for revisions. G. SHEET P-101 — NEW FLOOR PLAN PLUMBING 1. Refer to attached sheet for revisions. H. SHEET P-401 — SCHEDULES AND DETAILS 1. DELETE Lavatory L'A' type. I. SHEET E-101 — LIGHTING DEMOLITION 1. Refer to attached sheet for revisions. J. SHEET E-102 — POWER, COMMUNICATION, FIRE ALARM DEMOLITION 1. Refer to attached sheet for revisions. K. SHEET E-201 — NEW LIGHTING PLAN 1. Refer to attached sheet for revisions. L. SHEET E-202 — NEW POWER PLAN 1. Refer to attached sheet for revisions. M. SHEET E-203 — NEW COMMUNICATION & FIRE ALARM PLAN 1. Refer to attached sheet for revisions. N. SHEET E-204 — NEW ROOF PLAN 1. Refer to attached sheet for revisions. O. SHEET E-301 — ELECTRICAL SCHEDULES 1. Refer to attached sheet for revisions. P. SHEET E-302 — ELECTRICAL SCHEDULES 1. Refer to attached sheet for revisions. ,NG &ASSpc� z SECTION 15810 ,: * ,.:....,,emu ;'.,,,,;-.A r S X}WM WGINt3 i FM-200 SYSTEM ,;: t sent r PART 1— GENERAL 'U /16 iw'� '�' 1.1 NOTE �l 02/0 A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. The work covered by this section consists of performing all operation in connection with the design and installation of the HFC-227ea referred to by the trade naive of FM-200 automatic fire extinguishing system, complete, in strict accordance with the specifications and applicable drawings. B. The design and installation of the system shall be complete with all necessary accessories for proper operation and shall be accomplished by a firm or organization regularly engaged in this type of work, and in strict accordance with requirements of the National Fire Protection Association. The fire protection supply line, controlling devices, protective devices, alarm system and supervisory devices, extinguishing agent, and all other equipment shall be thoroughly coordinated with the system to secure the required results. Generally, all areas in the Data Room shall be protected. 1.4 APPLICABLE PUBLICATIONS A. The design and installation of FM-200 automatic extinguishing system shall be in strict accordance with all mandatory and recommended provisions of the latest editions of the NFPA National Fire Codes and the UBC Publications. All recommended provisions of the NFPA (National Fire Codes) shall be considered as mandatory requirements. B. The FM and UL publications as listed below may be used for listing approved equipment. C. Issues of the following publications, including revisions and amendments, as of the date of award of this contract, form a part of this specification: 1. Factory Mutual System, Factory Mutual Engineering Corporation Publication (FM): Approval Guide 2. National Fire Protection Association Standards (NFPA): No. 70 National Electrical Code No. 72 National Fire Alarm Code No. 2001 Clean Agent Fire Extinguishing Systems No. 75 Electronic Computer Systems 3. Underwriters' Laboratories, Inc. Publication (UL): Approved Equipment List (with supplements) 4. IRInformation Manual, Section IM 13.6.1 03871714 FM-200 SYSTEM 15810 - 1 02/16 PART 2 — PRODUCTS 2.1 MATERIALS A. All materials and equipment shall be current standard products of the respective manufacturers. Where two or more pieces of equipment performing the same function are required, they shall be exact duplicates produced by one manufacturer. However, component parts of the system need not be the products of the same manufacturer. All devices and equipment shall be listed by UL or approved by FM. All equipment and materials shall conform and function with current requirements of the applicable referenced NFPA Standards. The contractor shall submit proof that the items furnished under this specification are installed and designed to be used to conform with NFPA requirements. The Underwriter's Laboratories, Inc., label, seal or listing in the approved Equipment List or the FM approval guide will not necessarily be acceptable as sufficient evidence that the items conform to NFPA requirements. B. All FM-200 equipment shall be new and comprised of standard "Off -the -shelf' components of the manufacturer. 2.2 SHOP DRAWINGS A. Shall be submitted for approval in accordance with General Conditions and Special Conditions. Shop drawings of each system shall include complete information on and calculations in support of quantity of agent to produce specified concentration; discharge time; agent storage pressure; container filling density; location of containers, location, flow rate and equivalent orifice area `of each nozzle; location and routing, size and equivalent length of all pipe and fittings, location of detectors and all control equipment; and electrical circuitry and circuit routing. Shop drawings shall be to scale and shall include plans and elevations of equipment. 2.3 "AS -BUILT" SHOP DRAWINGS A. Shall be submitted in accordance with General Conditions and Special Conditions. 2.4 DESIGN A. Shall meet all applicable requirements of NFPA Standards Nos. 70, 72, 75 and 2001 except as noted herein. Discharge FM-200 within 10 seconds and maintain 7.1% concentration by volume at 70°F. F for 10-minute holding time in hazard areas. FM-200 concentration in hazard areas greater than 9.0% immediately after discharge or less than 5.8% throughout holding time will not be accepted. Actuation of FM-200 systems is to be arranged to close supply and return air dampers and operate new contactors to disconnect the air handling equipment and electric power to room. Connect panel to a spare breaker. Provide bell and strobe in room to indicate an alarn condition on the FM-200 system and also provide the bell and strobe in corridor outside of data room. 2.5 AGENT CONTAINERS A. Agent containers shall be constructed in accordance with applicable Department of Transportation or ASME codes and regulations, and located as approved by the Architect. 03871714 FM-200 SYSTEM 15810 - 2 02/16 1] Each container shall be equipped with an integral pressure gauge and filled with FM-200. A system shall be provided to check the weight of the containers including scales and support for the scales. 2.6 RELEASING MECHANISM A. The releasing mechanism shall be compatible with the detection system installed, approved �. for FM-200 System discharge, and shall be capable of releasing the agent automatically by actuation of detection system, or manually by operation of a remote manual dump station. The system shall also be capable of releasing the agent when on the emergency power supply (battery). 2.7 DISCHARGE NOZZLES A. The manufacturer shall furnish evidence that the nozzle design and configuration is capable of achieving a uniform concentration without stratification in all areas of the room. 2.8 MATERIALS AND INSTALLATION - MECHANICAL A. Piping: Black schedule 40 steel pipe and malleable iron fittings shall be used for FM-200 distribution systems. B. Ordinary cast iron pipe and fittings shall not be used. C. Welded joints are acceptable to the extent such joints can be shop welded; no field welding shall be permitted. Welders must be certified and all welds x-rayed. D. Piping shall be installed in a workmanlike manner. Pipe shall be reamed and cleaned before assembly and shall be blown out before installation of valves or discharging devices. A suitable number of unions shall be installed to allow removal of valves and equipment FJ for servicing or replacement. E. Hangers and Support: All piping shall be supported with suitable hangers, brackets, or other approved means so spaced as to prevent sagging, warping, or vibration of piping. Piping shall not be supported on other piping or equipment. F. All piping shall be erected and supporter) in such a manner as to allow expansion or contraction without harmful strain to building structural members, to pipe, or to supports. G. All agent containers and related equipment shall be securely mounted to floors and/or walls and protected against mechanical damage. 2.9 DETECTION, ACTIVATION AND ALARM SYSTEMS A. Activation of the FM-200 protection system shall be by automatic or manual means. Discharge of the system manually shall be from the respective control panel. Automatic discharge shall be accomplished by Product of Combustion Detectors. B. Control Panels: Control panels housing all required relays, fuses, switches, reset devices, pilot and trouble lights, etc., shall be located adjacent agent storage containers and control equipment. The required number of normally open and normally closed contacts shall be provided to operate the FM-200 system, actuate the audible horn/strobes, strobes and operate new contactor disconnect switches for power and air conditioning shutdown. The unit shall have normally open and normally closed trouble operated contacts for use with the fire alarm system. All relay coils shall be supervised. C. Abort Stations: The abort stations shall be "Dead Man" type and shall be located at exit and at control panel. 03871714 FM-200 SYSTEM 15810 - 3 02/16 D. Emergency Power Supply: Systems shall be supervised to indicate by sounding of a distinctive trouble buzzer, and lighting of a trouble light, a faulty condition in system circuits, failure of building power or low battery power. The supply shall have capacity to operate the FM-200 system for a minimum of 24 hours. 2.10 NAMEPLATES AND SIGNS A. General: Nameplates shall be laminated black and white plastic with characters cut through the black outside plastic to the white core. Nameplate schedules shall be furnished with shop drawings submitted for approval. Instruction all signs shall be laminated red and white plastic. All letters shall be at least 1/2" height. B. Required Locations: Nameplates shall be furnished for all control, battery, power supply and relay panels and boxes, manual trips and power disconnect override switches. PART 3-EXECUTION 3.1 SYSTEM OPERATION A. Operation of any one of the cross zoned detectors shall cause the following events to occur: 1. The evacuation signal shall sound. 2. The appropriate lainp on the control panel shall illuminate. 3. The indicator lamp on the alarmed detector shall illuminate. 4. Signal is sent to main building fire alarm panel. B. Operation of both cross zoned detectors in an area shall cause the following events to occur: 1. The evacuation signal shall sound. 2. The appropriate zone lambs on the control panel shall illuminate. 3. The indicator lamps on the alarmed detector shall illuminate. 4. Signal is sent to main building fire alarm panel. 5. The computer room air unit shall shutdown and supply and return dampers shall close. 6. An adjustable 30 second time delay timer shall become energized and at the end of the timing cycle shall automatically release the FM-200 in the designated area. 3.2 INSPECTION AND TESTING A. Afler FM-200 system and its related detection system has been fully installed and is ready to be placed in service, the Contractor shall perform the following inspection and test work on each system according to a schedule mutually agreed upon between the Contractor and the Architect: B. Contractor's Inspection and Test: Shall be performed by the Contractor to satisfy himself that the system is in complete operating order and meets all requirements of these specifications, and ianufacturer's recommendations and specifications. This work shall consist of (1) necessary inspection to assure that all system components have been mounted and installed in accordance with these specifications, manufacturer's instructions, and shop drawings, and that all piping and electrical materials and equipment have been installed in accordance with these specifications, manufacturer's instructions and specifications and shop drawings; (2) testing as required to assure there are no shunts or grounds in all system wiring; and (3) connection to power supply and preliminary operational tests to verify proper line voltage and emergency power function, and to verify proper operation of all functions of all system components and circuits, all in accordance with manufacturer's standard procedures and instructions and applicable portions of these specifications. 03871714 FM-200 SYSTEM 15810 - 4 02/16 C. When the Contractor has satisfied himself that each system is in complete operating condition in every respect as required above, he shall notify the Architect that the system has been inspected and tested and is ready for final acceptance tests, giving at least two days notice of the desired date and time of such tests. D. Final Acceptance Tests: Shall be performed by the Contractor and witnessed by the Architect following final inspection of all phases of the work by and at the discretion of the Architect. E. A room pressurization test shall be conducted, in each protected space, to determine the presence of openings which would effect the FM-200 system concentration levels. All testing shall be in accordance with NFPA 2001. r F. Documents certifying satisfying system operation shall be submitted to the Architect after all inspections are complete. G. A test plan shall be submitted by the contractor to include a step-by-step description of all tests to be performed and shall indicate the type and location of all that apparatus employed. The tests shall demonstrate that the operational and installation requirements of this ..3 specification have been met. All tests shall be conducted in the presence of the Architect and shall not be conducted until the test plan has been approved. - H. The Contractor shall supply all instrumentation, and other materials required to perform the tests and shall satisfy the Architect that the instrumentation is calibrated prior to each test. I. Any faults or malfunctions in the system or component operations discovered shall be corrected by and at the expense of the Contractor and final inspection and testing shall be Li repeated by the Contractor at his expense as directed by the Architect shall constitute evidence of satisfactory completion of this portion of the work, including that covered by Division 16 of these specifications. END OF SECTION 9 03871714 FM-200 SYSTEM 15810 - 5 02/16 LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION weeoac rzus rcm CODE STUDY PLAN G-101 GENERAL NOTES AOLITION NOTES .10 Am M S U) LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION nxwuxvuow� L 95C11(1F>AS>NO] ANNOTATED FLOOR PLAN A-101 l� MOCK EWER & LIGHT FFICE INTERIOR ENOVATION WNCPK PM WCCR ]EUS]Yp] /'1 EFLECTEO CEWNQ PLAN A-102 i( I I_. Lu La COUr, POWER & LIGHT OFFICE INTERIOR RENOVATION DOOR AND WINDOW SCHEDULES A-601 2 3 4 s D 0 ....... ... Ir ......... . . ..... -w. im A FLOOR PLAN - MECHANICAL 2 3 4 w tL LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION Lull LU-K.71-979- a. FLOORPLAN NEW M-1 01 - r :-Vr �- 1 `" :� do t' ;L�•i^' : a, t PLUMBING LEGEND y It pV 5 �` � wl nnma rn ' -rillst it r�rb •e vV NEW FLOOR PLAN •PLUMBING aD /i_ mlatu w'O' mrvnt tac'n.a o n.twu n alines ISM wt[�wgnlKrlii � � w'In as ewwa. mo la Oltl.ntu�lalla�111vdnY Yl il� ulmnn( lwtlw. nna ttnn. RYYtR mnln In[a. Qa n+[n r una la Intlln ar ma uluanan lwalr. nalltt aM1 mill YLL .cna o�"�ainw::etrn:aiilrts�iftiii.oi n Iiliia. a l.mt. Oirilx" n l <sanills wsiw i nntiniii Ho Mi uK. �a nw1 .-./r nn.naa wla ae1... wu n w ww. a- .wrt naw uvn. LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION 1_ o� NEW FLOOR PUN ti PLUMBNG P-101 i 2 1 d 1 < 1 5 _ UCNTINC LEGEND _ •c - D C 3 t, 2 ; 5 L m,. rr N .,.« r ..,a r.. rd . e ........ to > L ....., t...., i.... 5 } s 1.: » c �. .. k= s }-} A _ ! _,. DEMOLITION -LIGHTING FLOOR PLAN QD S 2 3 1 9 1 5 LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ,m rxusr�ru ow,E U vi LIGHTING DEMOLITION E-101 urea tY[ryYvi wrwt » r[ MOFra a Pew w M Iw[t. _ °i_il.etSPeiiIM1:,: Lwm:as uw at ELECTRICAL LEGEND w:Mir 'm p L'1 : d 9-24 „. "' tu. tm .. _ s •V Yu rco. ' up«nre. ..;«R..o....,.own.m `•- - --tea. /`.p _ a m M� p ven s �N a a prmw wn tma. ma re,.ro - . a• - r «na, m m.wu aunt a was rt w rlRaar, m M1 �t rKf aea.rra wwrp � .!f± ��p� `.��w ``M'�`v µ S •- a c-+ outµ toga 1 uf."v.":ii::.'�::u..1�.ii•:C'i:.6t.�i+vY •• wa. ri+ �aeaaw »»P 'L Ntrrµ Mw»lie dp Wlp » µrw M mena. ! tPayµtl rfµP 1 Ytµre p a ra r r.. iu rw ».ara aiu n n �w w.. � � w m»aw..tr prv.cF•n . T� 8:'iti'i�ri�t•mi i:Xt .:` i2 ii do�ftiit' _' _-� � y'� - v e M»c.p ww mpn rw wnw 0 _ a• n; 4 rp iaw rnui ad .Itwr. n "I39 �sb.. • n yyyY �' . oA� S v Y �q 9� ¢5 9 DEMOLITION • POWER. COMMUNICATION. FIRE ALARM FLOOR PLAN a© LUBBOCK POWER & LIGHT OFFICE INTERIOF RENOVATION F . M1wa�At oilrva ;uesaocTcxu >v.m a m POWER, CGMMM1 IICATION• FIRE ALARM DEMOLITION E-102 i J Z it 1 M LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION .m..xaewK awe .'ueeocx, nxwn.wa a= NEWLIGNLPlGPLAN 1 E-201 j ELECTRICAL LEGEND q A• ■ n an/,..u. "uaK.u„ h m mVrawa mt 0 6 6 "' :mom NC o d,T"TISEI"taiTuuP�W`�RnK""iilv"`P„ ©Q� rates aaear. O "" dsP,'Itt P 9fdt iR. `— mil. �I t V a JAR. .I _-A + NEW CONSTRUCTION -POWER PLCOR PLAN 1 2 9 G 5 1 C C L �E Y EL LUBBOCK POWER & LIGHT OFFICE INTERIOF RENOVATION �oa ,..xaarN, rxwe uerroc,�.era,uw, NE1'! NOWER'PLAN m•�wwlw/rlat A1I,01 tc". 7" IL M A.—Im id -c NEW CONSTRUCTION • COMMUNICATM & FIRE ALARM FLOOR PLAN Pf LLJ (L 8F (n LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ZS NEW COMMUNICATION FIRE ALARM PLAN —1— E-203 7" IL M A.—Im id -c NEW CONSTRUCTION • COMMUNICATM & FIRE ALARM FLOOR PLAN Pf LLJ (L 8F (n LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ZS NEW COMMUNICATION FIRE ALARM PLAN —1— E-203 �1 NEW CONSTRUCTION • ELECTRIM ROOF PLAN a1 M. Y Er a LUBBOCK POWER & LIGHT OFFICE INTERIOF RENOVATION NEW ROOF PLAN E-204 i•li� ,iH.�i iu�H,}u,ia -..�.. ELECTRICAL RISER DIAGRAM FOR NEW PANEL 150 ELECTRICAL RISER DIAGRAM FOR NEW PANEL 15C .,..._r..-...,.,W 3 �I f 1 l_ a I $a C� C LUBBOCK POWER & LIGHT OFFICE INTERI0Rn RENOVATION a= - EECTMC1L SCHEDULES E f3O1 L� I. DISTRIBUTION PANEL DIAGRAM . -,s Sl1Ft ft�ifMsO""• Kf � "�•,• N II ,w OCCUPANCY SENSOR DETAIL EXHAUST FAN DIAGRAM . rou OO NLIGHT—DETAIL FLUORESCENT FIXTURE DETAIL — MULTIPLE OUTLET BOX DETAIL GRID CEILING ryd=�•= mii u i:.:ui �`is mew —f u. ,.pyLr 4fxir xr.,, ��n ,,��ut , ir,ws [wwit DEVICE BOX DETAIL PANELBOARO GROUNDING DETAIL 1 2 3 15 POWER & LIGHT OFFICE INTERIOF RENOVATION p .02 rduRnv.LL 794 „U990CK.,E]fAS Td.U1 ELECTRICAL SCHEDULES city Lubbock MA ADDENDUM 2 RFP 16-12660-MA Lubbock Power & Light Office Renovations DATE ISSUED: May 25, 2016 NEW CLOSE DATE: June 9 2016,,at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. 1) The close date has been extended until June 9, 2016 at 3:00 p.m. 2) Engineer's Addendum No. 2 is attached. Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2572 or Email to malvarez a,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, X"& CITY OF LUBBOCK Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasine and Contract Management if any lan "age, 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 4 city bo k TEXAS ADDENDUM 3 RFP 16-12660-MA Lubbock Power & Light Office Renovations DATE ISSUED: June 1, 2016 The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. 1) Engineer's Addendum No. 3 is attached. Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2572 or Email to malvarez@mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, W410 ,4e� CITY OF LUBBOCK Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, reguirements, 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. i ADDENDUM 4 Revised Bid Form RFP 16-12660-MA Lubbock Power & Light Office Renovations DATE ISSUED: June 8, 2016 NEW CLOSE DATE: June 13, 2016, at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Revised Proposal Submittal Form Attached is the REVISED Proposal Submittal Form that must be submitted with your proposals. Please note the NEW CLOSE DATE: June 13, 2016, at 3:00 p.m. Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2572 or Email to malvarez a,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, w4i& CITY OF LUBBOCK Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements. etc., or anv 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. H- f-_ PROPOSAL SUBMITTAL FORM LP&L MUNICIPAL HILL INTERIOR RENOVATIONS RFP 16-12660-MA Revised Bid Form 06/08/2016 DATE: PROJECT NUMBER: RFP 16-12660-MA Proposal of (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 Renovations of the LP&L Municipal Hill Interior Renovations 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. RAW PROPOSAL ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Renovate Approximately 9,000 sq-ft of interior space as 1 LS described in the Plans and Specifications. TOTAL PROPOSAL ITEM #1: ($ ) ALTERNATE PROPOSALS ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE 1 Deduct: Cost for demo and removal of steel LS joists in Lobby Area. Provide square foot unit cost to demo and remove damaged sections of metal stud and 2 gypsum board wall. Price to include float SQFT and texture to match existing. Contractor and Owner to confirm and verify quantities rior to demo and installation. Provide square foot unit cost to float over 3 uneven areas of drywall and texture to SQFT match. Provide square foot unit cost to replace 4 gypsum board. Contractor and Owner to SQFT confirm and verify quantities prior to demo and installation. DURATION 1. Number of days required for constriction: TOTAL CALENDAR DAYS: Offeror's Initials 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 (240) Days Completed by Contractor TWO HUNDRED AND FORTY (240) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby fiirther agrees to pay to Owner as liquidated damages the sum of $150 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fiilly set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($__ ) or a Proposal Bond in the sum of Dollars ($ ), 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 SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 0 ATTEST: Date: Authorized Signature (Printed or Typed Name) Company Address Secretary Offeror acknowledges receipt of the following addenda: City, Addenda No. Date Addenda No. Date State Addenda No. Date Telephone: Addenda No. Date Fax: - Email: County Zip Code FEDERAL TAX 1D or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: Page Intentionally Left Blank City of Lubbock Bid RFP 16-12660-MA City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 16-12660-MA Lubbock Power & Light Office Renovation Project 3 ore submitting your bid. please ensure you have completed and included the following documents in the order 1 .), are listed. The contractor is only to submit (1) one original copy of every item listed. ✓ 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. ✓ 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. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. ✓ Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 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. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 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. 1 l , ` (Type or Print Company Name) r N, .16 3:43 PM P. 5 Page Intentionally Left Blank f 2. 3. 4. n 5. _ LL 6. 7. 8. 9. 10. 11. 11. 12. _ 12. _ 13. } r_ 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 No Text Page Intentionally Left Blank NOTICE TO OFFERORS RFP 16-12660-MA 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, until3:D_P:Nt oriJune2,"016 or as changed by the issuance of formal addenda to all planholders, to famish all labor and materials and perform all work for the construction of the following described project: "Lubbock Power & Light Office Renovations " 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 3.00 p.m onItme 2,, 2616, and the City of Lubbock City Council will consider the proposals July 14 2016?'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 inform 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 documents, anon -mandatory pre -proposal conference Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 w. Avenue Q, Lubbock, Texas 79405 or at http://pr.thergproductioncoMpany.com/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. 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. 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 ft 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 -- 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 .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Lubbock Power & Light Office Renovation Project per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 P.M. June 2"12016 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 16-12660-MA, Lubbock Power & Light Office Renovation Project" 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: Marta Alvarez, Director of Purchasing and Contract Management 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 conformance 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 f For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (UP) documents, a non -mandatory nre-nronosal conference will be held at a non` nandhtofvabrE br6b6sal•:.canference will .be held `at 2.1 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. i_ 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. ADDENDA & MODIFICATIONS 3 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. 7._1 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 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 inust be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 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 infonnation 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 not assume responsibility for the receipt of any addendum sent to offerors. 4 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. 2 5 PROPOSAL PREPARATION COSTS d_43 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. 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. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in confonnance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, pennits, 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. ,, 11 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 pen -nits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and 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: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock Purchasing and Contract Management Office 1625 13"' Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within TWO HUNDRED AND FORTY (240) CONSECUTIVE CALENDAR DAYS 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 permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule .to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 4 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 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. 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 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 performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 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 5 IF, 19 20 21 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. 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. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (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 furnish 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 v expense. 22 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 C 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. 23 EXPLOSIVES q 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. 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 1 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 i 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 f 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 work under this contract requiring an inspector will not be performed 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 immediately corrunence 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. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors 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 particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 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. 29 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. 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 finn, 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 a 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 Tommy Klein Construction, Inc. ( 29.3.2 Proposal RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project 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. 30 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. 31 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 9 V 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. ' (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 perform work on this project in compliance with City of Lubbock specifications herein. 32 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, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Constriction 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 10 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 infonnation 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 Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 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 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 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 $ 1,500000 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 REP. 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 11 -T, 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. 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 sttbject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in liett of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected valttes), or irregularities of any kind. " 34. 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 J process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Govenunent 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 12 locality in which the work is performed, and not less than the general prevailing rate of per diem 1 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://www.wdol.gov/dba.aspx v 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. r 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. i_ �i _3 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE 2269 SUBCHAPTER D. 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 1. 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 �E. 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. 1 Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly �.r 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 governmental entity shall select the offeror that __. submits the proposal that offers the best value for the govermnental 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 govermnental entity shall, fonnally 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. 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. I Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM LP&L MUNICIPAL HILL rtt,y INTERIOR RENOVATIONS RFP 16-12660-MA DATE: _10- 1 3—zo/G PROJECT NUMBER: RFP 16-12660-MA Revised Bid Form 06/08/2016 Proposal of (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 Renovations of the 1"L Municipal Hill Interior Reaoys-6oys. 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. BASE PROPOSAL , ITEM NO. DESCRIPTION UNIT MATERIALS LABOR TOTAL PRICE Renovate Approximately 9,01}0 1 sq-ft of Interior space as L.S described in the Plans and TZ )VV S ifications. TOTAL PROPOSAL ITEM M:77 I IL ALTERNATE PROPOSALS $ 817 , 3 9 3 - $ 8 9 3.0 0 - $ 816 , S 0 0.0 0 MEM NO. DESCRIPTION UNrr MATERIALS LABOR TOTAL PRICE 1 Deduct: Cost for demo and removal of steel LS "` 7X 3. c70 (0 7&oo Q 43.1)D plats in Lobb Area Provide square foot unit cost to demo and .remove damaged sections of metal stud and 2 gypsum board wall. Price to include float and texture to match existing. Contractor SQFT 4 8 �� 4 (Q •r�-. and Owner to confirm and verify quantities rior to demo and installation. Provide square foot unit cost to float over 3 uneven areas of drywall and texture to SQFT match. Provide square foot unit cost to replace Q gypsum board. Contractor and Owner to SQFT Sa 3, 3 �, 3 confirm and verify quantities prior to demo and installation. DURATION 1. Number of days required for construction: TOTAL CALENDAR DAYS: a-. D /z i_ Offeror's Initials 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 (240) Days Completed by Contractor TWO HUNDRED AND FORTY (240) CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of SiS�i 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 24 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (tip) 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 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 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 (S ) or a Proposal Bond is the sum ofu Dollars (S" ), which it Is agreed shall he collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the 6vner 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 sold 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 251043(gb a competitive stated prppasal 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 QEEMNG. 7fFeror "-V-` r cknowledges receipt of the following addenda: OF Addenda No. / Date n-16 Addenda No. 7fDate 5 25-16 Addenda No. Date-t -2}1=1 Addenda No. - Date ::p - & MAYBE Firm: illll . Il ill A(.Ri� Arj Address City, County --7c> 4-2-4-- State Lode Telephone: 9777 Fax: 91% - Ernall— FEDERAL TAX ID or SOCIAL SECURITY No. Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Gee. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. in order for a bid to be in compliance with the Motor Vehicle Commission Coda the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Tommy Klein Construction, Inc, as Principal hereinafter called the Principal, and Texas Bonding Company a corporation created and existing under the laws of the State of CA whose principal office is in Plano TX as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, k in the sum of Five Percent of the Greatest Amount Bid Dollars ($5% GAB) 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 Lubbock Power & Light Office Renovations NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall 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 Tommy Klein Construction, Inc. ' (Principal) By ---(SEAL) � Texas Bonding Company (Surety) By tie (SEAL) Miseck, Attorney -in -fact No Text . � � / Fill F-j Fill / #nlze Intentionally Lett Blank \ Ell \ � ) � � � � { � CONTRACTORS STATEMENT OF QUALIFICATIONS 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 frrm's qualifications and reserves the right to require the submission of additional information. t , 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 frrm'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: Tommy Klein Construction, Inc. 7312 Upland Avenue Lubbock, TX 79424 (806)438-8777 (806)797-2959 Contractor's Statement of Qualifications Proposal Evaluation Information Financial Capability: Tommy Klein Construction is financially capable to undertake this project as determined by our ability to secure bonding on this project. Experience: Our company has been in the business of general construction for twenty-nine years. We have completed our projects successfully to the satisfaction of owners. This is due to the vast knowledge and experience we bring to our projects. Employees are experienced with similar projects as evidenced by past performance. We have extensive experience at renovations, including workspace and restroom renovations. Safety: Safety is one of the most important aspects of any project we are involved in. We follow all OSHA safety standards. Quality of Work: We are committed to the processes involved in managing the best use of time, in scheduling subcontractors. This is one of the keys to our success. Timely completion, along with our commitment to quality work from our subcontractors account for our accomplishments in the construction industry. Our philosophy: Our success is defined by the way we conduct business. Expect the best from our subcontractors and only utilize experienced, well -qualified subcontractors. Don't accept anything less than the best outcome for our customers. Our reputation is based on honesty, integrity, fairness and excellence. Great strength is found in effective communication. Resolve any problems before they can become "bigger" problems. All individuals are treated with respect and every situation is responded to with integrity Each project merits our full attention We are partners with all involved on a project to achieve the highest quality project possible. These principles under which we operate, exemplify our company's commitment to quality. Conformance to Contract Documents: Successful projects require that we conform to the contract documents. Numerous previous projects display our commitment to working with architects, engineers, owners and subcontractors in following the expectations of design construction, as well as the administration of the contract documents. Contractor's General Information Organization Doing Business As Tommy Klein Construction, Inc. 7312 Upland Avenue rBusiness Address of Principle Office Lubbock, Texas 79424 Telephone Numbers r' Main Number 806-438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinconst.com Form of Business (Check One) x I A Corporation A Partnership An Individual EDate of Incorporation November 1998 1, State of Incorporation Texas Chief Executive Officer's Name President's Name Karen Klein l_1 �-' Vice President's Name(s) Tommy Klein Jonathan Klein Secretary's Name Tommy Klein i Treasurer's Name Karen Klein OR M1 ONE 4 UZ f Date of Organization L ; State whether partnership is general or P p limited miff= OR Names Business Address t jW r 6 e g _ A � x ✓ Average Number of Current Full Time Average Estimate of Revenue for Ern ployees t g the Current Year $ 5,500,000.00 I10 L.S Contractor's Organizational Experience Organization Doing Business As Tommy Klein Construction, Inc. 7312 Upland Avenue Business Address of Regional Office Lubbock, Texas 79424 Name of Regional Office Manager Karen Klein Telephone Numbers Main Number 806-438-8777 Fax Number 806-797-2959 Web Site Address www.tkleinconst.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 Dresently doing business: Names of Organization From Date To Date Tommy Klein Construction 01-01-1986 11-16-1998 Tommy Klein Construction, Inc. 11-16-1998 To present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 1 30 1 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any No work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten No ears? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any No local, state, or federal agency within the last five ears? If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating No litigation? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials No defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. 11 Contractor's Proposed Key Personnel Organization Doing Business As Tommy Klein Construction, 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. 1 Tommy Klein is General Manager of all projects. Shad Hartman and Jonathan Klein serve as Project Managers. Superintendents are Eddie Klein and Craig Wallace. Jerry LaFuente is our Master Carpenter. Karen Klein is General Office Manager and Chief Financial Officer. 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.2 Tommy Klein is General Project Manager. Jonathan Klein will serve as Project Manger and alternately, Tommy Klein will serve as project manager. Eddie Klein will be our Job Superintendent on this project. Alternately, Craig Wallace will serve as Project Superintendent. _ n �. _.5.. 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 Jonathan Klein Tommy Klein Project Superintendent Eddie Klein Craig Wallace Project Safety Officer Jonathan Klein Tommy Klein Quality Control Manager Eddie Klein Craig Wallace 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 apd 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 Tommy Klein Construction, Inc General Project Manager Quality Control Safety Tommy Klein Project Manager Quality Control Safety Jonathan Klein Project Superintendent Quality Control Safety Eddie Klein Project Superintendent (as needed) Estimator/Project Manager/Safety Officer/Quality Control Shad Hartman seneral Office Manager Chief Financial Officer Project Superintendent Quality Control Safety Craig Wallace Project Superintendent (as needed) Karen Klein Master Carpenter Quality Control Safety Jerry Lafuente Attachment No. 1 Carpentry Laborers (as needed) General Laborers (as needed) --7 r-�., ��.., L ---1 7-! 7'- --7 r----� f'----1...,� -----1 ^---1 P----i '�� r---7 7- 7, ^----'1 �----1 ^----"� l s (Proposed) Project Manager Safety Jonathan Klein (Proposed) Project Superintendent Quality Control Eddie Klein (Alternate) Project Manager Safety Tommy Klein (Alternate) Project Superintendent Quality Control Craig Wallace Attachment No. 2 10701 Justice Avenue, Lubbock, Texas 79424.806-438-3384®jklein(a),tkleinconst com Pro ect Manager Skilled at communicating ideas clearly and effectively, exceptional ability to manage others, excellent working relationships with owners, subcontractors, and architects. -Professional Experience Project Manager ® Estimating job order projects ® Managing superintendents on multiple projects ® Working with owners, subcontractors, and architects to bring projects to a smooth completion • Managed in 2015 - $ 3,782,000.00 • Managed in 2014 - $ 2,786,000.00 Project Superintendent ® Partnering with owners in communicating project progress Scheduling and managing subcontractors ® Ensuring all projects are completed with quality control and safety • Supervised in 2013 —$ 2,681,000.00 • Supervised in 2012 - $ 944,291.00 • Supervised in 2011 - $ 302,275.00 • Supervised in 2010 - $ 525,567.00 Marketing Manager ® Meet with potential member clients to educate them on the job order contracting method ® Continually stay in contact with current clients, at the ready to help them with upcoming projects ■ Maintain the company's website, updating as needed • Order company shirts, approved all advertising June 2008-present June 2004-May 2008 June 1998-June 2004 Education May 1997 Project Manager Business Manager Sales Consultant Project Superintendent High School Diploma Tommy Klein Construction, Inc., Lubbock, Texas Gene Messer Toyota Lubbock, Texas Tommy Klein Construction, Inc., Lubbock, Texas Monterey High School Lubbock, Texas References Darren Densford, Architect - Texas "Lech University — 806-834-4791, darren.densford�ttu.edu Project Manager (Alternate) �- As Project Manager assigned to this project, Tommy is highly qualified. Tommy has managed plumbing, concrete, electrical, painting, HVAC and mechanical in multi- discipline projects, in diverse locations. He is an experienced estimator, taking bids from subcontractors, as well as having line -item experience in doing insurance claims for clients. Tommy, as the leader of our team, has been effective in communicating expectations for quality workmanship on projects, which is one of the many reasons the company has found success. Tommy has earned respect among our clients, as well as engineers, architects and subcontractors, specifically because he works collaboratively in delivering the best quality project at a fair price. Tommy Klein, vice president, has worked in the construction industry for the last forty-four years. He began at the age of eighteen, digging ditches and tying rebar. He went on from there to framing houses. In 1977, he began working as a project superintendent for a large contractor in Lubbock, Texas. As project superintendent he was responsible for projects ranging in size and scope from seven hundred thousand up to four million dollars. These years gave him the experience needed to begin his own company in 1986 as a sole proprietorship. In 1998, the company incorporated in the State of Texas. The company performs all types of construction, including minor construction, rehabilitation, alterations and repairs. Tommy's knowledge of the principles of construction is vast. His ideas are ingenious when it comes to problem solving and clients feel comfortable asking him to come up with a revised plan or design, in order to overcome a problem or enhance the project. Because of the integrity with which we do business, when warranted, Tommy has worked with clients and architects to find less expensive alternatives to give the client better value. His personality lends itself to healthy working relationships with colleagues, as they become partners in bringing a project to a successful completion. Tommy is OSHA certified, which qualifies him to be our project safety officer. Attention to safety is ongoing on all projects. Tommy will be on the jobsite daily as construction progresses and will be available at all times. The total listing of projects Tommy has managed over many years are too many to list, but the following are a few recent projects he has been directly involved in a supervisory capacity: 2008 City of Lubbock— Interior office remodel $ 157,831 2008 City of Lubbock — Fire Station #13 Remodel $ 47,661 2008 Texas Tech University — Library $ 96,240 2009 Texas Tech Health Sciences Center CRC Basement $ 104,731 2009 Texas Tech University — Carpenter/Wells $ 201,900 2009 Texas A & M Research Center $ 69,124 2009 Health Sciences Center— Enclosure over areaway $ 76,637 2009 University Medical Center Concrete Pad & Fence $ 90,218 2010 Texas Tech University Averitt Building $ 255,628 2010 Texas Tech Health Sciences Center — Yd floor $ 59,972 2011 Texas A & M Equipment Shed $ 218,794 2011 Honeybee Facility $ 258,973 2012 Angelo State University Mall sidewalk and lighting $ 97,144 2012 Texas Tech University — Coleman Hall abatement $ 47,572 And lobby elevator 2012 Texas Tech University — Weymouth —flooring $ 22,231 6tn floor study lounge 2013 Crockett County Additions $ 165,084 2015 Texas Agrilife Halfway $ 49,678 2015 Texas Tech University CHACP2 Switchgear $ 163,368 Replacement 2015-2016 — City of Lubbock Restroom Renovations $ 211,484 Project Manager 2013 Hulen Hall Shower/Toilet Renovations $ 1,129,920 2013 TTU Wiggins Hall Offices $ 1,354,551 2014 TTU — Murdough Shower/Toilet Renovations $ 1,527,413 2014 — KCBD $ 239,869 2014-2015 Second Baptist Church $ 169,247 2015 — Whiteface Independent School District $ 354,170 Reference: Gary Moore, Sr Superintendent, Ops Div Dept of Utilities 806-834-1532 Gary.Moore@ttu.edu 9 Eddie Klein —Superintendent Eddie Klein has 39 years of experience in the construction industry. He has experience in millwork, carpentry, door, hardware, toilet partition installation and supervision. He supervised multi -million dollar projects for a large construction firm for twenty-five years. His experience includes managing multiple projects at different locations, managing plumbing, concrete, electrical, painting, HVAC and mechanical. Upon retirement of his boss, he struck out on his own, doing residential remodeling for five years. He then, subcontracted door installation for Lee Lewis Construction, Inc. for two years. Seven years ago, Eddie began subcontracting the installation of Wilson wall in school districts across Texas. Clearly, he has the experience and expertise necessary to insure the completion of any size construction project. We gladly welcome him to our team. Since joining our company, Eddie has supervised the following projects: 2016 — Texas Tech University — Coleman Apt. 131 $ 95,836 2016 — Texas Tech University — Coleman Abatement $ 184,449 2016 — Texas Tech University — Wall Gates Lobby $ 195,534 2016 — Texas Tech University Chitwood Learning Center $ 745,822 2015 — City of Lubbock Mae Simmons $ 257,498 2015 - City of Lubbock Water Administration & Street Dept. $ 795,144 Renovations, Municipal Hill 2015 - City of Lubbock Mahon Library Entrance $ 76,463 2014-2015 —1803 Broadway — Office Remodel $ 48,000 2014-2015 —Second Baptist Church Columbarium $ 169,247 2014-2015 — City of Lubbock — Firestation #11 $ 43,422 There is no doubt that the experience Eddie has as a superintendent managing large projects will be of benefit to the City of Lubbock. He successfully schedules subcontractors, manages them well, and exemplifies our company's commitment to bringing our owners a high quality project we can all be proud of. The individuals at the City of Lubbock, who are associated with the projects Eddie is or has worked on, can speak for his experience and abilities to supervise this project. Eddie Klein will be our dedicated superintendent for this project All employees are responsible for ensuring projects meet our high standards of quality. Quality control is on -going on all projects. For this project, Eddie Klein is designated as Quality Control Manager. Reference: Rodney Unrein, City of Lubbock - 806-775-2207 LNOW4 Craig Wallace SUPERINTENDENT (alternate) Profile Craig joined our company in April, 2015. He has excellent communication skills, good time -management and is self -driven. He exemplifies our company's policy of commitment to quality, timely completion and safety. Experience April 22, 2015 to Date Tommy Klein Construction, Inc. Lubbock, Texas 79424 Project Superintendent - Tommy Klein Construction, Inc. ■ 2016 — Texas Tech University — Knapp Hall — Shower/Toilet Renovations - $ 1,528,160 ■ 2016 — University Medical Center— Monument Sign - $ 154,463 ■ 2015-2016 — University Medical Center — Sterile Processing - $ 182,763 ■ 2015 - Texas Tech University - Weeks Hall CVPA Costume Shop Relocation - $ 722,355 Project Superintendent - Minnix Commercial Construction May 2011 2/1/2015 Lubbock, Texas ■ University Medical Center Kingspark 1st Floor Renovation - $ 875,000 ■ Texas Tech University - The Cottage Renovation - $ 990,000 Assistant Superintendent ■ Texas Tech University - Rawls Golf Course - $ 3.5 million ■ University Medical Center —Surgery Remodel - $ 2.9 million Carpenter - Nelson Interior Construction November 2006 2011 Colorado Springs, Colorado ■ Built and installed cabinets and countertops ■ Attention to safety in the workplace ■ Read blueprints Professional Education Dates of Attendance : 1996 To 2003 Texas Tech University Lubbock, Texas Major area of study — Mechanical Engineering and General Studies References Darren Densford, Architect - Texas Tech University — 806-834-4791, Darren.densford@ttu.edu Jeff Vitale, Construction Project Manager —University Medical Center - 806-775-9307, Jeff.Vitale@umchealthsystem.com Proposed Project Managers Organization Doing Business As I Tommy Klein Construction, Inc. Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Project Manager — Texas Tech University Reference Contact Information (listing names indicates Name Darren Densford Title/ Position Organization Texas Tech University Telephone 806-832-4791 E-mail Darren.densford@ttu.edu Project Hulen/Shower/Toilet Renovations Candidate role on Proiect Project Manager Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment General Project Manager — all projects Name Darren Densford Title/ Position Engineer Organization Texas Tech University Telephone 806-834-4791 E-mail Darren.Densford(ottu.edu Project Hulen Shower/ToiletRenovations Candidate role on Project Project Manager 13 Jonathan Klein 3 15 35+ 50+ Percent of Time Used for Estimated Project this Project Completion Date 100% August 8, 2016 val to contacting the names individuals as a reference) Name Stephanie Laughlin Title/ Position Sr. Interior Designer Organization Texas Tech University Telephone 806-834-1231 E-mail Ste hanie.Laughlin@ttu.edu Project Wiggins Hall Offices, Wall/Gates Shower/Toilet Renovations Candidates role on Proiect Project Manager/Superintendent Klein 30 30 750+ Percent of Time Used for Estimated Project this Project Completion Date 50% On -going Name Gary Moore Title/ Position Sr. Interior Designer Organization Texas Tech University Telephone 806-834-1532 E-mail Gary.moore@ttu.edu Project TTU — CHACP 2 Switchgear Replacement Candidate role on Pro ect ---- project Manager/Superintendent - _ _ Proposed Project Superintendent Organization Doing Business As Klein Construction, Inc. Name of Individual Eddie Klein Years of Experience as Project Superintendent 30 years in the construction industry Years of Experience with this organization 1.5 Number of similar projects as Superintendent 750+ Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of 'Time Used for Estimated Project this Project Completion Date Superintendent — Texas Tech Projects 100% August 8, 2016 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference) Name Darren Densford Name George Lisenbe Title/ Position Engineer Title/ Position Organization Texas Tech University Organization City of Lubbock Telephone 806-834-4791 Telephone 806-775-2632 E-mail Darren.densford@ttu.edu E-mail glisenbe@ail.ci.lubbock.tx.us Project Chitwood Learning Center Project City of Lubbock Mae Simmons Candidate role on Proiect Project Superintendent Candidate role on Proiect project Superintendent Name of Individual Craig Wallace Years of Experience as Project Superintendent 5 Years of Experience with this organization 1 Number of similar projects as Superintendent 8 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Texas Tech University — Knapp Hall Shower/Toilet a 100 /o August 8, 2016 Renovations Name Darren Densford Name Jeff Vitale Title/ Position Engineer Title/ Position Sr. Project Manager Organization Texas Tech University Organization University Medical Center Telephone 806-834-4791 Telephone 806-775-9307 E-mail Darren.densford ttu.edu E-mail Jeffvitale umchealths sem.com Project Weeks Hall CVPA Costume Shop Relocation project University Medical Center — Sterile Processing Candidate role on Project project Superintendent Candidate role on Project project Superintendent 14 Proposed Project Safety Officer Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Name Title/ Position Title/ Position E-mail E-mail Project Project Candidate role on Project Candidate role on Project Name of Individual Tommy Klein (See Project Manager Alternate) 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 this Proiect Estimated Project I Comnletion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 15 Proposed Project Quality Control Manager Organization Doing Business As Tommy Klein Construction, Inc. Name of Individual Eddie Klein (see Project Superintendent) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager 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 Reference Contact Information (listing names indicates ap val to contactin the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Proiect Candidate role on Proiect Name of Individual CraigWallace (see Project Superintendent alternate) Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager 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 Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 16 Contractor's Project Experience and Resources �l I Organization Doing Business As I Tommy Klein Construction, Inc. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capability to provide best value to the Owner for thisproject' Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetin HUB / MWBE Participation Goal Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own Will Lease What work will the organization complete using its own resources? Project Management, Project Supervision, installation of doors and toilet partitions and millwork. What work does the organization propose to subcontract on thisproject? Demolition, Concrete, Thermal & Moisture Protection, Finishes, Furnishings, Mechanical, fire sprinklers and Electrical. 17 1. Contract Administration Upon being awarded a contract, we meet with subcontractors to go over their portion of the work, sign subcontracts and verify their required paperwork is on file, such as w-9's, certificates of insurances, etc. Once the notice to proceed is issued, we begin ordering materials and compiling any submittals, safety and material data required. A list of all subcontractors' contact numbers are distributed to all parties involved in the project. Based on subcontractor's bids, a schedule of values is compiled and given to the owner. The office manager generates pay requests on AIA Documents, according to specifications. All required Davis -Bacon reports are kept on file at our office. Attention is given to respond quickly to any requests from owners. We strive to have no punch list items, even on large projects. Once the owner and contractor have inspected and accepted the project, all close-out documents are completed in a timely manner. 2. Management of Subcontractors and Suppliers We expect and demand high quality workmanship from our subcontractors. In fact, we are driven to excel because of our high expectations. Quality is achieved by working with subcontractors who share our high standards of excellence. Our project manager meets with subcontractors to go over the construction schedule. Work begins upon our notice to proceed. Required paperwork, shop drawings and submittals are checked and delivered. Materials are ordered, subcontractors are scheduled and supervised. We believe that our experience and ability to communicate our expectations, along with using the best subcontractors in the area, accounts for the successful completion of all our projects. Subcontractors continue to work with us because our projects run smoothly. We all work well together and share the same high expectations. Subcontractors are paid promptly within 5 days of receipt of payment from the owner. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. 'Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. Please see the following page for subcontractor prequalification. Subcontractor Prequalification: • Supply proof of insurance that meets or exceeds our limits of insurance coverage for Workers Compensation Insurance and Liability Insurance. • Supply W-9 Request for Taxpayer Identification Number and Certification • Fill out and submit a Felony Conviction Notice in accordance with Senate Bill 1 passed by the State of Texas Legislators, Section 44.034, Notification of Criminal History. • All subcontracts will include the following clauses: o Subcontractors will comply with all OSHA Standards for the Construction Industry (29 CFR 1926). o "No subcontractor, or employee of subcontractor may use, consume, carry, transport, or exchange tobacco, cigarettes, alcohol, or illegal drugs while in or on any of our job sites. o "CONVICTED CHILD AND SEX OFFENDERS may not work on school grounds." Removal of Unsatisfactory Performers: JLJ • A remedy which is included in our Subcontracts: "Should Subcontractor at any time refuse or neglect to supply a sufficient number of properly qualified workmen or a sufficient quantity of materials of proper quality or abandon the f work or fail in any respect to prosecute the work covered by the subcontract with L promptness and diligence, Contractor may, at its option, after forty-eight hour notice to subcontractor, provide any such labor and materials and deduct the cost thereof from any money then due or thereafter to become due to subcontractor under the subcontract; or the Contractor may, at its option, terminate the contract." 3. Time Management Scheduling is one of the most important aspects in delivering a project in a timely manner. It is one of our greatest strengths. Having been in business here in Lubbock for 29 years, we have worked with and know many subcontractors of all trades in the area. In order to maintain our schedule, we have weekly progress meetings with owners and subcontractors. Because our company continually delivers high quality projects, on time, owners are pleased with the final product. Another characteristic important to the smooth flow of any project is the quality of supervision. Quality supervision equals quality workmanship. Our supervision is done by individuals that know construction and know it well. Superintendents insure that subcontractors are scheduled properly, materials are ordered in the right quantity, work is done according to plans and specifications and the finished product is of the highest quality. 4. Cost Control Over forty years of experience gives us an edge in knowing the cost involved in a project. Should the project involve owner enhancements, unforeseen conditions or design issues, we work with the owner to find the best solution at the lowest cost to the owner. Tommy is ingenious with coming up with solutions to construction problems, which is of great benefit to owners. L S. Quality Assurance/Quality Control Program Quality control is the focus of our company. Defects or failures in constructed facilities can result in very large costs. Even with minor defects, re -construction may be required and facility operations impaired. Increased costs and delays are the result. We believe that good project managers ensure the job is done right the first time. The most important decisions regarding the quality of a completed facility begins during the design and planning stages. It is important that we conform to the original design and planning decisions, unless unforeseen circumstances, incorrect design decisions or changes desired by an owner in the facility function may require re-evaluation of design decisions during the course of construction. Quality control is a primary objective for all the members of our team. Managers take responsibility for maintaining and improving quality control. Most important of all, quality improvement means improved productivity and cost efficiency. Day to day surveillance of work and documentation of deficiencies result in corrective actions in order to avoid serious problems. As we are working cooperatively with subcontractors, their compliance to quality control is essential. All parties involved have the responsibility to be diligent in delivering the highest quality product possible. Compliance issues are dealt with immediately, circumventing delays on projects. If clients see a problem with quality, subcontractors will remedy the problem, to the satisfaction of the client. In working with clients previously, we have been able to avert potential problems in making detailed planning decisions with owners before work begins. For example, in the summer of 2011, under another Job Order Contract, our company completed the remodel of fourteen laundry rooms for Texas Tech University Housing. In the planning phase, we were given an incomplete design to replace millwork and sinks. Together, the owner's representative and our company designed a project that covered exposed plumbing pipes by incorporating access panels to the plumbing. The project was designed to give better access and functionality to students, while also providing a pleasant environment for them. The owners were pleased with the finished laundry rooms. Partnering with the client before work even began, resulted in the delivery of a project that met the high standards we expect on all our projects. C 6. Project Site Safety < ' Tommy Klein Construction, Inc. SAFETY AND HEALTH PROGRAM Tommy Klein Construction, Inc. commits the necessary resources of staff, money, and time to ensure that all persons on the worksite are protected from injury and illness hazards. In addition, the company visibly leads in the design, implementation, and continuous improvement of the site's safety and health activities. Specifically, the highest level management establishes and reviews annually the site's safety and health policy and ensures that all employees know, understand, and support that policy. The company ensures that all visitors to the site, including contract and temporary labor, vendors, and sales people, have knowledge of site hazards applicable to them and how to protect themselves against those hazards, including emergency alarms and procedures. Management also ensures that these visitors do not introduce to the site hazards that can be prevented or that are not properly controlled. Shad Hartman, Safety Manager, is OSHA certified. The company complies with all OSHA Standards for the Construction Industry (29 CFR 1926) Subcontractors will be held to the same standards of OSHA compliance. Safety depends largely on education, vigilance and cooperation during the construction process. All workers should be T constantly alert to the possibility of accidents and avoid taking unnecessary risks. Superintendents, as well as Project Managers are responsible for site management. Each week, at the beginning of work on Monday morning, the entire worksite shall be inspected. All hazards found, will be documented in writing, including their location. The superintendent assigns appropriate persons responsible for seeing that the hazard is corrected and documenting the date of the correction. Any near miss, first aid incident, or accident is investigated. All investigations have as a goal the identification of the root cause of the accident, rather than assigning blame. ' After the investigation, management will assign responsibility to appropriate employees for correcting any hazards found and for assigning a date by which the correction must be completed. Management and employees work together to analyze safety and health hazards inherent in each job site and to find means to eliminate those hazards whenever L, All employees at this site are trained to recognize hazards and to report any hazard they find to the appropriate person so that the hazard can be corrected as soon as possible. In addition to taking immediate action to report a hazard orally and to provide interim protection, if necessary, including stopping the work causing the hazard, employees may submit a safety work order to the management, or they may submit a safety suggestion form. Safety work orders take priority over any other work order. Safety suggestions will be considered each week during the site inspection by the site inspection team. All employee reports of hazards must be eventually written, with the correction date recorded. As part of the annual safety and health program evaluation, management and employees will review all near misses, first aid incidents, and entries on the OSHA 300 Log, as well as employee reports of hazards, to determine if any pattern exists that can be addressed. The results of this analysis are considered in setting the goal, objectives, and action plans for the next year. Hazard Prevention and Control Management ensures that the this priority is followed to protect persons at this site: (1) Hazards will be eliminated when economically feasible, such as replacing a more hazardous chemical with a less hazardous one; (2) Barriers will protect persons from the hazard, such as machine guards and personal protective equipment (PPE); (3) Exposure to hazards will be controlled through administrative procedures, such as more frequent breaks and job rotation. Management ensures that the worksite and all machinery is cared for properly so that the environment remains safe and healthy. If maintenance needs exceed the capability of the worksite employees, contract employees are hired to do the work and are screened and supervised to ensure they work according to the site's safety and health procedures All employees, including all levels of management, are held accountable for obeying site safety and health rules. The following four step disciplinary policy will be applied to everyone by the appropriate level of supervisor: 1) oral warning 2) written reprimand 3) three day's away from work 4) dismissal. U H Visitors, including contractors who violate safety and health rules and procedures, will be escorted from the site. Should the disciplined person request a review of the disciplinary action, an ad hoc committee of three people, one project manager and two salaried workers, chosen by their respective colleagues, will review the situation and make a recommendation to the owner, who reserves the right for final decision. If his decision differs from the committee, he may, within confidentially strictures, make public his reasons. Persons needing emergency care are transported by company vehicle or community ambulance to the hospital, located five miles from the site. Usually that trip can be made in less than ten minutes. Onsite during all shifts designated persons fully trained in cardiac pulmonary resuscitation (CPR), first aid, and the requirements of OSHA's Bloodborne Pathogen Standard, are the first responders to any emergency. These persons are trained by qualified Red Cross instructors. One of these designated persons' safety and health responsibilities is to ensure that first aid kits are stocked and readily accessible in the marked locations on the jobsite and at the office/warehouse. Appropriate personal protective equipment (PPE) is provided for the different types of accidents possible at the site. Training Management believes that employee involvement in the site's safety and health program can only be successful when everyone on the site receives sufficient training to understand what their safety and health responsibilities and opportunities are and how to fulfill them. Therefore, training is a high priority to ensure a safe and healthy workplace. Shad Hartman will provide training to employees. The following training will be required of employees. ensuring that he/she masters the year's training topics. -` quarterly. General Safety and Health Provisions Occupational Health and Environmental Controls Personal Protective and Life Saving Equipment Fire Protection and Prevention Signs, Signals and Barricades t ' Materials Handling, Storage, Use and Disposal Tools — Hand and Power Scaffolds Fall Protection L Each employee is responsible for Training will take place 7. Managing Changes to the Project All requests for changes will be worked through with the owner to give the best solution at the lowest cost to the owner. We believe that we partner with owners on all our projects. We share the desire to have a project that is completed with quality, that is on schedule, and with a minimal amount of changes to the project. If changes are necessary, we follow the listed methods in the specifications for this project. 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. No extra work will be performed unless ordered in writing by Owner's Representative. Written request is made to the Owner's Representative for a written order authorizing such extra work. 8. Managing Equipment Tommy Klein Construction, Inc. owns equipment and machinery that may be needed to complete work for owners, on jobsites. This equipment includes scissor lifts, a boom lift, and scaffolding for drywall work. Tommy Klein Construction owns a 30' job trailer for use as office area and storage if required on site. A Wells Fargo enclosed trailer is used for moving furniture or other items if needed. Flat bed utility trailers, a 35' goose neck trailer and a 15 yd. dump trailer, are utilized as needed on projects. P 9. Meeting HUB/MWBE Participation Goal Tommy Klein Construction, Inc. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. If a HUB subcontractor gives us best -value for owners, we would be happy to use their services. Tommy Klein Construction, Inc. has used the CMBL to search for HUBS many times, as we have bid projects for government entities. We will make our best effort to help agencies meet their goals. Contractor's Subcontractors and Vendors Organization Doing Business As Tommy Klein Construction, Inc. AR Provide a list of subcontractors that will provide more than 10 percent of the work(based on contract amounts Name Work to be Provided Est. Percent HUB/MWBE of Contract I Firm 18 r A" iment A Current Projects and Project Completed within the last 10 Years Project Owner I City of Lubbock Project Name I Mae Simmons Senior Center General Description of Project Renovations Project Cost $ 257,498 Date Project Completed 03//2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name I Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner University Medical Center Project Name UMC Sterile Processing Department Renovation General Description of Project: Renovation Project Cost 182,763 Date Project Completed 05/31/2016 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Craig Wallace Shad Hartman Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Center Designer Construction Manager Jeff Vitale Project Manager University Medical Center 806-775-9307 Jeffvitale@umchealthsystem.com Project Owner I University Medical Center Project Name UMC Monument Sign General Description of Project: Project Cost 154,463 I Date Project Completed 05/31/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Craig Wallace Shad Hartman Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Center Designer Construction Manager Jeff Vitale Project Manager University Medical Center 806-775-9307 Jeff.vitale@timebealtlisystem.com 19 Current Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name Murdough Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost $ 1,593,160.00 Date Project Completed 08/08/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I City of Lubbock Project Name I City of Lubbock Water & Streets Administration & Streets Dept. General Description of Project: Office Remodel, New Restrooms Project Cost 795,144 Date Project Completed 08/05/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Project Owner I Texas Tech University System I Project Name Weelcs Hall CVPA Costume Relocation General Description of Project: Project Cost $ 720,203 Date Project Completed 08/15/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu 19 �....,.„,.,.�... �.,.�...�...: �..�.,.,._,.,�+ L„_m..� `v .,� 1ww•.�.a �,�„ d � � o..w„�,n�vi � 77,77 e� w. .�a i.., ..�,2 ., ..-� ,. _ ,d t E _ hment A Current Projects and ]Project Completed within the last 10 Years Project Owner Texas Tech University System Project Name Wall Hall-Shower/Toilet Renovations General Description of Project: Shower/Toilet Renovations Project Cost s 1,222,318 Date Project Completed 08/02/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Chip Prosser Jonathan Klein Chip Prosser Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project Name I Gates Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Shower/Toilet Renovations Project Cost 1,222,058 1 Date Project Completed 08/02/2015 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University System Project Name I Weeks Hall CVPA Costume Relocation General Description of Project: Project Cost S 1,354,551 Date Project Completed Current Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Craig Wallace Jonathan Klein Craig Wallace Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas 'Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Dar-ren.densford@ttu.edu m AttG, .. nent A Current Projects and Project Completed within the last 10'Years Project Owner I Texas Tech University IProject Name I Hulen Hall - Shower/Toilet Renovations General Description of Project: Renovate 8 community shower/toilets and 1 private guest bathroom Project Cost $ 1,129,920.00 F IDate Project Completed 08/09/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory Mcelwee Shad Hartman Cory Mcelwee Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Daisy Duede Interior Designer University Student Housing 806-834-3999 daiz .duede ttu.edu Construction Manager Darren Densford Architect Ops. Div. Engineering 806-834-4791 darren.densford@ttu.edu Project Owner I City of Lubbock Project Name I Police Property Room General Description of Project: Install fire alarm system, vent hood & floor repair Project Cost $ 43,412.00 1 Date Project Completed 01-31-2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory Mcelwee Shad Hartman Cory Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Facilties Mana ement Purchasing 806-775-2207 runrein@mylubbock.us Project Owner I University Medical Center Project Name UMC EMS Logistics Building Modifications General Description of Project: Renovate supply room, Project Cost $ 150,607.00 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory Mcelwee Shad Hartman Cory Mcelwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner University Medical Centei Designer Condray Design Group Architect Condray Design Group Construction Manager Jon Long Architect Condray Design Group 806-748-6190 jon@condray.com 17 ---- hment A Current ]Projects and Project Completed within the last 10 Years Project Owner I Texas Tech University System Project Name I Clement Hall-Shower/Toilet Renovations General Description of Project: Asbestos Abatement/Shower/Toilet Renovations Project Cost $1,350,144.00 1 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University Project Name I Hulen Hall-Shower/Toilet Renovations General Description of Project:Asbestos Abatement/Sliower/Toilet Renovations Project Cost $1,114,787.00 1 Date Project Completed 08-19-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Project Owner I Texas Tech University System Project Name I Wiggins Hall University Student Housing Office Remodel General Description of Project: Project Cost $ 1,354,551.00 Date Project Completed 08-21-2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Shad Hartman Tommy Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Stephanie Laughlin Sr. Interior Designer TTU—Student Housing 806-834-1231 Stephanie.laughlin@ttu.edu Construction Manager David Bradshaw Engineer TTU Operations Division 806-834-2239 David.bradshaw@ttu.edu 19 P /111IVIit P\ Current Projects and Project Completed within the last 10 Years Project Owner Second Baptist Church I Project Name I Second Baptist Church Columbarium General Description of Project: Sitework, concrete, steel, metal roofing, masonry, exterior painting, electrical Project Cost $I69,247 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein 'Pommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Email Owner Designer ,Ion Long Architect Condray ]Design Group 806-745-6190 Joii@condray.com Construction Manager Project Owner I Whiteface CISD Project Name Whiteface CISD Natatorium Renovations General Description of Project: Natatorium Renovations Project Cost S 354,170 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Robert Cameron Architect BGR Architects 806-747-3881 rcameron@bgronline.coan Construction Manager Project Owner I City of Lubbock Project Name I Firestation #11 Interior Repairs General Description of Project: Interior repairs, Captain's quarters, two bathrooms and observation room Project Cost S 43,422 1 Date Project Completed 02/19/201.5 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manner Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Robert Keinast Battalion Chief Lubbock Fire Dept. 806-775-2632 rkeinast@mylubbock.us I9 .�. ,...7 �,....7,- ;hment A Current Projects and Project Completed within the last 10 wars Project Owner I Lubbock Independent School District Project Name I Restroorn (Renovations at Smylie Wilson Diddle School General Description of Project: Restroom Renovations Project Cost $ 131,601.35 Date Project Completed 08/05/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 'Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Kevin Cockrell Project Manager Lubbock Independent 806-766-1457 kcockrell@lubbocisd.orb School District Project Owner 'Texas 'Tech University Project Name Remodel Study Lounges, Coleman/Chitwood/Weymouth/ General Description of Project: Project Cost $836,845 Date Project Completed 08/04/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Stephanie Laughlin Project Manager 'Texas 'Tech University 806-834-1241 Stephanie.laughlin@ttu.edu Project Owner Texas A & M Agrilife Project Name Restroom Renovations General Description of Project: Remodel existing restrooms to bring them up to ADA standards Project Cost S 62,509 Date Project Completed 05/31/2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner 'Texas A & M Agrilife Designer Construction Manager Mika Wyatt Project Maanager 'Texas Agrilife 806-746-6101 ext 4032 mwyatt@ag.tamu.edu 9 1111 lul Il P1 Current Projects and Project Completed within the lust 10 Fears Project Owner 7exas Tech University Project Name Sneed H211— Construction of 2 restrooms General Description of Project: Demolition and construction of two guest restroonas Project Cost $ 94,060 1 Date Project Completed 01/10/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Dale lllevins Project Manager Texas Tech Housing 806-534-3462 d.blevins@ttu.edu Project Owner Texas Tech University Project Name Stangel Concrete Dock General Description of Project: Dock Repair Project Cost $122,1g2 Date Project Completed 01/08/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Mike Glass Project Manager Texas Tech Hospitality 506-534-5512 Miehael.glass@ttu.edu Project Owner I City of Lubbock Project Name I Land Application Office - General Description of Project: Asbestos Abatement Project Cost $24,219 Date Project Completed 01/03/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Shad Hartman Shad Hartman Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager T.J. Carpenter Project Manager City of Lubbock 506-775-3075 tarpenter@aaylubbock.us 19 a Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock Project Name Renovate Entrance at Mahon Library General Description of Project: Renovate front entrance to Mahon Library Project Cost $ 76,463 1 Date Project Completed In progress Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 506-775-2207 runrein@nay➢ubbock.us Project Owner City of Lubbock HR Office Remodel Project Name = HR Office Remodel General Description of Project: Project Cost S 17,589 Date Project Completed 01/08/2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana er Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-834-5512 runrein@anylubbock.us Project Owner I City of Lubbock Project Name I Police Property Room General Description of Project: Fire alarm system, vent hood and floor repair Project Cost $42,434 1 Date Project Completed 11/25/201.3 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Shad Hartman Cory McElwee Shad Hartman Cory McElwee Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us 19 rro ect Anrormation Project Owner I City of Lubbock Project Name Water & Streets Department Renovations at Municipal Hill General Description of Project Office Remodel, New Restrooms Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 692,463 Notice to Proceed 01-08-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 07-08-2015 Owner Enhancements 52,591 6% Contract Final Completion Date at Notice to Proceed 08-18-2015 Unforeseen Conditions 45,669 5% Change Order Authorized Substantial Completion Date Design Issues 4,121 1% Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2015 Final Cost 795,144 Actual / Estimated Final Completion Date 08-15-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Eddie Klein Shad Hartman Eddie Klein Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Shad Hartman Eddie Klein Shad Hartman Eddie Klein Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Sure . s Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/`�' Pending N/A Resolved Issues N/A 16 _._. 7.. rr0 ect 1niormation Project Owner Texas Tech University Project Name Gates all Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,339,723 Notice to Proceed 05-1.8-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-02-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,460) Contingency Actual / Estimated Substantial Completion Date 08-02-2015 Final. Cost 1,292,263 Actual / Estimated Final Completion Date 08-07-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser Percentage of Time Devoted to the Project 100% 1.00% 100% 100% Proposed for this Project Jonathan Klein Michael Prosser Jonathan Klein Michael Prosser Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech Purchasing 806-834-4791 Darren.densford.ttu.edu Surety Total Amount involved in N/A Total Issues a Number of Issues N/A Number N/A Total Amount involved in Resolved Issues N/A Number of Issues Resolved 16 Project information Project Owner ITexas Tech University Project Name Wall Hall Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount of Bid Amount Date Days Bid 1,344,841 Notice to Proceed 05-18-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 08-02-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-09-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total (47,221) Contingency Actual /Estimat11 ed Substantial Completion Date 08-02-2015 Final Cost 1,297,620 Actual / Estimated Final Completion Date 08-07-2015 C p VQiM@y Project Manager Project Sup Safety Officer Quality Control i Manager Name Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory McElwee Jonathan Klein Cory McElwee Did. Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer Texas Tech Purchasing 806-834-4791 Darren.densford.ttu.edu Suret 91101 wan a' MGM ire unt involved in7 Resolved Issues N/ Number of issues Pending Total Amount involved in N/A Resolved Issues N/A 16 Froiect Information Project Owner City of Lubbock Project Name Interior Repairs FS #11 General Description of Project Interior repairs, Captain's quarters, two bathrooms and observation room ROOM Budget History Schedule l?erformance Amount % of Bid Amount Date Days Bid 43,422 Notice to Proceed 01-07-2015 Change Orders Contract Substantial Completion Date at Notice to Proceed 04-07-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 04-17-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total_ Actual / Estimated Substantial Completion Date 02-19-201.5 Final Cost 43,422 Actual / Estimated Final Completion Date 02-19-2015 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Eddie Klein Tommy Klein Eddie Klein Percentage of Time Devoted to the Project 1.0% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Robert Keinast Battalion Chief Lubbock Fire Dept 806-775-2632 rkeinast@mylubbock.us Surety - Number of Issues N/A I Total Amount involved in I N/A Number of Issues I N/A Total Amount involved in N/A Resolved Resolved Issues Pending Resolved Issues M Proiect Information Project Owner I City of Lubbock Project Name_ HR Office Remodel General Description of Project HR Office Remodel Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 17,539 Notice to Proceed 12-08-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 01-09-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 01-19-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 01-09-2015 Final Cost 17,589 Actual / Estimated Final Completion Date 01-09-2015 M Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Percentage of Time Devoted to the Project 10% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. ........................ Organization Telephone E-mail Name Title/ Position Owner City of Lubbock Designer I I Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Surety 1 1 1 t M 1, 1, � ',I'* 09 , ""o g"', N!"In " Number of Issues Resolved N/A I Total Amount involved in Resolved Issues N/A I Number of Issues I Pending N/A I I Total Amount involved in Resolved Issues N/A I I 16 r67-1 7J =71.1 7" _j t'ro ect information Project Owner I Whiteface CISD Project Name Whiteface CISD Natatorium Renovations General Description of Project Glazing, doors & hardware, column and door repairs, partition repair, painting, mechanical, electrical, plumbing, pool deck removal, pool deck coating i Amount % of Bid Date Days Amount Bid 297,248 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed 04-24-2015 Owner Enhancements 56,922 16 Contract Final Completion Date at Notice to Proceed 05-04-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 04-24-2015 Final Cost 354,170 Actual / Estimated Final Completion Date o� a Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory McElwe Jonathan Klein Cory McElwee Percentage of Time Devoted to the Project 10% 100% 100% 100% Proposed for this Project 10% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Whiteface CISD Designer Robert Cameron Architect EGR Architects 806-747-3881 Rcameron@bgronline.com Construction Manager Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/A Pending N/A Resolved Issues N/A E rro ect intormat►on Project Owner I Texas Tech University System Project Name Murdough Shower/Toilet Renovations General Description of Project Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,593,160 Notice to Proceed 05-18-2014 Change Orders -65,747 Contract Substantial Completion Date at Notice to Proceed 08-04-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-11-2014 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-11 01-201. 14 Final Cost 1,527,413 Actual / Estimated Final Completion Date 08-08-2014 d 0 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for chance. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU Operations Division 806-834-4791 Darren.densford@ttu.edu Surety Suretec Number of Issues N/`� Total Amount involved in N/`�' Number of Issues N/`�' Total Amount involved in NIA Resolved Resolved Issues Pending Resolved Issues 16 rrovect 1ntormation Project Owner I Second Baptist Church I Project Name Second Baptist Church Columbarium General Description of Project Sitework, concrete, steel, metal rooting, masonry, exterior painting, electrical BudgetHistory Schedule Performance Amount % of Bid Amount Date Days Bid 169,247 Notice to Proceed 11-05-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed N/A Owner Enhancements Contract Final Completion Date at Notice to Proceed N/A Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final. Completion Date Total Actual / Estimated Substantial Completion Date 04-22-2015 Final Cost 169,247 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Eddie Tommy Klein Eddie Percentage of Time Devoted to the Project 25% 10% 100% 100% Proposed for this Project 25% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Jon Long Architect Condray Design Group 806-748-6190 jon@condray.com Sure a p® 0P BNumber of Issues 7N/ATotal Amount involved in N/A Number of Issues N/A Total Amount involved in NIA Resolved Resolved Issues Pendin Resolved Issues 16 taro ect Information Project Owner I City of Lubbock Project Name Renovate Front Entrance at Mahon Library General Description of Project Site rovork, concrete w®i'k, architectural east;stone, metals Amount % of Bid Date Days Amount Bid 76,463 Notice to Proceed 01-08-2015 120 Change Orders Contract Substantial Completion Date at Notice to Proceed 05-08-2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 05-18-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 05-08-2015 Final Cost 76,463 Actual / Estimated Final Completion Date 0 0 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Eddie Tommy Klein Eddie Percentage of Time Devoted to the Project 25% 25% 100% 100% Proposed for this Project 25% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for chance. Name ' Title/ Position Organization Telephone E-mail Owner City of Lubbock Designer Construction Manager Rodney Unrein Project Manager City of Lubbock 806-775-2207 runrein@mylubbock.us Surety I Number of Issues N/A Total Amount involved in N/A Number of Issues Total Amount involved in N/A N/A Resolved Resolved. Issues PendingN/A Issues 16 rro ect intormation Project Owner KCBD Project Name KCBD Toilet Room Renovations General Description of Project Toilet Room Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 259,659 Notice to Proceed 10-10-2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 12-31-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 12-31-2014 Unforeseen. Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Comp11 letion Date 12- 11 16-2014 Final Cost 259,659 Actual / Estimated Final Completion. Date 12-16-2014 SMEMM Quality Control Manager Project Manager Project Sup Safety Officer Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Owner KCBD Designer Construction Manager Dan Jackson Surety Suretec Number of Issues N/A Total Amount involved in - N/A Resolved Resolved Issues 16 806-761-4232 Number of Issues L N/A I Total Amount Pending Resolved Issues E-mail N/A com Prniert Informitinn Project Owner Lubbock Independent School District Project Name Restroom Renovations at Sinylie, Wilson Middle School General Description of Project Restroom Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 154,143 Notice to Proceed 05-01-2014 Change Orders -22,542 Contract Substantial Completion Date at Notice to Proceed 08-05-2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-15-2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08-05-2014 Final Cost 131,601 Actual / Estimated Final Completion Date 08-05-2014 Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Shad Hartman Tommy Klein Shad Hartman Percentage of Time Devoted to the Project 10% 50% 100% 100% Proposed for this Project 10% 50% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change, Name Title/ Position Mv MAW Organization Telephone E-mail Owner LISD Designer Construction Manager Kevin Cockrell Project Manager LISD 806-766-1457 keockrell@lubbocisd.org Suret IN1'nber of Issues NIA Total Amount involved in u Resolved Resolved Issues N/A SENSE 1, Number of Issues Pending "OR"2 N/A N/A 11�' 01 T Total Amount involved in N/A Resolved V Issues 16 rro ect intormataon Project Owner I Texas Tech University Project Name Sneed Hall - Construction of 2 restrooms General Description of Project Demolition and construction of two quest restrooms Budget History Schedule Performance Amount % of Bid Date Days Amount Bid 94,060.00 Notice to Proceed 10/09/2013 Change Orders Contract Substantial Completion Date at Notice to Proceed 01/10/2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 01/10/2014 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual,/ Estimated Substantial Con pletioh. Date 01/10/2014 Final Cost 94,060.00 Actual / Estimated Final Completion Date 01/10/2014 a u N Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Dale Blevins Project Manager Housing 806-834-3462 d.blevins@ttu.edu Surety MI 7�� gp -I Mm.1et,�r 1 �"Y,ti ,� Number of Issues Total Amount involved in Resolved I N/A Resolved Issues N/'4 Number of Issues Pendin Total Amount involved in N/A Resolved Issues I N/A 16 Prniect informatinn Project Owner I Texas Tech University Project Name Stangel - Concrete Dock General Description of Project Stangel - Concrete Dock Repair Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 120,802.00 Notice to Proceed 12/12/2013 Change Orders 1,380.00 1 o Contract Substantial Completion Date at Notice to Proceed 01/08/2014 Owner Enhancements Contract Final Completion Date at Notice to Proceed 01/08/2014 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total - _---...._ ..._.. _. _. _ ......._ ... _Actual /Estimated Substatitial-Completion Date ___ _...._ .._........ _ ....... _.... - -01/08/2014--- _.. __....,._....... Final Cost 122,182.00 Actual / Estimated Final Completion Date 01/08/2014 g pp a y w „ .�� . � Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change. q Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Mike Glass Project Manager Hospitality 806-834-5512 michael.glass@ttu.edu Sure HCC Insurance Holdings 713-690-7300 A Number of Issues Total Amount involved in Resolved N/A Resolved Issues N/A Number of Issues Total Amount involved in PendingN/A Resolved Issues N/A 16 7— �� C� rro ect Information Project Owner I Texas Tech University System Project Name Wiggins Hall University Student Housing Office Remodel General Description of Project University Student Housing office remodel Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,363,898 Notice to Proceed 11-14-2012 Change Orders -9,347 Contract Substantial Completion Date at Notice to Proceed 05-01-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 05-11-2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 06-01-2013 Design Issues Change Order Authorized Final Completion Date 06-11-2013 Total Actual / Estimated Substantial Completion Date 06-01-2013 Fugal Cost 1,354,551 Actual / Estimated Final Completion Date 06-05-2013 W Project Manager Project Sup Safety Officer Quality Control Manager Name Tommy Klein Jonathan Klein Tommy Klein Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual. Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Engineer TTU—Operations 806-834-4791 Darren.densford@ttu.edu Division Surety Suretec W > W W W W WEW W 4 W W - a W W Ntunber of Issues N/A Total Amount involved in N/A Number of Issues I N/A Total Amount involved in N/A Resolved Resolved Issues Pending Resolved Issues 1 Yro ect inlormatlon Project Owner Texas Tech University System Project Name Clement Hall-Shower/Toilet Renovations General Description of Project Asbestos Abatement, Shower/Toilet Renovations Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 1,363,188.00 Notice to Proceed 05-20-2013 Change Orders -13,044.00 Contract Substantial Completion Date at Notice to Proceed 08-02-2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08-12-2013 Unforeseen Conditions Asbestos Abatement Change Order Authorized Substantial Completion Date 08-09-2013 Design Issues Change Order Authorized Final Completion Date 08-19-2013 Total Actual / Estimated Substantial Completion Date 08-09-2013 Final Cost 1,350,144.00 Actual / Estimated Final Completion Date 08-19-2013 Project Manager Project Sup Safety Officer Quality Control Manager Name Shad Hartman Jonathan Klein Shad Hartman Jonathan Klein Percentage of Time Devoted to the Project 50% 100% 100% 100% Proposed for this Project 50% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for chance. I Name I Title/ Position 16 E-mail i Proiect Informntion Project Owner Texas Tech University Project Name Hulen Hail - Shower/Toilet Renovations General Description of Project Renovation of 8 community bathrooms and a private guest bathroom i'a�4 li {,". x.,. ..3YY j�"s, �, h A`t '�'Kd u''y�,,+}.. R,i. ,yt�fti•Y �b54 r�^`a'P�.ia 5qk, x', 'i, .�•w. f'�. .., .p.y,� Z !S •r `"» +} {¢ 11�+ $ N Pp �N!' +P+k� > .0 I'Y } e. tll d �*.�pA4"rC 'yp` Y 1 S ,�•� v%y, law .�„`�sp �wx, �•�{. .1,k�Y✓.,+^,. .. � �ti¢¢„k�..., �Gti� f..w1....aA�,a.�dF�Yn'.ikl,4Ch..�,�.�' .�kC+4�,,+.��,ei 1�>.,�vl%tl,. fir. ..?ti��i.:2Ntf✓s„bd"����� Budget History t „�y ,,u54r � IM; ,P� ! •I,: y�: y 'v �3 1�+" n »�vJ .•, 4E . S� �.... Schedule Performance Amount % of Bid Amount Date Days Bid 1,114,787.00 Notice to Proceed 05/.30/2013 Change Orders o Contract Substantial Completion Date at Notice to Proceed 08/02/2013 Owner Enhancements Contract Final Completion Date at Notice to Proceed 08/12/2013 Unforeseen Conditions Change Order Authorized Substantial Completion Date 08/09/2013 7 Design Issues Change Order Authorized Final Completion Date 08/19/2013 7 Total Actual / Estimated Substantial Completion Date 08/09/2013 Final Cost 1,129,920.00 Actual /Estimated Final Completion Date 08/19/2013 iF"C k.'•k F4lfiwitFv.>Y.+:'71s'd'VtT,`1`Lw42G''�;T�xr`., C•: 'v •,''"A �vI4. ",}'v iP l°,. `'' t/�t tl,3,� ., i`A?:4«kUIL"isCekh1'.1'f1?�+'s"N�'t�'eC�:rw:S. 11nR;Y xx 1,' j. *, .;'�@N^rr ..•}<, .4,, ,vie.: Y x'u $t ti 5}.. q ,.A .& .w.a•" Y, w+}: ,X':" t>S' Project Manager Project Sup Safety Officer Quality Control Manager Name Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Percentage•ofTime Devoted to the Project 50% 100% 50% 100% Proposed for this Project Jonathan Klein Cory Mcelwee Jonathan Klein Cory Mcelwee Did Individual Start and Complete the Project? yes yes yes yes If not, who started or completed the project in their place. Reason for change. .4 k M1�+ u.1Y Y! i4i6 MJ. ,A t. � ,, a ,r/�� ; :4., ti. ti * r.�'F,.�; ga�ysW fi ,� by �.• t'T M <A, ' ya a fu a� ; n pale} gp.',.t �r ItL %i1 ks',1;kS.,I±TI;eiY,.I+K+.e.«..m. :i1.1 h1 4. •_.��� e W.. M1 E ."'J. „y . �,r 'k:. s r«w` •; ie vi s n I nf.dart +; L" Y ,�"1'fi ,....: . 1'47 ' y .. . r• ,i ,a�^V ,�{q} `�[, a ` $u u "�nF,9'":�`.:R•x b ">t••,tR a' rR;, i.' w', F.. r'u"CA J ♦♦.r" ars t .`F:.. 3• x it 'I ..I . s` "4 yx. x- t. S • ..fix �" , :, .., •c,. ,'� ,.1•&� ,e� S.,t .. k '�;, }. n i � � 4 �F.. ,. '" •^r ht!y t Nxv '.,y 'bF �»Y.'§S6 �b ..,�: i A..eJ"'. Name Title/ Position Organization Telephone E-mail Owner Texas Tech University Designer Construction Manager Darren Densford Project Manager Operations Div,/Eng Serv. 806-834-4791 darren.densford@ttu.edu Sure Suretec Insurance Comp ny 713-812-0800 melliot@suretec.com h 7 a L 1 ;rr. �• , �v a:..+.. n� •. Y. b.. t.r x r , . t,. t.t ,aCC ,dY"I 4., «.kl z ..(. dC pp.a f:nd vJl•'. •r� ^t, ,r• Ifilw � 4�Rr.;,.a {i , #k�.�A...�.�,,, ._..,...jw.��`i. �,R„M.��„�,s.��.1��.1�.r,..r,.�,,..4�.i.h_�.��.r.w�z..,,,�.��..._a_ -w L :.. ..Ntr U -., .. Ln f 4. ryLh'.= � •�' : , ¢.y ^'U t ,.r r >tyw:.«.• r , <�.p 1 Yt "T"f.• ° v f• fit.. a.;r� rtu. ,;0� :A ^iD 0 i�..A �� �1. i 5. t 3.1, > �«,, l if. �Ni ';%^�. � �,�. ��i. , t + t • .,.PE , . 4s . ..t.,,.. r. ;rc . P Wy. �#(§•. fl Yl VpN to S.�).y ;�' ,I. �.. r C iA.7. [. i�$' ..�..�...w��_.w..�....'i_.�.i��..t,�,��Mj_��..�P�.,�~r�.w���t.��.,,�,�.��..,. A, Y, .f. la+. , 5 - 4� ., , A. k .ih, Yz , �P,.,S,.. ,�'S ,'':5 xr. , vAt. . 64 ,.,,3,.. �.., f•.r'. �t. 1.110.t � 4ev a.a!". 1 4. � M .� . a.. N �...n ,. ,e , r.h �, 4 S 'kK I•. 1Y fi+zrn . 'r} 3 S g . ,F ,s �,• xm Y : t». ' OPENS 1..`•N, t^•3.. y,:, ,. ti„F. 0.. ,•.. �� Y�". 'S f«,`'� ,A wP�..�,���a��.�a.�, 'S, :�'.. • ,f•1 n ,. 1. W ,k Number of Issues Resolved N/A Total Amount involved in Resolved Issues N/A Number of Issues Pending Total Amount involved in N/A Resolved Issues I N/A 16 K&S ��1or,�a�zee a�z�✓r,Ji.�rtr� <� 9978 1-8-2016 Tommy Klein Construction, Inc. 7312 Upland Ave. Lubbock, TX 79424 To Whom It May Concern: Insurance Agency a member of K&S Group, Inc. Tommy Klein Construction, Inc. has a history of safety second to none. The EMR's for Tommy Klein Construction for the past three years are: 2013-.90; 2014-.89; 2015.89. If you have any further questions please feel free to call me at 972-772-7251. 2255 Ridge Road 0 Suite 333 p P.O. Box 277 p Rockwall, Texas 75087 Main (972) 7714071 0 Toll Free (866) 823-0673 0 ww,.v.kandsins.com Amarillo 0 Austin 0 Dallas 0 Denton 0 El Paso 4 Ft. Worth 0 Grapevine 0 Houston 0 Plano Rockwall 0 San Angelo 0 San Antonio 0 Southlake 0 Tyler 0 Waco 0 Wichita Falls CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror C Must be submitted with Proposal , the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been sewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, ,bin ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance ;ertificate to the City meeting all of the requirements defined in this proposal. ntrac or ( Original Signature) Contractor (Print) k ZONTRACTOR'S BUSINESS NAME:C�YI'14�1/ (Print or Typ�) !NTRACTOR'S FIRM ADDRESS: 1 3 I: jgp lan c f—Y(1F�g(. p NOTE TO CONTRACTOR [ µthe time requirement specified above is not met, the City has the right to reject this proposal and award the .ontract to another contractor. If you have any questions concerning these requirements, please contact the ()-irector of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. PROPOSAL RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project w 1 )16 3:43 PM p. 47 (i Page Intentionally Left Blank k.lty ul wuuul.n DIU r%r't- I0-1z0ou-MM l SAFETY RECORD QUESTIONNAIRE (_'_ (te City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Vi, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to ireria tieon 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. definition and criteria for determining the safety record of a proposer for this consideration shall be: fhe City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may sider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by ironmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among ►Hier things: 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. 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 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. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. t I_-3 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. .n order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential iltractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following — e (3) questions and submit them with their proposals: IaJESTION ONE s the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such I m, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO 1he offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its sposal submission, the following information with respect to each such citation: e of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty �d. Offeror's Initials 1 t16 3:43 PM p. 49 City of Lubbock Bid RFP 16-12660-Mi QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for 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^ 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 actin for such firm, ^' P P g 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 t% 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: 0 Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR r Provide your company's Experience Modification Rate and supporting information: e� ACKNOW1,9DGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that 1 have made no willful misrepresentations in this Questionnaire nor have 1 withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. - Signature 4---'rp s j, d,2 ta-F Title- tl 4/22/2016 3:43 PM P. 6 WORKERS COMPENSATION EXPERIENCE RATING NCC/ Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2014 Production Date: 07/11/2014 State: TEXAS � iOsse Tx .081 4,067 51158 1,091 0 7,500 0 0 Nam.'; 1.081 1 4,067 5,158 1,0911 01 7,5001 0 0� ,maey�io ssci ge WW041, W-M-1 A',w (') C*(1 _A)+G (A)*(F) (,) Actual 0 11,242 0 11,242 (E) C * (1 - A) + G (A) * (C) (K) Expected 1 1,091 11,242 325 12,658 (J) / (K) Factors .89 ® Copyright 1993-2016, All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sate, transfer, assignment or disposition of this product, in whole or to part, may be made without the prior written consent of NCCI. This product is fumished'As is"As available'1N0h all defects' and includes information available at the lima of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or implied warranties, including the Implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of any information or product famished hereunder. All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have arty tiabllity thereto. Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING 011VIC". Risk Name: TOMMY KLEIN CONSTRUCTION INC Risk ID: 420678932 Rating Effective Date: 10/31/2014 Production Date: 07/11/2014 State: TEXAS 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 12/04/2010 Exp Date: 12/04/2011 5403 1.98 .21 57,767 1,144 240 5606 .28 .22 104,575 293 64 8809 .07 .20 48,897 34 7 8810 .06 .22 15,600 9 2 Subject ETotal.Act Inc Policy Total: 226,83 Premium: 9,485 0 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 29939 Policy No. 0001196626 Eff Date: 12/04/2011 Exp Date: 12/04/2012 Code`ELR PyrollEleslb s 5403 1.98 .21 83,104 1,645 345 5606 .28 .22 74,264 208 46 8810 .06 .22 76,069 46 10 Subject Total Act Inc Policy Total: 233,43 Premium: 11,659 Losses: 0 42-TEXAS Firm ID: Firm Name: TOMMY KLEIN CONSTRUCTION INC Carrier: 24570 Policy No. WC00001874 Eff Date: 10/31/2012 Exp Date: 10/31/2013 ��- �� 5403 1.98 .21 6,673 132 28 5403 1.98 .21 64,960 1,286 270 5606 .28 .22 7,992 22 5 5606 .28 .22 77,808 218 48 8810 .06 .22 18,836 11 2 8810 .06 .22 183,3771 110 24 Subject Total Act Inc Policy Total: 359,64 Premium: 5,061 Losses: 0 0 Copyright 1993-2016, All rights reserved This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition of this product, in whole or in part, may be made without the prior written consent of NCCI. This product is fwrushed'As is' As available''Wdh all defects' and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or Implied warranties, including the Implied warranty of merchantability, fitness for a particular purpose, accuracy, completeness, currentness, or correctness of any information or product lumished hereunder. All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability thereto. Total by Policy Year of all rases $2000 or less. D Disease Loss X Ex -Medical Coverage U USLBHW C Catastrophic Loss E Employers Liability Loss # Limited Loss Page 2 of 2 \.illy V1 LUUUULM Diu Rrr, 10-ILOOV-IVI/9 SUSPENSION AND DEBARMENT CERTIFICATION F I deral Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or r king sub -awards under covered transactions to parties 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 6 5,000 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 principals are not suspended or debarred by a Federal agency. 3efore an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals i, not suspended or debarred by a Federal agency. [iie undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or Jebarred by a Federal agency. �MPANY NAME: I V)\W0Qjj K j I'Yl t � LIC I t7 h =Y-) FEDERAL TAX ID or SOCIAL SECURITY No. ] -7 S-,D, 7 j -j 3 (a 3..nature of Company Official: 6d942�-_ 'A name of company official signing above:-(X1 K 1 Ei l'1 late Signed: 0 to ,p c'1 42 I. �) )16 3:43 PM P. 51 Page Intentionally Left Blank ' PROPOSED LIST OF SUB -CONTRACTORS , Minority Owned Company Name Location Services Provided Yes No sv Loge z L , 6� ,,uz ba�141 r)n ° �- � ° e— �.ia {.dL IG� I`6_ 14 s LA. bbLxa1_ g0na-A " !;;e 0 h I A►� c �� �_ 1 t S 1p- _ --� ) - inl�bc,J Vy�C�t�(.�) ] 0. i (1 tti �.�d j1 IV - �'[ Y11 Cam_ El9' Kea- cAYnb d1 ; Lt,�kLOCA( �, f�' (1 W)biY)tA ❑ � j CD ❑ o_. Foo o i, ❑ 8- G-- 4 CA 1 0 L L=A _62 D c4 � O-Ar7 c ❑ � 16. THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: '.OPOSAL RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project ' il6 3:43 PM p. 53 .v Paae Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS 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 Page Intentionally Left Blank City of Lubbock Bid RFP 16-12660-MA FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No _CtridtrS t, l�r�t� 1%7 3. _c 1 x tf�s t 1N �LhF�7c 1� 1� �+U�1��re e El -a-" 5. � Yt Z.C3ll.����.�5 _ i.__t,. bhoLE...� ��Ss �� � � ❑ � 6. RCe_,L YO G- t .t 0 ° v' FiLL�1( 1 t11 c, ❑ 8• f�-1•'i Ai�Yt{ C:� S ° 9. (ate �fneu i�Uti_ L� �ht3r�� v,riX�1s ❑ 10. tY E�E� Li,bbn cy— _ x IL7 ° [a . 11. 2 ,W_b _ .In Lt� ��1C1L 11PrJ) �)t� t�J ❑ � 13. 1 L� to V-*-"3 . L _ P ilp S2ij Qi� 1,ey- � ❑ 14.� °J is. LQd1rx l,�s ❑ 16. ❑ ° SUBMI`ICTED BY: i (PRINT NAME-OFNAME-OF COMPANY) 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 PROPOSAL RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project t2l2016 3:43 PM p. 56 Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank Bond #1001026525 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 Tommy Klein Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and Texas Bonding Company (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 EIGHT HUNDRED SIXTEEN THOUSAND FIVE HUNDRED DOLLARS ($816,500) 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 28" day of July, 2016, to RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project. and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein_ NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 29th day of July , 2016. Texas Bonding Company Surety *'By: isle 3 y Barnett, Attorney -in -fact Tommy Klein Construction, Inc. (Company Name) By: kJ (Pnnte Name) z ( ignature) -Rresi 616y�� (Title) No Text El The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jeremy Barnett 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. Texas Bonding Company Surety h (T Ie) Jeremy Barnett, Attorney -in -fact Approved as to Form City of Lubbock By. CityA ey * 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. a Bnd #1001026525 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) NOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (hereinafter called the Principal(s), Ls Principal(s), and Texas Bonding Company -_'inafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the ' -'ligee), in the amount of EIGHT HUNDRED SIXTEEN THOUSAND FIVE HUNDRED DOLLARS ($816,500) ful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, v�rinistrators, executors, successors and assigns, jointly and severally, f-urniy by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 28'h day of July , 6, to RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project. :zd said Principal under the law is required before commencing the work provided for in said contract to execute a bond ae amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent Y- :f copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay imants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said -:_act, 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 4 txas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said "Zle 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 29th day of July 2016. Texas Bonding Company zvty rtle Jeremy Barnett, Attorney -in -fact Tommy Klein Construction, Inc. (Company Name) By:6' fen In (PI t d Name) f Signature) (Title) No Text 0 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Jeremy Barnett 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. Texas Bonding Company Surety *B . e) Jeremy Barnett, Attorney -in -fact Approved as to form: City of Lubbock m B City if alley * 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. } e�S NY Y Oure[y �-o��artttc do by these presents make, Kanuth of Rockwall, Texas ►gntzanees, unnet-ratungs Tty, providing -the bond rs ($ #*10,000000.00** ). ey is granted under and by ,knowledge and deliver, any and all bonds, t all consents for the release of retained ing or terminating the Company's liability ed by.the'president and sealed and effected Kan't KopyK I Security Piper m „diciden Pantograph Colo: Match Artificial Watermark Anti -Copy Cum Rob ® Erasure Protection Security F e,'Aures Box Micropnrrt Protection Acid Free Kant @Copy" K1 Security Paper Hidden Pantographs w Color M,,td, A, titioiai WaA eres ark Ant; Copy Cchin Rub w F.risi.n9 PriAc:ctlon Socurty Fea taros Box yVicropr'int Protecton Acid Free Kan't. Kopzy. Kf Secunty Paper A I lidden Pantograph Color Match Artificial Watermark c Ants -Copy Coin Pith ® Erasure Protection Security Features Box ® Microprint Protection Acid Free Kin't Kop>y.' M Security Paper Kidders Pantograph n Color' match Ariaflclal Wetermauk Anti -Copy Coin Ruh Erasure Protection Security Features Box Microprint Protection Acid Free 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 Tommy Klein Construction, Inc. (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 EIGHT HUNDRED SIXTEEN THOUSAND FIVE HUNDRED DOLLARS ($816,500) 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 28" day of July , 2016, to RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project. j 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 f contract, then, this obligation shall be void; otherwise to remain in full force and effect; r 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 2016. Surety (Company Name) *By: (Title) By: (Printed Name) (Signature) (Title) 1 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. 1 Surety i * By: (Title) Approved as to fonn: City of Lubbock 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. f. i. . 2 PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) tKNOW ALL MEN BY THESE PRESENTS, that Tommy Klein Construction, Inc. (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 EIGHT HUNDRED SIXTEEN THOUSAND FIVE HUNDRED DOLLARS ($816,500) 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 28"' day of July, 2016, to RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project. and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of )2016. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) q r� 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 Lubbock By. . City Attorney l * 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 i i 3 CERTIFICATE OF INSURANCE Page Intentionally Left Blank tlC ® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 8/5/2016 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 K&S Insurance Agency 2255 Ridge Road, Ste. 333 P . 0. BOX 277 Rockwall TX 75087 CONMEACT Honey Counts PHONE (972) 772•-7262 AX No,: (972)771-4695 ADDRIESS:hcounts@kandsins.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:FCCI Insurance Co. INSURED Tommy Klein Construction, Inc. 7312 Upland Ave Lubbock TX 79424 INSURER B.-National Trust Insurance Co. C:Hanover Insurance Group -INSURER INSURER D : INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. ILTR TYPE OF INSURANCE IN L UBR POLICY NUMBER MMM/DDY EFF POLICMM1DDD EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE a OCCUR AGE TO RENTED - PREMISES SES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 CPP0015426 10/31/2015 10/31/2016 PERSONAL 8 ADV INJURY $ 1,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO- LOC POLICY 1 - 1 JECT PRODUCTS-COMPIOPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY Ea aBcadeDtSINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO A ALL OWNED SCHEDULED AUTOS AUTOS CA0022515 10/31/2015 10/31/2016 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Peraccident $ X NON -OWNED HIRED AUTOS AUTOS $ X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 B EXCESS LIAR CLAIMS MADE DED X I RETENTION$ 10,000 $ UMB0015380 10/31/2015 10/31/2016 WORKERS COMPENSATION STATUTE ER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 A OFFICERIMEMBER EXCLUDED? a (Mandatory In NH) N 1 A WC00001874 10/31/2015 10/31/2016 EL DISEASE - EA EMPLOYE $ 11000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 C Contractors Equipment IHDA76758700 10/31/2015 10/31/2016 Leased/Rented Equip $250, 000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached If more space Is required) - Re: RFP 16-12660-MA Lubbock Power 6 Light Office Renovations *Additional Insured 6 Waiver of Subrogation forms CGL 088 10/13 6 CGL 084 10/13 applies to the General Liability policy. *Additional Insured 6 Waiver of Subrogation form CAU 058 12/09 apply to the Auto Liability policy. *Waiver of Subrogation form #WC 420304B 06/14 applies to the Workers Compensation policy. SEE ATTACHED PAGE City of Lubbock 1625 13th Street Lubbock, TX 79457 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 ry Thompson/COUNTS '�Lt/. ACORD 25 (2014/01) INS02519n14nii 01988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text ACORD.CERTIFICATE OF PROPERTY INSURANCE DATE 10/30/2015 PRODUCER PH (972) 771-4071 FAX (972) 771-4695 K&S Insurance Agency 2255 Ridge Road, Ste. 333 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P . O. Box 277 COMPANIES AFFORDING COVERAGE Rockwall TX 75087 COMPANY A Hanover Insurance Group INSURED Tommy Klein Construction, Inc. COMPANY B COMPANY C 7312 Upland Ave Lubbock TX 79424 COMPANY D ,r��u�n•�n�-+ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE M D POLICY EXPIRATION DATE MMIDD COVERED PROPERTY LIMITS PROPERTY CAUSES OF LOSS BASIC BROAD SPECIAL EARTHQUAKE FLOOD BUILDING PERSONAL PROPERTY BUSINESS INCOME EXTRA EXPENSE BLANKET BUILDING BLANKET PERS PROP BLANKET BLDG & PP $ $ $ $ $ $ $ A INLAND MARINE OF POLICY Risk/Inst OF LOSS NAMED PERILS OTHER IHDA76758700 10/31/2015 10/31/2016 Frame Construction All other Construct. Deductible Per Occu $ 1,000,000 TYPE Builders CAUSES $ 3,000,000 $ 2,500 $ $ CRIME TYPE OF POLICY $ $ BOILER & MACHINERY $ OTHER LOCATION OF PREMISES/DESCRIPTION OF PROPERTY SPECIAL CONDITIONSIOTHER COVERAGES l GF%I it MOM1G M.M.UGR City of Lubbock 1625 13th Street Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 3ary Thompson/COUNTS INSn?d «wos% No Text g A� ® CERTIFICATEIF LIABILITY INSURANCE 6 e r DATE (MM/DDNYYY) 1 1 5/11/2016 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 K&S Insurance Agency CONTACT NAME: Honey Counts PHONE (972)772-7262 FAXNo: (972)771-4695 ADDRESS:hcounts@kandsins.com 2255 Ridge Road, Ste. 333 INSURERS AFFORDING COVERAGE NAIC # P . 0. BOX 277 INSURER Navi ators Specialty Ins. Co. Rockwall TX 75087 INSURED INSURER B : INSURERC: Tommy Klein Construction, Inc. INSURERD: 7312 Upland Ave INSURER E : INSURERF: Lubbock TX 79424 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 TYPE OF INSURANCE A L UBR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MMIDD LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO ❑ LOC JECT OTHER: F—I$ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS I COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA A STATUTE ER - E_L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE --- $ E.L. DISEASE - POLICY LIMIT $ A Pollution Job Site/TRANS Pollution Waste Disposal H014ECPOA4LODIC 3/28/2016 10/31/2017 Ea. Incident/Aggregate $1MM / $2MM Deductible 5,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) i1*1R11a:4 City of Lubbock 1625 13th Street Lubbock, TX 79457 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 Gary Thompson/COUNTS -e--,-"yYRO`"'r'-' ACORD 25 (2014101) INS025 r9nlanit ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text 1 TT T gQ�� INSURANCE gay t r CERTIFICATE ®F INSURANCE TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 DATE: 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. Exceptions to standard policy noted hereon. 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 $ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) S Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident S Other than Auto Uniy: Each Accident Aggregate $ }i BUILDER'S RISK 100% of the Total Contract Price i INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ AggregateOther Than Umbrella Form $_ _ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident Officers are: Disease Policy Limit $ Disease -Each Employee S OTHER 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 (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By. Title: The 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 ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST 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; d (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 q services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; - (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 3•. (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 3 coverage of any person providing services on the project; f� (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point nonnal 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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARITCULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBLITY TO PROVIDE OT THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. i,j 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 t._.� 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; a (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 beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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. Page Intentionally Left Blank I CONTRACT I I Page Intentionally Left Blank CONTRACT 12660 l STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28"' 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 Tommy Klein 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: 1"), RFP 16-12660-MA, Lubbock Power & Light Office Renovations Project 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. Tommy Klein Construction, Inc. 's proposal dated June 13, 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, Texas in the year and day first above written. n CONTRACTOR: Tommy Klein Construction Inc. PRINT�D 'NAME: TITLE: COMPLETE ADDRESS: Company Tommy Klein Construction, Inc. Address 7312 Upland Avenue City, State, Zip Lubbock, Texas 79242 CITY V=1 TE S (OWNER): By: DANIEL M. POPE, MAYOR ATTEST: Ire-bedca Garza, City Secretary APPROVED AS TO CONTENT: (JO) & �-'* Facilita es Management APPROVED AS TO FORM: Paine Intentionally Left Blank 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, 841h Leg., Regular Session i , Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the 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 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). V1 By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later Lj than the 7`11 business day after the date the vendor becomes aware of the facts that require the statement to be I 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). 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 requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- web sites/dep artments/purchasing/vendor-informati on CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES { Texas Government Code 2252.908 , Disclosure of Interested Parties ° Form 1295 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 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 form. 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 terms 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 teens of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Fonn 1295 via the Texas Ethics Conunission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the forn 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 forn 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. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info f6nnl295.htn GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City L_. > of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Tommy Klein Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representation, Wesley Everett, Director of Facilities Management so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 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 L Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to g 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). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other --, facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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. 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 deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper perfon-nance of the work ' and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be i ¢ 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. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such ... structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The 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 fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such. E 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 1Y 1 . 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 the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, .., 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 I 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, t 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 commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative 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 4 I <z _I r 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 fff 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. 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. 11 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, fiom 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 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-CONTRITORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE i �j THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE-� FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL 3 F INCLUDE PRODUCTS OF COMPLETED OPERATIONS AND HEAVY EQUIPMENT. A. Commercial General Liability Insurance (Additional Insured and Waiver of Subrogation required) and Waiver of Subrogation required) 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: Products & Completed Operations AGG Contractual Liability Personal Injury & Advertising Injury B. 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. t C. Builder's Risk Insurance/Installation Floater Insurance. — NOT REQUIRED D. Umbrella Liability Insurance — NOT REQUIRED E. 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 commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 _J 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. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and } i (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of ; coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is corrunenced, 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. F (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. r (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 p 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: 3 t g: (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 () p g g P g governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; Y*; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other 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 includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (wrvrutdi.state.tx us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to fi report an employer's failure to provide coverage;" and F (h) contractually require each person with whom it contracts to provide services on a project, to: G) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; I, 29. 30 (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; r (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate _s 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 i 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 J! materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other- person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of lE 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. ' PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, mariner or fonn, the indenurity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indermrify and save the Owner and Engineer and all of its officers, agents and I 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 paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and 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. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and 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. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials -} required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of begirming and time for completion as specified in the Notice to Proceed and contract documents, respectively, of t 35 work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $ 150 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 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. 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 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 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 ` Contractor shall be deemed a denial and final. Further, in the absence of timely written notification of such delay > Y Y �.. and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 9 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein c__ 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. 38. OUANTITIES 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 y 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. 39. PROTECTION OF ADJOINING PROPERTY t 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 s 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 sr 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 terns 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 terms of the contract documents, and all remedies provided therein, as to any and all work t 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. 44. 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 obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's 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. 46. 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 protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) 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. fications. 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 t_. C__, be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed 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 terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the J 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 I 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. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually X performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS 1 The Contractor is 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 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 submitted 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. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus i 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 proinulgated 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 ternunate 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. THE CITY RIGHT TO AUDIT At any time during the term 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. 58. NON -ARBITRATION P The Cityreserves the right to exercise an right or remedy available to it b law, contract equity, or g YY Y 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 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. V Page Intentionally Left Blank � � \: DAVI-BACON WAGE DETERMINATIONS � E° � EXHIBIT A ! s General Decision Number: TX160334 01/08/2016 TX334 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 determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER ......................$ 23.14 21.55 ---------------------------------------------------------------- CARP0665-001 05/01/2014 Rates Fringes CARPENTER ........................$ 20.81 6.76 ---------------------------------------------------------------- ELEC0602-008 09/01/2015 Rates Fringes ELECTRICIAN ......................$ 21.19 30+8.80 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes i POWER EQUIPMENT OPERATOR L... (1) Tower Crane .............$ 29.00 10.60 (2) Cranes with Pile 1 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 r C; IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 ---------------------------------------------------------------- PLUM0404-026 07/01/2013 Rates Fringes w 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 ..r 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 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 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 determination lists the classification and wage rates that have been found to be prevailing for the S cited type(s) of construction in the area covered by the wage l.._ determination. 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), 3 a survey rate (weighted average rate) or a union average rate (weighted union average rate). reUnion Rate Identifiers A four letter classification abbreviation identifier 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 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 -re 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 determination. 5/13/2014 indicates the survey completion a 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. k ff1 ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * 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 information (wage payment data, project description, area practice material, etc.) that the 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 N 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. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Project Manual Lubbock Power & Light �� Ti�'epo�uerisyocu's Lubbock Power & Light Office Interior Renovation Lubbock, Texas November 2015 PARKH I LLSM ITH &COOPER PSC Project # 03871714 rim TABLE OF CONTENTS DIVISION 0 - RIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1- GENERAL REQUIREMENTS 01100 Summary 01200 Price and Payment 01300 Administrative Requirements 01330 Submittal Procedures 01400 Quality Requirements 01500 Temporary Facilities and Controls 01600 Product Requirements 01650 Starting of Systems 01700 Execution Requirements DIVISION 2 — SITE WORK 02072 Minor Demolition For Remodeling DIVISION 3 — CONCRETE 03300 Cast -In -Place Concrete DIVISIONS 4 & 5 Not Used DIVISION 6 — WOOD AND PLASTICS 06114 Wood Blocking and Curbing 06400 Architectural Woodwork DIVISION 7 -- THERMAL AND MOISTURE PROTECTION 07600 Sheet Metal 07900 Joint Sealers DIVISION 8 — DOORS AND WINDOWS 08110 Hollow Metal Frames 08210 Clad Wood Doors 08700 Door Hardware 08800 Glazing 00 r4p eREDAR 4 A dd F- _ ---'k 1p�x7> 97�64 Co `RAF OF 11106115 03871714 TABLE OF CONTENTS PAGE - 1 H115 9 DIVISION 9 — FINISHES 09250 Gypsum Board Systems 09310 Ceramic Tile 09510 Acoustical Ceilings 09650 Resilient Flooring and Base 09653 — Resilient Wall Base and Accessories 09680 Carpet 09691 Carpet Tile 09912 Interior Painting DIVISION 10 —SPECIALTIES 10100 Visual Display Boards 10170 Plastic Toilet Compartments 10265 Impact -Resistant Wall Protection 10400 Identifying Devices 10500 Metal Wardrobe Lockers 10522 Fire Extinguishers and Cabinets 10800 Toilet Accessories DIVISION I1- EQUIPMENT Not Used DIVISION 12 - FURNISHINGS 12491 Horizontal Louver Blinds 12494 Roller Shades DIVISIONS 13 & 14 Not Used DIVISION 15 — MECHANICAL 15000 General Provisions for Mechanical and Electrical 15300 Piping and Accessories 15350 Plumbing Systems 15360 Fire Protection Sprinkler System 15400 Air Distribution 15500 Hangers and Supports 15550 Vibration Isolation 15600 Insulation 15700 Equipment 15800 Testing, Adjusting and Balancing Mechanical Systems 03871714 t . 11/15 i TABLE OF CONTENTS Nj�T 764 �C-1 11/06/15 PAGE-2 1` DIVISION 16 — ELECTRICAL 16010 Basic Electrical Requirements 16110 Raceways 16120 Wires and Cables 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16195 Electrical Identification 16441 Safety Switches 16470 Panelboards 16510 Lighting 16805 Fire Alarm System s? A� 11 /06/ 15 i 03871714 TABLE OF CONTENTS PAGE - 3 11/15 1 r, l �.t DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited in the following: DIVISION 3 — CONCRETE 03300 Cast -In -Place Concrete a' BRlAN J. ROBERTSON f' z •...W644 10. 1 1/06/15 03871714 DESIGN PROFESSIONAL RESPONSIBILITY BJR - 1 ((l , 11/15 ta,.> DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 9 — FINISHES 09310 Ceramic Tile 09650 Resilient Flooring and Base 09681 Carpet Tile 09912 Interior Painting DIVISION 10 — SPECIALTIES 10400 Identifying Devices DIVISION 12 - FURNISHINGS 12494 Roller Shades 11/6/15 03871714 DESIGN PROFESSIONAL RESPONSIBILITY BNW - 1 11/15 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 15 - MECHANICAL 15000 General Provisions for Mechanical and Electrical 15300 Piping and Accessories 15350 Plumbing Systems 15360 Fire Protection Sprinkler System 15400 Air Distribution 15500 Hangers and Supports 15550 Vibration Isolation 15600 Insulation 15700 Equipment 15800 Testing, Adjusting and Balancing Mechanical Systems DIVISION 16 - ELECTRICAL 16010 Basic Electrical Requirements 16110 Raceways 16120 Wires and Cables 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16195 Electrical Identification 16441 Safety Switches 16470 Panelboards 16510 Lighting 16805 Fire Alarm System Fanning, Fanning & Associates, Inc. Texas Registered Engineering Firm F-00294 2555 7e Street Lubbock,Texas 79423 Tel 806.745.2533 Fax 806.745.3596 www.fanninqfanning.com 03871714 TABLE OF CONTENTS 11/06'/15 11/06/15 TOC-1 SECTION 01100 SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project; Work covered by Contract Documents. 2. Work by Owner. 3. Contractor use of site and premises. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT; WORK COVERED BY CONTRACT DOCUMENTS A. Without force or effect, work of the Project consists of a complete new interior finish out to an existing open shell space, totaling approximately 12,754 sq. ft. 1.3 WORK BY OWNER A. Items noted 'NIC' (Not in Contract), workstation cubicles, will be furnished and installed by Owner. General Contractor to coordinate. B. Items Furnished by Owner for Final Connection by Contractor: Workstation cubicles. 1.4 CONTRACTOR USE OF SITE AND PREMISES A. Limit use of site and premises to allow: 1. Work by Others and Work by Owner. B. Construction Operations: Limited to areas noted on Drawings. C. Time Restrictions for Performing Interior Work: Verify with Owner. D. Utility Outages and Shutdown: Verify with Owner. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03871714 SUMMARY 01100 - 1 11/15 SECTION 01200 PRICE AND PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material allowances. 2. Inspection and testing allowances. 3. Schedule of Values. 4. Application for Payment. 5. Change Procedures. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section 2. Section 01330 — Submittal Procedures: Schedule of Values. 3. Section 01600 — Product Requirements: Product substitutions. 1.2 MATERIAL ALLOWANCES A. Costs Included in Material Allowances: Cost of product (materials and equipment) to Contractor or Subcontractor, less applicable trade discounts, delivery to site, and applicable taxes. B. Costs Not Included in the Material Allowance, but included in Contract Sum/Price: Handling at the site, including unloading, uncrating, and storage; protection of products from elements and from damage, labor, installation and finishing costs, overhead, profit, and other expenses contemplated for stated allowance amounts. C. Architect Responsibilities: 1. Consult with Contractor in consideration and selection of product, suppliers. 2. Select products in consultation with Owner and transmit decision to Contractor. 3. Prepare Change Order. D. Contractor Responsibilities: I . Assist Architect in selection of product and suppliers. 2. Obtain proposals from suppliers and offer recommendations. 3. On notification of selection by Architect, execute purchase agreement with designated supplier. 4. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 5. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. E. Funds will be drawn from Cash Allowances only by Change Order. F. At closeout of Contract, funds remaining in Cash Allowances will be credited to Owner by Change Order. 1.3 INSPECTION AND TESTING ALLOWANCES A. Costs Included in Allowances: Cost of engaging an inspection or testing firm, execution of inspection or tests, and reporting results. 03871714 PRICE AND PAYMENT 01200 - 1 11115 B. Costs Not Included in the Allowance but Included in Contract Sum/Price: i 1. Incidental labor and facilities required to assist inspection or testing firm. 2. Costs of testing laboratory services required by Contractor separate from Contract Document requirements. 3. Costs of retesting upon failure of previous tests as determined by Architect/Engineer. C. Payment Procedures: 1. Submit three copies of the inspection or testing firm's invoice with next application for fl payment. 2. Pay invoice on approval by Architect/Engineer. l , D. Inspection and Testing Allowances: 1. Include the stipulated sum of $1500.00 for payment of testing laboratory services specified in Section 01400. E. Funds will be drawn from Inspection and Testing Allowances only by Change Order. 1 F. At closeout of Contract, funds remaining in Inspection and Testing Allowances will be credited _ to Owner by Change Order. 1.4 SCHEDULE OF VALUES A. Owner expects Contractor to separate Scope of Work into two (2) separate and distinct scopes of work to reflect finding sources. 1. All work associated with the creation of the new Dispatch Office (Room #120), the finish -out and furnishing, and a pro -rated amount of all associated MEP work shall be identified as DISPATCH OFFICE. 2. All remaining work, not associated with Dispatch Office, shall be identified as LP&L RENOVATION. B. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet for each Scope of Work. C. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. D. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section, separating labor and material for each line item. Identify site mobilization, general conditions, testing, bonds and insurance as separate line items. E. Include in each line item, the amount of Allowances specified in this Section. F. Include within each line item, a directly proportional amount of Contractor's overhead and profit. G. Revise schedule to list approved Change Orders, with each Application For Payment. 1.5 APPLICATIONS FOR PAYMENT _1 A. Submit notarized copy of each application on AIA Form G702 - Application and Certificate for i- Payment and AIA G703 - Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Include one copy of waiver of liens from each subcontractor. 03871714 PRICE AND PAYMENT 01200 - 2 11115 i 1.6 CHANGE PROCEDURES A. The Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Owner/Contractor Agreement by issuing Architect's Supplemental Instructions on Architect's Standard Supplemental Instruction form. B. The Architect may issue a Construction Change Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Architect, describing the proposed change and its Hull effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with fiill documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Architect. E. Unit Price Change Order: For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Directive. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F. Construction Change Directive: Architect may issue a directive, on AIA Form G713 Construction Change Directive signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. G. Time and Material Change Order l . Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. 2. Architect will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 3. Maintain detailed records of work done on Time and Material basis. 4. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: AIA G701 Change Order. I. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. J. Change Order: Furnish an itemized breakdown, in form acceptable to Architect of all costs and supporting information including but not limited to quantities, material prices, tier subcontracted work is performed at, labor rates and employer payments'and rental rates. The itemized breakdown detail shall be the same for any subcontractor work. Provide complete supporting information for profit and overhead or markups used when so requested. Consider the following items a part of overhead or Contractor's and sub -contractor's mark-up and do not include as a separate cost item: Labor for Superintendents, Assistant Superintendents, home office personnel, timekeepers and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on site and main offices; modification to record contact documents nor guarantee period costs. 03871714 PRICE AND PAYMENT 01200 - 3 11/15 i C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, E T I as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. ' E. Large Apparatus: 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. F. Items which require electrical connections shall be coordinated with Division 16 for: 1. Voltaoe ! o e 2. Phase 3. Ampacity 4. No. and size of wires f 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details G. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial { + Completion. H. After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING 1 A. Architect will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Architect, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect. 1 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6. Review Notice to Proceed (NTP) and Substantial Completion Dates. 7. Scheduling. a. Use of premises by Owner and Contractor. b. Owner's requirements. t C. Temporary utilities provided by Owner. d. Security and housekeeping procedures. e. Construction progress meetings. f. Procedures for testing. g. Procedures for maintaining record documents. P h. Requirements for start-up of equipment. i. Inspection and acceptance of equipment put into service during construction period. P 8. Scheduling activities of Construction Material Testing (CMT) lab. 03871714 ADMINISTRATIVE REQUIREMENTS 01300 - 2 11/15 i 1.5 REQUEST FOR INFORMATION A. Contractor shall use Architect's Newforma® Info Exchange website when submitting Requests For Information (RFI). Only Contractor can submit RFIs to Architect. RFI requests from subcontractors or material suppliers will not be considered. B. All information indicated on the RFI to be provided by Contractor shall be complete before a request can be uploaded to the Architect's Newforma® Info Exchange website. Requests with incomplete information will not be accepted. Submission of a complete RFI request by Contractor does not constitute an RFI until Architect makes the determination. If Architect determines that request can not be answered with the information provided in the Contract Documents, Architect will then assign an RFI tracking number. Requests determined by Architect not to be an RFI will be returned to Contractor electronically and deleted from Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. C. RFIs may contain more than one item when the items are related issues. Otherwise, only one item shall be addressed on each RFI request. D. Architect's response to the RFI will be in writing and issued to Contractor and Owner electronically via Architect's Newforma® Info Exchange website. E. Responses from Architect will not change any requirement of the Contract Documents. Should Contractor believe an RFI response to cause a change to the Contract, Contractor shall give written notice to Architect in accordance with the requirements in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost and/or Time that Contractor deems appropriate based on the Architect's RFI response. Contractor's written notice does not constitute a Change Order, but provide a basis for further review and discussion with the Architect. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Architect will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and Architect, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. 03871714 ADMINISTRATIVE REQUIREMENTS 01300 - 3 ' 11115 1.7 PREINSTALLATION MEETING A. When required in individual specification Sections, convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes, and distribute copies within three days after meeting to participants, with three copies to Architect. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NPPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 03871714 ADMINISTRATIVE REQUIREMENTS 01300 - 4 11115 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during the Work to the Architect for decision or remedy. 3.4 ALTERATION PROJECT PROCEDURES A. Materials: As specified in product Sections; match existing products and work for patching and extending work. B. Employ skilled and experienced installer to perform cutting and patching. C. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition unless otherwise specified. E. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. G. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Architect for review. H. Where a change of plane of 1/4 inch or more occurs, submit recommendation for providing a smooth transition for Architect review. I. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. J. Finish surfaces as specified in individual product Sections. END OF SECTION 03871714 ADMINISTRATIVE REQUIREMENTS 01300 - 5 11/15 SECTION 01330 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal procedures. 2. Resubmittal requirements. 3. Construction progress schedules. 4. Proposed products list. 5. Shop drawings. 6. Product data. 7. Samples. 8. Design data. 9. Test reports. 10. Certificates. 11. Manufacturers' instructions. 12. Manufacturers' field reports. 13. Erection drawings. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01200 - Price and Payment: Schedule of Values; Inspecting and Testing Allowances. 3. Section 01400 - Quality Requirements: Manufacturers' field services and reports; Testing Laboratory Services. 4. Section 01700 - Execution Requirements: Contract warranty, manufacturer's certificates and closeout submittals. 1.2 SUBMITTAL PROCEDURES A. Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700. C. Transmit each submittal separately with Contractor's standard transmittal letter including Contractor's name, address and phone number. Each submittal sliall contain only one specification section. D. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification Section number, appropriate to submittal. F. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. G. Schedule submittals to expedite the Project, and deliver to Architect. Coordinate submission of related items. 03871714 SUBMITTAL PROCEDURES 01330 - 1 11115 H. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successfiil performance of completed Work. All information, comments, field verifications, responses or other notations marked on submittals by the Contractor shall be done -. in blue or green colors only. ;f J. Allow space on submittals for Contractor and Architect review stamps. K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. M. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 4' 5. Submittals will be uploaded to Architect's Info Exchange website. :< N. The submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples and digital files of same), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, Erection Drawings and any other type of submittal submitted to Architect. 1.3 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule for Architect's review within 15 days after date established in Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedule with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E. Indicate product/material manufacturer's lead-time for delivery to site. Include as a separate line for each product/material. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. G. Indicate estimated percentage of completion for each item of Work at each submission. 03871714 SUBMITTAL PROCEDURES 01330 - 2 11/15 H. Submit separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Architect. Indicate decision dates for selection of finishes. 1. Determine appropriate lead times to allow for manufacturing and delivery of products/material for incorporation into the Work. Indicate product/material manufacturer's lead-time for manufacturing and delivery to site. Include as a separate line for each product/material. Failure to timely submit and process submittals, and ordering of products/materials for delivery to site will not be grounds for approval of substitutions for other products/materials. J. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. 1.5 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.6 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Printable Image Size: Minimum 8 %Z x 1 1 inches and maximum 30 x 42 inches. C. Draw details to a minimum scale of 1/2 inches equal to 1 foot. D. Draw site plans to same scale indicated on contract drawings. E. Draw all other plans to a minimum scale of 1/8 inch equal to 1 foot. F. Construction Documents (electronic or paper format) issued by the Architect cannot be used in any shape, form or fashion in the creation and development of shop drawings, except that electronic files containing floor plans or site plans which have been purchased from the Architect may be used as "backgrounds" for Contractor, subcontractors, sub -subcontractors and material suppliers in the Shop Drawing process. G. Electronic Files 1. Electronic AutoCAD drawing files are available for purchase from the Architect upon request. Cost of the files are indicated below plus applicable taxes. I — 3 sheets 4 — 6 sheets 7 — 9 sheets $100.00 per sheet $400.00 flat fee $500.00 flat fee Only the Contractor or his subcontractors and sub -subcontractors may purchase an electronic file. An electronic file will be provided in the software release currently used by the Architect. File will be provided via Architect's Info Exchange website. 03871714 SUBMITTAL PROCEDURES 01330 - 3 11/15 i 2. Electronic Revit model files are available for purchase from the Architect upon request. Cost of the model files are $150.00 each plus applicable taxes. Only the Contractor or his subcontractors and sub -subcontractors may purchase an electronic file. An electronic z file will be provided in the software release currently used by the Architect. File will be provided via Architect's Info Exchange website. 3. Prior to delivery of the file, purchaser shall sign an Electronic File Transfer Release Form. Payment for an electronic file shall occur upon delivery of file to purchaser. VA. 4. Electronic file shall be used only for the production of information required by this project and shall not be used in any other form (in whole or part). 17 5. In the creation and publication of Shop Drawings, under no circumstances shall the Design Professional's seal or title block of the drawing be reproduced. All shop drawings must be original works from the Contractor subcontractors, sub -subcontractors and material suppliers. 1.7 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D. After review, distribute in accordance with Article titled SUBMITTAL PROCEDURES above and provide copies for Record Documents described in Section 01700 — Execution Requirements. 1.8 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Accompany physical sample with color digital image (photo or scanned PDF) of sample. Coordinate sample submittals for interfacing work. B. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number of samples specified in individual specification Sections; one of which will be retained by Architect. F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual specification section. 1.9 DESIGN DATA A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 03871714 SUBMITTAL PROCEDURES 01330 - 4 11/15 �; } 1.10 TEST REPORTS A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.11 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer, instal lation/ap p I ic ation subcontractor, or Contractor to Architect. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.12 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.13 MANUFACTURER'S FIELD REPORTS A. Submit reports for Architect's benefit as contract administrator or for Owner. B. Submit report within 30 days of observation to Architect for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.14 ERECTION DRAWINGS A. Submit drawings for Architect's benefit as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used 03871714 11/15 END OF SECTION SUBMITTAL PROCEDURES 01330 - 5 J SECTION 01400 QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality control and control of installation. 2. Tolerances. 3. References. 4. Mock-up requirements. 5. Testing and Inspection services. 6. Manufacturers' field services. 7. Examination. 8. Preparation. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01330 - Submittal Procedures: Submission of Manufacturers' Instructions and Certificates. 3. Section 01600 - Product Requirements: Requirements for material and product quality. 4. Section 01700 - Execution Requirements: Starting of Systems. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers'tolerances. Should manufacturers'tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. 03871714 QUALITY REQUIREMENTS 01400 - 1 11115 s 1.4 REFERENCES ` A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by Code. C. Obtain copy of standards when required by specification section. D. Neither contractual relationship, duties nor responsibilities of parties in Contract nor those of the Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.5 MOCK-UP REQUIREMENTS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups shall be comparison standard for quality level for the Work. D. Where mock-up has been accepted by Architect and is specified in individual specification sections to be removed, remove mock-up and clear area. 1.6 TESTING AND INSPECTION SERVICES A. Employ and pay for services of an independent testing agency or laboratory meeting requirements specified. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Architect or the Owner. C. Testing, inspections and source quality control may occur on or off project site. Perform off -site testing as required by Architect or Owner. D. Independent Testing Laboratory firm's reports will be submitted to the Architect, with a copy to the Contractor. Reports will indicate observations and results of tests and will indicate compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to project site, and provide assistance by incidental labor as requested. I . Notify Architect and independent firm 48 hours prior to expected time for operations requiring services. 2. Pay for additional samples and tests required for Contractor's use. F. Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to contract requirements. G. Re -testing and/or re -inspection required because of non-conformance to specified requirements will be charged to the Contractor by deducting re -testing and/or re -inspection charges from the Contract Sum/Price. 03871714 QUALITY REQUIREMENTS 01400 - 2 11/15 1.7 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, and start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. Refer to Section 01330 - SUBMITTAL PROCEDURES, MANUFACTURERS' FIELD REPORTS article. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 1 EXAMINATION A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. 03871714 11/15 END OF SECTION QUALITY REQUIREMENTS 01400 - 3 1 SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities: Electricity, lighting, heat, cooling, ventilation, and water facilities. 2. Temporary Controls: Barriers, protection of the Work, and water control. 3. Construction Facilities: Field offices, parking, and progress cleaning. 4. Removal of utilities, facilities, and controls. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01700 - Execution Requirements: Final Cleaning 1.2 TEMPORARY ELECTRICITY A. Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. D. Provide flexible power cords as required. E. Provide main temporary service disconnect and overcurrent protection at convenient location in conformance with National Electric Code. F. Permanent convenience receptacles may be utilized during construction. G. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 2000 sq ft of active work area and at specific locations as required. 2. Provide 20 ampere, single phase branch circuits for lighting. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Existing building lighting may be utilized during construction. Owner will maintain lighting and pay cost of energy used. Exercise measures to conserve energy. B. Provide and maintain 0.25 watt/sq ft H.I.D. lighting to interior work areas after dark for security purposes. C. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. D. Maintain lighting and provide routine repairs. 1.4 TEMPORARY HEAT A. Provide and pay for heat devices as required to maintain specified conditions for construction operations until new heating system is installed. B. Owner will pay cost of energy used. Exercise measures to conserve energy. 03871714 TEMPORARY FACILITIES & CONTROLS 01500 - 1 11115 �k �j C. Enclose building prior to activating temporary heat in accordance with Exterior Enclosure Article in this Section. D. Prior to operation of permanent equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. E. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. 1.5 TEMPORARY COOLING A. Provide and pay for temporary cooling devices as required to maintain specified conditions for construction operations until new cooling system is installed. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Enclose building prior to activating temporary cooling in accordance with Enclosures article in this section. D. Prior to operation of permanent equipment for temporary cooling purposes, verify installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. E. Maintain maximum ambient temperature of 80 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. 1.6 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide temporary fan units as required to maintain clean air for construction operations. C. Owner will pay cost of energy used. Exercise measures to conserve energy. 1.7 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. Extend and supplement with temporary devices as needed to maintain specified conditions for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. C. Provide temporary pipe insulation to prevent freezing. 1.8 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facilities shall not be used. 1.9 FIELD OFFICES AND SHEDS A. Existing spaces may be used for field offices and for storage. B. Storage Areas And Sheds l . Size storage to requirements for products of individual Sections, allowing for access and orderly provision for maintenance and for inspection of products to requirements of Section 01600. 2. Fire Extinguishers: Appropriate type fire extinguisher at each storage area. 3. Interior Materials in Storage Sheds: As required to provide specified environmental conditions for storage of products. 03871714 TEMPORARY FACILITIES & CONTROLS 01500 - 2 11/15 t 1.20 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.21 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at openings in walls, roof, and soffits. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.22 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove risers for underground utilities to a minimum depth of 2 feet and cap. C. Remove buried equipment, facilities, and materials completely. D. Backfill excavations as specified in other sections and grade site as indicated. E. Clean and repair damage caused by installation or use of temporary work. F. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03871714 TEMPORARY FACILITIES & CONTROLS 01500 - 5 11/15 1: SECTION 01600 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Products. 2. Product delivery, storage and handling. 3. Product options. 4. Substitutions. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01400 - Quality Requirements: Product quality monitoring. Testing Laboratory Services. 1.2 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. D. Materials required to match existing work and not otherwise specified, shall be equal to the existing work in quality, color and finish. Workmanship and installation shall be comparable to adjacent existing work. The Architect shall be the sole authority in determination of acceptable work. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 03871714 PRODUCT REQUIREMENTS 01600 - 1 11/15 x' "1 B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 3. For exterior storage of fabricated products, place on supports, above ground, sloped to drain water. 4. Cover products subject to deterioration with impervious sheet covering. ProvideY� ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. ' 6. Provide equipment and personnel to store products by methods to prevent soiling, �'J, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. --j 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Architect and Owner. General Contractor to pay all costs incurred for off -site storage facilities. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.5 SUBSTITUTIONS A. Instructions to Proposers specify time restrictions for submitting requests for Substitutions during the proposal period to requirements specified in this Section. B. Substitutions (after the proposal period) may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Proposer: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re - approval by authorities. 03871714 PRODUCT REQUIREMENTS 01600 - 2 11/15 C__..i i� f` E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to f one proposed Substitution. 2. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. 3. An item by item (line by line) comparison of each item listed in the specification shall be compiled and submitted comparing specified material/product with proposed substitution. #' 4. A statement setting forth changes in other material, equipment or other portions of the Work including changes in the work of other contracts that incorporation of the proposed substitution would require shall be included. 5. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 6. The Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03871714 PRODUCT REQUIREMENTS 01600 - 3 11/15 p�, SECTION 01650 STARTING OF SYSTEMS PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Starting systems. 2. Demonstration and instructions. 3. Testing, adjusting, and balancing. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01400 - Quality Requirements: Manufacturers field reports. 3. Section 01700 — Execution Requirements: System operation and maintenance data and extra materials. 4. Section 15800 - Testing Adjusting and Balancing Mechanical Systems. 1.2 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 13 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 03871714 STARTING OF SYSTEMS 01650 - 1 11/15 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 03871714 11/15 END OF SECTION STARTING OF SYSTEMS 01650-2 SECTION 01700 EXECUTION REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Closeout procedures. 2. Final cleaning. 3. Starting of systems. 4. Demonstration and instructions. 5. Testing, adjusting and balancing. 6. Protecting installed construction. 7. Hazardous materials affidavits. 8. Project record documents. 9. Operation and maintenance data. 10. Manual for materials and finishes. 11. Manual for equipment and systems. 12. Spare parts and maintenance products. 13. Product warranties and product bonds. 14. Maintenance service. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 15800 - Testing, Adjusting and Balancing Mechanical Systems: Testing, Adjusting and Balancing services. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Arch itect/Engineer's review. B. Provide submittals to Architect required by authorities having jurisdiction. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. D. Clean filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from site. 03871714 EXECUTION REQUIREMENTS 01700 - 1 11115 1.4 STARTING OF SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of applicable Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01330 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of products to Owner's personnel two weeks prior to date of Substantial Completion. B. Demonstrate Project equipment by qualified manufacturer's representative who is knowledgeable about the Project. C. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. E. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. G. Required instruction time for each item of equipment and system is specified in individual sections. 1.6 TESTING, ADJUSTING AND BALANCING A. Testing, adjusting and balancing will be performed in accordance with requirements specified in Section 15800 — Testing, Adjusting and Balancing Mechanical Systems. B. Owner will appoint, employ, and pay for services of independent firm to perfonn testing, adjusting, and balancing. C. Independent firm will perform services specified in Section 15800 — Testing, Adjusting and Balancing Mechanical Systems. D. Reports will be submitted by independent firm to Architect indicating observations and results of tests and indicating compliance or non-compliance with requirements of Contract Documents. 03871714 EXECUTION REQUIREMENTS 01700 - 2 11/15 r _a 1.7 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.8 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, each subcontractor, each sub -subcontractor, and each material/product supplier to provide a notarized affidavit declaring that hazardous materials were not incorporated into construction of or delivered to the Project. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing all affidavits in alphabetical order and assemble with metal prong binder in durable plastic presentation cover. D. Prepare binder cover with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Name, Address and Phone and date of Construction Completion. E. Provide one complete set of the aforementioned information in the prescribed format and on CD in PDF format. F. Submit prior to Application for Final Payment. 1.9 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the LA Work: I. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Complete set of MSDS sheets for all materials. 7. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. �. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda, Change Orders, RFI responses, and other modifications. 03871714 EXECUTION REQUIREMENTS 01700 - 3 11/15 i F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. S. Details not on original Contract drawings. 6. Changes made by Addenda, Change Order, RFI responses, and other modifications. G. Submit documents to Architect with claim for final Application for Payment. 1.10 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch (A4) text pages, three D side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. D. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. E. Contents: Prepare Table of Contents for each volume, with each product or system description identified, typed on white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. C. Certificates. d. Photocopies of warranties. 4. Submit one complete set of the aforementioned information in the prescribed format and on CD in PDF format. S. Provide CD with three separate titles as noted above (Part 1, Part 2 and Part 3) 6. Submit binder and CD with Application for Final Payment. 03871714 EXECUTION REQUIREMENTS 01700 - 4 11/15 L_ i� 1.11 MANUAL FOR MATERIALS AND FINISHES A. Submit one copy and CD in PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect/Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes in final form within 10 days after final inspection. E. Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. Include information for re- ordering custom manufactured products. F. Instructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. G. Moisture Protection and Weather Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Include recommendations for inspections, maintenance, and repair. H. Additional Requirements: As specified in individual product specification sections. I. Include listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 1.12 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit one copy and CD in PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volume(s) 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of �1 document sets as required prior to final submission. D. Submit one set and CD in PDF format of revised final volumes in final form within - 10 days after final inspection. E. Each Item of Equipment and Each System: Include description of unit or system, and component parts. Identify function, normal operating characteristics, and limiting _. conditions. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. G. Include color coded wiring diagrams as installed. H. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control stopping, shut -down and emergency instructions. Include summer, winter, and special operating instructions. I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. J. Include servicing and lubrication schedule, and list of lubricants required. K. Include manufacturer's printed operation and maintenance instructions. a 03871714 EXECUTION REQUIREMENTS 01700 - 5 11/15 r,: L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings, with color coded piping diagrams as installed. P. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 01400. S. Additional Requirements: As specified in individual product specification sections. T. Include listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. 1.13 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual specification sections. B. Deliver to Project site and place in location as directed by Owner; obtain receipt prior to final payment. 1.14 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed in duplicate by responsible subcontractors, suppliers, and manufacturers, within ten days after completion of applicable item of work. B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D. Co -execute submittals when required. E. Include Table of Contents and assemble in separate three D side ring binder with durable plastic cover. F. Submit one complete set of the aforementioned information in the prescribed format and on CD in PDF format. G. Submit prior to Application for Final Payment. H. Time Of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. 2. Make other submittals within ten days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within ten days after acceptance, listing date of acceptance as beginning of warranty or bond period. 1.15 MAINTENANCE SERVICE A. Furnish service and maintenance of components indicated in specification sections for one year from date of Substantial Completion. B. Examine system components at frequency consistent with reliable operation. Clean, adjust, and lubricate as required. 03871714 EXECUTION REQUIREMENTS 01700 - 6 11/15 C. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by manufacturer of original component. D. Do not assign or transfer maintenance service to agent or Subcontractor without prior written consent of Owner. PART 2-PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 03 871714 EXECUTION REQUIREMENTS 01700 - 7 11/15 SECTION 02072 MINOR DEMOLITION FOR REMODELING PART I - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removal of designated building equipment and fixtures. 2. Removal of designated construction. 3. Disposal of materials. 4. Identification of utilities. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section 2. Section 01 100 - Summary: Work sequence. 3. Section 01200 — Price and Payment: Allowances. 4. Section 01300 — Administrative Requirements. 5. Section 01500 — Temporary Facilities & Controls: Temporary dust control barricades, security at Owner occupied areas, and cleanup during construction. 6. Section 01700 — Execution Requirements: Project record documents. 1.2 SUBMITTALS FOR CLOSEOUT A. Section 01700 — Execution Requirements: Procedures for submittals. B. Project Record Documents: Accurately record actual locations of capped utilities and subsurface obstructions. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition work, dust control, products requiring electrical disconnection and reconnection. B. Obtain required permits from authorities. C. Do not close or obstruct egress width to any building or site exit. D. Do not disable or disrupt building fire or life safety systems without 3 days prior written notice to Owner. E. Conform to procedures applicable when hazardous or contaminated materials are discovered. 1.4 COORDINATION A. Section 01300 - Administrative Requirements: Coordination and project conditions. B. Coordinate Work with other affected mechanical and electrical work associated with roof penetrations. 1.5 SCHEDULING A. Section 01330 — Submittal Procedures: Work schedule. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. 03871714 MINOR DEMOLITION FOR REMODELING 02072 - 1 11/15 1.6 PROJECT CONDITIONS A. Conduct demolition to minimize interference with adjacent and occupied building areas. 1...-1 B. Cease operations immediately if structure appears to be in danger and notify Architect. Do not resume operations until directed. PART2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers or partitions as required. B. Erect and maintain weatherproof closures for exterior openings. C. Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit continued Owner occupancy. D. Where interior demolition occurs immediately adjacent to occupied portions of the building, construct dust -proof partitions of minimum nominal 4-inch studs, 5/8-inch drywall (joints taped) on occupied side, 1/2-inch fire -retardant plywood on demolition side. Fill partition cavity with sound -deadening insulation full thickness of partition depth. E. Protect existing materials, equipment and construction which are not to be demolished. F. Provide protective covers over existing carpet, vinyl composition, sheet vinyl, ceramic tile, and/or wood flooring. G. Provide temporary protective corner protection at all outside corners along route for removal of refuse. H. Do not store nor pile demolition materials or equipment on any part of the structure in a manner that would cause permanent damage. I. Prevent movement of structure; provide bracing and shoring. J. Notify affected utility companies before starting work and comply with their requirements. K. Mark location and termination of utilities. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Architect if shutdown of service is necessary during changeover. L. Provide appropriate temporary signage including signage for exit or building egress. M. Set refuse containers at location approved by Architect or Owner. N. Environmental Controls: Use water sprinkling, temporary enclosures, and other methods to limit dust and dirt migration. Comply with governing regulations pertaining to environmental protection. O. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. 03871714 MINOR DEMOLITION FOR REMODELING 02072 - 2 11/15 [_ 'I 3.2 DEMOLITION A. General 1. Demolish in an orderly and careful manner. Protect existing supporting structural members and other construction to remain. 2. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. a. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. 3. Maintain fire protection services during demolition operations. 4. Use of explosives for demolition will not be allowed. B. Hazardous Materials 1. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. C. Flame Cutting 1. Do not use cutting torches for removal until work area is cleared of flammable materials. 2. At concealed spaces, such as interior of ducts and pipe spaces, verify condition of hidden space before starting flame -cutting operations. 3. Maintain portable fire suppression devices during flame -cutting operations. D. Utilities and Equipment I . Disconnect and identify designated utilities within demolition areas. E. Plaster and Masonry Material Demolition 1. Saw cut concrete block and masonry materials with power operated saws designed specifically for this purpose. 2. Cut plaster at junctures with construction to remain using power -driven masonry saw or hand tools; do not use power -driven impact tools. 3. Demolish plaster in small sections. F. Mechanical and Electrical Equipment I . if unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. 2. Submit report to Architect in written, accurate detail. Pending receipt of directive from Architect, rearrange demolition schedule as necessary to continue overall job progress without undue delay. 3.3 DISPOSAL A. Coordinate route for movement of refuse within the existing building with the Owner's representative to create the least amount of interference with Owner's continuing occupancy and operations. B. Remove demolished materials from site except where specifically noted otherwise. C. Do not burn or bury materials on site. D. Storage or sale of removed items on site will not be permitted. E. Remove materials as Work progresses. 03871714 11/15 MINOR DEMOLITION FOR REMODELING 02072 - 3 3.4 CLEANUP A. Repair damaged pavement and/or landscaping under refuse containers and return to original condition. B. Repair existing finishes to remain, which are damaged during demolition, to match adjacent finishes. C. Vacuum all soiled carpet along the refuse removal route. Repair or replace carpet along the refuse removal route which has been damaged. Make repairs to satisfaction of Owner's representative. D. Upon completion of demolition work, remove tools, equipment, and demolished materials from site. E. Remove protections and leave exterior areas broom clean. F. Remove temporary Work. G. Repair demolition performed in excess of that required. Return elements of constriction and surfaces to remain to condition existing prior to start operations. H. Repair adjacent construction or surfaces soiled or damaged by demolition work. END OF SECTION 03871714 MINOR DEMOLITION FOR REMODELING 02072 - 4 11/15 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast -in place concrete, formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. B. Related Sections: I . Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cernent, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica flume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Admixtures. 2. Curing materials. 3. Adhesives, 4. Vapor retarders. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Submitted compressive test results must be less than 6 months old. 1. Indicate amounts of mix water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. 03871714 CAST -IN -PLACE CONCRETE 03300 - 1 11/15 C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities ' having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." E. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." -' 1. Prior to placing any concrete, hold a pre -installation conference meeting involving the Superintendent, Architect, applicable subcontractors, and testing lab. The meeting will include the following subjects (minimum): a. Site Preparation b. Grades and drainage C. Installation of auxiliary materials (vapor retarders, ducts, pipes, etc. i d. Coordination with other subcontractors e. Type of floor and thickness f. Forming g. Bulk head locations h. Reinforcement, placement and clearances i. Joints j. Flatness and levelness k. Concrete materials 1. Hot weather and cold weather placement M. Compaction of soil n. Adding water o. Placement method p. Finishing tools and finishing q. Curing r. Sealing/hardeners S. Testing and inspection t -t 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. 1. Avoid damaging coatings on steel reinforcement. PART 2-PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. 03871714 CAST -IN -PLACE CONCRETE 03300 - 2 I 1/15 D. Form -Release Agent. Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets. 23 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber - reinforced concrete of greater compressive strength than concrete, and as follows: I. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. Plastic, wood, concrete or clay blocks and other devices are not permissible. B. Joint Dowel Bars: Plain -steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. C. Joint Dowel System: Diamond dowel system from PNA Construction Technologies (1-800-542-0214). 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I/II. l . Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: I . Class: Moderate weathering region, but not less than 3M. 2. Nominal Maximum Aggregate Size: 1-1/2 inches. 3. Combined Aggregate Gradation: Well graded from coarsest to finest with not more than 18 percent and not less than 8 percent retained on an individual sieve, except that less than 8 percent may be retained on coarsest sieve and on No. 50 sieve, and less than 8 percent may be retained on sieves finer than No. 50. C. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. 03871714 CAST -IN -PLACE CONCRETE 03300 - 3 11/15 LL iII 2.6 VAPOR BARRIERS J A. Vapor Barrier (Under Slab): Shall conform to ASTM E 1745, Class A and shall have a maximum water vapor permeance of 0.01 perms [grains/(ft'- * hr * in. Hg)] before and after the mandatory conditioning tests ASTM E 1745 Section 7. Vapor barrier component no less than 15 mils thick in accordance with ACI 302, 1 R-96. B. Granular Fill: Narrowly graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 448; coarse -aggregate size 89; with 100 percent passing a'h-inch sieve and 0 to 5 percent passing a No. 50 sieve. 2.7 CURING MATERIALS A. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. B. Water: Potable. C. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 22 percent solids. 2.8 RELATED MATERIALS A. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. 2.9 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. - B. Repair Topping: Traffic -bearing, cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/4 inch. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as Aggregate: Well recommended by topping manufacturer. 4. Compressive Strength: Not less than 5700 psi at 28 days when tested according to ASTM C 109/C 109M. 03871714 CAST -IN -PLACE CONCRETE 03300 - 4 11/15 2.10 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: 1. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. 2. For each design mix submitted that includes the use of fly ash, an alternate design mix shall be submitted excluding fly ash. The alternate design mix shall be provided for concrete placements that occur during cold weather as defined by ACI 306.1. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Footings: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches. 3. Maximum Slump: 5 inches. 4. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2- to 4-inch slump. 5. Maximum water—cementitious material ratio:.55. D. Slab -on -Grade: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches 3. Maximum Slump: 6 inches. 4. Maximum water-cementitious material ratio:.45. 5. Cementitious material shall be 15% fly ash by weight. E. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 20 percent. F. Air Content: Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus 1 or minus 1.5 percent, unless otherwise indicated: 1. Air Content: 5.5 percent for 1-1/2-inch- nominal maximum aggregate size. 2. Air Content: 6 percent for 1-inch- nominal maximum aggregate size. 3. Air Content: 6 percent for 3/4-inch- nominal maximum aggregate size. G. Admixtures with chloride -ions are prohibited. H. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 4. Use corrosion -inhibiting admixture in concrete mixes where indicated. 2.11 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 03871714 CAST -IN -PLACE CONCRETE 03300 - 5 11/15 i 2.12 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3-EXECUTION .3 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI347R as abrupt or gradual, as follows: 1. Class A, 1/8 inch. 2. Class B, 1/4 inch. 3. Class C, 1/2 inch. 4. Class D, 1 inch. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. 4 Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of I formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at H. inconspicuous locations. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and l -i bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 03871714 CAST -IN -PLACE CONCRETE 03300 - 6 11/15 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1. At least 70 percent of 28-day design compressive strength. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 VAPOR BARRIER A. Vapor Barrier: Place, protect, and repair vapor -retarder sheets according to ASTM E 1643 and manufacturer's written instructions. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. F. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 03871714 ' 11/15 CAST -IN -PLACE CONCRETE 03300 - 7 1 1 2. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. a 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 4. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 5. Use epoxy -bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning—i concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: I . Sawed Joints: Form contraction joints with early entry power saw. Cut 1/8-inch- wide joints into concrete within I to 2 hours after the finishing process and before final set. D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants, specified in Section 07900 — Joint Sealers, are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. I. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by Engineer. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. D. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 03871714 CAST -IN -PLACE CONCRETE 03300 - 8 11/15 i ^ 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at 1 least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. _} 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. G. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not € " exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. 03871714 CAST -IN -PLACE CONCRETE 03300 - 9 11/15 r -, B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. I. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: I. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.9 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.IR for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull - floated or darbied. Use stiff brushes, brooms, or rakes. I. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another- thin film -finish coating system 2. Finish surfaces to the following tolerances, measured within 24 hours according to ASTM E 1155 for a randomly trafficked floor surface: a. Specified overall values of flatness, F(F) 35; and levelness, F(L) 25; with minimum local values of flatness, F(F) 24; and levelness, F(L) 17; for slabs - on -grade. 3. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1/8 inch. 03871714 CAST -IN -PLACE CONCRETE 03300 - 10 11/15 c_ E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. 3.11 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by the following method: C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: 1. Initial curing period of four (4) days: a. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: 1) Water. 2) Continuous water -fog spray. 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 03871714 CAST -IN -PLACE CONCRETE 03300 - 11 11/15 i b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture -retaining cover or a curing compound that the manufacturer - recommends for use with floor coverings. Secondary curing period of three (3) days: a. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated E in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during -' curing period. 3.12 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least six months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. j 3 C. Install semirigid epoxy joint filler full depth in saw -cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.13 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, t_ i and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. LJ Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match t before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 03371714 CAST -IN -PLACE CONCRETE 03300 - 12 1 I/15 E .j 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. I. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.14 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: I. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 03871714 CAST -IN -PLACE CONCRETE 03300 - 13 11/15 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; t_ r ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 1 ,£ 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. ; 5. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 6. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. a. Cast and field cure one set of four standard cylinder specimens for each r composite sample. 7. Compressive -Strength Tests: ASTM C 39; test two laboratory -cured specimens at 7 days and two at 28 days. a. Test two field -cured specimens at 7 days and two at 28 days. b. A compressive -strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. 8. Testing specimens are to be taken after all admixtures and/or field added water has been added and incorporated into concrete. C. When strength of field -cured cylinders is less than 85 percent of companion laboratory - cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. D. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. E. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor ,-- within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. F. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of p concrete. i G. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with __ 1 ASTM C 42 or by other methods as directed by Architect. j END OF SECTION k i i i t J 03871714 CAST -IN -PLACE CONCRETE 03300 - 14 0 SECTION 06114 WOOD BLOCKING AND CURBING PART 1 - GENERAL 1.2 SUMMARY A. Section Includes: 1. Nailers. 2. Roof curbs. 3. Blocking in wall and roof openings. 4. Wood furring and grounds. 5. Concealed wood blocking for support of toilet and bath accessories, wall cabinets, wood trim, toilet partitions, handrails, TV brackets and all other wall mounted equipment and accessories requiring support or other sections referencing this section. 6. Telephone and electrical panel back boards. 7. Preservative treatment of wood. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 07600 - Sheet Metal: Nailers under coping. 3. Section 08110 — Hollow Metal Frames: Door openings to receive wood blocking. 4. Section 09250 — Gypsum Board Systems: Gypsum board systems. REFERENCES A. ALSC (American Lumber Standards Committee) - Softwood Lumber Standards. B. ANSI A208.1 - Mat -Formed Wood Particleboard. C. APA/EWA (APA/The Engineered Wood Association) - Certification. D. ASTM A 153 - Zinc Coating (Hot Dip) of Iron and Steel Hardware. E. ASTM A563 Carbon and Alloy Steel Nuts. F. ASTM F568 Carbon and Alloy Steel Externally Threaded Fasteners. G. AWPA C1 (American Wood Preservers Association) - All Timber Products - Preservative Treatment by Pressure Process. H. AWPA C9 Plywood, Pressure Treatment. I. AWPA C20 (American Wood Preservers Association) - Structural Lumber Fire Retardant Treatment by Pressure Process. J. AWPA C27 Plywood, Fire -Retardant Pressure Treatment. K. FS FF-N-105B Nails, Brads, Staples and Spikes: Wire, Cut and Wrought. L. SPIB (Southern Pine Inspection Bureau) - Lumber Grading Rules. M. WCLIB (West Coast Lumber Inspection Bureau) - Lumber Grading Rules. N. NLGA (National Lumber Rules Authority) 0. WWPA (Western Wood Products Association). 03871714 WOOD BLOCKING AND CURBING 06114 - 1 11/15 t 1.3 QUALITY ASSURANCE A. Perform Work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by ALSC. 2. Wood Structural Panel Grading Agency: Certified by APAIEWA - The Engineered Wood Association. 3. Lumber Grading Rules: NFoPA. B. Factory grade stamp each piece of lumber and each wood structural panel. In lieu of grade stamping, submit manufacturer's certificate certifying that products meet or exceed specified requirements. C. Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. 1.4 SUBMITTALS A. Submit following in accordance with Section 01330: l . Product Data a. Provide technical data on wood preservative materials and application instructions. B. Manufacturer's Certificate: Certify that products conform to specified requirements. 1.5 DELIVERY, STORAGE, AND HANDLING A. Section 01600 — Product Requirements: Product storage and handling requirements. B. Protect all wood materials from warping or other distortion by stacking in vertical position, braced to resist movement. C. Keep all wood materials covered and dry. Provide air circulation within and around stacks. PART 2-PRODUCTS 2.1 MATERIALS A. General I. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 2. Provide dressed lumber, S4S, unless otherwise indicated. B. Nailers and Miscellaneous Framing: Yellow Pine species, No. 2 and better grade, 19 percent maximum moisture content, pressure preservative treat. C. Plywood: APA Structural I, Grade C-D; Exposure Durability l; sanded. 2.2 ACCESSORIES A. Fasteners and Anchors: 1. Fasteners: ASTM F568 and FS FF-N-105B, Hot dipped or Elect•o galvanized steel. 2. Decking Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing cadmium plated or zinc coated. 03871714 WOOD BLOCKING AND CURBING 06114 - 2 11115 9 Ll i 3. Anchors: a. At Metal Studs: Flat or oval head sheet metal screws as required by project m' conditions. b. At Face Brick: Self tapping masonry anchors equal to Hilti Kwik-Con. C. At Mortar Joints: Expansion type anchors equal to Rawl wedge anchors. d. At Hollow Masonry: Resin injected screen anchors equal to Hilti HIT C20. e. At Grout Filled Masonry and Concrete: Expansion bolts or self -tapping masonry anchors as required by project conditions. f. At Drywall: Equal to Hilti Togglers. B. Structural Framing Connectors: Hot dipped galvanized steel, sized to suit framing conditions. 2.3 FACTORY WOOD TREATMENT A. Shop pressure treat and deliver to site ready for installation, wood materials requiring pressure impregnated preservatives. B. Wood Preservative (Pressure Treatment): AWPA Treatment CI using water borne preservative with 0.25 percent retainage. C. Brush apply two coats of preservative treatment on wood in contact with cementitious materials, roofing and related metal flashings and other exterior locations. D. Apply preservative treatment in accordance with manufacturer's recommendations. Ensure site -sawn ends are similarly treated. E. Allow preservative to cure prior to erecting members. PART 3 - EXECUTION 3.1 SITE APPLIED WOOD TREATMENT A. Brush apply two coats of preservative treatment on wood in contact with cementitious materials, roofing and related metal flashings and all other exterior locations. B. Apply preservative treatment in accordance with manufacturer's instructions. C. Treat site -sawn ends. D. Allow preservative to cure prior to erecting members. 3.2 INSTALLATION A. Set members level and plumb, in correct position. B. Place horizontal members, crown side up. C. Space framing and fiirring 16 inches o.c. unless otherwise indicated. D. Curbs 1. Curb all roof openings except where prefabricated curbs are provided. 2. Form corners by lapping side members alternatively. 3. Construct curb members of single pieces. E. Install telephone and electrical panel back boards with plywood sheathing material where required. Size the back board by 12 inches beyond size of electrical panel. END OF SECTION 03871714 WOOD BLOCKING AND CURBING 06114 - 3 11/15 SECTION 06400 ARCHITECTURAL WOODWORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cabinet units. 2. Countertops. 3. Cabinet hardware. 4. Prefinished exposed surfaces. 5. Preparation for site finishing concealed surfaces. 6. Preparation for installing utilities. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 01400 — Quality Requirements: Testing laboratory services. 3. Section 06114 - Wood Blocking and Curbing: Grounds and support framing. 4. Section 07900 - Joint Sealers: Seals at adjoining construction. 5. Section 09912 — Interior Painting: Site finishing of casework. 6. Division 15 - Mechanical: Plumbing fixtures. 7. Division 16 - Electrical: Power, signal, and data wiring. 1.2 REFERENCES A. ANSI A135.4 - Basic Hardboard. B. ANSI A161.1 - Countertops. C. ANSI A208.1 - Mat Formed Wood Particleboard. D. ANSI A208.2 — Medium Density Fiberboard. E. ASTM D 1037 — Evaluating Properties of Wood -Base Fiber and Particle Panel Materials. F. AWl - Quality Standards, Eighth Edition G. BHMA A156.9 - Cabinet Hardware. H. BHMA A156.11 - Cabinet Locks. I. CID A -A 1936A - Adhesive, Contact. J. HPMA HP - American Standard for Hardwood and Decorative Plywood. K. ISSFA — Definition and Performance Standard for Solid Surface Materials. L. NEMA LD3 - High Pressure Decorative Laminates. M. NHLA - Rules for the Measurement and Inspection of Hardwood & Cypress N. PS 1 - Construction and hidustrial Plywood. O. PS 20 - American Softwood Lumber Standard. 1.3 SUBMITTALS A. Shop Drawing and Product Data I . Indicate materials, component profiles and elevations, assembly methods, joint details, fastening methods, accessory listings, hardware location and schedule of finishes. 03871714 11/15 ARCHITECTURAL WOODWORK 06400 - 1 a 2. For shop drawings submitted in phases, number phases in sequential order and provide master cross reference indicating room number in numerical sequence, millwork elevation and shop drawing sheet where detailed. 3. Product Data: Provide data for hardware accessories. B. Samples I . Submit four 2 x 3 inch size samples of each color selected, illustrating counter top and { cabinet finish. 1.4 QUALITY ASSURANCE A. Perform cabinet construction in accordance with AWI premium quality standards and as specified. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.5 DELIVERY, STORAGE, AND PROTECTION A. Transport, handle, store, and protect products to site under provisions of Section 01600. B. Protect units from moisture damage. 1.6 ENVIRONMENTAL REQUIREMENTS A. During and after installation of work of this section, maintain the same temperature and humidity conditions in building spaces as will occur after occupancy. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Water Resistant Particleboard 1. Willamette Industries; Albany, OR. 2. Fiber Resin Industries, Inc.; Oconomowoc, WI, 3. Flakeboard Company; St. Stephen, New Brunswick. 4. Hambro Forest Products; Crescent City, CA. B. Water Resistant Fiberboard I. Sierra Pine; Martell, CA. 2. Georgia Pacific; Sault Ste. Marie, Ont. C. Hardware 1. Julius Blum, Inc.; Stanley NC. 2. Grass America, Inc.; Kernersville, NC. 3. Hafele America Co.; Archdale, NC. 4. H.B. Ives; New Haven, CT. 5. Hewi, Inc.; Lancaster, PA. 6. Knape & Vogt Manufacturing Co.; Grand Rapids, MI. 7. Liberty Hardware; Greensboro, NC. 8. Rangine Corp.; Millis, MS. 9. Stanley Hardware; New Britain, CN. D. Substitutions: Under provisions of Section 01600. 03871714 ARCHITECTURAL WOODWORK 06400 - 2 11/15 t_ 2.2 MATERIALS A. Softwood Lumber: PS 20; graded in accordance with AWI custom grade, average moisture content of 8 percent. B. Hardwood Lumber: NHLA; graded in accordance with AWI premium grade; average moisture content of 8 percent. C. Softwood Plywood: PS-1; graded in accordance with AWI, core materials of veneer, lumber or particleboard, type of glue recommended for application; face veneer and cuts D. Hardwood Plywood: HPMA; graded in accordance with AWI, core materials of hardwood veneer, lumber or particleboard; type of glue recommended for application. E. Particleboard: ANSI A208.1; Grade M-2 or M 3, composed of wood chips, medium density, with sanded faces. F. Water Resistant Particleboard l . ANSI A 161.2 and A208.1, Grade M-2 or M 3), with a 24 hour thickness swell factor of 5 percent or less and a 24 hour water absorption factor of 10 percent or less as tested in conformance with ASTM D 1037. 2. Acceptable Product: Willamette Industries Duraflake WR. G. Fiberboard: ANSI A208.2, Grade MD. H. Water Resistant Fiberboard 1. ANSI A 161.2 and A208.2 , Grade MD with a 24 hour thickness swell factor of 5 percent or less and a 24 hour water absorption factor of 10 percent or less as tested in conformance with ASTM D 1037. 2. Acceptable Product: Sierra Pine Medex. I. Thermoset Decorative Overlay Covered Particleboard: ANSI A208.1; Grade M-2 or M-3, composed of wood chips, medium density; surfaced with thermofiused melamine. J. Hardboard: ANSI A135.4; Pressed wood fiber with resin binder, tempered grade, 1/4 inch thick, smooth one side. K. Thermoset Decorative Overlay Covered Hardboard: ANSI A135.4; Pressed wood fiber with resin binder, tempered grade, 1/4 inch thick, smooth one side; surfaced with thermofused melamine. L. Plastic Laminate 1. Conformance: NEMA LD 3. 2. Grade a. Horizontal Exposed Surfaces: GP-50, 0.50 inch thick. b. Vertical Exposed Surfaces: GP-28, 0.28 inch thick. C. Backing Sheet: BK20, 0.20 inch thick backing grade, undecorated plastic laminate. 3. Color, Pattern, and Surface Texture: a. Plastic laminate color for countertops: Wilsonart Aged Piazza 1868K-55 or approved equal. b. Plastic Laminate color for wall and base cabinets: Wilsonart Pasadena Oak 7986 38 or approved equal. M. Adhesive: FS MMM-A-130 contact adhesive. Type recommended by laminate manufacturer to suit application. N. Fasteners: Size and type to suit application. O. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; Cadmium finish. P. Concealed Joint Fasteners: Threaded steel. 03871714 ARCHITECTURAL WOODWORK 06400 - 3 11/15 Q. Shelf Standards 1. Cabinet Mounted: BHMA A156.9, Type B04071, cut for fitted rests spaced at I inch centers; chrome satin finish. 2. Wall Mounted: BHMA A156.9, Type B04102, slotted for brackets spaced at 1 inch centers; chrome satin finish. R. Shelf Rests: BHMA A156.9, Type B04081, chrome satin finish. S. Shelf Brackets: BHMA A156.9, Type B04112, formed steel brackets, chrome satin finish. T. Closet Rods t 1. Fixed Rod: Equal to K&V model no. PKV 3 CHR, length to fit cabinet depth. 2. Sliding Rod: Equal to K&V model no. KV 1 NP, 16 inch length. - U. Cabinet Drawer and Door Pulls: Extruded aluminum wire pull, satin finish, equal to Stanley No. 4484. V. Catches: BHMA A156.9, Type 1303141. W. Slides I. Standard Drawers: BHMA A156.9, Type B05051, with positive stop levers. 2. File Drawers: BHMA A156.9, Type B05051 (100 lb. load rated), full extension type with positive stop levers. 3. Cupboard Slides: Equal to Hafele floor mounted pull-out system model no. 421.56.409 with ceiling guide model no. 421.57.406. X. Hinges: Semi -mortised, self -closing, three dimensional adjustable type equal to Grass model no. 1203 screw -on hinge with winged base plate; brushed nickel finish. 2.3 FINISHING MATERIALS A. Finishing: Site finish of casework scheduled to receive opaque and transparent finishes specified in Section 09912. 2.4 FABRICATION A. General 1. Shop assemble casework for delivery to site in units easily handled and to permit passage through building openings. 2. Fit shelves, doors, drawer fronts and other exposed and semi -exposed edges with veneer matching face finish as scheduled. Use one piece for full length only. 3. Cap exposed plastic laminate finish edges with material of same finish and pattern. 4. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. 5. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. 6. Fit corners and joints hairline; secure with concealed fasteners. Slightly bevel arises. 7. Apply laminate backing sheet to reverse side of plastic wood laminate finished surfaces. 8. Provide cutouts for plumbing fixtures, inserts, appliances, outlet boxes, and fixtures and fittings. Verify locations of cutouts fronn on -site dimensions. Seal cut edges. 9. if veneer core plywood drawer sides, backs, and subfronts are used, assemble using dovetail or French dovetail construction. 10. Fabricate drawers with bottoms set into sides, back, and front 1/4 inch. 11. Construct cabinet bases of lumber products. Panel products such as plywood, particle board and MDF are not acceptable. 03871714 ARCHITECTURAL WOODWORK 06400 - 4 11/15 i B. Laminated Plastic -Covered Casework 1. Fabricate in accordance with AWI Section 1600, flush overlay style, using the following materials: a. Body Members: Melamine covered particleboard. b. Stiles and Rails: Poplar, Alder or medium density particleboard. C. Shelves: Medium density particleboard. d. Backs: Tempered hardboard. e. Drawer Sides, Backs and Subfronts: Poplar, Alder or other solid wood. f Drawer Bottoms: Tempered hardboard or thermoset decorative overlay covered hardboard. g. Drawer Fronts: Medium density particleboard or fiberboard. h. Doors: Medium density particleboard or fiberboard. C. Plastic Laminate Covered Countertops: Receptionist 102, Service Dept. 107A, Meeting Room 132, and Dispatch/Operator/Common/CSR Area. 1. Conformance: Fabricate in accordance with AWI Section 400C. 2. Exposed Finish: GP-50 high pressure decorative laminate. 3. Core a. Countertops Without Sinks: Particleboard or fiberboard. b. Countertops with Sinks: Shop sanded, exterior grade, veneer core plywood, water resistant particleboard or water resistant fiberboard. 4. Backing Sheet: BK-20. 5. Locate counter butt joints minimum 2 feet from sink cutouts. 6. Mechanically fasten back splash to countertops. 7. Provide grommet at each knee space. Coordinate location with utilities. D. Stainless Steel Covered Countertops with integral sink: Breakroom 123, Unisex Restroom 124, Breakroom 126, Mens 129, Womens 110, Womens 141, and Mens 142. 1. Conformance: Fabricate in accordance with ASI Section 400 C. 2. Exposed Finish: 16 ga., Type 304 stainless steel sheet, 44 finish with decorative swirl pattern as approved by the Architect from manufacturer's samples or mock-up. 3. Core: 3/4" marine -grade plywood backing. 4. Field weld and polish joints. Provide all horizontal and vertical corners on countertops with seamless sanitary radius. 2.5 FINISHING A. Sand work smooth and set exposed nails and screws. B. Finish for items scheduled to receive transparent or opaque finishes, specified in Section 09912 — Interior Painting. PART 3 - EXECUTION 3.I EXAMINATION A. Verify existing conditions before starting work. B. Verify adequacy of backing and support framing. C. Verify location and sizes of utility rough -in associated with work of this section. 03871714 ARCHITECTURAL WOODWORK 06400 - 5 11/15 I 3.2 INSTALLATION A. Install casework and associated trim in accordance with AWI Section 1700. B. Set and secure casework in place; rigid, plumb, and level. C. Use fixture attachments in concealed locations for wall mounted components. D. Use concealed joint fasteners to align and secure adjoining cabinet units and counter tops. E. Seal splashes and returns to countertop and wall with type sealant specified in Section 07900 - Joint Sealers. F. Carefully scribe casework abutting other components, with maximum gaps of 1/32 inch. Do not use additional overlay trim for this purpose. G. Secure cabinet and counter bases to floor using appropriate angles and anchorages. H. Secure countertop brackets to masonry surface with expansion type anchors and to drywall construction with fasteners installed to solid wood blocking secured to metal stud framing. I . Ease all edges and corners of brackets by filing to a radius edge. I. Anchorage Devices 1. General: Use concealed anchorage devices at all locations except where otherwise approved by Architect. 2. Transparent or Opaque Finish Casework a. At exposed fixed locations, countersink and putty or countersink and conceal with solid wood plugs of species to match surrounding wood; finish flush with surrounding surfaces. b. At exposed locations requiring removable panels, provide brass screws and countersunk finishing washers. 3. Laminated Plastic -Covered Casework a. At exposed fixed locations, provide cadmium coated screws with countersunk finishing washers. b. At exposed locations requiring removable panels, provide brass screws and countersunk finishing washers. 3.3 FIELD QUALITY CONTROL A. Test substrate at countertops with sinks in conformance with ASTM D 1037. B. Provide 2 pieces of substrate to testing laboratory, 12 x 12 inch in size taken frorn sink cutouts. 3.4 ADJUSTING A. Adjust installed work in accordance with Section 01700 — Execution Requirements. B. Test installed work for rigidity and ability to support loads. C. Adjust moving or operating parts to function smoothly and correctly. 3.5 CLEANING A. Clean installed work in accordance with Section 01700 — Execution Requirements. B. Clean casework, counters, shelves, hardware, fittings, and fixtures. 03871714 11/15 END OF SECTION ARCHITECTURAL WOODWORK 06400 - 6 k, SECTION 07600 SHEET METAL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Flashing receiver and cap flashing over bituminous base flashings. 2. Counterflashings at roof mounted equipment and vent stacks. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 - Wood Blocking and Curbing: Wood nailers. 3. Section 07900 - Joint Sealers. 4. Division 15: Roof curbs for mechanical equipment. 5. Division 15: Flashing sleeves and collars for mechanical items protruding through roofing membrane. 6. Division 15: Flashing sleeves and collars for plumbing items protruding through roofing membrane. 7. Division 16: Roof curbs for electrical equipment. 8. Division 16: Flashing sleeves and collars for electrical items protruding through roofing membrane. 1.2 REFERENCES A. AA DAF - 45 - Designation System for Aluminum Finishes. B. AAMA 603.8 - Performance Requirements and Test Procedures for Pigmented Organic Coatings on Extruded Aluminum. C. AAMA 605.2 - Specification for High Performance Organic Coatings on Architectural Extrusions and Panels. D. AAMA 611 - Standards for Anodized Architectural Aluminum. E. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. F. ASTM A653/A653M - Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated by the Hot -Dip Process. G. ATM A755/A755M - Steel Sheet, Metallic coated by the Hot -Dip Process and Prepainted by the Coil -Coating Process for Exterior Exposed Building Products. H. ASTM A792 - Steel Sheet, 55% Aluminum -Zinc Alloy Coated by the Hot -Dip Process. I. ASTM B32 - Solder Metal. J. ASTM B 101 - Lead -Coated Copper Sheet and Strip for Building Construction. K. ASTM 13209/13209M - Aluminum and Aluminum -Alloy Sheet and Plate. L. ASTM B370 - Copper Sheet and Ship for Building Construction. ,M. ASTM B486 - Paste Solder. N. ASTM B749 - Lead and Lead Alloy Strip, Sheet, and Plate Products. O. ASTM C728 - Perlite Thermal Insulation Board. P. ASTM D226 - Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing. Q. ASTM D 1970 - Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection. R. ASTM D2178 - Asphalt Glass Felt Used in Roofing and Waterproofing. 03871714 SHEET METAL 07600 - 1 11/15 S. ASTM D4397 - Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications. v T. ASTM D4586 - Asphalt Roof Cement, Asbestos Free. U. CDA (Copper Development Association) - Copper in Architecture - Handbook. V. CDA (Copper Development Association) - Contemporary Copper, A Handbook of Sheet Copper Fundamentals, Design, Details and Specifications. W. FS TT-C-494 - Coating Compound, Bituminous, Solvent Type, Acid Resistant. X. AISI (American Iron and Steel Institute) - Stainless Steel - Uses in Architecture. Y. NRCA (National Roofing Contractors Association) - Roofing Manual. `. Z. SMACNA - Architectural Sheet Metal Manual - Fifth Edition with Addendum no. 1. 1.3 SUBMITTALS A. Submit under provisions of Section 01330. B. Shop Drawings: Indicate material profiles, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. -- C. Product Data: Submit data on manufactured components metal types, finishes, and characteristics. D. Samples 1. Submit two samples minimum 2 x 4 inch in size illustrating metal finish color. 1.4 QUALITY ASSURANCE A. Perform work in accordance with SMACNA and NRCA standard details and requirements. B. Conform to SMACNA Manual for sizing components for rainfall intensity determined by a storm occurrence of 1 in 5 years. C. Maintain one copy of each document on site. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable code as indicated on drawings for size and method of rain water discharge. 1.6 QUALIFICATIONS A. Fabricator and Installer: Company specializing in sheet metal flashing work with 5 years documented experience. 1.7 PRE -INSTALLATION CONFERENCE A. Convene one week prior to commencing work of this section, under provisions of Section 01300. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Stack preformed and prefinished material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. C. Prevent contact with materials which may cause discoloration or staining. 03871714 SHEET METAL 07600 - 2 11/15 1.9 COORDINATION A. Coordinate work under provisions of Section 0 13 00. B. Coordinate with the work of Section 06114 for installing nailers. C. Coordinate the work with downspout discharge pipe inlet. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Preformed Metal and Accessories 1. Cheney Flashing Co.; 2. Keystone Flashing Co;. 3. Metal -Era Inc; Waukesha, WI. B. Prefinished Metal 1. AEP/Span Metals Corp., Dallas, Texas 2. Alumax Corp., Mesquite, Texas 3. MBCI - Grand Prairie, Texas 4. Peterson Aluminum — Elk Grove Village, IL. C. Substitutions: In accordance with Section 01600 - Product Requirements. 2.2 SHEET MATERIALS A. Pre -Finished Galvanized Steel Sheet: ASTM A755/A755M using ASTM A653/A653M, G90 (Z275) zinc coated sheet; thickness as indicated in schedule at end of this section. 2.3 ACCESSORIES A. Fasteners: Galvanized steel and same material as item being attached with same finish as flashing metal, with soft neoprene washers at exposed locations. B. Underlayment: ASTM D226, No. 15 asphalt saturated roofing felt. C. Slip Sheet: Rosin sized building paper. D. Primer: Zinc molybate type. E. Protective Backing Paint: Zinc molybate alkyd. F. Sealant: Specified in Section 07900. G. Bedding Compound: Rubber -asphalt type. H. Plastic Cement: ASTM D4586, Type I. I. Reglets: Surface mounted, galvanized steel; face and ends covered with plastic tape; manufactured by Fry Reglet. J. Solder: ASTM B32; type suitable for application and material being soldered. K. Touch-up Paint: To match factory finish. 2.4 COMPONENTS A. Termination Bars: ASTM B211, 6061 Alloy T6, extruded aluminum, 1/8 inch thick x 1 inch wide, with slotted holes spaced at 6 inches o.c. Form with top flange projected out to receive sealant. B. Termination Bar Cover: Manufacturer's standard mill finish aluminum, color as selected by Architect. 03871714 SHEET METAL 07600 - 3 ; 11/15 C. Tapered Edge Strip: ASTM C728; minimum 2 inch thick, tapered to match coping flashing profile, same width as parapet. 2.5 FABRICATION A. General 1. Fabricate sheet metal items in accordance with SMACNA details indicated in paragraph SCHEDULE at the end of this section unless otherwise indicated on the drawings. 2. Form sections true to shape, accurate in size, square, and free from distortion or defects. 3. Fabricate cleats of same material as item being attached type sheet metal, minimum 4 inches wide, interlockable with sheet or flashing. 4. Form pieces in longest possible lengths. 5. Fabricate with required connection pieces. 6. Hem exposed edges on underside 1/2 inch; miter and seam corners. 7. Form material with flat lock seams. 8. Pretin edges of galvanized steel sheet. Solder shop formed galvanized steel metal joints. After soldering, remove flux. Wipe and wash solder joints clean. Weather seal joints. 9. Fabricate galvanized steel cleats under pre -finished metal; miter and seam seal with sealant. 10. Fabricate vertical faces with bottom edge formed outward 1 /4 inch and hemmed to form drip. 11. Fabricate flashings to allow toe to extend 2 inches over roofing. Return and brake edges. B. Fabricate all sheet metal exposed to normal view from pre -finished galvanized steel sheet. C. Fabricate all concealed sheet metal and sheet metal hidden from normal view from pre -finished galvanized steel. D. Sealant Pans 1. ASTM A653, galvanized steel, formed with minimum 2 inch horizontal distance from penetrating item, with 3 inch upstand, and 4 inch flanges. 2. Form top edge with continuous 45 degree backbend, minimum 1/4 inch long, facing toward inside of pan. 2.6 FINISH A. Prefinished Metal: Fluoropolymer coating produced with Hylar 5000 or Kynar 500 resin complying with the following: 1. Salt Spray Test a. Withstand salt spray test for a minimum of 1000 hours in accordance with ASTM B 117, including scribe requirement in test. b. Receive a rating of 10, no blistering, as determined by ASTM D 714 immediately upon removal of panel from test, and rating of 7, 1/16-inch failure at scribe, as determined by ASTM D 1654. 2. Formability Test: No evidence of fracturing to naked eye when subjected to a 180-degree bend over a 3/8-inch diameter mandrel in accordance with ASTM D 522. 3. 2000 Hour Accelerated Weathering Requirements a. Test Conformance: ASTM G 23 using a Type D apparatus. b. No cracking, peeling, blistering, loss of adhesion of protective coating, or corrosion of base metal. C. Loss of Adhesion: Protective coating that can be readily removed from base metal with tape in accordance with ASTM D 3359, Test Method B. d. Chalking: Not greater than No. 8 rating in accordance with ASTM D 4214 test procedures. 03871714 SHEET METAL 07600 - 4 11/15 C_ B e. Color Change: Maximum 2 NBS units in accordance with ASTM D 4214 and ASTM D 2244 test procedures. 4. Humidity Test: No signs of blistering, cracking, creepage or corrosion when scored panel subjected to a humidity cabinet test in accordance with ASTM D 2247 for 1000 hours. 5. Impact Resistance: Withstand direct and reverse impact in accordance with ASTM D 2794 equal to 1.5 times metal thickness in mils, expressed in inch -pounds, with no loss of adhesion. 6. Abrasion Resistance Test: Withstand a minimum of 80 liters of sand before appearance of base metal when subjected to falling sand test in accordance with ASTM D 968. 7. Pollution Resistance: No visual effects when immersion tested in a 10 percent hydrochloric acid solution for 24 hours in accordance with ASTM D 1308. 8. Color a. As selected by Architect from manufacturer's standard line. B. Exposed Fasteners: Factory finished to match color of item being fastened. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashings are in place, sealed, and secure. 3.2 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Install surface mounted reglets true to lines and levels. Seal top of reglets with sealant. C. Prepare surfaces in accordance with Section 09912. 3.3 INSTALLATION A. Conform to details on drawings and details included in the SMACNA and NRCA manual. B. Apply bituminous protective backing on surfaces in contact with dissimilar materials. C. Fill back of cap flashing with plastic roofing cement. D. Backbed lap joints of flashings in horizontal position. E. Insert cap flashing into flashing receiver to form tight fit. Bend top of flashing receiver down over cap flashing without hammer marks, dents or other visual distractions. F. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. G. Termination Bars I . Install in longest practical lengths. 2. Seal top of bar to supporting construction with sealant as specified in Section 07900 - Joint Sealers. 03871714 SHEET METAL 07600 - 5 11/15 1 3.4 3.5 H. Apply plastic cement compound between metal flashings and felt flashings. I. Fit flashings tight in place. J. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. K. Solder concealed and concealed from normal view metal joints for full metal surface contact. After soldering, wash metal clean with neutralizing solution and rinse with water. FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. SCHEDULE A. Metal Fabrications — SMACNA References ITEM PLATE GAGE & FIGURE Galt'. Steel 1. Pipe Flashing 4-I4A 24 2. Vent Pipe Flashing 4-14B 2.5#lead END OF SECTION 03871714 SHEET METAL 07600 - 6 11/15 SECTION 07900 JOINT SEALERS PART1-GENERAL 1.1 SUMMARY A. Section Includes: l . Preparing sealant substrate surfaces. 2. Sealant and backing. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 07600 - Sheet Metal: Sealants used in conjunction with metal flashings. 3. Section 08110 —Hollow Metal Frames: Sealants used in conjunction with steel fi-ames. 4. Section 08700 — Door Hardware: Sealants used in conjunction with hardware. 5. Section 08800 - Glazing: Sealants used in conjunction with glazing methods. 6. Section 09250 - Gypsum Board Systems: Sealants used in conjunction with sound rated partitions. 1.2 REFERENCES A. AAMA 803.3 - Voluntary Specification for Narrow -Joint Seam Sealer. B. AAMA 808.3 - Voluntary Specification for Exterior Perimeter Sealing Compound. C. ASTM C719 - Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement. D. ASTM C792 - Effects of Heat Aging on Weight Loss, Cracking, and Chalking of Elastomeric Sealants. E. ASTM C570 - Oil and Resin - Base Caulking Compound for Building Construction. F. ASTM C834 - Latex Sealing Compounds. G. ASTM C920 - Elastomeric Joint Sealants. H. ASTM C1311 - Solvent Release Sealants. 1. ASTM C 1193 - Use of Joint Sealants. J. ASTM D 1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. K. ASTM D1667 - Flexible Cellular Materials - Vinyl Chloride Polymers and Copolymers (Closed -Cell Foam). 1.3 SUBMITTALS A. Product Data 1. Submit product data indicating sealant chemical characteristics, performance criteria, limitations and color availability. 2. Submit manufacturer's standard printed installation instructions. B. Samples 1. Submit four sample kits in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. 03871714 JOINT SEALERS 07900 - 1 11/15 C. Mockup 1. Construct field sample panel illustrating sealant type, color, and tooled surface. 2. Locate where directed. 3. Accepted sample may not remain as part of the Work. D. Certificates 1. Submit manufacturer's certificate that products meet or exceed specified requirements and are suitable for use indicated. 2. Joint sealant manufacturer's certification that sealants, primers, and cleaners required for sealant installation comply with local regulations controlling use of volatile organic compounds. 1.4 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this Section with minimum ten years documented experience. B. Applicator: Company specializing in applying the work of this Section with minimum five years documented experience. C. Conform to ASTM C1193 requirements for materials and installation. 1. Obtain joint sealant materials from a single manufacturer for each different product required. 2. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. D. Preconstruction Field Testing: Prior to installation of joint sealants, field-test sealant adhesion to joint substrates as follows: 1. Locate test joints where indicated or, if not indicated, as directed by Architect. 2. Conduct field tests for each type of elastomeric and non-elastomeric sealant joint substrate indicated. 3. Notify Architect one week in advance of the dates and times when mock-ups will be erected. 4. Test Method: Test joint sealants by hand pull method described below: a. Install joint sealants in 5-foot joint lengths using same materials and methods for joint preparation and joint sealant installation required for completed Work. Allow sealants to cure fully before testing. b. Make knife cuts horizontally from one side of joint to other followed by 2 vertical cuts approximately 2 inches long at side of joint and meeting horizontal cut attop of 2-inch cuts. Place mark I inch from top of 2-inch piece. C. Use fingers to grasp 2-inch piece of sealant just above 1-inch mark; pull firmly down at a 90-degree angle or more while holding a ruler along side of sealant. Pull sealant out of joint to distance recommended by sealant manufacturer for testing adhesive capability, but not less than that equaling specified maximum movement capability in extension; hold this position for 10 seconds. 5. Report whether or not sealant in joint connected to pulled -out portion, failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. 6. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 03971714 JOINT SEALERS 07900 - 2 ..a 11/15 E. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.6 PROJECT CONDITIONS A. Environmental Requirements 1. Do not install solvent curing sealants in enclosed building spaces. 2. Do not install sealants when joint substrates are wet. 3. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.7 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all Sections referencing this Section. 1.8 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve airtight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 - PRODUCTS 2.1 MATERIALS A. Elastomeric Sealants 1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide polymer based elastomeric sealant complying with ASTM C 920. 2. Types a. S-1: Type M, Grade P, Class 25. b. S-2: Type S, Grade P, Class 25. C. S-3: Type M, Grade NS, Class 25. d. S-4: Type S, Grade NS, Class 25. 3. Color: As selected by Architect from manufacturer's frill range of standard colors. 03871714 JOINT SEALERS 07900 - 3 11/15 4. Use Locations: As indicated in Schedule at end of this Section. B. Latex Sealants 1. General: Manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. 2. Types a. S-5; Acrylic -Emulsion Sealant 1) Composition: Manufacturer's standard product accommodating joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. 2) Conformance: ASTM C 834 b. S-6; Silicone Emulsion Sealant 1) Composition: Manufacturer's standard product that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. 2) Conformance: ASTM C 834 and, except for weight loss measured per ASTM C 792, ASTM C 920. 3) Special Properties: Fungus and mildew resistant. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. C. Type S-7; Acrylic Sealant 1. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3, with capability to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both extension and compression) at time of application and remain adhered to joint substrates indicated for Project without failing cohesively when tested for adhesion and cohesion per ASTM C 719. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. D. Type S-8; Butyl Sealant 1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable, solvent -release -curing, polymerized butyl sealant formulated with minimum of 75 percent solids and tack -free time of 24 hours or less, complying with ASTM C 1311. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. E. Type S-9; Pigmented Narrow Joint Sealant I. General: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber sealant formulated for sealing joints 3/16 inch or smaller in width, complying with AAMA 803.3 2. Color: As selected by Architect from manufacturer's frill range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. F. Accessories 1. Primer: Non -staining type, recommended by sealant manufacturer to suit application. 2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. 3. Joint Backing: ANSI/ASTM D 1056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. 03871714 JOINT SEALERS 07900 - 4 t..3 11/15 4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 5. Masking Tape: Non -staining, non -absorbing type as recommended by sealant manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing conditions and substrate. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C 1193. E. Install masking tape where required to protect adjacent finished surfaces. 3.3 INSTALLATION A. Perform installation in accordance with ASTM C 1193 and manufacturer's written instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width. D. Install bond breaker where joint backing is not used. E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for extended period of time. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. H. Tool joints concave in accordance with ASTM C 1193 and manufacturer's written instructions. 3.4 CLEANING AND REPAIRING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. B. Repair or replace defaced or disfigured finishes caused by work of this Section. C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are indistinguishable from original work. 3.5 PROTECTION OF FINISHED WORK A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. 03871714 JOINT SEALERS 07900 - 5 11/15 i 3.6 SCHEDULE A. Exterior Joints 1. Joints in Sheet Metal Flashing: Sealant Type S-9. B. Interior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1, or S-2. 2. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3, or S-4. 3. Vertical or inclined joints such as panel, coping and control: Sealant types S ), S-4. 4. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-3, S-4 or S-6. 5. Non-structural hollow metal doors and borrowed lites. Sealant types S-3, S-4 S-5, S-6 or S-7. 6. Non-structural perimeter seals around plumbing fixtures, joints between ceramic tile and joints between ceramic tile and dissimilar materials: Sealant type S-6. 7. Non-structural perimeter seals at joints between countertops, backsplashes and walls: Sealant type S-7. END OF SECTION 03871714 JOINT SEALERS _. 11/15 07900 - 6 SECTION 08110 HOLLOW METAL FRAMES PART 1 - GENERAL 1.1 SUMMARY 1 A. Section Includes: 1. Standard and custom hollow metal frames. 2. Steel sidelight, borrowed lite and transom frames. 3. Light frames and glazing installed in hollow metal doors. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 08210 - Clad Wood Doors. 3. Section 08700 -Door Hardware. 4. Section 08800 — Glazing: Glass view panels in solid core wood doors. 5. Section 09912 - Interior Painting: Field painting hollow metal doors and frames. 1.2 REFERENCES A. ANSI/SDI A250.8 - Recommended Specifications for Standard Steel Doors and Frames. B. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames, Frames Anchors and Hardware Reinforcing. C. ANSI/SDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. i_ j D. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. E. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames. F. ASTM A1008 - Standard Specification for Steel Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. G. ASTM A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. H. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, Metallic - Coated by the Hot -Dip Process. I. ASTM C 1363 - Standard Test Method for Thermal Performance of Building Assemblies by Means of a Hot Box Apparatus. J. K. ANSUBHMA Al56.115 - Hardware Preparation in Steel Doors and Frames. ANSI/SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and � Frames. 1. L. ANSI/NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association. M. ANSI/NFPA 105: Standard for the Installation of Smoke Door Assemblies.' N. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association. O. UL 1 OC - Positive Pressure Fire Tests of Door Assemblies. P. UL 1784 - Standard for Air Leakage Tests of Door Assemblies. 03871714 HOLLOW METAL FRAMES 08110 - 1 11/15 ' 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, hardware reinforcements, profiles, anchors, fire -resistance rating, and finishes. B. Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the steel door and frame supplier in order to prepare the doors and frames to receive the finish hardware items. C. Shop Drawings: Include the following: 1. Elevations of each frame design. 2. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 3. Locations of reinforcement and preparations for hardware. 4. Details of anchorages, joints, field splices, and connections. 5. Details of accessories. 6. Details of moldings, removable stops, and glazing. 7. Details of conduit and preparations for power, signal, and control systems. D. Samples for Verification: 1. Samples are only required by request of the architect and for manufacturers that are not current members of the Steel Door Institute. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain hollow metal doors and frames through one source from a single manufacturer wherever possible. B. Quality Standard: In addition to requirements specified, comply with ANSI/SDI A250.8, latest edition, "Recommended Specifications for Standard Steel Doors and Frames". C. Fire -Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at positive pressure according to NFPA 252 (neutral pressure at 40" above sill) or UL I OC. 1. Oversize Fire -Rated Door Assemblies Construction: For units exceeding sizes of tested assemblies, attach construction label certifying doors are built to standard construction requirements for tested and labeled fire rated door assemblies except for size. 2. Temperature -Rise Limit: Where indicated and at vertical exit enclosures (stairwell openings) and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F above ambient after 30 minutes of standard fire -test exposure. 3. Smoke Control Door Assemblies: Comply with NFPA 105. a. Smoke "S" Label: Doors to bear "S" label, and include smoke and draft control gasketing applied to frame and on meeting stiles of pair doors. D. Fire -Rated, Borrowed -Light Frame Assemblies: Assemblies complying with NFPA 80 that are listed and labeled, by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire -protection ratings indicated, based on testing according to NFPA 257. Provide labeled glazing material. E. Pre -Submittal Conference: Conduct conference in compliance with requirements in Section 01300 — Administrative Requirements with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for installing hollow metal doors and frames and to verify installation of electrical knockout boxes and conduit at frames with electrified or access control hardware. 03871714 HOLLOW METAL FRAMES 08110 - 2 `li 11/15 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during ' transit and Project site storage. Do not use non -vented plastic. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum I in a vertical position with heads up, spaced by blocking, on minimum 4-inch high wood blocking. Do not store in a manner that traps excess humidity. 1. Provide minimum 1/4-inch space between each stacked door to permit air circulation. Door and frames to be stacked in a vertical upright position. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 1.7 COORDINATION A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace doors that fail in materials or workmanship within specified warranty period. B. Warranty includes installation and finishing that may be required due to repair or replacement of defective doors. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. CECO Door Products. 2. Curries Company. 3. Steelcraft. 2.2 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. 03871714 HOLLOW METAL FRAMES 08110 - 3 11/15 a C. Frame Anchors: ASTM A 653/A 653M, Commercial Steel (CS), Commercial Steel (CS), Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. 2.3 STANDARD HOLLOW METAL DOORS A. General: Provide 1-3/4 inch doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces unless otherwise indicated. Comply with ANSUSDI A250.8. B. Interior Doors: Face sheets fabricated of commercial quality cold rolled steel that complies with ASTM A 1008/A 1008M. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical performance level: 1. Design: Flush panel. 2. Core Construction: Manufacturer's standard kraft-paper honeycomb, or one-piece polystyrene core, securely bonded to both faces. 3. Core Construction: Manufacturer's standard vertical steel -stiffener core. Minimum 22 gauge steel -stiffeners at 6 inches on -center construction attached by spot welds spaced not more than 5" on centers. Spaces between stiffeners filled with fiberglass insulation (minimum density 0.84/cubic ft.). a. Fire Door Core: As required to provide fire -protection and temperature -rise ratings indicated. 4. Top and Bottom Edges: Reinforce tops and bottoms of doors with a continuous steel channel not less than 16 gauge, extending the full width of the door and welded to the face sheet. 5. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9" or minimum 14 gauge continuous channel with pierced holes, drilled and tapped. 6. Hardware Reinforcements: Fabricate according to ANSUSDI A250.6 with reinforcing plates from same material as door face sheets. C. Manufacturers Basis of Design: 1. CECO Door Products Imperial Series. 2. CECO Door Products Steel -Stiffened: Medallion Series. 3. Curries Company Steel -Stiffened: 747 Series. 2.4 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile. B. Interior Frames: Fabricated from cold -rolled steel sheet that complies with ASTM A 1008/A I008M. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames, with the exception of slip-on drywall types, with "closed and tight" miter seams continuously welded on face, finished smooth with no visible seam unless otherwise indicated. 3. Frames for Steel Doors: Minimum 16 gauge (0.053 inch) thick steel sheet. 4. Frames for openings up to 48 inches in width: Minimum 16 gauge (0.053 inch) thick steel sheet. 5. Frames for openings 48 inches and wider in width: Minimurn 14 gauge (0.067 inch) thick steel sheet. 6. Frames for Wood Doors: Minimum 16 gauge (0.053 inch) thick steel sheet. 7. Frames for Borrowed Lights: Minimum 16 gauge (0.053 inch) thick steel sheet. 03871714 HOLLOW METAL FRAMES 08110 - 4 I1/15 I SECTION 08210 CLAD WOOD DOORS PART1-GENERAL 1.1 SUMMARY A. Section Includes: I . Flush solid core low pressure clad or decorative laminate doors. 2. Factory fitting clad wood doors to frames and factory machining for hardware. 3. Light frames and glazing installed in clad wood doors. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 08110 - Hollow Metal Frames: Clad wood doors in steel frames. 3. Section 08700 - Door Hardware: Door hardware for clad wood doors. 4. Section 08800 — Glazing: Glass view panels in wood doors. 1.2 REFERENCES A. ANSI A208.1 - Particleboard. B. Intertek Testing Service (ITS Warnock Hersey) - Certification Listings for Fire Doors. C. NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association. D. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association. E. UL IOC - Positive Pressure Fire Tests of Door Assemblies; UL 1784 - Standard for Air Leakage Tests of Door Assemblies. F. Window and Door Manufacturers Association - WDMA I.S.1-A Architectural Wood Flush Doors. 1.3 SUBMITTALS A. Product Data: For each type of door indicated. Include details of core and edge construction, louvers, trim for openings, and WDMA I.S.1-A or AWS classifications. B. Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the clad door supplier in order to prepare the doors and frames to receive the finish hardware items. C. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details not covered in Product Data; location and extent of hardware blocking; and other pertinent data. I. Indicate dimensions and locations of mortises and holes for hardware. 2. Indicate dimensions and locations of cutouts. 3. Indicate fire protection ratings for fire rated doors. )3871714 CLAD WOOD DOORS 08210 - 1 11/15 i 1. D. Samples for Initial Selection: For decorative laminate door faces. 1. Decorative laminate, 8 by 10 inches, for each color and pattern selected. 2. Corner sections of doors, 12 x 12 inches, with door faces and edges representing actual materials to be used. 3. Frames for light openings, 6 inches long, for each material, type, and finish required. E. Warranty: Sample of special warranties. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain clad wood doors through one source from a single manufacturer wherever possible. B. Quality Standard: In addition to requirements specified, comply with WDMA I.S.1-A, latest edition, "Industry Standard for Architectural Wood Flush Doors." and the following minimum values (for particle core doors): 1. NWWDA TM-7 Cycle Slam Test: 1,000,000 cycles. 2. NWWDA TM-8 Hinge Loading Test 1,000 lbs. 3. NWWDA TM-10 Edge Screw Holding Test 850 lbs. 4. NWWDA TM-10 Face Screw Holding Test 650 lbs. C. Fire Rated Wood Doors: Doors complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated, based on testing at positive pressure according to NFPA 252 (neutral pressure at 40" above sill) or UL 1 OC. 1. Oversize Fire Rated Door Assemblies: For units exceeding sizes of tested assemblies provide manufacturer's construction label, indicating compliance to independent 3" party certification agency's procedure, except for size. 2. Temperature Rise Limit: Where indicated and at vertical exit enclosures (stairwell openings) and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F above ambient after 30 minutes of standard fire test exposure. 3. Smoke Control Door Assemblies: Comply with NFPA 105. a. Smoke "S" Label: Doors to bear "S" label, and include smoke and draft control gasketing applied to frame and on meeting stiles of pair doors. 4. Blocking: Indicate size and location of blocking in 45, 60 and 90 minute mineral core doors D. Security Rating for Particle Core Doors: ASTM F 476, Grade 40. E. Pre -Submittal Conference: Conduct conference in compliance with requirements in Section 01300 — Administrative Requirements with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for receiving, handling, and installing clad wood doors. 1.5 DELIVERY, STORAGE, AND HANDLING A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Package clad wood doors individually in plastic bags or cardboard cartons and wrap bundles of doors in plastic sheeting. C. Mark each door on top rail with opening number used on Shop Drawings. 03871714 CLAD WOOD DOORS 08210 - 2 11/15 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install doors until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace doors that fail in materials or workmanship within the specified warranty period. 1. Failures include, but are not limited to, the following: a. Warping (bow, cup, or twist) more than 1/4 inch in a 42-by-84-inch section. b. Delaminating of face in decorative laminate faced doors. 2. Warranty includes installation that may be required due to repair or replacement of defective doors. 3. Warranty Period for Solid Core Interior Doors: Life of installation according to manufacturer's written warranty. PART 2 - PRODUCTS 2.1 DOOR CONSTRUCTION, GENERAL A. WDMA I.S.1-A Performance Grade: Extra Heavy Duty; Aesthetic Grade: Premium. B. Particleboard Core Doors: I. Particleboard for LPDL doors: ANSI A208.1, Grade M-2. 2. Particleboard for HPDL doors: ANSI A208.1, Grade LD-2. 3. Wood Stiles and Rails: As required to meet Extra Heavy Duty Performance level. 4. Blocking: As required to meet Extra Heavy Duty Performance level. C. Mineral Core Doors: I. Core: Non-combustible mineral product complying with requirements of referenced quality standard and testing and inspecting agency for fire protection rating indicated. 2. Blocking: Provide composite blocking with improved screw holding capability approved for use in doors of fire protection ratings indicated as needed to eliminate through -bolting hardware. 3. Edge Construction: At hinge stiles, provide laminated edge construction with improved screw holding capability and split resistance with outer stile matching polymer edging. 13: Fire Rated Doors: Provide construction and core specified above as needed to provide fire ratings indicated. 1. Category A Edge Construction: Provide fire rated door edge construction with intumescent seals concealed by outer stile (Category A) at 45, 60, and 90 minute rated doors. Comply with specified requirements for exposed edges. 2. Category B Edge Construction: Provide 20 minute fire rated doors as Category B, with smoke and fire seals (supplied by seal manufacturer) applied to frame. 03871714 CLAD WOOD DOORS 08210 - 3 11/15 I_ t Pairs: Provide fire retardant stiles that are listed and labeled for applications indicated without formed steel edges and astragals. Provide stiles with concealed intumescent seals. Comply with specified requirements for exposed edges. a. Where required or specified, provide formed steel edges and astragals with intumescent seals. Finish steel edges and astragals with baked enamel. 2.2 HIGH PRESSURE DECORATIVE LAMINATE (HPDL) FACED DOORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: l . Algoma Hardwoods HPDL. 2. Graham HPDL. 3. Marshfield Marquis. 4. VT Industries HPDL. B. Plastic Laminate Faces: High pressure decorative laminates complying with NEMA LD 3, Grade HGS. C. Color or Wood Grain Pattern: Wilsonart Pasadena Oak 7986-38 or approved equal. D. Exposed Edges: Laminate applied to all four edges. E. Provide doors with pilot holes factory drilled for vertical edge hinges and lock sets. F. Construction: Stiles and rails are bonded to core, then entire unit abrasive planed before faces and crossbands are applied. 2.3 LIGHT FRAMES AND GLAZING A. Wood Beads for Light Openings in Wood Doors up to and including 20-minute rating: 1. Wood Species: Manufacturer's standard wood beads factory finished to match door face. 2. Profile: Manufacturer's standard lipped profile. At wood core doors with 20-minute fire protection ratings, provide wood beads and metal glazing clips approved for such use B. Metal Frames for Light Openings in Fire Rated Doors over 20-minute rating: Manufacturer's standard frame formed of 0.048-inch-thick, cold rolled steel sheet; with baked enamel or powder coated finish; and approved for use in doors of fire protection rating indicated. C. Glazing: Comply with installation requirements in Section 08800 - Glazing and with the flush wood door manufacturer's written instructions. 2.4 FABRICATION A. Factory fit doors to suit frame opening sizes indicated. Comply with clearance requirements of referenced quality standard for fitting unless otherwise indicated. 1. Comply with requirements in NFPA 80 for fire rated doors. B. Factory machine doors for hardware that is not surface applied. Comply with final hardware schedules, door frame Shop Drawings, DHI Al 15-W series standards, and hardware templates. 1. Coordinate with hardware mortises in metal frames to verify dimensions and alignment before factory machining. 2. Metal Astragals: Factory machine astragals and formed steel edges for hardware for pairs of fire rated doors. 03871714 CLAD WOOD DOORS 08210 - 4 11/15 FIN Acceptable Manufacturers: a. Rockwood Manufacturing (RO). b. Trimco (TC). 2.5 CYLINDERS AND KEYING A. General: Cylinder manufacturer to have minimum (10) years experience designing secured master key systems and have on record a published security keying system policy. B. Source Limitations: Obtain each type of keyed cylinder and keys from the same source manufacturer as locksets and exit devices, unless otherwise indicated. C. Cylinders: Original manufacturer cylinders complying with the following: 1. Mortise Type: Threaded cylinders with rings and cams to suit hardware application. 2. Rim Type: Cylinders with back plate, flat -type vertical or horizontal tailpiece, and raised trim ring. 3. Bored -Lock Type: Cylinders with tailpieces to suit locks. 4. Mortise and rim cylinder collars to be solid and recessed to allow the cylinder face to be flush and be free spinning with matching finishes. 5. Keyway: Match Facility Restricted Keyway. D. Key Quantity: Provide the following minimum number of keys: I . Change Keys per Cylinder: Two (2). 2. Master Keys (per Master Key Level/Group): Five (5). 3. Construction Keys (where required): Ten (10). E. Construction Keying: Provide construction master keyed cylinders. F. Key Registration List (Bitting List): I. Provide keying transcript list to Owner's representative in the proper format for importing into key control software. 2. Provide transcript list in writing or electronic file as directed by the Owner. G. Key Control Cabinet: Provide a key control system including envelopes, labels, and tags with self-locking key clips, receipt forms, 3-way visible card index, temporary markers, permanent markers, and standard metal cabinet. Key control cabinet shall have expansion capacity of 150% of the number of locks required for the project. I. Acceptable Manufacturers: a. Lund Equipment (LU). b. MMF Industries (MM). C. Telkee (TK). H. Key Control Software: Provide one network version of "Key Wizard" branded key management software package that includes one year of technical support and upgrades to software at no charge. Provide factory key system formatted for importing into "Key Wizard" software. 2.6 MECHANICAL LOCKS AND LATCHING DEVICES A. Mortise Locksets, Grade 1 (Heavy Duty): ANSI/BHMA A156.13, Series 1000, Operational Grade 1 certified. Locksets are to be manufactured with a corrosion resistant steel case and be field -reversible for handing without disassembly of the lock body. I . Acceptable Manufacturers: a. Corbin Russwin Hardware (RU) — ML2000 Series. b. Sargent Manufacturing (SA) — 8200 Series. C. Yale Locks and Hardware (YA) — 8800FL Series. 03871714 DOOR HARDWARE 08700 - 7 11 / 15 ��'' 4' 2.7 LOCK AND LATCH STRIKES A. Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with curved lip extended to protect frame, finished to match door hardware set, unless otherwise indicated, and as follows: 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. 2. Extra -Long -Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum -Frame Strike Box: Provide manufacturer's special strike box fabricated for aluminum framing. 4. Double -lipped strikes: For locks at double acting doors. Furnish with retractable stop for rescue hardware applications. B. Standards: Comply with the following: 1. Strikes for Mortise Locks and Latches: BHMA A156.13. 2. Strikes for Bored Locks and Latches: BHMA A156.2. 3. Strikes for Auxiliary Deadlocks: BHMA A156.5. 4. Dustproof Strikes: BHMA A 156.16. 2.8 ELECTRIC STRIKES A. Standard Electric Strikes: Heavy duty, cylindrical and mortise lock electric strikes conforming to ANSI/BHMA A156.31, Grade 1, UL listed for both Burglary Resistance and for use on fire rated door assemblies. Stainless steel construction with dual interlocking plunger design tested to exceed 3000 lbs. of static strength and 350 ft-lbs. of dynamic strength. Strikes tested for a minimum 1 million operating cycles. Provide strikes with 12 or 24 VDC capability and supplied standard as fail -secure unless otherwise specified. Option available for latchbolt and latchbolt strike monitoring indicating both the position of the latchbolt and locked condition of the strike. I. Acceptable Manufacturers: a. Folger Adam EDC (FO). b. HES (HS). 2.9 CONVENTIONAL EXIT DEVICES A. General Requirements: All exit devices specified herein shall meet or exceed the following criteria: 1. At doors not requiring a fire rating, provide devices complying with NFPA 101 and listed and labeled for "Panic Hardware" according to UL305. Provide proper fasteners as required by manufacturer including sex nuts and bolts at openings specified in the Hardware Sets. 2. Where exit devices are required on fire rated doors, provide devices complying with NFPA 80 and with UL labeling indicating "Fire Exit Hardware". Provide devices with the proper fasteners for installation as tested and listed by UL. Consult manufacturer's catalog and template book for specific requirements. 3. Except on fire rated doors, provide exit devices with hex key dogging device to hold the pushbar and latch in a retracted position. Provide optional keyed cylinder dogging on devices where specified in Hardware Sets. 4. Devices must fit flat against the door face with no gap that permits unauthorized dogging of the push bar. The addition of filler strips is required in any case where the door light extends behind the device as in a full glass configuration. 03871714 DOOR HARDWARE 08700 - 8 I1/15 l._. L 5. Lever Operating Trim: Where exit devices require lever trim, furnish manufacturer's heavy duty escutcheon trim with threaded studs for thru-bolts. a. Lock Trim Design: As indicated in Hardware Sets, provide finishes and designs to match that of the specified locksets. b. Where function of exit device requires a cylinder, provide a cylinder (Rim or Mortise) as specified in Hardware Sets. 6. Vertical Rod Exit Devices: Provide and install interior surface and concealed vertical rod exit devices as Less Bottom Rod (LBR) unless otherwise indicated. Provide dust proof strikes where thermal pins are required to project into the floor. 7. Narrow Stile Applications: At doors constructed with narrow stiles, or as specified in Hardware Sets, provide devices designed for maximum 2" wide stiles. 8. Dummy Push Bar: Nonfunctioning push bar matching functional push bar. 9. Rail Sizing: Provide exit device rails factory sized for proper door width application. 10. Through Bolt Installation: For exit devices and trim as indicated in Door Hardware Sets. B. Conventional Push Rail Exit Devices (Heavy Duty): ANSI/BHMA A 156.3, Grade 1 certified panic and fire exit hardware devices furnished in the functions specified in the Hardware Sets. Exit device latch to be stainless steel, pullman type, with deadlock feature. C. Acceptable Manufacturers: 1. Corbin Russwin Hardware (RU) - ED4000 / ED5000 Series. 2. Sargent Manufacturing (SA) - 80 Series. 3. Yale Locks and Hardware (YA) - 7000 Series. 2.10 DOOR CLOSERS A. All door closers specified herein sliall meet or exceed the following criteria: 1. General: Door closers to be from one manufacturer, matching in design and style, with the same type door preparations and templates regardless of application or spring size. Closers to be non -handed with full sized covers including installation and adjusting information on inside of cover. 2. Standards: Closers to comply with UL-1 OC for Positive Pressure Fire Test and be U.L. listed for use of fire rated doors. 3. Cycle Testing: Provide closers which have surpassed 15 million cycles in a test witnessed and verified by UL. 4. Size of Units: Comply with manufacturer's written recommendations for sizing of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Where closers are indicated for doors required to be accessible to the physically handicapped, provide units complying with ANSI ICC/A 117.1. 5. Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in Hardware Sets. 6. Closers sliall not be installed on exterior or corridor side of doors; where possible install closers on door for optimum aesthetics. 7. Closer Accessories: Provide door closer accessories including custom templates, special mounting brackets, spacers and drop plates, and through -bolt and security type fasteners as required for proper installation. 03871714 DOOR HARDWARE 08700 - 9 11/15 B. Door Closers, Surface Mounted (Commercial Duty): ANSIBHMA 156.4, Grade 1 certified surface mounted, institutional grade door closers with complete spring power adjustment, y sizes 1 thru 6; and frilly operational adjustable according to door size, frequency of use, and opening force. Closers to be rack and pinion type, one piece cast iron or aluminum alloy body construction, with adjustable backcheck, closing sweep, and latch speed control valves. Provide non -handed units standard. . } C. Acceptable Manufacturers: 1. Corbin Russwin Hardware (RU) - DC6000 Series. 2. Norton Door Controls (NO) - 8500 Series. 3. Sargent Manufacturing (SA) - 1431 Series. 4. Yale Locks and Hardware (YA) - 3500 Series. 2.11 DOOR STOPS AND HOLDERS A. General: Door stops and holders to be of type and design as specified below or in the Hardware Sets. B. Door Stops and Bumpers: ANSI/BHMA A156.16, Grade 1 certified door stops and wall bumpers. Provide wall bumpers, either convex or concave types with anchorage as indicated, unless floor or other types of door stops are specified in Hardware Sets. Do not mount floor stops where they will impede traffic. Where floor or wall bumpers are not appropriate, provide overhead type stops and holders. C. Acceptable Manufacturers: 1. Rockwood Manufacturing (RO). D. Overhead Door Stops and Holders: ANSI/BHMA Al 56.6, Grade 1 certified overhead stops and holders to be surface or concealed types as indicated in Hardware Sets. Track, slide, arm and jamb bracket to be constructed of extruded bronze and shock absorber spring of heavy tempered steel. Provide non -handed design with mounting brackets as required for proper operation and function. E. Acceptable Manufacturers: 1. Rixson Door Controls (RF). 2. Rockwood Manufacturing (RO). 3. Sargent Manufacturing (SA). 2.12 ARCHITECTURAL SEALS A. General: Thresholds, weatherstripping, and gasket seals to be of type and design as specified below or in the Hardware Sets. Provide continuous weatherstrip gasketing on exterior doors and provide smoke, light, or sound gasketing on interior doors where indicated. At exterior applications provide non -corrosive fasteners and elsewhere where indicated. B. Smoke Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke control ratings indicated, based on testing according to UL 1784. 1. Provide smoke labeled perimeter gasketing at all smoke labeled openings. C. Fire Labeled Gasketing: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated, based on testing according to UL-I OC. 1. Provide intumescent seals as indicated to meet UL 1 OC Standard for Positive Pressure Fire Tests of Door Assemblies, and UBC 7-2, Fire Tests of Door Assemblies. D. Sound -Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting agency, for sound ratings indicated. 03871714 DOOR HARDWARE 08700 - 10 11/15 E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily replaceable and readily available from stocks maintained by manufacturer. F. Acceptable Manufacturers: 1. National Guard Products (NG). 2. Pemko Manufacturing (PE). 3. Reese Enterprises, Inc. (RS). 2.13 FABRICATION A. Fasteners: Provide door hardware manufactured to comply with published templatesy generally prepared for machine, wood, and sheet metal screws. Provide screws according to manufacturers recognized installation standards for application intended. 2.14 FINISHES A. Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes complying with ANSI/BHMA A 156. l 8, including coordination with traditional U.S. finishes indicated by certain manufacturers for their products. B. Provide quality of finish, including thickness of plating or coating (if any), composition, hardness, and other qualities complying with manufacturer's standards, but in no case less than specified by referenced standards for the applicable units of hardware. C. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine scheduled openings, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Notify architect of any discrepancies or conflicts between the door schedule, door types, drawings and scheduled hardware. Proceed only after such discrepancies or conflicts have been resolved in writing. 3.2 PREPARATION A. Hollow Metal Doors and Frames: Comply with ANSI/DHI A115 series. B. Wood Doors: Comply with ANSI/DHI Al 15-W series. 3.3 INSTALLATION A. Install each item of mechanical and electromechanical hardware and access control equipment to comply with manufacturer's written instructions and according to specifications. 1. Installers are to be trained and certified by the manufacturer on the proper installation and adjustment of fire, life safety, and security products including: hanging devices; locking devices; closing devices; and seals. 03871714 DOOR HARDWARE 08700 - 11 i 11/15 _l. B. MountingHeights: Mount door hardware units at heights indicated in following applicable g � g pp publications, unless specifically indicated or required to comply with governing regulations: 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 2. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." 3. Where indicated to comply with accessibility requirements, comply with ANSI A117.1 "Accessibility Guidelines for Buildings and Facilities." 4. Provide blocking in drywall partitions where wall stops or other wall mounted 5 hardware is located. C. Retrofitting: Install door hardware to comply with manufacturer's published templates and written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 9 Sections. Do not install surface -mounted items until finishes have been completed on substrates involved. ¢ D. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 7 Section "Joint Sealants." E. Storage: Provide a secure lock up for hardware delivered to the project but not yet installed. Control the handling and installation of hardware items so that the completion of the work will not be delayed by hardware losses before and after installation. 3.4 FIELD QUALITY CONTROL A. Field Inspection: Supplier will perform a final inspection of installed door hardware and state in report whether work complies with or deviates from requirements, including whether door hardware is properly installed, operating and adjusted. 3.5 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 3.6 CLEANING AND PROTECTION A. Protect all hardware stored on construction site in a covered and dry place. Protect exposed hardware installed on doors during the construction phase. Install any and all hardware at the latest possible time frame. B. Clean adjacent surfaces soiled by door hardware installation. C. Clean operating items as necessary to restore proper finish. Provide final protection and maintain conditions that ensure door hardware is without damage or deterioration at time of owner occupancy. 3.7 DEMONSTRATION A. Instruct Owner's maintenance personnel to adjust, operate, and maintain mechanical and electromechanical door hardware. 03871714 DOOR HARD WARE 08700 - 12 11/15 j 3.8 DOOR HARDWARE SCHEDULE A. The hardware sets represent the design intent and direction of the owner and architect. They are a guideline only and should not be considered a detailed hardware schedule. Discrepancies, conflicting hardware and missing items should be brought to the attention of the architect with corrections made prior to the bidding process. Omitted items not included in a hardware set should be scheduled with the appropriate additional hardware required for proper application and functionality. B. Refer to Hardware Schedule below for hardware sets. C. Manufacturer's Abbreviations: 1. MK - McKinney 2. PE - Pemko 3. RO - Rockwood 4. SA - Sargent 5. HS - HES 6. RF - Rixson 7. NO -Norton 8. 00 - Other Hardware Schedule Set: 1.0 Doors: 132, 132B, 132C Hinge TA2714 4-1/2" x 4-1/2" US26D MK Classroom Lock 8237 LNL US26D SA Surface Closer 8501 689 NO Kick Plate K1050 16" x 2" LDW 630 RO Wall Stop (concave) 409 US32D RO Set: 2.0 Doors: 124, 129, 130 Hinge TA2714 4-1/2" x 4-1/2" US26D MK Privacy Set 8265 LNL US26D SA Surface Closer 8501 689 NO Kick Plate KI050 16" x 2" LDW 630 RO Wall Stop (concave) 409 US32D RO 03871714 DOOR HARDWARE 08700 - 13 11/15 Set: 3.0 Hinge TA2714 4-1/2" x 4-1/2" US26D MK Storeroom Lock 8204 LNL US26D SA Surface Overhead Stop 10-X36 689 RF Set: 4.0 Doors: 107, 124A, 127, 129A Hinge TA2714 4-1/2" x 4-1/2" US26D MK Storeroom Lock 8204 LNL US26D SA Surface Closer PR8501 689 NO Wall Stop (concave) 409 US32D RO Set: 5.0 Doors: 113, 123 Hinge TA2714 4-1/2" x 4-1/2" US26D MK Passage Set 8215 LNL US26D SA Surface Closer 8501 689 NO Kick Plate K1050 16" x 2" LDW 630 RO Wall Stop (concave) 409 US321) RO Set: 6.0 Doors: 117 Hinge TA2714 4-1/2" x 4-1/2" US26D MK Classroom Lock 8237 LNL US26D SA Surface Closer 8501 689 NO Wall Stop (concave) 409 US321) RO Set: 7.0 Doors: 104, 107A Hinge TA2714 4-1/2" x 4-1/2" US26D MK Classroom Lock 8237 LNL US26D SA Surface Closer 8501 689 NO Kick Plate K1050 16" x 2" LDW 630 RO Wall Stop (concave) 409 US32D RO 03871714 11115 Set: 8.0 DOOR HARDWARE 08700 - 14 Doors: 101, 107B, 119, 119A, 125 Hinge TA2714 4-1/2" x 4-1/2" US26D MK Storeroom Lock 8204 LNL US26D SA Electric Strike 1006 630 HS Surface Closer 8501 689 NO Kick Plate K1050 16" x 2" LDW 630 RO Wall Stop (concave) 409 US32D RO ElectroLynx Harness QC-C1500 MK Furnished by Security Power Supply Contractor 00 Card Reader Furnished by Security 00 Contractor Furnished by Security Push Button Contractor 00 Set: 9.0 Hinge TA2714 4-1/2" x 4-1/2" US26D MK Classroom Lock 8237 LNL US26D SA Surface Closer 8501 689 NO Wall Stop (concave) 409 US32D RO Set: 10.0 Doors: 125A Hinge TA2714 4-1/2" x 4-1/2" US26D MK Storeroom Lock 8204 LNL US26D SA Electric Strike 1006 630 HS Surface Closer 8501 689 NO Kick Plate K1050 16" x 2" LDW 630 RO Wall Stop (concave) 409 US32D RO ElectroLynx Harness QC-C 1500 MK Furnished by Security Power Supply Contractor 00 Furnished by Security Card Reader Contractor 00 Furnished by Security Push Button Contractor 00 Set: 11.0 03871714 DOOR HARDWARE 08700 - 15 11/15 Doors: 105, 106, 108, 109, 110, 111, 112, 114, 118, 122, 134, 135, 136, 138, 139, 139A, 140 Hinge Office Lock Wall Stop (concave) Doors: 141, 142 Hinge Push Plate Pull Plate Surface Closer Kick Plate Wall Stop (concave) Doors: 137 Hinge Exit Device Electric Strike Surface Closer Kick Plate Wall Stop (concave) Gasketing ElectroLynx Harness Power Supply Card Reader Push Button Doors: 116, 121 Hinge Flush Bolt Dust Proof Strike Storeroom Lock TA2714 4-1/2" x 4-1/2" 8205 LNL 409 Set: 12.0 TA2714 4-1/2" x 4-1/2" 70C 10700C 8501 K1050 16" x 2" LDW 409 Set: 13.0 TA2714 4-1/2" x 4-1/2" 12 8813 ETL 9600 PR8501 K1050 16" x 2" LDW 409 S88D QC-C 1500 Furnished by Security Contractor Furnished by Security Contractor Furnished by Security Contractor Set: 14.0 TA2714 4-1/2" x 4-1/2" 555 570 8204 LNL US26D MK US26D SA US32D RO US26D MK US32D RO US32D RO 689 NO 630 RO US32D RO US26D MK US32D SA 630 HS 689 NO 630 RO US32D RO PE MK US26D MK US26D RO US26D RO US26D SA 03871714 DOOR HARDWARE 08700 - 16 11/15 Surface Closer CLP8501 689 NO Wall Stop (concave) 409 US32D RO Set: 15.0 Doors: 132A Sliding Door Hdwe HF4/100A/5 PE Door Pull 110 Mtg-Type 5 US26D RO Set: 15.1 Doors: 143 Sliding Door Hdwe HF4/100A/8 PE Door Pull 110 Mtg-Type 5 US26D RO END OF SECTION 03871714 DOOR HARDWARE 08700 - 17 11/15 SECTION 08800 GLAZING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass for aluminum frame work. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 10800 - Toilet Accessories: Framed mirrors. 1.2 REFERENCES A. ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. B. ASCE 7-95 - Minimum Design Loads for Buildings and other Structures. C. ASTM C864 - Dense Elastomeric Compression Seal, Gaskets, Setting Blocks and Spacers. D. ASTM C920 - Elastomeric Joint Sealants. E. ASTM C1048 - Heat -Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated Glass. F. ASTM C 1281 — Preformed Tape Sealants for Glazing Applications. G. ASTM C1311 -Solvent Release Sealants. H. ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls and Doors by Uniform Static Air Pressure Difference. I. ASTM E546 - Test Method For Frost Point of Sealed Insulating Glass Units. J. ASTM E576 - Test Method For Dew/Frost Point of Sealed Insulating Glass Units in Vertical Position. K. ASTM E773 - Test Method for Accelerated Weathering of Sealed Insulating Glass Units. L. ASTM E774 — Classification of this Durability of Sealed Insulating Glass Units. M. ASTM E2010 - Standard Test Method for Positive Pressure Fire Tests of Window Assemblies. N. ASTM E4802 - Poly (Methyl Methacrylate) Acrylic Plastic Sheet. O. ASTM F 1233 - Standard Test Method for Security Glazing Materials and Systems. P. GANA - Glazing Manual. Q. GANA - Sealant Manual. R. FS TT-C-00598 - Caulking Compound, Oil and Resin Base Type. S. FS TT-G-410 - Glazing Compound, Sash (Metal) for Back Bedding and Face Glazing (Not for Channel or Stop Glazing). T. SIGMA - Sealed Insulated Glass Manufacturers Association. 1.3 PERFORMANCE REQUIREMENTS A. Provide continuity of building enclosure vapor and air barrier: 1. In conjunction with materials described in Section 07900. 2. Maintain continuous air and vapor barrier throughout glazed assembly from glass __. pane to heel bead of glazing sealant. 03171714 GLAZING 08800 - 1 11/15 i B. Size lass to withstand dead loads and positive and negative live loads acting normal to lane g p g b P of glass as calculated in accordance with ASCE 7-95 code to a design pressure of 20 lb/sq. ft. as measured in accordance with ANSUASTM E330. C. Limit glass deflection to 1/200 flexure limit of glass with full recovery of glazing materials, whichever is less. D. Provide wireless fire -rated glazing listed for use in non -impact safety -rated locations with fire rating specified to meet positive pressure test requirements of ASTM E2010. 1.4 SUBMITTALS A. Product Data �- 1. Glass: a. Provide structural, physical and environmental characteristics, size limitations, special handling or installation requirements. b. Polycarbonate material manufacturer's recommendations for cleaning materials and methods. C. Provide copy of manufacturer's sample warranty. 2. Glazing Sealants, Compounds and Accessories: Provide chemical, functional, and ' environmental characteristics, limitations, special application requirements. B. Manufacturer's Installation Instructions: Indicate special precautions required. C. Samples: I. Submit four samples, minimum 6 x 6 inch in size, illustrating glass units. Mark each sample to match glazing legend. 2. Submit 3 inch long bead of glazing sealant, color as scheduled. D. Manufacturer's Certificates 1. Certify that glass meets or exceeds requirements of CPSC 16 CFR Part 1201 for Category I and II materials. 2. Certify that sealed insulating glass units meet or exceed specified requirements. 3. Compatibility test report from manufacturer of insulating glass edge sealant indicating that glass edge sealants were tested for compatibility with other glazing materials including sealants, glazing tape, gaskets, setting blocks, and edge blocks. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with GANA Glazing Manual, GANA Sealant Manual and GANA Laminators Safety Glass Association - Standards Manual for glazing installation methods. B. Provide each lite of safety glazing with permanent marking indicating compliance with specified standard(s). C. Provide each lite of fire -rated glazing with permanent marking indicating compliance with specified standard(s). 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not install glazing when arnbient temperature is less than 50 degrees F. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. 1.7 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on Drawings. 03871714 11/15 GLAZING 08800 - 2 r 1 1.8 COORDINATION A. Coordinate the Work with glazing frames, wall openings, and perimeter air and vapor seal to adjacent Work. 1.9 WARRANTY A. Provide Warranties in accordance with Section 01700. 1 B. Five year manufacturer's warranty: 1. Insulating Glass Units: Include coverage for from seal failure, interpane dusting or misting, and replacement of same. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Flat Glass Materials 1. Libbey-Owens-Ford Co. 2. PPG Industries, Inc. 3. Spectrum Glass Products, Inc. 4. Viracon. B. Glazing Compounds 1. Dow Corning Corp. 2. GE Silicones. 3. Norton Co. 4. Pecora Corp. 5. Tremco Mfg. Co. 6. VIP Enterprises, Inc. C. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Glazing 1. G 1 - Tempered Glass: ASTM C 1048, Kind FT - Fully tempered with horizontal tempering; Condition A, uncoated; Type I - Transparent Glass, Flat; Class 1 clear; Quality q3 glazing select; conforming to ANSI Z97. I; thickness as noted on drawings. B. Mirror Glass: ASTM C1036, Type I - Transparent Glass, Flat; Class 1 - Clear; Quality ql mirror select; 3/16 inch thick minimum. C. Glazing Compounds 1. Butyl Sealant: ASTM C1085; Shore A hardness of 10-20 bronze color; non -skinning. 2. Silicone Glazing Sealant: ASTM C920, Type S, Grade NS, Class and Use suitable foi' glazing application indicated; single component; chemical curing; capable of water immersion without loss of properties; non -bleeding, cured Shore A hardness of 15 to 25. a. Type: 899 manufactured by Dow Corning. b. Color: Clear. C. Structural Silicone: Provide high -modulus structural silicone glazing materials where sealant bonds glass to substrate. 03871714 GLAZING 08800 - 3 11/15 4 D. Glazing Accessories 1. Setting Blocks: Type as recommended by glazing manufacturer for compatability with edge seal of insulating glazing units, 80 - 90 Shore A durometer hardness, length of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet - space minus 1/16 inch x height to suit glazing method and pane weight and area. 2. Spacer Shims: Neoprene, 50 - 60 Shore A durometer hardness, minimum 3 inch long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. 3. Glazing Tape: ASTM C1281, preformed butyl compound with integral resilient tube spacing device; 10 - 15 Shore A durometer hardness; coiled on release paper; size as required for glazing channel; black color. -' 4. Glazing Gaskets: ASTM C864 Resilient type as recommended by glazing manufacturer for framing system furnished with extruded shape to suit glazing channel retaining slot; black color. t_ 5. Glazing Clips: Manufacturer's standard type. 6. Mirror Attachment Accessories: Stainless steel clips. f_.. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that openings for glazing are correctly sized and within tolerance. B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing. 3.2 PREPARATION A. Clean contact surfaces with solvent and wipe dry. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant in accordance with sealant manufacturer's instructions. 3.3 INSTALLATION A. General 1. Comply with combined recommendations of manufacturers of glass, sealants, gaskets, and other glazing materials, except where more stringent requirements are indicated, including those in referenced glazing publications. 2. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. 3. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. 4. Provide spacers for glass sizes larger than 50 united inches (length plus height) as follows: a. Locate spacers inside, outside, and directly opposite each other. Install correct size and spacing to preserve required face clearances, except where gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and comply with system performance requirements. 03871714 GLAZING 08800 - 4 11115 b. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. S. Provide edge blocking to comply with requirements of referenced glazing publications, unless otherwise required by glass manufacturer. 6. Install elastomeric setting blocks in sill rabbets, sized and located to comply with referenced glazing standard, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. 3.4 CLEANING A. Remove glazing materials from finish surfaces. B. Remove labels after work is complete. C. Clean glass and mirrors. 3.5 PROTECTION OF FINISHED WORK A. After installation, mark pane with an 'X' by using removable plastic tape or paste. Do not mark heat absorbing or reflective glass units. END OF SECTION 03871714 GLAZING 08800 - 5 11/15 SECTION 09250 GYPSUM BOARD SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal stud wall framing. 2. Framing accessories. 3. Acoustical sealant. 4. Gypsum board. S. Cementitious backer board. 6. Taped and sanded joint treatment. 7. Texture finish. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 - Wood Blocking and Curbing: Wood blocking for support of surface mounted accessories specified in other sections. 3. Section 08110 — Hollow Metal Frames. 4. Section 09310 — Ceramic Tile. 5. Section 09912 — Interior Painting: Surface finish. 1.2 REFERENCES A. ANSI A118.9 - Cementitous Backer Units. B. ASTM A653 - General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. C. ASTM B221 - Aluminum -alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. D. ASTM C475 - Joint Compound and Joint Tape for Finishing Gypsum Board. E. ASTM C514 - Nails for the Application of Gypsum Board. F. ASTM C557 - Adhesive for Fastening Gypsum Wallboard to Wood Framing. G. ASTM C645 — Nonstructural Steel Framing Members. H. ASTM C754 - Installation of Steel Framing Members to Receive Screw -Attached Gypsum Panel Products. I. ASTM C840 - Application and Finishing of Gypsum Board. J. ASTM C954 - Steel Drill Screws for the Application of Gypsum Board or Metal Plaster Bases to Steel Studs from 0.033 inches to 0.112 inches in Thickness. K. ASTM C 1002 — Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs. L. ASTM C 1047 - Accessories for Gypsum Wallboard and Gypsum Veneer Base. M. ASTM C1325 - Non -Asbestos Fiber -Mat Reinforced Cement Substrate Sheets. N. ASTM C1396 - Standard Specification for Gypsum Board. O. ASTM D3678 - Rigid Poly (Vinyl Chloride)(PVC) Interior Profile Extrusions. P. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials. Q. ASTM E96 — Water Vapor Transmission of Materials. R. ASTM El 19 - Fire Tests of Building Construction and Materials. S. ASTM E336 - Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions. 03871714 GYPSUM BOARD SYSTEMS 09250 - 1 11/15 4 T. ASTM E1190 - Strength of Power -Actuated Fasteners Installed in Structural Members. U. FM I-21 - Fire Resistance of Building Assemblies. V. FS FF-P-395 (Rev. C) - Pin, Drive Guided and Pin Driver, Powder Actuated (Fasteners for Powder Actuated and Hand Actuated Fastening Tools). W. GA-214 - Levels of Gypsum Board Finish. X. GA-600 - Fire Resistance Design Manual. Y. UL - Fire Resistance Directory and Building Material Directory. Z. WHI - Certification Listings. 1.3 SYSTEM DESCRIPTION AND PERFORMANCE A. Design system to accommodate construction tolerances, deflection of building structural members, and clearances of intended openings. B. Partition Component Sizes and Spacings: Design and provide steel framing member sizes and spacing as indicated but not less than that required to comply with ASTM C 754 under the following maximum deflection and lateral loading conditions: 1. Interior Partitions a. Maximum Deflection: L/240 at 5 lbf per sq. ft.; maximum spacing of 16 inches on center unless otherwise indicated. 2. Ceiling Component Sizes and Spacings: As indicated but not less than that required to comply with ASTM C 754, maximum deflection of U240 and deadload of 5 Ibf per sq. ft. minimum, maximum spacing of 16 inches on center for attachment of ceiling to sub -support and 48 inches on center for attachment of main support to sub -support and to structure unless otherwise indicated. 1.4 SUBMITTALS A. Submit following in accordance with provisions of Section 01330: I . Shop Drawings a. Interior Metal Framing: Indicate special details associated with fireproofing. 2. Product Data: Provide data on metal framing, gypsum board, joint tape, joint compounds and decorative finish. 3. Samples: a. Submit two samples 12 x 12 inch in size illustrating wall texture. 1.5 QUALITY ASSURANCE A. Qualifications 1. Applicator: Company specializing in performing the work of this section with minimum 3 years experience. B. Regulatory Requirements 1. Conform to applicable code for fire rated assembly requirements as scheduled on drawings and conforming to UL as noted. C. Field Samples I. On actual gypsurn board assemblies, prepare field samples of at least 100 sq. ft. in surface area for the following applications. Simulate finished lighting conditions for review of in -place unit of Work. a. Wall surfaces indicated to receive non -textured paint finishes. b. Ceiling surfaces indicated to receive non -textured paint finishes. C. Surfaces indicated to receive textured paint finishes. d. Surfaces indicated to receive textured finishes specified in this Section. 03871714 GYPSUM BOARD SYSTEMS 09250 - 2 I1/15 D. Material Compatibility 1. Obtain finishing materials from either the same manufacturer that supplies gypsum board and other panel products or from a manufacturer acceptable to gypsum board manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, or bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside under cover and keep dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. C. Neatly stack gypsum panels flat to prevent sagging. D. Handle gypsum board to prevent damage to edges, ends, and surfaces. E. Do not bend or otherwise damage metal corner beads and trim. 1.7 PROJECT CONDITIONS A. Environmental Conditions 1. General: Establish and maintain environmental conditions for applying and finishing gypsum board to comply with ASTM C840 and with gypsum board manufacturer's recommendations. 2. Room Temperatures a. For nonadhesive attachment of gypsum board to framing, maintain not less than 40 deg F. b. For adhesive attachment and finishing of gypsum board, maintain not less than 50 deg F for 48 hours prior to application and continuously after until dry. C. Do not exceed 95 deg F when using temporary heat sources. 3. Ventilation: Ventilate building spaces, as required, for drying joint treatment materials. Avoid drafts during hot dry weather to prevent finishing materials from drying too rapidly. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Metal Studs 1. A11Steel & Gypsum Products, Inc. 2. California Expanded Metal Products Company (CEMCO). 3. Clark DietrichT' Building Systems. 4. Consolidated Fabricators Corp.; Building Products Division. 5. Craco Mfg., Inc. 6. Custom Stud Inc. 7. Design Shapes in Steel. 8. Marino WARE. 9. Olmar Supply, Inc. 10. SCAFCO Corporation. 11. State Building Products, Inc. 12. Steel Construction Systems. 03871714 GYPSUM BOARD SYSTEMS 09250 - 3 11/15 13. Super Stud Building Products, Inc. 14. Telling Industries, LLC. B. Gypsum Board 1. American Gypsum. 2. BPB America, Inc. 3. CertainTeed/Saint-Gobain. 4. Georgia-Pacific Gypsum LLC. 5. National Gypsum Co. 6. PABCO Gypsum. 7. USG Corp. C. Accessories 1. Celotex Building Products. 2. Fire Trak Corp. 3. Flex -Ability Concepts. 4. Georgia-Pacific Gypsum LLC. 5. National Gypsum Co. 6. The Steel Network, Inc. 7. USG Corp. D. Substitutions: Section 01600 - Product Requirements. 2.2 MATERIALS A. Interior Framing 1. Studs a. To Receive Gypsum Board: ASTM C645; galvanized sheet steel, minimum 26 gage thick (unless otherwise specified or required by partition height for loading specified in "SYSTEM DESCRIPTION AND PERFORMANCE"), C shape, with knurled faces. Double 20 gage studs at door frame jambs. 2. Bottom Tracks: ASTM C645; galvanized sheet steel, same as studs, C shape, with knurled faces. 3. Top Tracks a. Partitions Not Extending to Bottom of Deck or Structure: Same material and construction as bottom track. b. Partitions Extending to Bottom of Deck or Structure: At contractor's option, provide shop fabricated deflection track or deep leg track with deflection clips complying with the following; 1) Deflection Track: Galvanized sheet steel, same gage as metal studs, C shaped, with minimum 3 inch legs offset 5/3 inch at the midpoint. Track equal to "Shadowline" design by Fire Track. 2) Deep Leg Track: Stud manufacturer's galvanized sheet steel, same gage as metal studs, C shaped, with minimum 3 inch legs. 3) Deflection Clips: Galvanized sheet steel, same gage as metal studs, L shaped, with 2 or 3 slots as required by stud depth with allowance for '/a inch maximum vertical deflection. Clips equal to Steel Network SL or SLD series. 4. Furring, Framing and Accessories: ASTM C645. 5. Interior Channels: ASTM C645; Hot or Cold -rolled steel, rust inhibitive coating. 6. Grid Suspension System for Interior Ceilings: ASTM C645, manufacturer's standard direct -hung grid suspension system composed of main beams and cross furring members that interlock to form a modular supporting network. 03571714 GYPSUM BOARD SYSTEMS 09250 - 4 11/15 7. Steel Resilient Furring Channels: Manufacturer's standard product designed to reduce sound transmission, fabricated from steel sheet complying with ASTM A 525 or ASTM A 568 to form 1/2-inch-deep channel of the following configuration: a. Single -Leg Configuration: Asymmetric -shaped channel with face connected to a single flange by a single slotted leg (web). b. Double -Leg Configuration: Hat -shaped channel, with 1-1/2-inch-wide face connected to flanges by double slotted or expanded metal legs (webs). f C. Configuration: Either configuration indicated above. B. Gypsum Board 1. Standard Gypsum Board: ASTM C1396; 5/8 inch thick except where otherwise scheduled, maximum permissible length; ends square cut, tapered edges. 2. Fire Rated Gypsum Board: ASTM C1396; fire resistive type, UL rated; 5/8 inch thick except where otherwise scheduled, maximum permissible length; ends square cut, tapered edges. 3. Moisture Resistant Gypsum Board: ASTM C1396; 5/8 inch thick except where otherwise scheduled, maximum permissible length; ends square cut, tapered edges. C. Accessories �{ 1. Trim: a. Corner Beads: ASTM C1047; Galvanized steel with knurled faces, 1-1/4 inch wide flanges. Provide flexible corner beads where required for curved (arched) edges. b. Edge Trim: ASTM C 1047; Galvanized steel with knurled faces, types as indicated. C. J-Wallboard Casing: ASTM C 1047; Galvanized steel with knurled faces,_ face -nailed type with exposed surface requiring joint treatment unless otherwise indicated. d. Expansion/Control Joint Trim: One-piece, rolled zinc with V-shaped slot and r removable strip covering slot opening. 2. Furring Brackets: ASTM C645; galvanized steel. Serrated -arm type, adjustable, minimum thickness of base (uncoated) metal of 0.0329 inch, designed for screw attachment to steel studs and steel rigid furring channels used for furring. 3. Joint Materials: ASTM C475; reinforcing tape, joint compound, adhesive, and water. 4. Wall and Ceiling Texture: Latex based aggregated texturing material. 5. Fasteners a. Framing to Substrate: Tie wire, nails, screws and other metal supports, of type and size to suit application; to rigidly secure materials in place. b. Powder -Actuated Fasteners in Concrete: FS FF-P-395 (Rev. C), size and type recommended by framing manufacturer. C. Metal Framing to Metal Framing: Manufacturer's standard screw attachments. d. Gypsum Board to Metal Framing 1) Screws complying with ASTM C954; type as required for substrate „ indicated. 2) Adhesive: ASTM C557. e. Gypsum Board to Wood Framing: Nails complying with ASTM C514. 6. Tie and Hanger Wire: ASTM A 641, Class 1 zinc coating, soft temper, with capability to sustain, without failure, a load equal to 10 times that imposed by �. ceiling construction, as determined by testing per ASTM E 1190 conducted by a qualified testing agency. 03 871714 GYPSUM BOARD SYSTEMS 09250 - 5 11/15 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01300. B. Verify that site conditions are ready to receive work and substrates to which gypsum board assemblies attach comply with requirements for installation tolerances and other conditions affecting performance of assemblies specified in this Section. C. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Metal Studs 1. General a. Install studs in accordance with ASTM C754 and manufacturer's instructions. b. Metal Stud Spacing: Maximum of 16 inches on center or less as required to meet "SYSTEM DESCRIPTION AND PERFORMANCE" criteria (regardless of fire rated partition allowances for wider spacings). 2. Form all corners and intersections using conventional three stud framing. 3. Interior Partition a. Refer to Drawings for indication of partitions extending through the ceiling bracing and for partitions extending through the ceiling structure above. b. Non -Fire Rated Partitions: Brace partitions, extending above ceiling only, with runner track running diagonally from top of partition to underside of roof or floor deck above and space alternately at 4 feet on center maximum. C. Fire Rated Partitions 1) Where open web steel joists are used as the framing members. Maintain clearance under structural building members to avoid deflection transfer to studs. 2) Provide deflection track at head of all full height partitions and install in accordance with manufacturer's written instructions. 3) Frame all sides of openings for ducts of any size. 4) Frame all sides of openings for fire dampers, smoke dampers and combination fire/smoke dampers in accordance with damper manufacturer's listed assembly. 4. Door Opening Framing: Install double studs at door frame jambs. Install stud tracks on each side of opening, at frame head height, and between studs and adjacent studs. 5. Blocking: Nail or screw wood blocking to studs. Install blocking for support of finish carpentry items, plumbing fixtures, toilet partitions, wall cabinets, toilet accessories, and hardware. 6. Coordinate installation of wood bucks, anchors, and wood blocking with electrical and mechanical work to be placed within or behind stud framing. B. Ceiling Framing 1. Install in accordance with ASTM C754 and manufacturer's instructions. 2. Coordinate location of hangers with other work. 3. Install ceiling framing independent of walls, columns, and above ceiling work. 4. Reinforce openings in ceiling suspension system which interrupt main carrying channels or furring channels, with lateral channel bracing. Extend bracing minimum 24 inches past each end of openings. 5. Laterally brace entire suspension system. 03871714 GYPSUM BOARD SYSTEMS 09250 - 6 I1/15 C. Gypsum Board 1. Install gypsum board in accordance with ASTM C840 and manufacturer's instructions. 2. Erect single layer standard gypsum board in most economical direction, with ends and edges occurring over firm bearing. 3. Erect single layer fire rated gypsum board, with edges and ends occurring over firm bearing. 4. Use screws when fastening gypsum board to metal furring or framing. 5. Treat cut edges and holes in moisture resistant gypsum board with sealant. 6. Control Joints a. Place control joints consistent with lines of building spaces as required by ASTM C840. b. Install control joints in walls exceeding 30 feet in length when walls do not have a change in plane. C. Install control joints centered above each jamb of all door frames. Extend control joint from top of frame head to top of partition. d. Install control joints in gypsum board ceilings where the horizontal plane of inside/outside corners occur, at change in vertical planes and other locations indicated on the drawings. Continue horizontal plane control joints up vertical face of gypsum board when a change in vertical plane occurs. 7. Place corner beads at all exposed external corners. Use longest practical length. Place edge trim where gypsum board abuts dissimilar materials at all exposed locations. Leave a 1/4 inch space between edge trim and dissimilar material. Seal joint with sealant specified in Section 07900. D. Joint Treatment 1. Gypsum Board: Install joint treatment in conformance with ASTM C840 and to level as defined by GA-2 l4 and as scheduled at the end of this Section. 2. Cementitious Backing Board: Tape joints and corners in accordance with manufacturer's written instructions. E. Texture Finish 1. Walls: Spray apply medium finish texture coating in accordance with manufacturer's instructions and approved sample, to all surfaces scheduled to receive paint. 2. Ceilings: Spray apply medium finish texture coating in accordance with manufacturer's instructions and approved samples. 3.3 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from plumb and true Flatness: 1/8 inch in 10 feet in any direction. 3.4 JOINT TREATMENT SCHEDULE A. Level 1: All gypsum board surfaces concealed above ceilings. B. Level 2: All gypsum board surfaces scheduled to receive ceraunic tile and behind fixed millwork. C. Level 3: All gypsum board surfaces scheduled to receive spray applied texture. D. Level 4: All gypsum board surface scheduled to receive flat paint. E. Level 5: All gypsum board surfaces scheduled to receive a smooth, non -textured finish. END OF SECTION 03871714 GYPSUM BOARD SYSTEMS 09250 - 7 11/15 SECTION 09310 CERAMIC TILE PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Porcelain tile. 2. Metal edge strips. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 07900 — Joint Sealers: Sealing of expansion, contraction, control, and isolation joints in tile surfaces. 3. Section 09250 — Gypsum Board Systems: Cementitious backer units. 1.2 DEFINITIONS A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A 137.1 apply to Work of this Section unless otherwise specified. B. ANSI/TCNA A 108.10 — Installation of Grout in Tilework. C. ANSI/TCNA A 118.6 — Ceramic Tile Grouts. D. ANSI/TCNA A137.1 — Specifications for Ceramic Tile. E. ASTM C 1027 — Standard Test Method for Determining Visible Abrasion Resistance of Ceramic Tile. F. ASTM C 1028 — Standard Test Method for Determining the Static Coefficient of Friction. G. TCNA (Tile Council of North America) — Handbook for Ceramic Tile Installation. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product, indicating material specifications, characteristics, and instructions for using adhesives and grouts. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in the substrates and finished tile surfaces. C. Samples for Initial Selection: For tile, grout, and accessories involving color selection. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Master Grade Certificates: For each shipment, type, and composition of tile, signed by tile manufacturer and Installer. C. Product Certificates: For each type of product. D. Product Test Reports: For tile -setting and -grouting products and certified porcelain tile. 03871714 CERAMIC TILE 09310 - 1 11/15 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match and are fi•om same production runs as products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed for each type, composition, color, pattern, and size indicated. 2. Grout: Furnish quantity of grout equal to 3 percent of amount installed for each type, composition, and color indicated. 1.6 QUALITY ASSURANCE A. Installer Qualifications: 1. Installer is a five-star member of the National Tile Contractors Association or a Trowel of Excellence member of the Tile Contractors' Association of America. 2. Installer's supervisor for Project holds the International Masonry Institute's Foreman Certification. 3. Installer employs Ceramic Tile Education Foundation Certified Installers or installers recognized by the U.S. Department of Labor as Journeyman Tile Layers. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI A137.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing. I'S FIELD CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Tile: Obtain tile of each type and color or finish from single source or producer. 1. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from single manufacturer and each aggregate from single source or producer. 1. Obtain setting and grouting materials, except for unmodified Portland cement and aggregate, fi•om single manufacturer. 03871714 CERAMIC TILE 09310 - 2 11/15 C. Source Limitations for Other Products: Obtain each of the following products specified in this Section from a single manufacturer: 1. Metal edge strips. 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements unless otherwise indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified. C. Factory Blending: For tile exhibiting color variations within ranges, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. 2.3 TILE PRODUCTS A. Acceptable Manufacturers 1. Concept Surfaces. 2. Daltile. 3. Horizon Tile. 4. Pantheon. B. Basis -of -Design 1. Floor Tile: Daltile/Alta Vista a. Type: Porcelain. b. Size: 18 inch by 18 inch. C. Thickness: 1/4 inch, or 3/8 inch. d. Face: Pattern with cushion edges. e. Moisture Absorption: < 0.5 percent. f. Edge: Non -rectified. g. Dynamic Coefficient of Friction: Not less than 0.42. h. Color: Desert Sand AV50 or approved equal. 2. Wall Tile: Daltile/Folio One a. Type: Ceramic Wall Tile. b. Size: 4 inch by 4 inch. C. Thickness: 3/8 inch. d. Moisture Absorption: < 16.3 percent. e. Color: Urban Putty 0161 or approved equal. C. Adhesives 1. Epoxy Adhesives: ANSI/TCNA A108A; thinset bond type. 2. Portland Cement Mortar: ANSI/TCNA A108.2; thickset a. To be used in toilet shower wallboard and all toilet floors. D. Grout 1. Premixed cementitious with latex additives; ANSI 1118.6. 2. Colors: As selected by Interior Designer from manufacturer's full range of colors. 03871714 CERAMIC TILE 09310 - 3 11/15 E. Metal Edge Transitions 1. Description: Extruded aluminum with mill finish of width shown, and maximum length to avoid running joints. a. Tile to Carpet Tile: Schluter Systems — RENO-TK, 1/4 inch anodized aluminum, AETK60. 2.4 THRESHOLDS A. General: Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 1. Bevel edges at 1:2 slope, with lower edge of bevel aligned with or up to 1/16 inch above adjacent floor surface. Finish bevel to match top surface of threshold. Limit height of threshold to 1/2 inch or less above adjacent floor surface. 2.5 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time ( j and other procedures to produce mortars and grouts of uniform quality with optimum j performance characteristics for installations indicated. 2.6 TILE BACKING PANELS A. Cementitious Backer Units: Refer to Section 09250 — Gypsum Board Systems. 2.7 WATERPROOF MEMBRANE A. General: Manufacturer's standard product that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. 2.8 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex -modified, portland cement - based formulation provided or approved by manufacturer of tile -setting materials for installations indicated. B. Metal Edge Strips: Angle or L-shaped, height to match tile and setting -bed thickness, metallic or combination of metal and PVC or neoprene base, designed specifically for flooring applications; stainless -steel, ASTM A 666, 300 Series exposed -edge material. C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by the and grout manufacturers. D. Grout Sealer: Manufacturer's standard product for sealing grout joints and that does not change color or appearance of grout. 03871714 CERAMIC TILE 09310 - 4 11/15 f I PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify that substrates for setting tile are firm; dry; clean; free of coatings that are incompatible with tile -setting materials, including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. B. Verify that substrates are plumb and level and have square corners with the following maximum variations: 1. Subfloor Surface: 1/8 inch from true flat in 10 feet with no abrupt, irregularities greater than 1/32 inch. 2. Vertical Surfaces: a. Deviation from Plumb: 1/8 inch in 8 feet. b. Deviation from Alignment: 1/8 inch in 10 feet. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect surrounding work from damage or disfiguration. B. Vacuum clean existing substrate and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surface to acceptable flatness tolerances. D. Apply conditioner to surfaces as recommended by adhesive manufacturer. 3.3 INSTALLATION A. General 1. Install tile and grout in accordance with manufacturer's instructions. 2. Do not interrupt tile pattern through openings. 3. Cut and fit the tight to penetrations through tile. 4. Form corners and bases neatly. 5. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess adhesive, or excess grout. 6. Allow tile to set for a minimum of 48 hours prior to grouting. 7. Grout tile joints and damp cure for a minimum of 72 hours after installation. 8. Apply sealant in lieu of grout to junction of tile and dissimilar materials and at junction of dissimilar planes. B. Control Joints 1. Provide joints where indicated on drawings, and if not indicated, provide in accordance with TCNA Handbook for Ceramic Tile Installation. 2. Keep control joints free of mortar adhesive or grout. Apply sealant to joints. 3. Seal joint with sealant specified in Section 07900 — Joint Sealers. C. Floor Tile 1. Install in accordance with ANSI 108.5 and TCNA Handbook number F113 for thinset over concrete slab applications. 2. Install in accordance with ANSI A 108/02 for mortar bed installation. 03871714 CERAMIC TILE 09310 - 5 11/15 D. Wall Tile 1. Over masonry walls, install in accordance with ANSI 108.5 and TCNA Handbook number W202. 2. Over cementitious back units, install in accordance with ANSI 108.5 and TCNA Handbook number W244. 3. Over gypsum wallboard, install in accordance with ANSI 108.5 and TCNA Handbook number W243. E. Joint Widths: 1/16 inch. F. Grout Sealer: Apply grout sealer to grout joints according to grout sealer manufacturer's written instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer from tile faces by wiping with soft cloth. 3.4 TOLERANCES A. Install tile with the following variations from true flatness: 1. 1/8 inch in 10 feet in any direction. 2. From edge of tile to edge of adjacent tile: 1/32 inch. B. Install grout with the following variation from flush with tile surface: 1. Maximum 3/64 inch for 1/4 inch wide joint. 2. Maximum 1/16 inch for 3/8 inch wide joint. 3.5 FIELD QUALITY CONTROL A. Sound tile after setting. B. Replace hollow sounding units. 3.6 ADJUSTING AND CLEANING A. Wash tile thoroughly to remove all residue. B. Use of acid in cleaning solution is prohibited. C. Replace all broken, chipped, or otherwise damaged tile. D. Remove and replace tiles that do not conform to specified tolerances. 3.7 PROTECTION A. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. If recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. B. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. C. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. END OF SECTION 03871714 CERAMIC TILE 09310 - 6 11/15 g SECTION 09510 W ACOUSTICAL CEILINGS ( PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Suspended metal grid ceiling system. 2. Acoustical panels. 3. Non ire rated assemblies. 4. Perimeter trim. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 09912 — Interior Painting: Painting existing ceiling suspension system. 3. Division 15 - Sprinkler Systems: Sprinkler heads in ceiling system. 4. Division 15 - Air Outlets and Inlets: Air diffusion devices in ceiling system. 5. Division 16 - Lighting: Light fixtures in ceiling system. 6. Division 16 - Public Address and Music Equipment: Speakers in ceiling system. 1.2 REFERENCES A. ASTM C423 Sound Absorption and Sound Absorption Coefficients by the Reverberation Room Method. B. ASTM C635 - Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings. C. ASTM C636 - Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels. D. ASTM E 84-87 Test Method for Surface Burning Characteristics of Building Materials. E. ASTM E 90-87 Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions. F. ASTM E 119-83 Fire Tests of Building Construction and Materials. G. ASTM E580 - Application of Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels in Areas Requiring Seismic Restraint. H. ASTM El I I I Measuring the Interzone Attenuation of Ceiling Systems. I. ASTM E1414 Airborne Sound Attenuation Between Rooms Sharing a Common Ceiling Plenum. J. ASTM E 1264 Standard Classification for Acoustical Ceiling Products K. CISCA - Acoustical Ceilings: Use and Practice. L. UL - Underwriter's Laboratories, Fire Resistance Directory, System Ratings. M. UL - Underwriter's Laboratories, Building Materials Directory. 1.3 SYSTEM DESCRIPTION A. Installed System: Conform to UL design no. P214, 1 hour rating for Type C 1 acoustic units where indicated on the drawings. 03871714 ACOUSTICAL CEILINGS 09510 - 1 11/15 1.4 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacture of ceiling suspension system and ceiling panels with five years minimum experience. B. Installer: Company with three years minimum documented experience. 1.5 REGULATORY REQUIREMENTS A. Conform to NFPA 101 code for fire rated assembly and combustibility requirements for materials. B. Provide acoustical panels with the following surface burning characteristics as determined by testing identical products per ASTM E 84: 1. Flame Spread: Class I, 0-25. 2. Smoke Developed: 450 or less. C. Identify acoustical panels with appropriate markings of applicable testing and inspecting organization. 1.6 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate grid layout and related dimensioning, junctions with other work or ceiling finishes, interrelation of mechanical and electrical items related to system. Indicate method of suspension where interference exists. C. Product Data 1. Provide product data on metal grid system components, acoustic units, and accessories. 2. Submit manufacturer's standard printed installation instructions. D. Samples I. Submit two samples, 12 x 12 inch in size, illustrating material and finish of acoustic units. 2. Submit two samples each, 12 inches long, of suspension system main runner, cross runner, and edge trim. E. Manufacturer's Installation Instructions: Submit special procedures, and perimeter conditions requiring special attention. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver acoustical units to project site in original unopened packages. B. Store materials in enclosed space protected against damage from moisture, direct sunlight and surface contamination. C. Handle acoustic units careftilly to avoid chipping edges or surface finish. 1.8 PROJECT CONDITIONS A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of40 percent prior to, during, and after acoustic unit installation. 1.9 SEQUENCING/SCHEDULING A. Do not install acoustical ceilings until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. 03871714 ACOUSTICAL CEILINGS 09510 - 2 11/15 B. Schedule installation of acoustic units after interior wet work is dry. 1.10 WARRANTY A. System Warranty: Provide manufacturer's standard 30 year warranty against rust and corrosion of the grid system and sagging, warping or shrinking of Type C panels when installed in accordance with manufacturer's written instructions and using manufacturer's grid system and ceiling panels. B. Grid System: Provide manufacturer's standard 10 year warranty against rust and corrosion when installed in accordance with manufacturer's written instructions. C. Acoustical Panels: Provide manufacturer's standard 10 year warranty against sagging, warping or shrinking of Type C 1 panels when installed in accordance with manufacturer's written instructions. 1.11 EXTRA MATERIALS A. Provide to Owner 1 box of acoustical ceiling unit specified. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Armstrong World Industries; Lancaster, PA B. Celotex Building Products; Tampa, FL C. USG Interiors; Chicago, IL D. Substitutions: Section 01600 - Product Requirements. 2.2 MATERIALS A. Suspension Systems 1. Grid -For Type C I units a. Conformance: ASTM C635, intermediate duty, non -fire rated. b. Materials: Commercial quality cold rolled steel with galvanized coating. C. Exposed T-Bars: 1-1/2" wide shadow line with continuous factory applied closed cell foam gaskets on panel support surface. d. Concealed T-Bars: 15/16" wide upward access. e. Wall Angle 1) Straight Walls: 1-1/2" wide 90 degree L type shadow line type with continuous factory applied closed cell foam gaskets on panel support surface. f. Finish: Factory applied white baked enamel. 2. Grid — For Type C2 units a. Conformance: ASTM C635, intermediate duty, non -fire rated. b. Materials: Commercial quality cold rolled steel with galvanized coating. C. Exposed T-Bars: 1/8" reveal, 9/16" slotted tee with continuous factory applied closed cell foam gaskets on panel support surface. d. Concealed T-Bars: 15/16" wide upward access. 03871714 ACOUSTICAL CEILINGS 09510 - 3 11/15 e. Wall Angle 1) Straight Walls: 15/16" wide with 3/8" shadow molding line type with continuous factory applied closed cell foam gaskets on panel support surface. f. Finish: Factory applied white baked enamel. 3. Accessories a. Stabilizer bars, fixture clips, splices, inside/outside corner covers, bullnose corner covers, and hold down clips as required for suspended grid system. b. Manufacturer's standard snap over corner cover for field cutting. C. Finish: Factory applied white baked enamel to match exposed grid system. B. Gasket for Perimeter Moldings: Suspension system manufacturer's standard closed cell tape. C. Touch-up Paint: Acoustical Unit manufacturer's standard type and color to match acoustic and grid units. D. Attachment Devices 1. Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung", unless otherwise indicated. 2. Anchors in Concrete a. Anchors of type and material indicated below, with holes or loops for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to five times that imposed by ceiling construction, as determined by testing per ASTM E 488 or ASTM E 1512 as applicable, conducted by a qualified testing and inspecting agency. 1) Type: Post -installed expansion anchors. 2) Corrosion Protection: Carbon -steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (0.005 nun) for Class SC 1 service condition. 3) Power -Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching hangers of type indicated, and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing per ASTM E 1190, conducted by a qualified testing and inspecting agency. 3. Wire Hangers, Braces and Ties: a. Zinc -Coated Carbon -Steel Wire: ASTM A 641/A 641 M, Class 1 zinc coating, soft temper. b. Size: Select wire diameter so its stress at three times hanger design load (ASTM C635, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.016 inch diameter wire. E. Support Channels and Hangers: Galvanized; size and type to suit application, to rigidly secure acoustic ceiling system including integral mechanical and electrical components with maximum deflection of 1/360. F. Acoustic Units 1. Conformance: ASTM E 1264. 2. Type Cl Units a. Size: 24 x 48 inches. b. Thickness: 3/4 inches. C. Type: III d. Form:2 e. Light Reflectance: 82 percent average f. NRC Range: 0.55. g. CAC Range: Minimum 33 03871714 ACOUSTICAL CEILINGS 09510 - 4 11/15 h. Fire Hazard Classification: None. i. j. Edge Detail: Angled Tegular. Surface Color: White. k. Pattern: C. 1. Acceptable Product: Armstrong; Cortega Second Look. 3. Type C2 Units a. Size: 24 x 24 inches. b. Thickness: 1/4 inches. C. Type: IV. d. Form:2. e. 87 percent average. f. NRC Range: 0.75. g. CAC Range: Minimum 35. h. Fire Hazard Classification: Class A. i. Edge Detail: Beveled Tegular. j. Surface Color: White. k. Pattern: E. 1. Acceptable Product: Armstrong, Ultima High NRC, Tegular Fine Texture. PART 3 - EXECUTION 3.1 INSPECTION A. Verify that existing conditions are ready to receive work. B. Verify that layout of hangers will not interfere with other work. C. Verify that walls and partitions are plumb and straight within specified tolerances. D. Beginning of installation means acceptance of existing conditions. 3.2 INSTALLATION A. Suspension System 1. Install system in accordance with ASTM C636, manufacturer's instructions and as supplemented in this Section. 2. Install system capable of supporting imposed loads to a deflection of 1/360 maximum. 3. Install after major above ceiling work is complete, 4. Coordinate the location of hangers with other work. 5. If metal deck is not supplied with hanger tabs, coordinate the installation of hanger clips during steel deck erection. Provide additional hangers and inserts as required. 6. Hang system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. 7. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. 8. Center system on room axis leaving equal border units no less than 50 percent of acoustical unit size in accordance with reflected ceiling plan. 9. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. 10. Support fixture loads by supplementary hangers located within 6 inches of each corner; or support components independently. 11. Do not eccentrically load system, or produce rotation of runners. 03871714 ACOUSTICAL CEILINGS 09510 - 5 11/15 12. Perimeter Molding a. Install edge molding at intersection of ceiling and vertical surfaces with continuous gasket. b. Use longest practical lengths. C. Miter and rivet inside corners. d. Miter and rivet outside corners. e. Install at junctions with other interruptions. 13. Install light fixture boxes constructed of acoustic panel above light fixtures in accordance with UL assembly requirements and light fixture ventilation requirements. B. Acoustic Units 1. Fit in place, free from damaged edges or other defects detrimental to appearance and function. 2. Install acoustic units in accordance with manufacturer's installation instructions. 3. Fit border neatly against abutting surfaces. 4. Install acoustic units level, in uniform plane, and free from twist, warp, and 5. Install level, in uniform plane, and free from twist, warp and dents. 6. Rabbet edges of field cut reveal edge border tile to match factory edges. Paint field cut edges to match factory finish. 7. Cutting Acoustic Units a. Cut to fit irregular grid and perimeter edge trim. b. Cut square edges to field cut units. C. Double cut and field paint exposed edges of angled units. C. Accessories 1. Install hold-down clips to retain panels tight to grid system within 10 ft. of an exterior door. 2. Install light fixture boxes constructed in accordance with UL assembly requirements. 3.3 TOLERANCES A. Variation from Flat and Level Surface: 1/8 inch in 10 ft. B. Maximum variation from Plumb of Grid Members Caused by Eccentric Loads: Two degrees maximum. 3.4 EXTRA STOCK A. Provide two full cartons extra quantity of each type acoustic units specified to Contracting Officer at location designated. END OF SECTION 03871714 ACOUSTICAL CEILINGS 09510 - 6 r 1 1/15 �.t SECTION 09650 RESILIENT FLOORING AND BASE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Resilient tile flooring. 2. Resilient base. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 03300 - Cast -in -Place Concrete: Stair construction. 3. Section 07900 - Joint Sealers: Cove trim sealant. 4. Section 09250 - Gypsum Board: Wall materials to receive base. 5. Section 09681 — Carpet Tile: Termination edging of adjacent floor finish. 1.2 REFERENCES A. ASTM D2047 - Test Method for Static Coefficient of Friction of Polish -Coated Floor Surfaces as Measured by the James Machine. B. ASTM D4078 - Water Emulsion Floor Polish. C. ASTM E84 - Surface Burning Characteristics of Building Materials. D. ASTM E648 - Critical Radiant Flux of Floor -Covering Systems Using a Radiant Heat Energy Source. E. ASTM F1066 Vinyl Composition Floor Tile. F. ASTM F1303 Sheet Vinyl Floor Covering with Backing. G. Rubber Manufacturers Association - Moisture Emission Test Unit H. FS SS-T-312- Tile, Floor: Asphalt, Rubber, Vinyl and Vinyl Composition. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable NFPA 101 for fire performance ratings as follows: 1. Flooring, critical radiant flux (CRF): Minimum 0.45 watt per square centimeter, per NFPA 253. 2. Flooring, smoke density: Maximum 450, per ASTM E662. 3. Wall base: Flame spread maximum 75, smoke developed maximum 450 per ASTM E84. 1.4 SUBMITTALS A. Shop Drawings 1. Provide seaming plan for sheet vinyl flooring. B. Product Data 1. Provide product data on specified products, describing physical and performance characteristics, sizes, patterns and colors available. C. Manufacturer's Instructions 1. Submit manufacturer's standard printed installation instructions. 03871114 RESILIENT FLOORING AND BASE 09650 - 1 11/15 t. D. Samples 1. Submit manufacturer's complete set of color samples for initial color selection. 2. Submit four samples 12 x 12 inches in size, illustrating color and pattern for each floor material specified. 3. Submit four samples 12 inches long for each base and stair material. E. Closeout Submittals 1. Submit in accordance with Section 01700. 2. Include maintenance procedures, recommended maintenance materials, and suggested methods and schedule for cleaning, stripping, and re -waxing. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Installer Qualifications: Company specializing in performing Work of this section with minimum three years documented experience. 1.6 ENVIRONMENTAL REQUIREMENTS A. Store materials for not less than 48 hours prior to installation in area of installation at a temperature of 70 degrees F to achieve temperature stability. Thereafter, maintain conditions above 55 degrees F. B. Maintain ambient temperature required by adhesive manufacturer three days prior to, during, and 24 hours after installation of materials. 1.7 EXTRA MATERIALS A. Provide one box of each color of tile, 66 sq ft of each color and type of sheet vinyl flooring and 50 lineal feet of base for each material specified. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Tile Flooring Types F1. 1. Vinyl Plastics, Inc., Sheboygan, WI. 2. Tarkett, Inc., Parsippany, NJ. 3. Armstrong World Industries, Inc., Lancaster, PA. 4. Azrock Industries, Inc., San Antonio, TX. B. Resilient Base 1. Vinyl Plastics, Inc., Sheboygan, WI. 2. Johnson Rubber Company, Middlefield, OH. 3. Armstrong World Industries, Inc., Lancaster, PA. 4. Mercer Products Co., Inc., Orlando, FL. 5. R.C. Musson Rubber Co., Akron, OH. 6. Roppe Rubber Corp., Fostoria, OH. C. Accessories: As recommended by flooring manufacturer. D. Substitutions: Under provisions of Section 01600. 03871714 RESILIENT FLOORING AND BASE 09650 - 2 l 1 I/15 2.2 MATERIALS A. Vinyl Composition Tile ASTM F1066; 12 x 12 inch size, 1/8 inch thick; design and color as selected. 1. Conformance: ASTM F1066, Class 2. 2. Size: 12 x 12 x 1/8 inch thick 3. Color/Pattern: Color and pattern through total thickness. Color as selected by Architect from manufacturer's full range of colors. B. Bases of Design: Roppe 700 Series Base. 1. Compliance: ASTM F1861, Type TP (Thermo Plastic Rubber); Style B 2. Size: 4 inch high; 1/8 inch thick; Color: #114 Lunar Dust, 3. Length: 4 foot sections. 4. Accessories: Premolded end stops and external corners, of same material, size, and color as base. C. Accessories 1. Subfloor Filler: Cementitious; type recommended by adhesive material manufacturer. 2. Primers and Adhesives: Waterproof; types recommended by flooring manufacturer. 3. Edge Strips: Same material as flooring. 4. Coved Base Cap: Extruded aluminum. 5. Sheet Flooring Vinyl Welding Rod: Solid vinyl bead produced by manufacturer of vinyl flooring for heat welding seams, in color matching field color. 6. Filler for Coved Base: Plastic. 7. Sealer and Wax: Types recommended by flooring manufacturer. PART 3 - EXECUTION 1 EXAMINATION A. Verify that surfaces are smooth and flat with maximum variation of 1/8 inch in 10 ft, and are ready to receive Work. B. Verify concrete floors exhibit negative alkalinity, carbonization, or dusting. C. Verify that concrete floors are dry to a maximum moisture content as recommended by manufacturer as follows: l . After concrete floor surfaces have been cleaned, spread small patches of adhesive to be in several locations in each room and allowed to dry overnight. 2. If the adhesive can be peeled easily from the floor surfaces, the floor is not sufficiently dry. 3. Apply resilient flooring when tests show that the adhesive adheres tightly to the floor surface. 4. If concrete floors are in contact with the ground or over unventilated crawl spaces, use small patches of primer in lieu of adhesive to test for moisture. D. Verify floor and lower wall surfaces are free of substances that may impair adhesion of new adhesive and finish materials. E. Beginning of installation means acceptance of existing substrate and site conditions. 03871714 RESILIENT FLOORING AND BASE 09650 - 3 11/15 SECTION 09653 RESILIENT WALL BASE AND ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Resilient base. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 REFERENCES A. ASTM International: 1. ASTM E 84 — Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM F 386 — Standard Test Method for Thickness of Resilient Flooring Materials Having Flat Surfaces. 3. ASTM E 622 — Test Method for Specific Density of Smoke Generated by Solid Materials. 4. ASTM E 648 — Standard Test Method for Critical Radiant Flux of Flooring Systems Using a Radiant Energy Source. S. ASTM F 137 — Standard Test Method for Flexibility of Resilient Flooring Materials with Cylindrical Mandrel Apparatus. 6. ASTM F 925 — Standard Test Method for Resistance to Chemicals for Resilient Flooring. 7. ASTM F 1515 — Standard Test Method for Measuring Light Stability of Resilient Vinyl Flooring by Color Change. 8. ASTM F 1861 — Standard Specification for Resilient Wall Base. B. Other Referenced Documents: 1. National Fire Protection Association (NFPA): a. NFPA 255 — Test Method for Critical Radiant Flux of Floor Covering Systems Using a Radiant Energy Source. b. NFPA 258 — Test Method for Specific Density of Smoke Generated by Solid Materials. 2. California Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposition 65). 1.3 ACTION SUBMITTALS A. Product Data: For each type of product, indicating material specifications, characteristics, and installation instructions from manufacturer. 1. Provide certified test report showing compliance with specified performance characteristics and physical properties. B. Samples: For each exposed product and for each color and texture specified, not less than 12 inches long. C. Samples for Initial Selection: For each type of product indicated. 03871714 RESILIENT WALL BASE AND ACCESSORIES 09653 - I I 1/15 41 1; 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, of each type, color, pattern, and size of resilient product installed. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. 1.6 FIELD CONDITIONS A. Maintain ambient temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive resilient products during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. After installation and until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F. C. Install resilient products after other finishing operations, including painting, have been completed. PART2-PRODUCTS 2.1 THERMOPLASTIC -RUBBER BASE A. Acceptable Manufacturers: 1. Johnsonite. 2. Roppe. B. Basis -of -Design: Roppe 700 Series Base 1. Complies with ASTM F 1861 Type TP (Thermoplastic Rubber). 2. Thickness: 1/8 inch. 3. Contains 10 percent post-industrial recycled content. 4. Profile: Standard Toe (Core Base): 5/8 inch. 5. Nominal Height: 4 inches. 6. Lengths: 4 foot pieces. 7. Inside Corners: Job formed. 8. Outside Corners: Job formed. 9. Color: As selected by Interior Designer from manufacturer's full range of colors. 2.2 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex -modified, portland cement based or blended hydraulic -cement -based formulation provided or approved by resilient -product manufacturer for applications indicated. 03871714 RESILIENT WALL BASE AND ACCESSORIES 09653 - 2 11/15 SECTION 09680 CARPET PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Tufted carpet — broadloom. 1.3 RELATED SECTIONS A. Section 09653 - Resilient Wall Base and Accessories: Resilient wall base and accessories installed with carpet. 1.4 ACTION SUBMITTALS A. Product Data: For the following, including installation recommendations for each type of substrate: 1. Carpet: For each type indicated. Include manufacturer's written data on physical characteristics, durability, and fade resistance. B. Shop Drawings: Show the following: 1. Columns, doorways, enclosing walls or partitions, built-in cabinets, and locations where cutouts are required in carpet. 2. Carpet type, color, and dye lot. 3. Locations where dye lot changes occur. 4. Seam locations, types, and methods. 5. Type of subfloor. 6. Type of installation. 7. Pattern type, repeat size, location, direction, and starting point. 8. Pile direction. 9. Type, color, and location of insets and borders. 10. Type, color, and location of edge, transition, and other accessory strips. 11. Transition details to other flooring materials. C. Samples: For each of the following products and for each color and texture required. Label each Sample with manufacturer's name, material description, color, pattern, and designation indicated on Drawings and in schedules. 1. Carpet: Manufacturer's standard size sample but not less than 9 inches by 12 inches. 2. Exposed Edge, Transition, and Other Accessory Stripping: 12-inch-long Samples. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Product Test Reports: For carpet for tests performed by a qualified testing agency. C. Sample Warranties: For special warranties. 03871614 10/14 CARPET 09680 - 1 .t CLOSEOUT SUBMITTALS 1.6 CL T S A. Maintenance Data: For carpet to include in maintenance manuals. Include the following: 1. Methods for maintaining carpet, including cleaning and stain -removal products and procedures and manufacturer's recommended maintenance schedule. 2. Precautions for cleaning materials and methods that could be detrimental to carpet. ' 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that _. are packaged with protective covering for storage and identified with labels describing contents. 1. Carpet: Full -width rolls equal to 5 percent of amount installed for each type indicated, but not less than 10 sq. yd. 1.8 QUALITY ASSURANCE A. Installer Qualifications: An experienced Installer who is certified by the International Certified Floorcovering Installers Association at the Commercial lI certification level. B. Fire -Test -Response Ratings: Where indicated, provide carpet identical to those of assemblies tested for fire response per NFPA 253 by a qualified testing agency. 1.9 DELIVERY, STORAGE, AND HANDLING A. Comply with CRI 104. 1.10 FIELD CONDITIONS A. Comply with CRI 104 for temperature, humidity, and ventilation limitations. B. Environmental Limitations: Do not deliver or install carpet until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and ambient temperature and humidity conditions are maintained at occupancy levels during the remainder of the construction period. C. Do not install carpet over concrete slabs until slabs have cured, are sufficiently dry to bond with adhesive, and have pH range recommended by carpet manufacturer. D. Where demountable partitions or other items are indicated for installation on top of carpet, install carpet before installing these items. L I I WARRANTY A. Special Warranty for Carpet: Manufacturer agrees to repair or replace components of carpet installation that fail in materials or workmanship within specified warranty period. 1. Warranty does not include deterioration or failure of carpet due to unusual traffic, failure of substrate, vandalism, or abuse. 2. Failures include, but are not limited to, more than 10 percent loss of face fiber, edge raveling, snags, rims, loss of tuft bind strength, excess static discharge, and delamination. 3. Warranty Period: 10 years from date of Substantial Completion or lifetime warranty. 03871614 CARPET 09680 - 2 10/14 PART2-PRODUCTS 2.1 TUFTED CARPET A. Acceptable Manufacturers: 1. Shaw Contract. 2. The Mohawk Group - Lees. 3. Patcraft. B. Basis -of -Design: Patcraft/Grid. 1. Color: As selected by Architect from manufacturer's full range. 2. Fiber Content: 100% nylon 6, 6. 3. Pile Characteristic: Multilevel -loop. 4. Pile Fiber and Type: a. Eco Solution Q SD Nylon. 5. Dye Method: 100% solution dyed. 6. Gauge: 1/12"'. 7. Stiches per Inch: 10. 8. Tufted Pile Height: 7/32 inch high, 3/32 inch low. 9. Tufted Yarn Weight: 28 oz. 10. Width: 12 feet. 11. Density: 197, 372. 12. Stiches per Inch: 10.0. 13. Finished Pile Thickness: 0.143. C. Primary Backing: Manufacturer's standard material. D. Secondary Backing: Manufacturer's standard material. E. Applied Soil -Resistance Treatment: Manufacturer's standard material. F. Performance Characteristics: As follows: I . Appearance Retention Rating: Moderate traffic, 2.5. 2. Critical Radiant Flux Classification: Not less than 0.45 W/sq. cm. 3. Dry Breaking Strength: Not less than 100 lbf per ASTM D 2646. 4. Tuft Bind: Not less than 3 Ibf per ASTM D 1335. 5. Delamination: Not less than 2.5 lbf/in. 6. Colorfastness to Crocking: Not less than 4, wet and dry, per AATCC 165. 7. Colorfastness to Light: Not less than 4 after 40 AFU (AATCC fading units) per AATCC 16, Option E. 8, Antimicrobial Activity: Not less than 2-mm halo of inhibition for gram -positive bacteria; not less than 1-mm halo of inhibition for gram -negative bacteria; no fungal growth; per AATCC 174. 9. Electrostatic Propensity: Less than 2 kV per AATCC 134. 2.2 INSTALLATION ACCESSORIES A. Trowelable Leveling and Patching Compounds: Latex -modified, hydraulic -cement -based formulation provided or recommended by carpet manufacturer. B. Adhesives: Water-resistant, mildew -resistant, nonstaining type to suit products and subfloor conditions indicated, that complies with flammability requirements for installed carpet and is recommended or provided by carpet manufacturer. C. Metal Edge/Transition Strips: Extruded aluminum with mill finish of profile and width shown, of height required to protect exposed edge of carpet, and of maximum lengths to minimize running joints. 03871614 CARPET 09680 - 3 10/14 j i.. } PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for maximum moisture content, alkalinity range, installation tolerances, and other conditions affecting carpet performance. Examine carpet for type, color, pattern, and potential defects. B. Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following: 1. Slab substrates are dry and free of curing compounds, sealers, hardeners, and other materials that may interfere with adhesive bond. Determine adhesion and dryness characteristics by performing bond and moisture tests recommended by carpet manufacturer. 2. Subfloor finishes comply with requirements specified in Section 03300 — Cast -in - Place Concrete for slabs receiving carpet. 3. Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with CRI 104, Section 7.3, "Site Conditions; Floor Preparation," and with carpet manufacturer's written installation instructions for preparing substrates. B. Use trowelable leveling and patching compounds, according to manufacturer's written instructions, to fill cracks, holes, depressions, and protrusions in substrates. Fill or level cracks, holes and depressions 1/8 inch wide or wider, and protrusions more than 1/32 inch, unless more stringent requirements are required by manufacturer's written instructions. C. Remove coatings, including curing compounds, and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical methods recommended in writing by carpet manufacturer. D. Broom and vacuum clean substrates to be covered immediately before installing carpet. 3.3 INSTALLATION A. Comply with CRI 104 and carpet manufacturer's written installation instructions for the following: 1. Direct -Glue -Down Installation: Comply with CRI 104, Section 9, "Direct Glue - Down Installation." B. Comply with carpet manufacturer's written recommendations and Shop Drawings for seam locations and direction of carpet; maintain uniformity of carpet direction and lay of pile. At doorways, center seams under the door in closed position. C. Do not bridge building expansion joints with carpet. D. Cut and fit carpet to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet manufacturer. E. Extend carpet into toe spaces, door reveals, closets, open -bottomed obstructions, removable flanges, alcoves, and similar openings. F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking device. 03871614 10/14 CARPET 09680 - 4 s t G. Install pattern parallel to walls and borders to comply with CRI 104, Section 15, "Patterned Carpet Installations" and with carpet manufacturer's written recommendations. 3.4 CLEANING AND PROTECTING A. Perform the following operations immediately after installing carpet: 1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner recommended by carpet manufacturer. 2. Remove yarns that protrude from carpet surface. 3. Vacuum carpet using commercial machine with face -beater element. B. Protect installed carpet to comply with CRI 104, Section 16, "Protecting Indoor Installations." C. Protect carpet against damage from construction operations and placement of equipment and fixtures during the remainder of construction period. Use protection methods indicated or recommended in writing by carpet manufacturer. END OF SECTION 03871614 CARPET 09680 - 5 10/14 SECTION 09681 CARPET TILE PARTI-GENERAL 1.1 SUMMARY A. Section Includes: 1. Modular, tufted carpet tile. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 09650 — Resilient Flooring and Base: Resilient wall base and accessories installed with carpet tile. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include manufacturer's written data on physical characteristics, durability, and fade resistance. 2. Include installation recommendations for each type of substrate. B. Samples: For each of the following products and for each color and texture required. Label each Sample with manufacturer's name, material description, color, pattern, and designation indicated on Drawings and in schedules. I . Carpet Tile: Full-size Sample. 1.3 INFORMATIONAL SUBMITTALS A. Product Test Reports: For carpet tile, for tests performed by a qualified testing agency. B. Sample Warranty: For special warranty. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For carpet tiles to include in maintenance manuals. Include the following: 1. Methods for maintaining carpet tile, including cleaning and stain -removal products and procedures and manufacturer's recommended maintenance schedule. 2. Precautions for cleaning materials and methods that could be detrimental to carpet tile. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. I. Carpet Tile: Full-size units equal to 5 percent of amount installed for each type indicated, but not less than 10 sq. yd. 03871714 11/15 i CARPET TILE 09681 - 1 SECTION 09912 INTERIOR PAINTING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Surface preparation and the application of paint systems on interior substrates. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523, a matte flat finish. B. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523, a high -side sheen flat, velvet-like finish. C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523, an eggshell finish. D. Gloss Level4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523, a satin -like finish. E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523, a semi -gloss finish. F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523, a gloss finish. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. J. Label each coat of each Sample. 4. Label each Sample for location and application area. D. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. VOC content. 1.4 CLOSEOUT SUBMITTALS A. Coating Maintenance Manual: Provide coating maintenance manual including area summary with finish schedule, area detail designating location where each product/color/finish was used, product data pages, material safety data sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. 03871714 INTERIOR PAINTING 09912 - 1 11/15 {{ 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery and Handling: Deliver products to Project site in an undamaged condition in manufacturer's original sealed containers, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. Packaging shall bear the manufacturer's label with the following information: 1. Product name and type (description). 2. Batch date. 3. Color number. 4. VOC content. 5. Environmental handling requirements. 6. Surface preparation requirements. 7. Application instructions. B. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. C. Lead Paint: It is not expected that lead paint will be encountered in the Work. 1. If suspected lead paint is encountered, do not disturb; immediately notify Architect and Owner. PART2-PRODUCTS 2.1 MANUFACTURERS A. Basis -of -Design Product: Subject to compliance with requirements, provide Sherwin- Williams Company products indicated or comparable product from one of the following: 1. Benjamin Moore & Co. 2. Kwal, Division of Sherwin-Williams. 3. Glidden Professional, Division of PPG Architectural Finishes, Inc. 4. PPG Architectural Finishes, Inc. 5. Kelly Moore. 6. Dunn Edwards. B. Source Limitations: Obtain paint materials from single source from single listed manufacturer. 1. Manufacturer's designations listed on a separate color schedule are for color reference only and do not indicate prior approval. 03871714 INTERIOR PAINTING 09912 - 2 11/15 2.2 PAINT, GENERAL A. Standards: Provide products that comply with Manufacture's Premium I" Quality standards indicated and like VOC limits. B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. Colors: As selected by Architect from manufacturer's full range. 2.3 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. Where acceptability of substrate conditions is in question, apply samples and perform in -situ testing to verify compatibility, adhesion, and film integrity of new paint application. 1. Report, in writing, conditions that may affect application, appearance, or performance of paint. B. Substrate Conditions: 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete: 12 percent. b. Masonry (Clay and CMU): I2 percent. C. Wood: 15 percent. d. Gypsum Board: 12 percent. e. Plaster: 12 percent. 2. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. 3. Plaster Substrates: Verify that plaster is fully cured. 4. Spray -Textured Ceiling Substrates: Verify that surfaces are dry. 03871714 11/15 INTERIOR PAINTING 09912 - 3 r{� f.. (.J C. Proceed with coating application only after unsatisfactory conditions have been corrected; application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. 1. Concrete Floors: Remove oil, dust, grease, dirt, and other foreign materials. Comply with SSPC-SP-13/NACE 6 or ICRI 03732. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceed that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer. G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. H. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. I. Aluminum Substrates: Remove loose surface oxidation. J. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. K. Cotton or Canvas Insulation Covering Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and fiirniture same as similar exposed t surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 03871714 INTERIOR PAINTING 09912 - 4 11/15 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards and switch gear. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. C. Metal conduit. f. Plastic conduit. g. Tanks that do not have factory -applied final finishes. h. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 2. Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. Ir. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces darnaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. H 11 03571714 INTERIOR PAINTING 09912 - 5 11/15 , 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. CMU Substrates: I. Latex System: a. Block Filler: Block filler, latex, interior/exterior: S-W PrepRite Block Filler, B25W25, at 100 to 200 sq. ft. per gal. b. Topcoat: Latex, interior, semi -gloss, (Gloss Level 4): S-W ProMar 200 Zero VOC Latex Semi -Gloss, B31-2600 Series, at 4.0 mils wet, 1.6 mils dry, per coat. B. Metal Substrates (Aluminum, Steel, Galvanized Steel): 1. Latex System: a. Prime Coat: Primer, rust -inhibitive, water based: S-W Pro Industrial Pro-Cryl Universal Primer, B66-310 Series, at 5.0 to 10 mils wet, 2.0 to 4.0 mils dry. b. Topcoat: Water -based acrylic, semi -gloss, (Gloss Level 5): S-W Pro Industrial Acrylic Semi -Gloss Coating, B66-650 Series, at 2.5 to 4.0 mils dry, per coat. C. Wood Substrates: Including exposed wood items not indicated to receive shop -applied finish. 1. Latex System: a. Prime Coat: Primer sealer, latex, interior: S-W PrepRite ProBlock Primer Sealer, B51-620 Series, at 4.0 mils wet, 1.4 mils dry. b. Topcoat: Latex, interior, semi -gloss, (Gloss Level 4): S-W ProMar 200 Zero VOC Latex Semi -Gloss, 1331-2600 Series, at 4.0 mils wet, 1.6 mils dry, per coat. D. Gypsum Board and Spray -Texture Ceiling Substrates: 1. Latex System: a. Prime Coat: Primer, latex, interior: S-W ProMar 200 Zero VOC Latex Primer, B28W2600, at 4.0 mils wet, 1.5 mils dry. b. Topcoat: Latex, interior, eggshell, (Gloss Level 3): S-W ProMar 200 Zero VOC Latex Eg-Shel, B20-2600 Series, at 4.0 mils wet, 1.7 mils dry, per coat. END OF SECTION 03871714 INTERIOR PAINTING 09912 - 6 11/15 r _ a SECTION 10100 VISUAL DISPLAY BOARDS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal surfaced markerboards. 2. Trim, marker rail and accessories. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 - Wood Blocking and Curbing: Supporting construction formed markerboards. 1.2 REFERENCES A. ANSI A208.1 - Mat Formed Wood Particleboard. B. ANSI/ASTM B221 - Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. C. APA - American Plywood Association. D. ASTM A424 - Steel Sheets for Porcelain Enameling. E. ASTM B209 - Aluminum -Alloy Sheet and Plate. F. ASTM C36 - Gypsum Wallboard. G. ASTM C208 - Insulation Board (Cellulose Fiber) Structural and Decorative. H. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials. . I. FS LLL-B-810 - Building Board, (Hardboard) Hard Pressed, Vegetable Fiber. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable codes for flame spread/smoke development ratings of for markerboards and tackboards in accordance with ASTM E84."� 1.4 SUBMITTALS A. Shop Drawings and Product Data 1. Indicate on shop drawings, wall elevations, dimensions, joint locations special anchor details. 2. Provide product data on markerboards, tackboards, trim and accessories. Include maintenance information on regular cleaning and stain removal. 3. Submit samples illustrating materials and finish, color, and texture of markerboard trim and tackboard surfacing. 4. Submit manufacturer's printed installation instructions. 1.5 WARRANTY A. Provide life time warranty under provisions of Section 01700. B. Warranty: Include coverage of markerboard surface from discoloration due to cleaning, crazing, cracking or staining. 03871714 VISUAL DISPLAY BOARDS 10100 - 1 I 11/15 PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Claridge Products & Equipment, Inc. B. Greensteel Division C. Best -Rite. D. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Steel Sheet: ASTM A424, Type I, 24 gage commercial quality. B. Aluminum Extrusions: ANSI/ASTM B221, 6061 T-5 alloy. C. Hardboard: FS LLL-B-810; tempered, smooth face. D. Foil Backing: Aluminum foil sheet .002 inch thick. E. Adhesives: Type recommended by manufacturer. 2.3 ACCESSORIES A. Provide 10 assorted markers and 2 erasers for each markerboard. 2.4 FABRICATION A. Markerboard 1. Trim: 5/8 inch wide x 0.062 inch thick extruded aluminum. 2. Chalktray: 2 5/8 inch deep extruded aluminum, with rounded and smooth polished ends; thru-bolted to writing surface. One piece, full length of markerboard; concealed fasteners. 3. Writing Surface: 24 steel with baked -on porcelain enamel surface. 4. Backing: 3/8 inch thick MDF Core with 0.002 inch thick foil backing. 5. Size and Configuration: As indicated on drawings. 6. Map Rail: Extruded aluminum with integral cork insert. 7. Acceptable Product: Claridge Series 4. B. Horizontal Sliding Markerboard 1. Standard two -track unit. a. Sliding Panels -Writing Surface: LCS-I I porcelain enamel steel markerboard. 2. Size: 4' x 12' w. 3. Typical Arrangements: Select from manufacturer's standards. 4. Component Parts: Sliding panels with track, guide channel and hardware. 2.5 FINISHES A. Marker Surface: White porcelain. B. Aluminum Frame and Accessories: Clear anodized aluminum, satin finish. 03871714 VISUAL DISPLAY BOARDS 10100 - 2 11/15 PART 3 - EXECUTION 3.1 INSPECTION A. Verify that surfaces and internal wall blocking are ready to receive work, and opening dimensions are as instructed by the manufacturer. B. Beginning of installation means acceptance of substrate construction. 3.2 INSTALLATION A. Install markerboards in accordance with manufacturer's instructions. B. Secure units level and plumb. C. Butt markerboard panels to tackboards tight with concealed spline to hairline joint. 3.3 CLEANING A. Clean markerboard surfaces in accordance with manufacturer's instructions. B. Cover markerboard surfaces with protective cover, taped to frame. C. Remove protective cover at Date of Substantial Completion. END OF SECTION 03871714 VISUAL DISPLAY BOARDS 10100 - 3 11/15 1 SECTION 10170 PLASTIC TOILET COMPARTMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Solid plastic toilet compartments and urinal screens. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 — Wood Blocking and Curbing: Concealed wood framing and blocking for compartment and screen support. 3. Section 10800 - Toilet Accessories. 1.2 REFERENCES A. ASTM A666 - Standard Specification for Austentic Stainless Steel Sheet, Strip, Plate, and Flat Bar. B. ASTM B221 - Aluminum Alloy Extruded Bar, Rod, Shape and Tube. C. NFPA 286 — Standard Methods of Fire Tests for Evaluating Contribution of Wall and Ceiling Interior Finish to Room Fire Growth. 1.3 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall, floor, and ceiling supports, door swings. C. Product Data: Submit data on panel construction, hardware, and accessories. D. Testing Data: Submit fire hazard test reports. E. Samples: Submit two 12 x 12 inch in size illustrating panel finish, color, and sheen. F. Manufacturer's Installation Instructions: Submit special procedures and perimeter conditions requiring special attention. 1.4 COORDINATION A. Section 01300 - Administrative Requirements: Coordination and project conditions. B. Coordinate the Work with placement of support framing and anchors in wall and ceiling. 1.5 WARRANTY A. Provide manufacturer's 15 year warranty. 03871714 PLASTIC TOILET COMPARTMENTS 10170 - 1 11/15 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. General Partitions Manufacturing Corp. B. Bradley Corp. C. Hadrian Manufacturing., Inc. D. Knickerbocker Partition Corp. E. Substitutions: Under provisions of Section 01600 — Product Requirements. 2.2 COMPONENTS A. Fire hazard classification for high -density polyethylene (HDPE) and polypropylene (PP): All HDPE and PP must pass the following NFPA 286 Criteria: 1. During the 40 kW exposure, flames shall not spread to the ceiling. 2. The flame shall not spread to the outer extremity of the sample on any wall or ceiling. 3. Flashover, as defined in NFPA 286, shall not occur. 4. The peak heat release rate throughout the test shall not exceed 800 kW. 5. The total smoke release throughout the test shall not exceed 1,000 m2. B. Toilet Compartments: Solid molded plastic panels, doors, and pilasters, floor -mounted headrail- braced. 1. Color: Bradley Corp, Bronze #M243 or approved equal. C. Door and Panel Dimensions: 1. Thickness: 1 inch 2. Door Width: a. Standard Doors: 24 inch b. Handicap Accessible Doors: 36 inch. 3. Height: 58 inch 4. Thickness of Pilasters: 1-1 /4 inch. D. Pilasters 1. Thickness: 1-1/4 inch. 2. Height: 72 inch. E. Urinal Screens: 1. Type: Wall mounted with three (3) panel brackets. 2. Size: 24 inches deep x 48 inches high. 2.3 ACCESSORIES A. Pilaster Shoe: Formed chromed steel with polished finish, 3 inch high, concealing floor and ceiling fastenings. Provide adjustment for floor variations with screw jack through steel saddles integral with pilaster. Provide ceiling attachment using two adjustable hanging studs, attached to above -ceiling framing. B. Head Rails: Hollow chrome plated steel tube, I x 1-5/8 inch size, with anti -grip profiles and cast socket wall brackets. C. Brackets: Polished chrome -plated non-ferrous cast metal. D. Attachments, Screws, and Bolts: Stainless steel, tamper proof type. 1. For attaching panels and pilasters to brackets: Through -bolts and nuts; tamper proof. E. Hardware: Polished chrome plated non-ferrous cast metal: 1. Pivot hinges, gravity type, adjustable for door close positioning; two per door. 2. Nylon bearings. 03871714 PLASTIC TOILET COMPARTMENTS 10170 - 2 11/15 3. Thumb turn door latch with exterior emergency access feature. 4. Door strike and keeper with rubber bumper; mounted on pilaster in alignment with door latch. 5. Coat hook with rubber bumper; one per compartment, mounted on door. 6. Provide door pull for outswinging doors. 7. Provide metal heat sink at bottom of doors and partitions. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01300 - Administrative Requirements: Coordination and project conditions. B. Verify field measurements are as indicated on shop drawings. C. Verify correct spacing of and between plumbing fixtures. D. Verify correct location of built-in framing, anchorage, and bracing. 3.2 INSTALLATION A. Maintain 3/8 to 1/2 inch space between wall and panels and between wall and end pilasters. B. Attach panel brackets securely to walls using anchor devices. C. Attach panels and pilasters to brackets. Locate head rail joints at pilaster center lines. D. Field touch-up of scratches or damaged finish will not be permitted. Replace damaged or scratched materials with new materials. 33 ERECTION TOLERANCES A. Section 01400 - Quality Requirements: Tolerances. B. Maximum Variation From True Position: 1/4 inch. C. Maximum Variation From Plumb: 1/8 inch. 3.4 ADJUSTING A. Section 01700 - Execution Requirements: Testing, adjusting, and balancing. B. Adjust and align hardware to uniform clearance at vertical edge of doors, not exceeding 3/16 inch. C. Adjust hinges to position doors in partial opening position when unlatched. Return out - swinging doors to closed position. D. Adjust adjacent components for consistency of line or plane. 3.5 SCHEDULES A. Staff Washroom: One toilet stall of ceiling mounted type; single color as selected. END OF SECTION 03871714 PLASTIC TOILET COMPARTMENTS 10170 - 3 11/15 SECTION 10265 IMPACT -RESISTANT WALL PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Corner guards. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTAL PROCEDURES A. Product Data: Include construction details, material descriptions, impact strength, fire -test - response characteristics, dimensions of individual components and profiles, and finishes for each impact -resistant wall protection unit. B. Shop Drawings: For each impact -resistant wall protection unit showing locations and extent. Include sections, details, and attachments to other work. C. Samples: For each exposed product and for each color and texture specified, 12 inches long. D. Warranty: Sample of special warranty. E. Maintenance Data: For each impact -resistant wall protection unit to include in maintenance manuals. 1. Include recommended methods and frequency of maintenance for maintaining optimum condition of materials under anticipated traffic and use conditions. Include precautions against using cleaning materials and methods that may be detrimental to finishes and performance. 1.3 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Source Limitations: Obtain impact -resistant wall protection units from single source from single manufacturer. C. Do not modify intended aesthetic effects, as judged solely by Interior Designer, except with Interior Designer's approval. If modifications are proposed, submit comprehensive explanatory data to Interior Designer for review. D. Surface -Burning Characteristics: Provide impact -resistant units with surface -burning characteristics as determined by testing identical products per ASTM E 84, NFPA 255, or UL 723 by UL or another qualified testing agency. 1.4 DELIVERY, STORAGE, AND HANDLING A. Store materials horizontally in original undamaged packages and containers inside well - ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity. 1. Maintain room temperature within storage area at not less than 70 deg F during the period materials are stored. 03871714 IMPACT -RESISTANT WALL PROTECTION 10265 - 1 r 11/15 } 1­ 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install impact -resistant wall protection units until building is enclosed and weatherproof, wet work is complete and dry, and HVAC system is operating and maintaining temperature at 70 deg F for not less than 72 hours before beginning installation and for the remainder of the construction period. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of impact -resistant wall protection units that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures. b. Deterioration of materials beyond normal use. 2. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 CORNER GUARDS A. Manufacturer: Subject to compliance with requirements, provide the following or approved equal: 1. Koraseal Wall Protection Systems, Muncy, PA. a. Surface mounted, 2" x 4' high stainless steel corner guards adhered using concealed attachments, 90-degree type, or appropriate angle, 304 stainless steel corner guards, 16 gauge thick with #4 satin finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and wall areas, with Installer present, for compliance with requirements for installation tolerances, fire rating, and other conditions affecting performance of work. B. Examine walls to which impact -resistant wall protection will be attached. Ensure solid backing has been installed in the locations required for secure attachment. C. For impact -resistant wall protection units attached with adhesive or foam tape, verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. D. Proceed with installation only after unsatisfactory conditions have been corrected. E. Complete finishing operations, including painting, before installing impact -resistant wall protection system components. F. Before installation, clean substrate to remove dust, debris, and loose particles. 03871714 IMPACT -RESISTANT WALL PROTECTION 10265 - 2 11/15 3.2 INSTALLATION A. General: Install impact -resistant wall protection units level, plumb, and true to line without distortions. Do not use materials with chips, cracks, voids, stains, or other defects that might be visible in the finished Work. 1. Install impact -resistant wall protection units in locations and at mounting heights indicated on Drawings or, if not indicated, at heights indicated below: a. Corner Guards: 4 inches above finished floor. 2. Provide splices, mounting hardware, anchors, and other accessories required for a complete installation. B. Immediately after completion of installation, clean plastic covers and accessories using a standard, ammonia -based, household cleaning agent. C. Remove excess adhesive using methods and materials recommended in writing by manufacturer. END OF SECTION 03871714 IMPACT -RESISTANT WALL PROTECTION 10265 - 3 11/15 1 SECTION 10400 IDENTIFYING DEVICES PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Interior signs. 2. Fasteners. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 09250 — Gypsum Board Systems: Substrate surface. L2 REFERENCE STANDARDS A. Architectural and Transportation Barriers Compliance Board -36 CFRPart 1191, Accessibility Guidelines for Buildings and Facilities. B. ASTM B 26 - Aluminum -Alloy Sand Castings C. ASTM B 108 - Aluminum -Alloy Permanent Mold Castings 1.3 SUBMITTALS A. Shop Drawings 1. Submit shop drawings for fabrication and erection of specialty signs. 2. Include plans, elevations and large scale details of sign wording and lettering layout. 3. Show anchorages and accessory items. 4. Furnish location template drawings for individually mounted dimensional letters and numbers supported or anchored to permanent construction. 5. Product Data: Submit manufacturer's technical data and installation instructions for each type of sign required. B. Samples: Submit samples of each sign form and material showing finishes, colors, surface textures and qualities of manufacture and design of each sign component. 1.4 QUALITY ASSURANCE A. Uniformity of Manufacturer: Furnish products of a single manufacturer. B. Regulatory Requirements I . Conform to 36 CFR Part 1191 for location, mounting height and braille. 1.5 DELIVERY, STORAGE, AND HANDLING A. Section 01600 - Product Requirements: Product storage and handling requirements. B. Package signs, labeled in name groups. C. Store adhesive attachment tape at ambient room temperatures. 1 . 03871714 IDENTIFYING DEVICES 10400 - I 11/15 1, 4 PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Interior Signage 1. APCO Graphics. 2. ASI Sign Systems. 3. Daktronics, Inc. B. Substitutions: In accordance with Section 01600. 2.2 MATERIALS A. Aluminum Castings: Alloy and temper as recommended by sign manufacturer for type of use indicated and finish specified. B. Cast Acrylic Sheet: Cast methyl methacrylate monomer plastic sheet, in sizes and thicknesses indicated, with a minimum flexural strength of 16,000 psi when tested according to ASTM D790, with a minimum allowable continuous service temperature of 176 deg. F and of the following general types: 1. Opaque Sheet: Colored acrylic sheet in colors and finishes as selected from manufacturer's standard. 2. Plastic Laminate: High pressure plastic laminate engraving stock with face and core plies in contrasting colors, in finishes and color combinations as selected from manufacturer's standard. 2.3 FABRICATION A. Interior Signage l . Engraved Signs: Laminated colored plastic; lettering engraved through face to expose core color: 2. Face Color: Color as selected. 3. Core Color: Black. 4. Total Thickness: 1/8 inch. 5. Height: 2 inches. 6. Edges: Radiused. 7. Character Font: Helvetica. 2.4 ACCESSORIES A. Tape Adhesive: Double sided tape, permanent adhesive. PART 3 - EXECUTION 3.1 INSTALLATION A. Interior Signage 1. Use fastening methods as indicated for letter form, type of mounting, wall construction and condition of exposure indicated. Provide heavyweight paper template to establish letter spacing and to locate holes for fasteners. 2. Install signs after doors and surfaces are finished, in locations as directed. 03871714 IDENTIFYING DEVICES 10400 - 2 I1/15 jI _1 3.2 CLEANING AND PROTECTION A. At completion of installation, clean soiled sign surfaces in accordance with manufacturer's instructions. Protect units from damage until acceptance by Owner. 3.3 ERECTION TOLERANCE A. Maximum variation from plumb: 1/16 inch. B. Maximum variation from level: 1/16 inch. END OF SECTION 03871714 IDENTIFYING DEVICES 10400 - 3 11/15 SECTION 10500 METAL WARDROBE LOCKERS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: l . Locker units with hinged doors. 2. Sloping metal tops. 3. Edge trim moldings. 4. Hooks, latches, and hardware. 5. Attachment hardware. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 03300 - Cast -in -Place Concrete: Concrete bases. 3. Section 06114 - Wood Blocking and Curbing: Wood grounds and nailing strips. 1.2 REFERENCES A. ASTM A366 - Steel, Carbon, Cold -rolled Sheet, Commercial Quality. B. Mil-M-17194C - Metal, Expanded Steel. 1.3 SUBMITTALS A. Shop Drawings 1. Indicate locker types, sizes, configurations, layout of groups of lockers, accessories, trim and numbering plan. B. Product Data l . Submit manufacturer's standard printed installation instructions. C. Samples 1. Provide two samples, 3 x 6 inches, of manufacturer's frill range of colors, for selection by Architect. 1.4 DELIVERY, STORAGE AND HANDLING A. Protect locker finishes and adjacent surfaces from damage during installation. PART2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. American Locker Security Systems, Inc. B. Art Metal Products Division/Fort Knox Storage C. List Industries, Inc. D. Penco Products, Inc. E. Republic Storage Systems Co., Inc. 03871714 METAL WARDROBE LOCKERS 10500 - 1 1 1/15 2.2 MATERIALS A. Sheet Steel: Mild, cold -rolled, stretcher leveled steel. 1. Body and Shelf 24 gage. 2. Doors: 16 gage. 3. Door Frames: 16 gage. 4. Sloping Top: 22 gage. 5. Trim: 22 gage. B. Fasteners: Cadmium, zinc, or nickel -plated steel with self locking nuts or lock washers for nuts on moving parts. C. Hinges: 14 gage, 5 knuckle, non -removable pins, loop style, minimum 2 inches high D. Door Handles: Chrome plated die-cast zinc alloy or steel. E. Accessories 1. Coat Hooks: Cadmium -plated or zinc plated steel. 2. Number Plates: Aluminum, zinc alloy, or stainless steel. 2.3 FABRICATION A. General 1. Provide end panels, filler panels, trim pieces and sloping tops to close off all openings. 2. Size and configuration: As scheduled in Paragraph 3.4 Schedule. 3. Finish edges smooth without burrs. 4. Do not expose bolts or rivet heads on front of locker doors or frames. 5. Provide number plates and number lockers consecutively beginning with "1" in each space. 6. Door Handle: Recessed type with latch, lifter and padlock eye as one integral unit. 7. Locking Mechanism: Three point, positive automatic locking, capable of being locked before closing. 8. Number Plates: Raised or recessed numerals at least 3/8 inch high. Fasten to doors, centered near top, with two fasteners. 9. Factory fabricate and fully assemble lockers; do not knock down for shipping. 10. Make lockers square with rigid joints, without dents or warped surfaces. B. Solid Body Lockers 1. Bodies and Shelf 24 gage sheet steel, formed and flanged with stiffener ribs; electrically spot welded. 2. Door Frame: 16 gage sheet steel, formed channel shape, welded and ground flush, welded to body. 3. Doors: 16 gage sheet steel, 1 3/16 inch thickness; channel reinforced sides and 90 degree flanged top and bottom with minimum of three ventilation louvers at top and bottom of each door. 4. Sloping Top: 22 gage sheet steel, slope at 1:3 ratio. Fabricate hips, valleys and end closures with concealed fasteners. 5. Trim a. 22 gage sheet steel, with concealed fasteners. b. Recessed Lockers: Two piece male/female type with integral backbend to rest against adjacent construction. C. Flush Lockers: Single piece, overlapping type trim with integral backbend to rest against adjacent construction. 03871714 METAL WARDROBE LOCKERS 10500 - 2 11/15 6. Hinges: Weld securely to unit body and concealed rivet to inside of door flange. 7. Size and Configuration: As scheduled in Paragraph 3.4 - SCHEDULE. 2.4 FINISHES A. Clean, degrease, and neutralize metal; prime and finish with two coats of baked enamel. B. Paint locker doors and bodies in color as selected from manufacturer's standard. PART 3 - EXECUTION .3 PREPARATION A. Verify bases are properly sized and located. 3.2 INSTALLATION A. Install lockers secure, plumb, square, and in line. Set on prepared base provided. B. Anchor lockers with appropriate anchor devices to suit materials encountered. C. Bolt adjoining locker units together to provide rigid installation. D. Install end panels, sloped tops and trim to completely close off openings. 3.3 ADJUSTING AND CLEANING A. Touch up minor scratches with matching paint furnished by locker manufacturer. B. Lockers with large or multiple scratches shall be replaced. 3.4 SCHEDULE ROOM LOCKER TYPE SIZE (W x D x H) Dispatch/Operator Common/CSR Area 120 Double tier, solid body 12 x 12 x 30 END OF SECTION 03871714 METAL WARDROBE LOCKERS 10500 - 3 11/15 SECTION 10522 FIRE EXTINGUISHERS AND CABINETS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Fire Extinguisher Cabinets. 2. Fire Extinguishers. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 - Wood Blocking and Curbing: Roughed -in wall openings. 3. Section 09912 —Interior Painting: Field paint finish. 1.2 QUALITY ASSURANCE A. Conform to NFPA 10 requirements for extinguishers. 13 REFERENCES A. NFPA 10 -Portable Fire Extinguishers. 1.4 SUBMITTALS A. Shop Drawings 1. Indicate physical dimensions, operational features, color and finish, wall mounting brackets with mounting measurements, anchorage details, rough -in measurements, location, details and fire rating of cabinets. B. Product Data 1. Submit manufacturer's standard printed installation instructions. 2. Submit manufacturer's standard printed operation and maintenance data. a. Include test, refill or recharge schedules, procedures, and re -certification requirements. 1.5 PROJECT CONDITIONS A. Do not install extinguishers when ambient temperatures may cause freezing. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Fire Extinguishers, Cabinets and Brackets 1. J. L. Industries, Bloomington, Minnesota. 2. Larsen's Manufacturing Co., Minneapolis, Minnesota. 3. Potter-Rommer, Inc., Cerritos, Calif. 03871714 FIRE EXTINGUISHERS AND CABINETS 10522 - 1 11/15 B. Substitutions: In accordance with Section 01600. 2.2 EQUIPMENT A. Fire Extinguishers 1. Type I a. Fire Class: A,B,C b. Type: Multi -purpose Dry Chemical C. Capacity: 2-1/2 pounds d. Range: 15 feet e. UL Rating: IA-IOBC f. Shell Material: Enameled Steel g. Weight: 5-1/2lbs. B. Cabinets: 18 gage galvanized sheet steel. C. Door: 18 gage; 1/8 inch thick extruded aluminum. D. Door Catch: Manufacturer's standard roller catch. E. Glazing: Clear acrylic convex bubble. 1/8 inch thick. F. Hinge: Continuous piano hinge with stainless steel pin. Hinge material to match door and exposed cabinet frame. G. Mounting Hardware: Appropriate to cabinet. H. Pull Handle: Manufacturer's standard cast zinc alloy recessed type. I. Lettering: Die cut red vinyl. 2.3 FABRICATION A. General: Form perimeter trim and door stiles by welding, filling, and grinding smooth. B. Cabinet 1. Form body of cabinet with tight inside corners and seams, spot welded. 2. Predrill holes for anchorage. 3. Form cabinet face trim 1-1/4 inch wide with maximum 5/16 inch square return to wall surface. 4. Size: To accommodate extinguishers specified. C. Door 1. Frame Type a. 2 inch thick, 1 1/4 inch wide frame with mitered corners. b. Mount flush with face of cabinet trim. D. Lettering: Affix lettering to door in vertical position to read "FIRE EXTINGUISHER". 2.4 FINISHES A. Extinguishers: Baked red enamel. B. Cabinet Interior: White baked enamel. C. Cabinet and Door Frame: Manufacturer's standard white baked acrylic enamel. D. Pull Handle: Satin finish. 03871714 FIRE EXTINGUISHERS AND CABINETS 10522 - 2 11/15 f-, PART 3 - EXECUTION 3.1 INSPECTION A. Verify rough openings for cabinet are correctly sized and located. B. Beginning of installation means acceptance of existing conditions. 3.2 INSTALLATION A. Cabinets 1. Install one cabinet at each location noted on drawings. 2. Install plumb and level in wall openings. 3. Mounting height from finished floor to inside bottom of cabinet as detailed on drawings. 4. Secure rigidly in place in accordance with manufacturer's instructions. r 3.3 FIRE EXTINGUISHER SCHEDULE A. Cabinets -- 1. Install one Type I fire extinguisher in each cabinet. END OF SECTION 03871714 FIRE EXTINGUISHERS AND CABINETS 10522 - 3 11/15 SECTION 10800 TOILET ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: l . Toilet accessories. 2. Attachment hardware. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 - Wood Blocking and Curbing: In wall blocking and framing for support of accessories. 3. Section 10170 - Plastic Toilet Compartments: Supporting construction. 1.2 QUALITY ASSURANCE A. Regulatory Requirements l . Conform to ANSI A 117.1 for location and mounting height of accessories. 1.3 REFERENCES A. Architectural and Transportation Barriers Compliance Board - 36 CFR Part 1191, Accessibility Guidelines for Buildings and Facilities. B. ANSI Al 17.1 - Specifications for Making Buildings and Facilities Accessible To and Usable by Physically Handicapped People. C. ANSI/ASTM A 123 - Zinc (Hot -Dip Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strips. D. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. E. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service. F. ANSI/ASTM A366 - Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. G. ANSI/ASTM A386 - Zinc Coating (Hot -Dip) on Assembled Steel Products. H. ANSI/ASTM B456 - Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium. 1. ASTM A500 - Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. J. ANSI/BHMA A 156.16 - Auxiliary Hardware. K. FS CID A-A-2380 Dispenser, Paper Towel. L. FS L-C-780 Curtain, Shower and Window, Plastic. M. FS DD-M-00411 Minors, Glass. N. FS WW-D-1908 Dispenser, Toilet Paper, Cabinet. 0. FS WW-H-1911 Holder, Toilet Paper (Single Roll). P. FS WW-P-541 Plumbing Fixtures (Accessories, Land Use) (Detail Specification). Q. NHLA - Rules for the Measurement & Inspection of Hardwood & Cypress. 03871714 TOILET ACCESSORIES 10800 - 1 11/15 ["1 ' 1.4 PERFORMANCE REQUIREMENTS A. Install grab bars in conformance with structural strength requirements of ANSI Al 17.1 without } damage to supporting structure or finishes. 1.5 SUBMITTALS A. Shop Drawings and Product Data 1. Provide schedule indicating types, quantities, sizes and installation location by room for each toilet accessory item to be provided for project. 2. Provide manufacturer's standard product data on accessories describing size, finish, details of function, and attachment methods. 3. Submit manufacturer's standard printed installation instructions. B. Samples 1. Submit two samples of each component illustrating color and finish. 1.6 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with the placement of internal wall reinforcement to receive anchor attachments. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Bobrick Washroom Equipment, Inc.; North Hollywood, CA. B. Bradley Corporation; Menomonee Falls, WI. C. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Sheet Steel: ANSI/ASTM A366. B. Exposed Sheet Steel: ASTM A525. C. Stainless Steel Sheet: ASTM A 167, Type 304. D. Tubing: ASTM A500, stainless steel. E. Mirror Glass: ASTM C1036, Type I - Transparent Glass, Flat; Class 1 - Clear; Quality ql mirror select; 1/4 inch thick minimum. F. Fasteners, Screws, and Bolts: Hot dip galvanized, tamperproof. G. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. H. Hardwood: Red oak, first grade in conformance with NHLA. I. Primer: Zinc Chromate. 03871714 TOILET ACCESSORIES 10800 - 2 ,i 11/15 2.3 ACCESSORIES A. Grab Bar 1. Conformance: FS WW-P-541/8B (Am.l), Type IV, Class 2, Form and length as indicated in schedule at end of this Section. 2. Acceptable products a. Form a: Bradley #8120-00 length as indicated on drawings. b. Form h: Bradley #8120-054. C. Form k: Bradley #8120-031. d. Form 1: Bradley #8120-1 18162424. e. Form m: Bradley #8120-06036 x room width x 36" f. Shower Bar: Bradley #8120-036. B. Mirrors (M) 1. Conformance: FS DD-M-411C, Class 1, Style A, Grade 1. 2. Size: 18" x 36". 3. Acceptable product: Bradley #700 series. C. Janitor's Shelves (JS) 1. 18 gauge stainless steel units with 8" wide shelf and drying rack full length, with rag hooks and spring activated mop holders. 2. Furnish units 36" long with 4 holders and 3 hooks. 3. Acceptable product: Bradley #9984. D. Coat Racks (CR) 1. Provide surface mounted racks, type 304 stainless steel, 18 gauge backplate and 13 gauge hooks. 2. Sizes: 24" and 48". 3. Acceptable product: Bradley #9943 and 9945. 2.4 FABRICATION A. General 1. Weld and grind smooth joints of fabricated components. 2. Form exposed surfaces from single sheet of stock, free of joints. 3. Form surfaces flat without distortion, scratches or dents. 4. Back paint components where contact is made with building finishes to prevent electrolysis. 5. Shop assemble components and package complete with anchors and fittings. 6. Provide steel anchor plates, adapters, and anchor components for installation. 7. Fabricate all accessories with concealed mountings covered by finished snap -oil or set screw type escutcheons or mountings concealed behind units with doors unless otherwise specified. 8. Hot dip galvanize exposed and painted ferrous metal and fastening devices. 9. Provide manufacturer's standard keyed lock in all accessories having doors. 10. Provide continuous type hinge on all accessories having doors. B. Grab Bar (GB) 1. Fabricate from 1-1/2 inch OD seamless stainless steel tubing with 1 1/2 inch clear projection between wall and bar. 2. Provide integral mounting flange with screw mounting holes concealed on lip of flange and designed to support grab bar in compliance with specified performance requirements. 03871714 TOILET ACCESSORIES 10800 - 3 11115 it ^' 3. Provide one piece flange covers fabricated to fit over wall anchors and fixed by means of not less than three set screws. 4. Fabricate bends in conformance with ANSI 117.1. i._ 5. Stainless Steel: Either 302 or 304 L, 16 gauge (.064") minimum for 13" for 12" O.D. bars and 18 gauge (.050") minimum for V O.D. bars. 6. Finish: Satin finish. In addition, provide manufacturer's standard non -slip surface, either knurled or peened, over gripping surface of bars. 7. Attachment: concealed. 8. Construction: Provide one piece construction with ends returned to wall with integral intermediate supports as required. All joints shall be heliarc welded, ground and polished on exposed surfaces, finished to present uniform matching appearance throughout. 9. Anchors: Provide sub -anchors as required at each support, size and type as recommended by the manufacturer for each type of wall and finish condition. Support on ,. drywall or plaster bases solely by means of toggle bolts is prohibited. C. Mirrors I . Fabricate with 18 gauge stainless steel angle fi•ame with seamless square mitered corners, welded and ground smooth. 2. Provide 20 gauge galvanized steel back and 18 gauge cold rolled steel hangar, all welded construction. 2.5 FACTORY FINISHING A. Galvanizing: ANSI/ASTM A123, A386 to 1.25 oz/sq. yd. B. Shop Primed Ferrous Metals: Pretreat and clean, spray apply one coat primer and bake. C. Enamel: Pretreat to clean condition, apply one coat primer and minimum two coats epoxy electrostatic baked enamel. D. Chrome/Nickel Plating: ANSI/ASTM B456, Type SC 2 satin polished finish. E. Stainless Steel: No. 4 satin luster. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that site conditions are ready to receive work and dimensions are as indicated on shop drawings. B. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Deliver inserts and rough -in frames to site at appropriate time for building -in. B. Provide templates and rough -in measurements as required. C. Verify exact location of accessories for installation. 3.3 INSTALLATION A. Install fixtures, accessories and items in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Install grab bars in conformance with performance requirements specified. 03871714 TOILET ACCESSORIES 10800 - 4 11/15 3.4 SCHEDULE A. Janitor's Room 127 1. Each to have: a. 1 Janitor Shelf. B. Men's Restroom 129 1. Each to have: a. 1 Mirror 18" x 36" b. 1 Paper Towel Dispenser (OFCI) C. 1 Toilet Tissue Dispenser (OFCI) d. 1 Soap Dispensers(OFCI) e. I Grab Bar, Form a, 42" long f. 1 Grab Bar, Form a, 36" long C. Women's Restroom 130 1. Each to have: a. 1 Mirror 18" x 36" b. l Paper Towel Dispenser (OFCI) C. 1 Toilet Tissue Dispenser (OFCI) d. 1 Soap Dispenser (OFCI) e. 1 Grab Bar, Form a, 42" long f I Grab Bar, Form a, 36" long D. Unisex Restroom 124 1. Each to have: a. 1 Mirror 18" x 36" b. 1 Paper Towel Dispenser (OFCI) C. 1 Toilet Tissue Dispenser (OFCI) d. I Soap Dispenser (OFCI) e. I Grab Bar, Form a, 42" long f 1 Grab Bar, Form a, 36" long E. Women's Restroom 141 1. Each to have: a. I Mirror 18" x 36" b. 1 Paper Towel Dispenser (OFCI) C. 1 Toilet Tissue Dispenser (OFCI) d. 1 Soap Dispenser (OFCI) e. I Grab Bar, Form a, 42" long f. I Grab Bar, Form a, 36" long F. Men's Restroom 142 1. Each to have: a. 1 Mirror 18" x 36" b. I Paper Towel Dispenser (OFCI) C. 1 Toilet Tissue Dispenser (OFCI) d. I Soap Dispenser (OFCI) e. 1 Grab Bar, Form a, 42" long f I Grab Bar, Form a, 36" long END OF SECTION 03871714 TOILET ACCESSORIES 10800 - 5 11/15 i SECTION 12491 HORIZONTAL LOUVER BLINDS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Horizontal louver blinds with aluminum slats. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 — Wood Blocking and Curbing: Wood blocking and grounds for mounting horizontal louver blinds and accessories. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Show fabrication and installation details for horizontal louver blinds. C. Samples: For each exposed product and for each color and texture specified, 12 inches long. D. Samples for Verification: For each type and color of horizontal louver blind indicated. 1. Slat: Not less than 12 inches long. 2. Tapes: Full width, not less than 6 inches long. 3. Horizontal Louver Blind: Full-size unit, not less than 16 inches wide by 24 inches long. 4. Valance: Full-size unit, not less than 12 inches wide. E. Window -Treatment Schedule: For horizontal louver blinds. Use same designations indicated on Drawings. 1.3 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of horizontal louver blind. B. Product Test Reports: For each type of horizontal louver blind, for tests performed by a qualified testing agency. 1.4 CLOSEOUT SUBMITTALS A. Maintenance Data: For horizontal louver blinds to include in maintenance manuals. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Horizontal Louver Blinds: Full-size units equal to 5 percent of quantity installed for each size, color, texture, pattern, and gloss indicated, but no fewer than two units. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver horizontal louver blinds in factory packages, marked with manufacturer, product name, and location of installation using same designations indicated on Drawings. 03871714 HORIZONTAL LOUVER BLINDS 12491 - 1 11/15 1.7 FIELD CONDITIONS ' A. Environmental Limitations: Do not install horizontal louver blinds until construction and wet and finish work in spaces, including painting, is complete and dry and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. B. Field Measurements: Where horizontal louver blinds are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Allow clearances for operating hardware of operable glazed units through entire operating range. Notify Architect of installation conditions that vary from Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. PART2-PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain horizontal louver blinds from single source from single manufacturer. B. Acceptable Manufacturers: 1. Graber Blinds. 2. Hunter Douglas. 3. Levelor. C. Basis -of -Design: Levelor/Riviera 1. Type: Horizontal louver blinds, aluminum slats. 2. Slats: Aluminum; alloy and temper recommended by producer for type of use and finish indicated; with crowned profile and radius corners. 3. Width: 1 inch. 4. Finish: One color each side a. Ionized Coating: Antistatic, dust -repellent, backed polyester finish. b. Reflective Coating: Manufacturer's special costing ensuring the reflection of solar energy on the outside facing slat surface. C. Bottom Rail: Formed -steel with metal -capped ends. d. Slat Support: Evenly spaced to prevent long-term slat sag. 1) For blinds with nominal slat width 1 inch or less: Woven propylene, ladder configuration (braided string). 2) Lift Cords: Braided nylon polypropylene: Continuous loop, free and weighted. 3) Tilt Control Wand: Extruded plastic; octagon shape, removable type: Manufacturer's standard length for window opening height scheduled for tile in 2 directions. 4) Lift Operation: Manual cord lock, locks pull cord to stop blind at any position in ascending or descending travel. (a) Valance: PVC strip. 5) Mounting: End mounting permitting easy removal and replacement without damaging blind or adjacent surfaces and finishes; with spacers and shims required for bind placement and alignment indicated. (a) Provide intermediate support brackets if end support spacing exceeds spacing recommended by manufacturer for weight and size of blind. 03871714 HORIZONTAL LOUVER BLINDS 12491 -2 11/15 i ; 6) Colors: As selected by Interior Designer from manufacturer's full range of colors. 2.2 HORIZONTAL LOUVER BLIND FABRICATION A. Unit Sizes: 1. Obtain units fabricated in size to fit window and other openings with 3/8 inch edge clearance. 2. At openings requiring multiple blind units, provide separate blind assemblies with space of 1/4 inch between assemblies; occurring at mullion centers. B. Concealed Components: Noncorrodible or corrosion -resistant -coated materials. 1. Lift -and -Tilt Mechanisms: With permanently lubricated moving parts. C. Mounting and Intermediate Brackets: Designed for removal and reinstallation of blind without damaging blind and adjacent surfaces, for supporting blind components, and for bracket positions and blind placement indicated. D. Installation Fasteners: No fewer than two fasteners per bracket, fabricated from metal noncorrosive to brackets and adjoining construction; type designed for securing to supporting substrate; and supporting blinds and accessories under conditions of normal use. E. Color -Coated Finish: 1. Metal: For components exposed to view, apply manufacturer's standard baked finish complying with manufacturer's written instructions for surface preparation including pretreatment, application, baking, and minimum dry film thickness. F. Component Color: Provide rails, cords, ladders, and exposed -to -view metal and plastic matching or coordinating with slat color, unless noted otherwise. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, operational clearances, and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION 1 _ A. Install horizontal louver blinds level and plumb, aligned and centered on openings, and aligned with adjacent units according to manufacturer's written instructions. 1. Locate so exterior slat edges are not closer than 2 inches from interior faces of glass. 2. Install mounting and intermediate brackets to prevent deflection of headrails. 3. Install with clearances that prevent interference with adjacent blinds, adjacent construction, and operating hardware of glazed openings, other window treatments, t and similar building components and furnishings. B. Adjust horizontal louver blinds to operate free of binding or malfunction through full operating ranges. C. Jamb Mounted: Install headrail flush with face of opening jamb and head. 03871714 HORIZONTAL LOUVER BLINDS 12491 - 3 11/15 3.3 INSTALLATION TOLERANCES A. Maximum variation of gap at window opening perimeter: 1/8 inch. B. Maximum offset from level: 1/8 inch. 3.4 CLEANING AND PROTECTION A. Clean horizontal louver blind surfaces after installation according to manufacturer's written instructions. B. Provide final protection and maintain conditions in a manner acceptable to manufacturer and Installer and that ensures that horizontal louver blinds are without damage or deterioration at time of Substantial Completion. C. Replace damaged horizontal louver blinds that cannot be repaired in a manner approved by Architect before time of Substantial Completion. 3.5 SCHEDULE A. Refer to drawings for locations. END OF SECTION 03871714 HORIZONTAL LOUVER BLINDS 12491 - 4 11/15 SECTION 12494 ROLLER SHADES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Manually operated sunscreen roller shades and dual black -out shades. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 09250 - Gypsum Board Systems: Coordination with gypsum board assemblies for installation of shade pockets, closures and related accessories. 3. Section 09510 -Acoustical Ceilings: Coordination with acoustical ceiling systems for installation of shade pockets, closures and related accessories. 1.2 REFERENCES A. ASTM G 21 - Standard Practice for Determining Resistance of Synthetic Polymeric Materials to Fungi. B. NFPA 701-99 - Fire Tests for Flame -Resistant Textiles and Films. 1.3 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Styles, material descriptions, dimensions of individual components, profiles, features, finishes and operating instructions. 3. Storage and handling requirements and recommendations. 4. Mounting details and installation methods. C. Shop Drawings: Plans, elevations, sections, product details, installation details, operational clearances, wiring diagrams and relationship to adjacent work. D. Window Treatment Schedule: For all roller shades. Use same room designations as indicated on the Drawings and include opening sizes and key to typical mounting details. E. Samples: For each finish product specified, one set of shade cloth options and aluminum finish color samples representing manufacturer's full range of available colors and patterns. F. Maintenance Data: Methods for maintaining roller shades, precautions regarding cleaning materials and methods, instructions for operating hardware and controls. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Obtain roller shades through one source from a single manufacturer with a minimum of twenty years experience in manufacturing products comparable to those specified in this section. B. Installer Qualifications: Installer trained and certified by the manufacturer with a minimum of ten years experience in installing products comparable to those specified in this section. C. Fire -Test -Response Characteristics: Passes NFPA 701-99 small and large-scale vertical burn. Materials tested shall be identical to products proposed for use. 03871714 ROLLER SHADES 12494 - 1 11/15 D. Anti -Microbial Characteristics: 'No Growth' per ASTM G 21 results for fungi ATCC9642, ATCC 9644, and ATCC9645. Environmental Certification: Submit written certification from the manufacturer, including third party evaluation, recycling characteristics, and perpetual use certification as specified below. Initial submittals, which do not include the Environmental Certification, below will be rejected. Materials that are simply 'PVC free' awithout nidentifying ed heir inputs shall not qualify as meeting the intent of this specification d hall be "l J t 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver shades in factory -labeled packages, marked with manufacturer and product name, fire -test -response characteristics, and location of installation using same room designations indicated on Drawings and in the Window Treatment Schedule. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Install roller shades after finish work including painting is complete and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1.7 WARRANTY A. Roller Shade Installation: One year from date of Substantial Completion. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturer: Subject to compliance with requirements, provide the following, or approved equal: 1. MechoShade Systems, Long Island City, NY. B. Substitutions: Per requirements of Section 01600. 2.2 APPLICATIONS/SCOPE A. Roller Shade Schedule: l . Shade Type 1: Manual operating, chain drive, sunscreen roller shades in all exterior windows of rooms and spaces shown on schedule at the end of this section. 2. Shade Type 2: Manual operating, chain drive sunscreen and blackout dual shade in exterior windows of rooms and spaces shown on schedule at the end of this section. 2.3 SHADE CLOTH A. Visually Transparent Single -Fabric Shadecloth: MechoShade Systems, Inc., ThermoVeil group, single thickness non -raveling 0.030-inch thick vinyl fabric, woven from 0.018-inch diameter extruded vinyl yarn comprising of 21 percent polyester and 79 percent reinforced vinyl, in colors selected from manufacturer's available range. 1. Dense Linear Weave: "3000 series", satin weave, 1-2 percent open, dense linear - weave pattern. 2. Color: Selected from manufacturer's standard colors. 03871714 ROLLER SHADES 12494 - 2 11/15 � I t_ _ B. Black -Out Shade Cloth: MechoShade System, Inc.; Blackout Group, thermal insulation, opacity, fade and flame resistant material composed of 66% acrylic coating and 34% fiberglass, in colors selected from manufacturer's available range. 1. Equinox Blackout: "0100 Series", opaque. 2. Color: Selected from manufacturer's standard colors. 2.4 SHADE BAND A. Shade Bands: Construction of shade band includes the fabric, the hem weight, hem -pocket, shade roller tube, and the attachment of the shade band to the roller tube. Sewn hems and open hem pockets are not acceptable. 1. Hem Pockets and Hem Weights: Fabric hem pocket with RF-welded seams (including welded ends) and concealed hem weights. Hem weights shall be of appropriate size and weight for shade band. Hem weight shall be continuous inside a sealed hem pocket. Hem pocket construction and hem weights shall be similar, for all shades within one room. 2. Shade Band and Shade Roller Attachment: a. Use extruded aluminum shade roller tube of a diameter and wall thickness required to support shade fabric without excessive deflection. Roller tubes less than 1.55 inch in diameter for manual shades. b. Provide for positive mechanical engagement with drive / brake mechanism. C. Provide for positive mechanical attachment of shade band to roller tube; shade band shall be made removable / replaceable with a "snap -on" snap -off' spline mounting, without having to remove shade roller from shade brackets. d. Mounting spline shall not require use of adhesives, adhesive tapes, staples, and/or rivets. e. Any method of attaching shade band to roller tube that requires the use of: adhesive, adhesive tapes, staples, and/or rivets are not acceptable. 2.5 SHADE FABRICATION A. Fabricate units to completely fill existing openings from head to sill and jamb -to -jamb, unless specifically indicated otherwise. B. Fabricate shadecloth to hang flat without buckling or distortion. Fabricate with heat -sealed trimmed edges to hang straight without curling or raveling. Fabricate unguided shadecloth to roll true and straight without shifting sideways more than 1/8 inch in either direction per 8 feet of shade height due to warp distortion or weave design. Fabricate hem as follows: 1. Bottom hem weights. 2. Concealed hemtube. 3. Exposed hemtube. 4. Exposed blackout hembar with light seal. 5. Exposed blackout hembar with polybond seal. C. Provide battens in standard shades as required to assure proper tracking and uniform rolling of the shadebands. Contractor shall be responsible for assuring the width -to -height (W:H) ratios shall not exceed manufacturer's standards or, in absence of such standards, shall be responsible for establishing appropriate standards to assure proper tracking and rolling of the shadecloth within specified standards. Battens shall be roll -formed stainless steel or tempered steel, as required. 03871714 ROLLER SHADES 12494 - 3 11/15 s t D. For railroaded shadebands, provide seams in railroaded multi -width shadebands as required to meet size requirements and in accordance with seam alignment as acceptable to t--, Architect. Seams shall be properly located. Furnish battens in place of plain seams when the width, height, or weight of the shade exceeds manufacturer's standards. In absence of such standards, assure proper use of seams or battens as required to, and assure the proper tracking of the railroaded multi -width shadebands. F E. Provide battens for railroaded shades when width -to -height (W:H) ratios meet or exceed manufacturer's standards. In absence of manufacturer's standards, be responsible for proper use and placement of battens to assure proper tracking and roll of shadebands. F. Blackout shadebands, when used in side channels, shall have horizontally mounted, roll -formed stainless steel or tempered -steel battens not more than 3 feet on center extending fully into the side channels. Battens shall be concealed in an integrally -colored fabric to match the inside and outside colors of the shadeband, in accordance with manufacturer's published standards for spacing and requirements. 1. Battens shall be roll formed of stainless steel or tempered steel and concave to match the contour of the roller tube. 2. Batten pockets shall be self -colored fabric front and back RF welded into the shadecloth. A self -color opaque liner shall be provided front and back to eliminate any see through of the batten pocket that shall not exceed 1-1/2 inches high and be totally opaque. A see -through moire effect, which occurs with multiple layers of transparent fabrics, shall not be acceptable. 2.6 COMPONENTS A. Access and Material Requirements: 1. Provide shade hardware allowing for the removal of shade roller tube from brackets without removing hardware from opening and without requiring end or center supports to be removed. 2. Provide shade hardware that allows for removal and re -mounting of the shade bands without having to remove the shade tube, drive or operating support brackets. 3. Use only Delrin engineered plastics by DuPont for all plastic components of shade hardware. Styrene based plastics, and /or polyester, or reinforced polyester will not be acceptable. B. Manual Operated Chain Drive Hardware and Brackets: 1. Provide for universal, regular and offset drive capacity, allowing drive chain to fall at front, rear or non -offset for all shade drive end brackets. Universal offset shall be adjustable for future change. 2. Provide hardware capable for installation of a removable fascia, for both regular and/or reverse roll, which shall be installed without exposed fastening devices of any kind. 3. Provide shade hardware system that allows for removable regular and/or reverse roll fascias to be mounted continuously across two or more shade bands without requiring exposed fasteners of any kind. 4. Provide shade hardware system that allows multi -banded manually operated shades to be capable of smooth operation when the axis is offset a maximum of 6 degrees on each side of the plane perpendicular to the radial line of the curve, for a 12 degrees total offset. 5. Provide positive mechanical engagement of drive mechanism to shade roller tube. Friction fit connectors for drive mechanism connection to shade roller tube are not acceptable. 03871714 ROLLER SHADES 12494 - 4 11/15 1 S 6. Provide shade hardware constructed of minimum 1/8-inch thick plated steel or heavier as required to support 150 percent of the full weight of each shade. 7. Drive Bracket / Brake Assembly: a. MechoShade Drive Bracket model M5 shall be fully integrated with all MechoShade accessories, including, but not limited to: SnapLoc fascia, room darkening side / sill channels, center supports and connectors for multi -banded shades. b. M5 drive sprocket and brake assembly shall rotate and be supported on a welded 3/8 inch steel pin. C. The brake shall be an over -running clutch design which disengages to 90 percent during the raising and lowering of a shade. The brake shall withstand a pull force of 50 lbs. in the stopped position. d. The braking mechanism shall be applied to an oil -impregnated hub on to which the brake system is mounted. The oil impregnated hub design includes an articulated brake assembly, which assures a smooth, non jerky operation in raising and lowering the shades. The assembly shall be permanently lubricated. Products that require externally applied lubrication and or not permanently lubricated are not acceptable. e. The entire M5 assembly shall be fully mounted on the steel support bracket, and fully independent of the shade tube assembly, which may be removed and - reinstalled without effecting the roller shade limit adjustments. C. Drive Chain: #10 qualified stainless steel chain rated to 90 lb. minimum breaking strength. Nickel plate chain shall not be accepted. 2.7 ACCESSORIES A. Fascia: 1. Continuous removable extruded aluminum fascia that attaches to shade mounting brackets without the use of adhesives, magnetic strips, or exposed fasteners. 2. Fascia shall be able to be installed across two or more shade bands in one piece. 3. Fascia shall fully conceal brackets, shade roller and fabric on the tube. 4. Provide bracket / fascia end caps where mounting conditions expose outside of roller shade brackets. 5. Notching of Fascia for manual chain shall not be acceptable. PART 3 - EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 03871714 ROLLER SHADES 12494 - 5 11/15 �v 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install roller shades level, plumb, square, and true according to manufacturer's written instructions, and located so shade band is not closer than 2 inches to interior face of glass. Allow proper clearances for window operation hardware. B. Adjust and balance roller shades to operate smoothly, easily, safely, and free from binding or malfunction throughout entire operational range. C. Clean roller shade surfaces after installation, according to manufacturer's written instructions. D. Engage Installer to train Owner's maintenance personnel to adjust, operate and maintain roller shade systems. 3.4 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. 3.5 SCHEDULE A. Locations: Where indicated below, the following storefront windows shall receive manually -operated roller -shade devices; equal in length to the total length of glazing header, at the following locations: B. Field verify window width and locations. 1. Waiting Room 101 Aluminum Storefront Shade Type 1 2. Receptionist 102 Aluminum Storefront Shade Type 1 3. Files 103 Aluminum Storefront Shade Type 1 4. Meeting Room 139 Aluminum Storefront Shade Type 2 5. Office 138 Aluminum Storefront Shade Type 2 END OF SECTION 03871714 ROLLER SHADES 12494 - 6 11/15 SECTION 15000 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL PART1-GENERAL 1.1 SPECIAL NOTE A. The Architectural and Structural Plans and Specifications, including the supplements issued thereto, Infonnation 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. 1.2 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. 1.3 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 confonn 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, conduit and ductwork for the mechanical and electrical trades 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, ductwork, conduits and raceways may be run exposed in machinery and equipment spaces, where serving as connections to motors and equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required. D. All conduits in any space where they are exposed shall run parallel with the building walls. They shall enter the concealed areas perpendicular with the walls, ceilings or floors. Fittings shall be used where necessary to comply with this requirement. E. 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 inasonry walls while they 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 1 11/15 are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. F. The mechanical and electrical 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 t ' 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 j 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 G. The electrical plans show diagrammatically the locations of the various electrical outlets ! j and apparatus and the method of circuiting and controlling their. Exact locations of these outlets and apparatus 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, 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 drawings) or after installation if an obvious conflict exists, without additional cost to the Owner. H. 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. I. 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. J. The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Architect before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds.i K. 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. 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. L. Piping, ducts, and 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. M. 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 ( t 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 2 11/15 responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. N. 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. O. Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 15 or 16 and that work is not indicated on the respective "M", "P" & "E" 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. 1.4 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. 1.5 INSPECTION OF SITE A. The accompanying plans do not indicate completely the existing mechanical and 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. 1.6 ELECTRICAL WIRING A. 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. 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. The contractor shall coordinate the voltage of all motors and any associated variable frequency drives with the Division 16 contractor prior to ordering the devices. C. Where no temperature control scope is shown in the documents, it shall be the responsibility of the Division 16 contractor to provide wiring, conduit and switches for the manual control of all mechanical and plumbing equipment, unless specifically noted to the contrary on the drawings and specifications. 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 3 11115 1.7 MOTORS AND CONTROLS A. All motors fumished 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. B. Unless otherwise noted, the Contractor under Division 15 shall furnish each motor with a starter and all controls of the types specified or required. These starters shall be of the totally enclosed type, of capacity rating within the required limits of the motors which they are to serve, shall be suitable for the motor current characteristics and shall provide thermal overload protection. All starters shall be standard of manufacture and performance of the National Electrical Manufacturers' Association. They further shall be listed by Underwriters Laboratories. Provide overload protection in each phase wire. 1.8 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 tirne without waiting for notification from the Architect or Owner. 1.9 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 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 lighting fixtures, wiring devices, plumbing brass, grilles, registers, ceiling outlets and similar items and shall not be applicable to major manufacturers' iterns 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. 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 4 11/15 1.11 SUBSTITUTION OF MATERIALS 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 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. Within 30 days of being awarded the Contract for any section or sections of the work under this heading, 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 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. If the material is not submitted within 30 days of the contract signing, the Contractor shall furnish the specified materials. 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 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 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 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 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. 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 5 11/15 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 1 in the incompleted 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. } ITS FEES, ETC 1.14 PERM E C A. The Contractor under each section of these specifications shall arrange for a pen -nit from the local authority. The Contractor shall arrange for all utility services, including sewer, water, gas and electric 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. 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 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. 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 6 11/15 F. 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 Divisions 15 and 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.20 CUTTING AND PATCHING A. 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 03871714 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 7 11/15 SECTION 15300 PIPING AND ACCESSORIES PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE _ A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the piping and accessories as shown on the drawings and/or specified herein. 1.4 INSPECTION A. All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the course of the work. Any defective materials found during field inspection or during hydrostatic and leakage tests shall be removed from the site of the work and replaced by the Contractor. 1.5 PROTECTION DURING STORAGE A. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and fittings shall be drained and stored in a manner that will protect them from damage by freezing. PART 2-PRODUCTS 2.1 MATERIALS A. All materials shall be manufactured or fabricated in the United States of America. B. Materials shall conform to the listed standards. Refer to specific sections for materials to be used under that section. The following tabulation is for reference only to identify the applicable standard. Cast Iron Soil Pipe and Fittings ASTM A74, Class SV Push On Gaskets for C.I. Soil Pipe ASTM C564 Caulked Joints for C.I. Soil Pipe Fed. Spec. HH-P-I17, Type II No Hub Joints ASTM D3183 Clay Tile Pipe and Fittings ASTM C700 03871714 PIPING AND ACCESSORIES 15300 - 1 11/15 '' 2.2 Clay Tile Joints Rubber Rings for A.C. Pipe ABS Soil Pipe and Fittings ABS Soil Joints — Elastomeric PVC Soil Pipe and Fittings PVC Soil Fittings — Elastomeric Copper Tubing Wrought Copper Solder Fittings Cast Bronze Solder Fittings Steel Pipe Butt Weld Fittings Socket Weld Fittings Steel Flanges Malleable Iron Threaded Fittings Cast Iron Threaded Fittings Cast Iron Water Pipe Cement Lining for C.I. Water Pipe Cast Iron Water Pipe Fittings, Lined Push -On Joints for C.I. Water Pipe Mechanical Joints for Water Pipe PVC Water Pipe Push On Joints for PVC Water Pipe Asbestos Cement Water Pipe AC Water Pipe Fittings AC Water Pipe Joints Flange Bolt, Sets ASTM C425 ASTM D1869 ASTM D2751 ASTM D2751 ASTM D3034, Type PSM Max. SDR = 35 ASTM D3212 ASTM B88 ANSI B16.22 ANSI B16.18 ASTM A120, A53, A106 ANSI B16.9 ANSI B16.11 ANSI B16.5 ANSI B16.3 Fed. Spec. WW-P-501E ANSI A21.6 ANSI A21.4 ANSI A21.10 and A21.10a ANSI A21.11 ANSI A21.11 ASTM D1584 Type 1120 ASTM D1585, AWWA C900 AWWA C400 Class 150 ANSI A21.10, 150 lb. ASTM D1869 ASME Pressure Piping C. Unions in Ferrous Lines: 150 pound malleable iron, screwed pattern, ground joint with brass to iron seat; equal to Crane. D. Insulating Fittings: Equal to Maloney. E. Unions in Copper or Brass Lines: 125 pound all brass, screwed pattern, ground joint, equal to Chase, Crane or Mueller. F. Mechanical Couplings: Victaulic Style 77 VALVES A. General Service Valves: 3" and smaller, all bronze, screwed; 3-1/2" and larger, flanged, iron body, bronze trimmed, equal to the following Crane Nos: Type Fluid Pressure Fluid Pressure Below 125 PSIG Above 125 PSIG Gate 2" and smaller 428 424 Gate 2-1/2" and larger 465-1/2 7-1/2 E Globe 2" and smaller 1 14-1/2 P Globe 2-1/2" and larger 351 21E Angle 2" and smaller 2 16-1/2 P Angle 2-1/2" and larger 353 23E ( 03871714 PIPING AND ACCESSORIES 15300 - 2 11/15 _w B. Where valves have discs, select the discs for the intended service using materials as recommended by the valve manufacturer. Provide extended steins for valves in insulated lines, so that the handle clears the insulation and jacket. C. Acceptable General Service Valve Manufacturers: Stockham, Jenkins, OIC, Walworth, Hammond. D. Ball Valves: Bronze threaded body, chrome plated full port bronze ball, teflon seats and O-rings, bronze shafts, and infinite position handle with memory stops. Memory stops may be deleted for domestic water service. Valve shall be three piece break away for in -line service. Apollo, Crane, Jarnesbury and Stockharn are acceptable. Ring type two piece ball valves are not acceptable, except for drain line service. Where valves .are installed in insulated lines, provide extended sterns to clear the insulation and jacket. E. Gas Valves: Iron body, lubricated plug valves equal to Nordstrom Fig. 143 in sizes 2-1/2" and larger. Valves 2" and smaller equal to Crane No. 270 or Lee 10685 iron body flat -head threaded gas stop. 2.3 COMBINATION PRESSURE/TEMPERATURE PORT A. Furnish and install where indicated "Pete's Plug' a 1/4" MPT fitting to receive either a temperature or pressure probe 1/8" OD. Fitting shall be solid brass with valve core of neoprene fitted with cap with gasket. Furnish an extended stern as required to extend through pipe insulation where installed in insulated lines. PART 3 - EXECUTION 3.1 INSTALLATION OF PIPING SYSTEMS A. Install runs of piping essentially as indicated on the drawings and/or as required. The location, direction and size of the various lines are indicated on the drawings. B. Make up all systems straight and true and properly graded for correct flow of contained materials and to provide drainage. Cut pipes accurately to measurements established at the building and work into place without forcing or springing. Except as required for specified grading, run all piping above ground parallel with the lines of the building. C. Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings. D. Install and support piping systems with loops, bends, expansion joints and/or flexible connectors as required for flexibility, to acconunodate expansion and contraction of piping due to temperature changes in the contained fluids and in the surrounding space, and to minimize the transmission of vibration to the building structure. E. Provide unions in the lines assembled with screwed and soldered fittings, at points of connection to equipment, and elsewhere as indicated or required to permit proper connections to be made, or to permit valves, equipment items, etc. to be removed. Provide unions also in welded lines at connections to equipment where flanges are not provided. Provide insulating unions where ferrous material joins non-ferrous material. F. In piping systems assembled by welding, use factory -fabricated welding fittings of the same material and the same schedule or weight as the piping in which they are installed, except that branches or take -offs of sizes not exceeding 2/3 of the nominal diameter of the mains may be made with Bonney Weldolets or Thredolets. Mitering of pipe to form elbows, notching of straight runs to form tees, and any similar construction will not be permitted. 03871714 PIPING AND ACCESSORIES 15300 - 3 11/15 G. In general, use listed materials in fabricating the various piping systems. The method of assembly may be varied only to meet special conditions where it is impossible to comply with the specified method of joining piping. Where special classes of piping are involved and are not listed, request exact instructions as to the class of material involved and the method of fabricating it before ordering materials. 3.2 FLASHING A. Flash around all pipes passing through the roof with sheet lead not less than 4 lbs. per square foot, built a minimum of 8" in all directions from the outside of the pipe into the waterproofing. Flashing shall be run up the pipe and turned over into the pipe cavity. Flashing at roof drains shall be 36" square. 3.3 MASTIC PANS A. Small lines thru the roof shall be installed thru mastic pans. Pans shall be 18 gage galvanized, welded, 3" deep, 8" X 8" or larger, and filled with mastic. 3.4 PIPE SLEEVES A. Generally where pipes pass through walls or floors except sewer pipes through floors on grade, pipe sleeves shall be used. The sizes of these sleeves shall be such as to permit readily the subsequent insertion of the pipes of the proper size. In the case of insulated lines, the diameter of the sleeves shall be approximately 1/2 inch greater than the outside diameter of the insulation. B. The pipes passing through interior walls or floors shall pass through galvanized pipe sleeves. In walls, they shall finish flush with each finished surface. In pipe chases, they shall extend 1-1/2 inches above the floor slab. The annular space between the pipe and sleeve in floor penetrations and fire rated wall penetrations shall be fire -sealed with fire resistive material equal to Dow Corning Silicone RTV Foam Penetration Seal. C. The pipes passing through concrete beams or walls, and masonry exterior walls and through floors shall be provided with galvanized wrought iron pipe sleeves. Weld at least four No. 4 rods to each pipe sleeve to serve as an anchor as directed by the Architect. After the pipes are installed, in the case of pipes sleeving through exterior beams or walls and floors on grade, the Contractor shall fill the annular space between the pipe and its sleeve with mechanical interlocking synthetic rubber link equal to Link Seal. Contractor shall coordinate sleeve size to insure a watertight joint. 3.5 ESCUTCHEONS, CEILING PLATES A. Except as otherwise noted provide and install concealed hinge, chrome plated escutcheons or ceiling plates with spring catches around each pipe passing through any wall, floor, or ceiling in any space, except in underfloor and attic spaces. Plates shall be sized to fit snugly against the outside of the pipe, or against the outside of the insulation on lines which are insulated. B. No floor plates will be required around the iron pipe sleeves on exterior walls. 03871714 PIPING AND ACCESSORIES 15300 - 4 p 11/15 3.6 INTERIOR TRENCHING A. Trenches for underfloor lines inside the building shall be properly excavated, following in general the procedures set out for exterior lines. Where floors are to be poured over these lines, they shall be backfilled, tamped, and settled with water. B. Where necessary to cut floors for installation of underfloor lines, the floor shall be saw cut and patched back to a flush and level condition. C. All surplus materials removed in these trenching operations shall be disposed of as directed by the Architect. 3.7 PROTECTION OF UNDERGROUND PIPING A. Underground steel piping shall be cleaned and primed with Humble "Rust -Ban" and wrapped with a double thickness of 3M Scotch "51" vinyl tape over pipe and fittings. 3.8 FABRICATION OF PIPE JOINTS A. Threaded Pipes: Ream and deburr pipe after it is cut and before it is threaded. Stand each pipe on one end and hammer to remove all foreign material. Full cut threads, but not more than 3 pipe threads shall remain exposed when joint is completed. Make up joints with graphite and oil or an approved graphite compound applied to male threads only. Caulking of threaded joints to stop or prevent leaks is prohibited. B. Copper Tubing: Cut tubing square and deburr. Clean insides of fittings and outsides of tubing with sand cloth before assembly. Exercise care to prevent annealing of fittings and hard drawn tubing. Make all joints with solid string or wire solder, using non -corrosive paste flux of the proper type for each application. No cored solder will be permitted. Use 95-5 solder (95% tin, 5% antimony) or Silvabrite 100 solder (95.5% tin, 4% copper, .5% silver composition) for all copper tubing. Under no circumstances will solder with any lead content be pennitted on the jobsite. Where flanges are shown or are required for connection to equipment, they shall be 150 psi flanges. C. Welded Joints: Make all welded joints by the metallic arc process. Use base material conforming to ANSI B31.1 for welded pipe ASTM A106 and ASTM A53. Use filler material conforming to ASTM A233 and in accordance with ANSI B31.1. Machine the ends of the material to be joined or gas cut. Make the cut smooth in order that good fit can be made and a full penetration weld made. Use direct current for welding with the electrode positive. Limit the depth of deposit to 1/8" per pass. Remove all slag or flux remaining on any bead of welding before laying down the next successive bead of welding. Remove any cracks or blow holes that appear on the surface of any bead of welding by chipping or grinding before depositing the next successive bead of welding. D. Solvent Weld Plastic Joints: Solvent welded according to manufacturer's instructions. E. Testing: 1. The Contractor shall have a minimurn of 10 percent of all welds made by each welder examined and inspected by radiography. If a faulty weld is discovered, the Contractor shall perform radiographic inspection on all welds made by that welder. Any faulty welds shall be repaired and reinspected at the Contractor's expense. 2. The system shall be hydrostatically tested at 1.5 times the design pressure, as specified in Chapter VI ASME Code B31.1-1986 for Power Piping, and carefully checked for leaks. After leaks are repaired, retest system; repeat repair and test until proved tight. Equipment shall be isolated from hydrostatic testing of piping. 03871714 PIPING AND ACCESSORIES 15300 - 5 11/15 s , 3. Welds which cannot be hydrostatically tested, e.g., branch connections made to existing piping, shall be radiographed per Chapter VI, ASME Code B31.1-1986 at Contractor's expense. The Owner at his option may allow visual inspection of these welds in lieu of radiographs. 3.9 REVISIONS AND RELOCATION OF EXISTING SYSTEMS A. Where conflicts occur between the new work and the existing piping systems which cannot be resolved, the Contractor shall relocate the existing piping system. Relocated positions of piping shall be tested for new work. All piping systems shall be free from leaks. 3.10 REPAIR OF LEAKS A. All leaks in piping systems shall be corrected as follows: 1. Repair leaks in solder joints by remaking the joint; no soldering or brazing over existing joints will be permitted. 2. Repair leaks in screwed joints by tightening the joint; remake the joint if the tightening fails to stop the leak. 3. Leaks in caulked joints may be stopped by additional caulking of the joint; but if that fails, remake the joint. 4. Repair leaks in welded joints by removing the defective weld completely through the base metal and grind smooth. Re -weld, accomplishing 100% penetration of the base metal. The repair weld should in no case be less than 4" in length. B. When any defect is repaired, retest that section of the system. 3.11 HANDLING OF MATERIAL A. Hauling: All materials furnished by the Contractor shall be delivered and distributed at the site by the Contractor. B. Loading and Unloading: Pipe, fittings, valves, and accessories shall be loaded or unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. Each piece shall be unloaded opposite or near the place where it is to be installed. No material shall be unloaded where it will block any road, drive, building entrance, or walkway or where it will be a hazard to safe vehicular or pedestrian traffic. C. Care of Pipe Coating and Lining: Pipe shall be so handled that the coating and lining shall not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense. If satisfactory repair cannot be made, the Contractor shall replace the damaged pipe. 3.12 ALIGNMENT AND GRADES A. General: All pipe shall be laid and inaintained to the required lines and grades with fittings, valves, at the required locations; spigots centered in bells; and all valve steins plumb. All pipe shall be installed straight and true to line. 03871714 PIPING AND ACCESSORIES 15300 - 6 11/15 B. Deviations Occasioned by Other Structures: Whenever obstructions not shown on the plans are encountered during the progress of the work, the lines and/or grades shall be adjusted so to not interfere with existing obstructions. END OF SECTION 03871714 PIPING AND ACCESSORIES 15300 - 7 11/15 SECTION 15350 PLUMBING SYSTEMS PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications requires the furnishing and installation of all equipment, labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of the plumbing systems. PART 2 - PRODUCTS 2.1 MATERIALS: Refer to Section "Piping and Accessories". A. Interior Sanitary Soil, Waste and Drain Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. B. Sanitary Fixture Waste Arms: Fixtures served by sanitary soil waste and drain lines shall be connected using cast iron pipe and fittings, red brass pipe, Type L hard copper tubing with cast brass drainage fittings or lead. Use brass soldering nipples or ferrules as required. C. Sanitary Vent Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. D. Domestic Water Lines (Hot, Cold and Recirculating): All water lines underground or under slabs on grade shall be of Type K hard drawn copper tubing. All interior water lines shall be Type L hard drawn copper tubing. Where connections are made between copper tubing and cast iron pipe, use adapters. Copper tubing shall be assembled using solder -joint fittings. No lead solder will be permitted. All flanges shall be 150 psig rated. E. Gas Lines: Schedule 40 black steel with 150 lbs. banded malleable iron fittings. F. Drain Lines: Type L copper with solder joint fittings. G. Downspouts and Interior Storm Drain Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. H. Miscellaneous Lines: Such as pilot lines, bleed lines, control and sampling lines, equalizer lines, drains from air vents and relief vents, etc. shall be fabricated of the materials used in the systems to which they are connected. I. Interior Cleanouts: Cleanouts shall be provided at the bottom of each stack, at each change in direction, and in each horizontal run at intervals not exceeding 50 feet in all interior soil, waste, and drain lines. Where cleanouts occur in walls of finished areas, they shall be 03871714 PLUMBING SYSTEMS 15350 - 1 11/15 concealed behind chrome plated access covers, such as Wade W-8480-R or provided with other special plugs and covers as required to present a finished appearance. Floor cleanouts in unfinished areas shall be Wade W-6000 with threaded adjustable housing, flanged ferrule with cast iron plug and gasket and secured satin bronze scoriated top. Floor cleanouts in finished tile floors shall be Wade W-6000-TS with square tile top; in carpeted areas Wade W-6000-72 with carpet marker. All cleanouts shall be the same size as the line served up to 4" size and shall be 4" for all larger lines. J. Air Chambers: Air chambers of Type L copper, not less than 12" long and no smaller than the supply pipe, shall be provided and installed in each water supply to each and every fixture, outlet, item of equipment, etc. The length and/or the diameter of these air chambers shall be greater where required to eliminate water hammer. PDI shock absorbers may be used if sized in accordance with PDI recommendations. K. Vacuum Breakers: On each water supply line serving a plumbing fixture, item of equipment, or other device which has a water supply below the rim of the fixture, or which has a threaded or tubing spout, provide and install an approved vacuum breaker. These vacuum breakers shall be designed to prevent any possible backflow through them. Where these are installed in chrome plated lines, they shall be chrome plated to match. L. Automatic Air Vents: This Contractor shall furnish and install Crane No. 976 or 977 air vent valves at all high points for the hot water system, as shown and/or as required. Run a 3/4 inch type L hard copper drain line from the discharge of each air vent valve to a floor drain or as directed. 2.2 PLUMBING FIXTURES A. The plate numbers on the drawings represent fixtures that will be acceptable on the job. Approved equal fixtures of Crane, American Standard, Eljer, and Kohler will be acceptable. B. All exposed trim shall be chrome plated brass. This includes faucets, fittings, stops, risers, strainers, tailpieces, traps, waste, escutcheons, flush valves, brackets, vacuum breakers, goosenecks, hole covers, bolts, nuts and etc. C. All threaded supply fittings or outlets with tubing nozzles shall have back flow preventers. D. All fixtures shall have (1/4) turn ball stop valves. E. Generally all wall hung fixtures shall be provided with chair carriers so that no weight is supported from the wall. F. All fixtures shall be cleaned before final acceptance. G. Verify mounting height of each and every fixture before rough -in. H. Where fixtures mate with irregular walls, the joint shall be grouted with dental plaster, G. E. Silicone or other grout as directed by the Architect. I. The Contractor shall verify all rough in heights before installation and shall secure a current ruling on heights of handicapped fixtures before rough in to insure that they meet the requirements of the parties having jurisdiction. 2.3 PLUMBING FIXTURE SCHEDULE: Refer to drawings. PART 3 — EXECUTION 3.1 ISOLATION VALVES A. The water supplies to each group of fixtures shall have an isolating valve in each line serving the riser. These isolation valves shall be installed at an accessible location. Where 03871714 11/15 PLUMBING SYSTEMS 15350 - 2 I these valves are not accessible thru removable ceilings or otherwise, provide access doors in the ceiling or chase. 3.2 INSTALLATION OF PIPING SYSTEMS A. Refer to PIPING AND ACCESSORIES for requirements for installing pipes. In addition, the following specifications shall apply. 1. Drain Lines and Sanitary Waste: Grade down toward the sewer connection at a uniform slope of 1/4" per foot to serve individual fixtures or not less than 1/8" per foot to serve multiple stacks or outlets. Slope shall be greater where possible and shall never be less than required to produce a flow velocity of 2 feet per second. 2. Vents: Grade up to the vent thru the roof. Tenninate not less than 10" above the roof. 3. Water Lines: a. Grade to established low points and provide valved drains to completely drain the system. b. Secure and anchor piping in plumbing chases such that there is no movement of flush valves, stops, etc. at fixture rough -ins. 4. Gas Lines: a. All gas piping shall run exposed unless specifically detailed otherwise on the drawings, with special venting provisions. b. A drip pocket shall be installed at connection to an item of equipment and at each low point of the gas distribution system. Grade all lines to drip pockets. Drip pockets shall consist of a nipple and cap screwed to the bottom of the drop. C. Provide a gas cock, union and gas pressure regulator at each connection to a gas consuming appliance. d. All gas piping on the roof shall be supported on Miro Pillow Block pipe stands, Model 02 for 2" and below, Model 24-R for piping 2" to 4" and Model 48-R for 5" and above. Pans shall be mopped to roof. Pipes shall be strapped to supports with galvanized strap. 5. Identification: For other than black steel pipe, exposed gas piping shall be identified by a yellow label marked "Gas" in black letters. The marking shall be spaced at intervals not exceeding 5 feet (1524 iron). The marking shall not be required on pipe located in the same room as the appliances served. All tubing carrying medium - pressure gas shall be marked with a label at the beginning and end of each tubing section. 3.3 EXISTING WASTE AND DRAIN LINE A. Special care and precaution shall be used where existing waste or drain lines are to be opened. The following procedure shall be adhered to at all times when opening existing waste or drain lines: Before opening, prepare a solution of one part household bleach to nine parts water. At every inlet to the affected piping rain, add 2 gallons of the solution to Rush out the piping. Any worker who has cuts or open skin breaks shall be prevented from working with the waste or drain piping. Workers shall wear approved face shields, gloves, aprons, boots, etc. for protection. In addition, existing piping shall be thoroughly washed inside and out with bleach solution prior to handling by unprotected persons. The safety director or Owner's representative shall be notified prior to commencing work on any existing waste or drain lines. 03871714 PLUMBING SYSTEMS 15350 - 3 11/15 3.4 TESTING A. Test all pipes before they are concealed in furrings or chases, insulated, painted, or otherwise covered up or rendered inaccessible. Accomplish testing by sections of lines or systems, as required by conditions during construction. Clean all piping and equipment before testing. B. Domestic Water Lines Interior: Test for 6 hours at 150 psig. There shall be no leaks whatsoever. C. Interior Soil, Waste and Vent Lines: Drainage and venting system piping shall be tested with water before the fixtures are installed. Water test shall be applied to the drainage and venting system either in its entirety or in sections. If the entire system is tested, all openings in the pipes shall be tightly closed except the highest opening and the system shall be filled with water to the point of overflow. If the system is tested in sections, each opening except the highest opening of the section under test shall be tightly plugged, and each section shall be filled with water and tested with at least a 10 foot head of water. The water shall be kept in the system, or in the portion under test, for at least 30 minutes before the inspection starts. The system shall then be tight at all joints. Water shall not drop more than 1" in 8 hours. D. Gas Lines: Test with 50 psig air pressure for 24 hours with no pressure drop (except for temperature correction). If any drop occurs, soap test all joints, connect leaks and retest. E. Downspouts and Stonn Drains: Test with water under a head of at least 10 ft. System shall be tight at all joints with no leaks whatsoever. END OF SECTION 03871714 PLUMBING SYSTEMS 15350 - 4 11/15 SECTION 15360 FIRE PROTECTION SPRINKLER SYSTEM PART 1— GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials, provide complete plan layout of system and hydraulic calculation (for hydraulic design) for approval. 1.3 SCOPE A. The entire building area shall be protected by a light hazard automatic sprinkler system. The design and installation shall be done by a Contractor regularly engaged in the construction of fire protection sprinklers systems and licensed for such by the authorities having jurisdiction. 1.4 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, UBC, 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. 101 Life Safety Code 3. No. 99 Hospital Code (as required) 4. No. 13 Sprinkler System 5. No. 70 National Electrical Code 6. No. 72C Remote Station Protective Signaling Systems 7. No. 24 Outside Protection 8. Factory Mutual System, Factory Mutual Engineering Corporation Publication (FM) 9. Underwriter's Laboratories, Inc. Publication (UL) 10. Approved Equipment Lists (with supplements). I t . Interpretations of state and local authorities 1.5 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. 03871714 FIRE PROTECTION SPRINKLER SYSTEM 15360 - 1 11/15 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. PART 2 - PRODUCTS 2.1 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 _ Fittings, Grooved All Schedule 10, ASTM 120 UL/FM Grooved Fittings Fittings, Screwed All Malleable iron, 150 lb, ANSI B 16.3. Cast iron acceptable. i Fittings, Flanged All Steel, 150 lb, ANSI B16.5. Cast iron not acceptable. Fittings, Welding All Steel, Sch. 40, ANSI B16.9 Flanges All Steel, 150 lb, ANSI B16.5. Cast iron not acceptable.-- Threadolets Sockolets Thru 2" Steel, ANSI B 16.11 ASTM A105 "" a Weldolets 2" and larger Steel, 90 degrees STD only, ANSI B 16.9, ASTM 105 -3 Plugs All Brass, square head, 125 lb, ANSI B16.5 -� Unions Thm 2" Malleable iron, 300 lb bronze to iron ground 4 joint [ ' Flange Gaskets All Red rubber 1/16 inch, ANSI B16.21 Valves: Globe Valves Thru 2" Screwed, bronze body, rising stem, 175 lb WWP, screw -in bonnet, renewable disc, i r Kennedy Fig. 97. 03871714 FIRE PROTECTION SPRINKLER SYSTEM 15360 - 2 1- 03871714 11/15 Angle Valves Gate Valves Gate Valves Check Valve Check Valves Thru 2" Thru 2" 2-1/2" & Larger Thru 2" 2-1/2" & Larger Auto Ball Drip 1/2 or 3/4 Sprinklers and Nozzles: Automatic Sprinklerhead, standard upright and pendant For offices, Lecture, Classrooms, Public Spaces, Conference Rooms and Corridors — all areas not support spaces Sidewall Water Flow Alarm Devices: Alarm check valves Water Motor Gong Miscellaneous: Pipe Hangers Supports, and Connections Pipe Escutcheons Screwed, bronze body, rising stem, 175 lb WWP, screw -in bonnet, renewable disc, Kennedy Fig. 98. Screwed, bronze body, OS&Y, 175 lb WWP, Kennedy Fig. 66. Flanged, iron body, OS&Y, 175 lb WWP, Kennedy Fig. 68 Screwed, bronze body, 175 lb WWP, horizontal swing, renewable disc, Kennedy Fig. 442. Flanged, iron body, 175 lb WWP, bolted bonnet, horizontal swing, renewable seat & rubber faced disc, Kennedy Fig. 126A. Bronze, Grinnell Model F775. Reliable Model G Head type, orifice size, thread size, 165 degree temperature rating satin chrome finish where exposed in finished areas. Provide quick response heads where required. Fully recessed, fully concealed sprinklerhead with white concealer button, flush mounted with ceiling. Center heads in ceiling tiles. UL/FM flexible drops are permitted. Grunau Institutional model PH-3. Quick response head. Existing to remain Existing to remain Approved type, in accordance NFPA No. 13 and No. 15 requirements. Chromium -plated iron or chromium- plated brass, either one piece or split pattern, held in place by internal spring tension.or setscrew. FIRE PROTECTION SPRINKLER SYSTEM 15360 - 3 Sprinkler Escutcheon Sprinkler Guard Hypochlorite Water Pressure Gage Siamese 2.2 JOINTS Two-piece, finish to match sprinkler except where otherwise specified on drawings. Depth as required to position sprinkler. Approved guard, standard baked red enamel finish. AWWA 300 3-inch minimum dial, 0-300 psi range, polished brass case, Federal Spec. GG-G-76. Existing to remain A. Joints shall be the grooved or threaded type for 2" and smaller, and shall be grooved, welded or flanged for 2-1/2" and larger. B. 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. C. Flanged Joints: Flanged joints shall be faced -true, provided with 1/16 inch red rubber gaskets, and made square and tight. When made up, flange bolts shall extend through nuts by at least one full thread. No flanges shall be placed in locations which will be inaccessible after erection. D. Welded Joints: All welding, including methods and qualifications of welders, shall be in strict accordance with the standards and requirements specified in NFPA Nos. 13 and 15. All welds are subject to inspection by the Contracting Officer. The Contracting Officer reserves the right to accept, reject, or demand removal of welds which are in violation of these specifications. Welded branch connections to headers shall be made by use of threadolets, sockolets or weldolets type fittings. E. 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. PART 3 — EXECUTION 3.1 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. 03871714 FIRE PROTECTION SPRINKLER SYSTEM 11/15 15360 - 4 f< C. The interior and exterior surfaces of all piping shall be kept clean at all tunes. Pipe shall be ,,..; free from fins 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. E. All valves shall be properly packed and made leakproof under the test pressures described. F. All piping passing through walls shall be provided with pipe sleeves two pipe sizes larger than the systems piping they accommodate or approved steel sleeves providing annular space around the pipe. Annular space shall be made weather and watertight. G. Where pipes pass through fire walls, fire partitions, or floor/ceiling assemblies, a fire seal of mineral wool, or similar noncombustible material shall be packed between the pipe and sleeve. H. Escutcheons: Pipe escutcheons shall be provided at all finished surfaces where exposed r piping passes through floors, walls or ceiling except in boiler, utility, or equipment rooms. Sprinkler escutcheons shall be provided for all pendant heads through ceilings. Escutcheons shall be fastened securely to the pipe. 7 I. Signs: All control drain and inspector's valves shall be provided with porcelainized metal identification signs. All hydraulically designed systems shall be provided with a permanently attached nameplate data sign as recorrnnended by NFPA No. 13. J. Sprinkler Guards: All sprinkler heads installed within 7 feet of the floor or otherwise subject to mechanical damage shall be equipped with sprinkler guards. K. Testing: Testing of the sprinkler systems and alann systems shall be as prescribed by NFPA Pamphlet No. 13 and 72C. 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. L. Sterilization: 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 pprn 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. M. Procedure for Placing Systems in Service: 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. N. Electrical Work: All electrical work in connection with the installation of the fire protection system shall be perfonned in accordance with Division 16. O. Spare Sprinkler Heads: The Contractor shall funush spare heads in accordance with NFPA Pamphlet No. 13. Heads shall be provided in a suitable cabinet and shall be representative of, and in proportion to, the number of each type and temperature rating of heads installed. In addition to the spare heads, the contractor shall furnish not less than one special sprinkler wrench per cabinet. The Cabinets shall be mounted at the system's riser. P. Electrical Rooms: Sprinkler piping shall be routed to avoid all Electrical Rooms, except laterals extending into and serving the electrical room. 't END OF SECTION 03871714 FIRE PROTECTION SPRINKLER SYSTEM 15360 - 5 11/15 SECTION 15500 HANGERS AND SUPPORTS PART 1 - GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 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 2.1 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, Grinnell or Modern will be considered. MATERIAL SERVICE FEE AND MASON CAT. Hanger Copper Tubing 4" and Larger 364 copper plated Hanger Copper Tubing 3" and smaller 361 copper plated Hanger Steel Lines 3" and smaller 215 or 199 Hanger Steel lines 4" and larger 239 Hanger Outside Insulation -all lines 239 Hanger Cast Iron Lines 239 Hanger Plastic Pipe 108 + 109 Hanger Refrigerant Pipe 102 Hanger Glass Pipe 375 Wall Bracket All 150, 151, or 155 Saddles Steel Lines On Rollers 71, 1710, 1712, 172, 173 Conc. Inserts New Construction 185 Rollers Steel Piping 161,272 Pipe Clamps 2" and Smaller 304 Pipe Clamps 3" and Larger 241 Pipe Rest All 295 or 291 Exp Shield Concrete 374 Beam Clamps All 249, 254, 255, 282, 280 Adjuster All 2381 03871714 HANGERS AND SUPPORTS 15500 - 1 11/15 2.2 HANGER RODS A. All individually suspended horizontal pipes shall be supported by steel rods sized as follows: Rod Diameter Size of Steel Pipe or Size of Cast Iron Copper Tube Supported Pipe Supported 3/8" 2-1/2" and smaller 3" and smaller 1/2" 3" and 4" 4" through 6" 5/8" 5" through 8" 8" through 10" 3/4" 10" and larger 12" and larger 2.3 HANGER SPACING A. All hangers shall be so located as to properly support horizontal lines without appreciable sagging of these lines. The following table gives miniinum spacing for copper, and steel lines, but hangers shall be snore closely spaced where necessitated by conditions or the type of pipe involved or required by code. Size of Line Hanger Spacing in Feet 3/4" and smaller 5 1 " through 1-1 /2" 7 2" and larger 10 All cast iron lines 5 (Minimum two per joint) PART 3 - EXECUTION 3.1 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. 03871714 11/15 HANGERS AND SUPPORTS 15500 - 2 F. 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. G. Where multiple lines are run horizontally at the same elevations and grades, they may be supported on trapezes forined for sections of Unistrut, angle iron, or channels suspended on rods or pipes. Trapeze members, including the suspension rods, shall 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. H. Perforated strap iron and wire will under no circumstances shall be acceptable as hanger material. I. Hangers supporting insulated lines which are specified to be finished with a vapor seal shall be fitted outside the insulation. The insulation or horizontal lines shall be protected by low compression insulation shields. On all pipes the shields shall be Fee and Mason Fig. 81 or rolled 14 gauge galvanized. The shields on horizontal lines shall be positioned so that they encompass the bottom of the pipe and are centered on the hanger or support. On vertical lines there shall be two shields of the same type full encompassing the pipe at each clamp. Shields shall be secured with a 3/4" wide lacquered steel band at each end. 3.2 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. 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. 3.3 DUCT HANGERS A. All ductwork shall be supported in accordance with standards published by Sheet Metal and Air Conditioning Contractors National Association Inc. 3.4 PRE -FABRICATED EQUIPMENT MOUNTING SUPPORTS A. Provide ThyCurb equipment mounting supports, or approved equal of 18 ga. galvanized construction with continuously welded corner seams and a 3" cant, supports to be internally j reinforced with a factory installed wood nailer and 18 ga. counteiflashing. Supports to be a j minimum of 8" above the finished roof and of the style and design to mate the roof deck. B. Supports shall be level at the top, with pitch built into supports where roof slopes 3/8 of an inch per foot or more, and supports must have certified load bearing data. Supports must span a minimum of 2 joists and more if equipment length requires it. Supports to be used for all roof mounted equipment, HVAC units, condensing units and roof mounted piping. 03871714 HANGERS AND SUPPORTS 15500 - 3 11/15 9 3.5 PREFABRICATED ROOF MOUNTED PIPING SUPPORTS A. Provide rigid polycarbonate resin pipe supports with rigid Teflon roller equal to Miro Pillow block pipe stands. Use Model 02 for pipes less than 2", Model 24-R for pipes 2" to 4" and Model 48-R for 5" and above. Mop pipe stands to roof on built-up roofs, set in plastic cement for other types of roof. END OF SECTION 03871714 HANGERS AND SUPPORTS 15500 - 4 11/15 SECTION 15550 VIBRATION ISOLATION PART 1 - GENERAL 1.1 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. The Contractor for the work covered by each section of the specifications shall furnish and install all vibration isolation required by pipe or equipment included in this work. PART 2 - MATERIALS 2.1 ISOLATION A. Mechanical equipment and associated piping and ductwork shall be mounted on vibration isolators as specified and required to minimize transmission of vibrations and structure borne noise to building structure or spaces. B. All rotating equipment shall be balanced both statically and dynamically. The equipment supporting structure shall not have any natural frequencies within plus or minus 30% of the operating speeds. The equipment when mounted and placed in operation shall not exceed a self excited vibration velocity of 0.10" per second when measured with a vibration meter on the bearing caps of the machine in the vertical, horizontal and axial directions or measured at the equipment mounting feet if the bearings are concealed. C. Isolation shall be stable during starting and stopping of equipment without any traverse and eccentric movement of equipment that would damage or adversely affect the equipment or attachments. D. Isolation shall be selected for the lowest operating speed of equipment. E. Isolation shall be selected and located to produce uniform loading and deflection even if equipment weight is not evenly distributed. F. Fiberglass Isolators: Fiberglass isolators shall consist of a high -density matrix of precompressed molded glass fibers enclosed in a resilient neoprene jacket. Fiberglass isolators shall be equal to Consolidated Kinetics Corporation isolators. Isolators shall be selected for the actual loads of equipment served and generally shall be 90% efficient or better. G. Neoprene Pads: Neoprene pads shall be of cross ribbed or waffle design and a minimum of 5/16" thick. Where concentrated load bearing is encountered, steel -bearing plates shall be bonded to neoprene pads to spread the load. The neoprene pads shall be sized for a load of 50 pounds per square inch. 03871714 VIBRATION ISOLATION 15550 - 1 / 11/15 PART 3-EXECUTION Not Used END OF SECTION 03871714 VIBRATION ISOLATION 15550 - 2 a 11/15 SECTION 15600 INSULATION PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 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 accepted. PART 2 - PRODUCTS 2.1 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. 2.2 VAPOR BARRIER JACKETS A. Factory -applied vapor -barrier jackets shall be laminated of flame resistant white kraft paper and .001 inch thick aluminum foil reinforced with glass fiber fabric between the foil and the paper. The foil and paper shall be adhered with a flame resistant latex adhesive. B. Where specified, insulate valves and fittings with two fiberglass inserts and preformed Manville "Zeston" covers with taped seams. 03871714 11/15 INSULATION 15600 - 1 it C. Where metal jackets are specified, they shall be 0.016" thick No. 5005 tempered aluminum secured with machine drawn 0.020" stainless steel bands. PART 3 - EXECUTION 3.1 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 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. 3.2 APPLICATION OF INSULATION A. Apply insulation and pipe covering after all work has been tested, found to be tight and accepted as such by the Architect. Thoroughly clean and dry all surfaces to be covered. B. On glass fiber pipe covering with factory -applied vapor -barrier jacket, lap the jacket on the longitudinal seams and seal with vapor barrier lap adhesive equal to Benjamin Foster 82-07 or use self sealing lap. Tightly butt the ends and cover butt joints with a 4" wide band of vapor barrier jacket secured with the same adhesive. C. Exclusions: No insulation shall be applied to: 1. The cooling leg at a steam trap --the piping from the scale pocket ahead of the trap to the line on the outlet of the union following the trap. 2. Expansion tanks. 3. Exposed chrome plated lines. 3.3 INSULATION ON EQUIPMENT AND PIPING SYSTEMS A. The following describes materials, thicknesses and finishes for insulation and coverings. In the following, the word "exposed" shall apply to any line, duct, or other material or surface in any room above the lowest floor in any building unit, exterior to the building and above ground, and/or in equipment rooms; the word "concealed" shall apply to any line, duct, or other material or surface in other underfloor areas, ceiling spaces furrings and chases. B. Also included in this section is the requirement for patching and repair of existing insulation where new connections are made. 1. Domestic Hot Water and Circulating Lines: Insulate with 1" thick Manville "Micro-Lok APT 650" molded sectional glass fiber pipe covering with all purpose jacket. Insulate valves and fittings with Manville preformed "Zeston" PVC covers over fiberglass insulation. 2. Domestic Cold Water Lines: All cold water lines throughout with those exceptions noted hereinbefore, shall be insulated with 1" thick Manville "Micro-lok APT 650" molded glass fiber pipe covering with factory applied vapor barrier jacket. Insulate valves and fittings with Manville preformed "Zeston' PVC covers over fiberglass insulation. 3. Refrigeration Suction Piping: V Manville Type II "Aerotube" threaded onto piping during fabrication and sealed with adhesive. 03871714 INSULATION 15600 - 2 11/15 I° 03871714 11/15 4. Drain Lines: 3/8" thick Annaflex. Insulation may be slit flange type or threaded on during fabrication. 5. Horizontal Storm Drains and Downspouts: Insulate entirely as specified for domestic cold water lines. 6. Roof Drains: Insulate bodies of roof drain with one coat insulating cement to thickness of adjacent covering and cover with vapor barrier jacket of kraft paper and aluminum foil with glass fiber reinforcing fabric. Hubs shall be covered by building up layers of insulation until they are covered. The insulation shall overlap the adjacent insulation by a minimum of 2", bevel the ends and seal with glass fiber reinforced vapor barrier asphaltic adhesive. 7. Fire Barrier Wrap: For PVC or other Plastic Piping installed in Return Air Plenum spaces for all waste, vent, water, roof drainage, and other piping constructed of PVC or other plastic and installed in plenum spaces, provide and install fire barrier wrap for complete coverage. Fire barrier wrap shall be equal to 3M Fire Barrier Plenum Wrap 5A fire resistant wrap consisting of an inorganic blanket encapsulated with a scrim -reinforced foil. The assembly shall provide a flexible, non-combustible enclosure for piping in return air plenum as tested to UL 910. The product shall contain no asbestos. Wrap shall be tested in accordance with the following standards - ASTM C 411, ASTM C 518, ASTM E 84, ASTM E 136 AND UL910. Surface burning characteristics per ASTM E84 shall be Flame Spread - 0 and Smoke Developed - 0. Wrap shall be 1/2" minimum thickness. Wrap shall be installed in strict accordance with the manufacturer's installation instructions. 8. Duct Insulation: Refer to Section 'AIR DISTRIBUTION' for duct liner specification. END OF SECTION INSULATION 15600 - 3 i ='F SECTION 15700 EQUIPMENT PART 1 - GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data and shop drawings on all items specified. 1.3 SCOPE 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 drawings and/or as specified herein. B. This section requires the furnishing of all equipment specified and/or shown on the 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 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 perfonn the function 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 6. Quantity PART2-PRODUCTS 2.1 MOTORS A. Motors shall be furnished for all motor driven equipment. Motors with special operating conditions such as multiple speed or in hazardous locations shall be as specified under the equipment served. General service motors driving through flexible couplings or belts shall conform to the following requirements: 03871714 EQUIPMENT 15700 - 1 11/15 1. Less than 1/6 HP: Split phase, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0. Provide with inherent thermal overload protection. 2. Fractional larger than 1/6 HP: Capacitor start, 40-degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0 or greater. Provide with inherent thermal overload protection. 3. Integral Horsepower, Single Phase: Capacitor type, 40-degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.15. 4. Three Phase: High efficiency continuous duty squirrel cage type, 40 degree C ambient, dripproof or totally enclosed fan cooled as required by exposure with a service factor of 1.15. Power factor shall be 85% or greater. Motors shall be equal to Gould E-Plus. 2.2 MOTOR STARTERS A. Except where starters are shown integral to motor control centers (see electrical drawings), the Division 15 Contractor shall furnish all motor starters (controllers) and control equipment for equipment specified under Division 15. The Contractor under this section of the specifications shall be responsible for coordinating starter sizes, characteristics, heater element sizes and all other details. All starters shall be combination starter/disconnect devices, and shall include control transformers, hand -off -auto switches, and pilot lights. B. All individual starters shall be the product of a single manufacturer and submitted for review at the same time. C. Where starters are specified with items of equipment, the starters shall be factory mounted and wired. D. Magnetic Starters (Full Voltage): Starters shall be individual units, combination starter/inolded case circuit breaker units, combination starter/fused disconnect switch units or combination starter/unf ised disconnect switch units unless otherwise indicated. E. Units shall be of General Electric, Square D, Westinghouse, Federal or Gould manufacture with the proper enclosures. F. Provide pilot lights and either pushbutton stations or hand -off -automatic switches as required for the control of each item of equipment. Generally, pushbutton stations shall be used only where no interlock or remote functions are specified. Control devices shall be in the starter cover unless otherwise indicated. G. Provide auxiliary contacts on starters to accomplish interlocks and control as specified. Starter disconnecting means shall have auxiliary contacts to disconnect all control circuits when the starter is disconnected. H. Provide all three phase starters with three overload elements, one per phase. Overloads shall be solid state type. I. Equip each starter unit with a control power transformer, with 120 volt secondary, a secondary fuse in one leg and the other secondary leg grounded. J. Manual Starters: Where manual starters are indicated, they shall consist of a horsepower rated on -off switch, or hand -off -auto switch with a pilot light and overload element(s) in the same enclosure. Where the starter is installed in public areas, it shall be in a recessed box with a stainless steel coveiplate. 2.3 ELECTRIC WATER HEATER A. Electric water heater shall be a packaged electric water heater with welded steel, glass lined tank, factory insulated and jacketed. Provide with a drain. B. Heating elements shall be direct immersion elements, Incaloy sheathed. 03871714 EQUIPMENT 15700 - 2 11/15 ' i _I C. Control shall be automatic. Thermostat shall be immersion type. Thermostat shall operate the magnetic contactors. D. Master Control Panel: Prewired and factory installed to contain the contactors, wiring and tenninals. E. Provide with magnesium anode. F. Provide a Watts T & P relief valve piped full size to floor drain. G. Unit shall be UL listed. H. Capacity shall be as scheduled on the drawings. 2.4 FANS A. The fans indicated on the drawings shall be provided in accordance with the schedule on the drawings. B. All v-belt drives shall be a variable pitch type and shall be so selected that the specified fan performance occurs at approximately the midpoint of the adjustable range. Motor mounting shall be flexible to pen -nit belt tightening. The static pressure tabulated in the schedule is for bidding purposes only. The fan shall be adjusted to achieve the air delivery specified and if changing of the motor and drive is required it shall be done at no increase in the contract. C. Motor and Drive: The motor shall be open drip proof NEMA T frame design to meet horsepower and electrical requirements specified. The adjustable v-belt drive shall be selected for a 1.4 service factor based on motor horsepower and shall be factory set for the specified rpm. The motor shall be mounted for aligninent and tensioning the belts. Conduit shall be flexible. D. Provide isolators and flexible duct connections with each fan to limit the transmission of noise and vibration. E. Fans shall be AMCA rated as scheduled. F. Fans shall be furnished with backdraft dampers and disconnect. G. Fans shall be statically and dynamically balanced. H. Fans shall have factory -applied finish. I. Fan motors 1/8 HP and larger shall be pennanent capacitor start type. 2.5 POWER ROOF VENTILATORS A. All roof mounted exhaust fans shall be of the low silhouette type with fan wheels mounted horizontally. All fan housings shall be corrosion resistant construction. All fans shall be equipped with ball bearings, permanently lubricated. Fans shall be resiliently mounted. B. Unless scheduled otherwise, all exhaust fans shall have backward inclined centrifugal wheels. C. All fans shall have backdraft dampers and bird screens. D. Refer to the drawings for special requirements. E. Curbs shall be factory -fabricated and furnished with the unit. F. Exhaust fans shall be as manufactured by Cook, Penn Ventilator, Jenn Aire Products Co. or Greenheck. 2.6 FILTERS _.< A. Provide all filters specified herein and/or scheduled or shown on the drawings. All filters shall be erected in holding frames, tight fitting, with no bypass path. B. All filters of every type shall be UL listed Class I or II. 03871714 EQUIPMENT 15700 - 3 11/15 C. Every air -handling device which supplies air to any space shall have a filter bank. No., size, and type of filters, shall be as scheduled on the drawings. D. All frames shall be fitted with new media at final acceptance. In addition provide 100% spare filters. 2.7 SIDE ACCESS FILTER HOUSINGS A. Side access filter housings shall be factory fabricated by the filter manufacturer. Dimensions and capacities shall be as scheduled. B. Housings shall be fabricated from 16 gauge galvanized steel. Housings shall have gasketed access doors on both sides with hinges and sealed with snap acting latches. Gaskets shall be continuous, airtight and replaceable. Filter rails shall receive the filters scheduled with no bypass. Rails shall be convertible to cartridge or bag type filters. Filters shall be retained by adjustable spring tension mechanisms with positive air seal around the frame. C. Side access filters shall have duct flanges on entering and leaving air sides. D. Support the housings on structural steel frames or on concrete pads as required. E. Test with soapsuds after erection to insure airtight construction. 2.8 DISPOSABLE MEDIUM EFFICIENCY FILTERS A. Filters shall be medium efficiency (30-35% based on ASHRAE 52-68) at a velocity of 500 FPM. Media shall be pleated, non woven reinforced cotton fabric supported by a welded wire grid with 95% open area. Frame shall be heavy-duty waterproof chipboard. Filter shall have not less than 4.5 square feet of media per foot of face area. Filters shall be equal to Farr 30/30 series. 2.9 ELECTRIC HEATERS A. Furnish and install as shown on the drawings the recessed electric wall heaters. The heaters shall be 4800 watt, 208 volts, single phase rated at 16,377 BTUH. The heating elements shall be totally enclosed corrosion resistant. The unit shall have a 16 gage louvered steel grille, permanently lubricated impedance protected motor, integral disconnect and front panel mounted thermostat with "off' position. Wall heaters shall be equivalent to Markel No. 3422-T. 2.10 DUCTLESS SPLIT SYSTEM HEAT PUMP UNITS A. System Description: The Heat Pump system shall be equal to Mitsubishi Electric split system heat pumps. The system shall consist of a wall mounted indoor section with wired, wall mounted controller. System Model Numbers Indoor Units Outdoor Units PKA-24GL PUY-A24NHA B. Quality Assurance: 1. The units shall be tested by a Nationally Recognized Testing Laboratory (NRTL) and shall bear the ETL label. 2. All wiring shall be in accordance with the National Electrical Code (N.E.C.). 03871714 11/15 EQUIPMENT 15700 - 4 I 3. The units shall be rated in accordance with Air-conditioning Refrigeration Institute's (ARI) Standard 210 and bear the ARI Certification label. 4. The units shall be manufactured in a facility registered to ISO 9001 and ISO 14001, which is a set of standards applying to environmental protection set by the International Standard Organization (ISO). 5. A dry air holding charge shall be provided in the indoor section. 6. The outdoor unit shall be pre -charged with R-410a refrigerant for 70 feet of refrigerant tubing. 7. System efficiency shall meet the minimum efficiency standards described in the International Energy Conservation Code (2009 IECC). C. Delivery, Storage and Handling: 1. Unit shall be stored and handled according to the manufacturer's recommendations. 2. The wireless controller shall be shipped inside the carton with the indoor unit and able to withstand 105°F storage temperatures and 95% relative humidity without adverse effect. D. Warranty: 1. The units shall have a manufacturer's parts and defects warranty for a period one (1) year from date of installation. The compressor shall have a warranty of 6 years from date of installation. If, during this period, any part should fail to function properly due to defects in workmanship or material, it shall be replaced or repaired at the discretion of the manufacturer. This warranty does not include labor. 2. Manufacturer shall have over 25 years of continuous experience in the U.S. market. E. Performance: Each system shall perform in accordance to the ratings shown in the table t below. Cooling performance shall be based on 80°F DB, 67°F WB (26.7°C DB, 19.4°C WB) for the indoor unit and 95°F DB, 75°F WB (35°C DB, 29.3°C WB) for the outdoor unit. Cooling Heating TPW System Model Capacity Capacit Coolin TPW HSPF CFM Number Stu/li y g Heating IV (V) (Hi/Dry) Btu/h PKA-24GL 12,000 — 12,000 — 2,650 2,570 8.5 (6.8) 705 24,000 26,000 TPW = Total Power Watts F. Design: 1. Unit Cabinet: a. The indoor unit cabinet shall be wall mounted by means of a factory supplied mounting plate. The cabinet shall be forned from high strength molded plastic with front panel access for filter. Cabinet color shall be white — 18,000 Munsell 0.70 8.59/097 and 24,000, 30,000, and 36,000 Munsell 3AY 7.7/08. b. The indoor unit shall be factory assembled, wired and tested. Contained within the unit shall be all factory wiring and internal piping, control circuit board and fan motor. C. The unit in conjunction with the wired, wall mounted controller shall have a self -diagnostic function, 3-minute time delay mechanism, an auto restart function, and a test run switch. Indoor unit and refrigerant pipes shall be purged with dry nitrogen before shipment from the factory. �- 03871714 EQUIPMENT 15700 - 5 11/15 2. Fan: The evaporator fan shall be high performance, double inlet, forward curve, direct drive sirocco fan with a single motor — One for 18,000 and 2 for 24,000, 30,000, and 36,000. The fans shall be statically and dynamically balanced and run on a motor with permanently lubricated bearings. The indoor fan shall consist of four (4) speeds: Low, M1, M2, and Hi for the 18,000 and two (2) speeds: Low, High for the 24,000, 30,000, and 36,000 models. 3. Vane: There shall be a motorized horizontal vane to automatically direct air flow in a j horizontal and downward direction for uniform air distribution. The horizontal vane shall significantly decrease downward air resistance for lower noise levels, and shall close the outlet port when operation is stopped. There shall also be a set of vertical vanes to provide horizontal swing airflow movement selected by remote control. 4. 5. Filter: Return air shall be filtered by means of an easily removable washable filter. Coil: The evaporator coil shall be of nonferrous construction with pre -coated aluminum strake fins on copper tubing. The multi -angled heat exchanger shall have a modified fin shape that reduces air resistance for a smoother, quieter airflow. All tube joints shall be brazed with PhosCopper or silver alloy. The coils shall be pressure tested at the factory. A condensate pan and drain shall be provided under the coil. 6. Electrical: The electrical power of the unit shall be 208 volts or 230 volts, 1 phase, 60 hertz. The system shall be capable of satisfactory operation within voltage limits of 198 volts to 253 volts. The power to the indoor unit shall be supplied from the outdoor unit, using the Mitsubishi Electric A -Control system. For A -Control, a three (3) conductor AWG-14 wire with ground shall provide power feed and bi-directional control transmission between the outdoor and indoor units. 7. Control: a. The control system shall consist of two (2) microprocessors, one on each indoor and outdoor unit. Field wiring shall run directly from the indoor unit interconnected by a single non -polar two -wire AWG-16 stranded cable to the wall mounted controller with no splices. The control system between the outdoor unit and indoor unit shall be supplied from the outdoor unit using the Mitsubishi Electric A -Control system. Reference Electrical. b. The system shall be capable of automatic restart when power is restored and after- power interruption. The system shall have self -diagnostics ability, including total hours of compressor run time. Diagnostic codes for indoor and outdoor units shall be displayed on the wired controller panel. C. The microprocessor located in the indoor unit shall have the capability of monitoring return air temperature and indoor coil temperature, receiving and processing commands from the wired controller, providing emergency operation and controlling the outdoor unit. d. The indoor- unit shall be connected to a wall mounted wired controller to perforin input functions necessary to operate the system. The wired controller shall have a large multi -language DOT liquid crystal display (LCD). e. There shall be a built-in weekly timer with up to eight pattern settings per day. The controller shall consist of an On/Off button, Increase/Decrease Set Temperature buttons, a Heat/Auto/Cool/Dry/Fan mode selector, a Timer Menu button, a Timer On/Offbutton, Set Time buttons, a Fan Speed selector, a Vane Position selector, a Louver Swing button, a Ventilation button, a Test Run button, and a Check Mode button. The controller shall have a built-in temperature sensor. Temperature shall be displayed in either Fahrenheit (°F) or Celsius (°C). Temperature changes shall be by increments of 1°F (1°C) with a range of 67°F to 87°F (19°C to 30°C). 03871714 EQUIPMENT 15700 - 6 11/15 1 E� f. The wired controller shall display operating conditions such as set temperature, room temperature, pipe temperatures (i.e. liquid, discharge, indoor and outdoor), compressor operating conditions (including running current, frequency, input voltage, On/Off status and operating time), LEV opening pulses, sub cooling and discharge super heat. g. Normal operation of the wired controller shall provide individual system control in which one wired controller and one indoor unit are installed in the same room. The controller shall have the capability of controlling up to a maximum of sixteen systems at a maximum developed control cable distance of 1,500 feet (500 meters). h. The control voltage from the wired controller to the indoor unit shall be 12 volts, DC. The control signal between the indoor and outdoor unit shall be pulse signal 24 volts DC. Up to two wired controllers shall be able to be used to control one unit. i. Control system shall control the continued operation of the air sweep louvers, as well as provide On/Off and anode switching. The controller shall have the capability to provide sequential starting with up to fifty seconds delay. G. Outdoor Unit: 1. The outdoor unit shall be compatible with the three different types of indoor units (PKA -wall mounted, PCA -ceiling suspending, and PLA -four way ceiling cassette). The connected indoor unit must be of the same capacity as the outdoor unit. 2. The outdoor unit shall be capable of operating at 0°F (-18°C) ambient temperature without additional low ambient controls (optional wind baffle may be required). 3. The outdoor unit shall be able to operate with a maximum height difference of 100 feet (30 meters) between indoor and outdoor units. 4. Units shall have a maximum refrigerant tubing length of 100 feet (30 meters) for the 18,000 and 165 feet (50 meters) for the 24,000, 30,000, and 36,000 units between indoor and outdoor units without the need for line size changes, traps or additional oil. . e 5. Model PUY-A24NHA shall be pre -charged for a maximum of 70 feet (20 meters) of refrigerant tubing. The outdoor unit shall be completely factory assembled, piped, and wired. Each unit must be test run at the factory. H. Cabinet: The casing shall be constructed from galvanized steel plate, coated with a finished with an electrostatically applied, thennally fused acrylic or polyester powder coating for corrosion protection and have a munsell 3Y 7.8/1.1 finish. The fan grille shall be of ABS plastic. I. Fan: Model PUY-A24NHA shall be furnished with an AC fan motor. The fan motor shall be of aerodynamic design for quiet operation, and the fan motor bearings shall be permanently lubricated. The outdoor unit shall have horizontal discharge airflow. The fan f shall be mounted in front of the coil, pulling air across it from the rear and dispelling it through the front. The fan shall be provided with a raised guard to prevent contact with moving parts. J. Coil: The L shaped condenser coil shall be of copper tubing with flat aluminum fins to reduce debris build up. The coil shall be protected with an integral metal guard. The installing contractor shall fabricate an expanded metal grate to attach to the wire guard. The expanded metal shall function as a hail guard. A hail guard sufficient to prevent _ damage to the outdoor unit in the event of a hail storm shall be provided in the field. Refrigerant flow from the condenser shall be controlled by means of linear expansion valve 1 (LEV) metering orifice. The LEV shall be control by a microprocessor controlled step i motor. /3871114 EQUIPMENT 15700 - 7 11/15 K. Compressor: The compressor for model PUY-A24NHA shall be a DC rotary compressor. Standard constant speed units shall be acceptable, provided they meet all other provisions of this specification. The compressor shall be driven by inverter circuit to control compressor speed. The compressor speed shall dynamically vary to match the room load for significantly increasing the efficiency of the system which results in vast energy savings. To prevent liquid from accumulating in the compressor during the off cycle, a minimal amount of current shall be intermittently applied to the compressor inotor to maintain enough heat. The outdoor unit shall have an accumulator and high pressure safety switch. The compressor shall be mounted to avoid the transmission of vibration. L. Electrical: 1. The electrical power of the unit shall be 208volts or 230 volts, 1 phase, 60 hertz. The unit shall be capable of satisfactory operation within voltage limits of 198 volts to 253 volts. The outdoor unit shall be controlled by the microprocessor located in the indoor unit. 2. The control signal between the indoor unit and the outdoor unit shall be pulse signal 24 volts DC. The unit shall have Pulse Ainplitude Modulation circuit to utilize 98% of input power supply. 2.11 ROOFTOP AIR CONDITIONING UNITS - SINGLE ZONE A. Furnish and install where shown on the drawings, complete surmner-winter rooftop mounted air conditioning units as shown and scheduled on the drawings and as herein specified. Lennox, Carrier, General Electric or Trane units will be acceptable. Units must be of the same manufacture as indicated on the nameplate. B. Equipment: Each basic unit shall be completely factory assembled and test ran before shipment. Roof mounting frame and thermostat shall be separately furnished and installed on this job. C. The size of the complete unit shall not exceed those indicated on the scale drawings. If supply and return air connections require duct modifications from that shown on the drawings, the Contractor shall submit revised drawings for the Architect's review before installation. D. All electrical components shall cant' the Underwriters' Laboratories Label. E. Cabinet Construction: All components of each unit shall be contained in a single weatherproof casing. The cabinet shall be constructed of heavy gauge galvanized steel. Exterior panels shall have a durable finish coat of outdoor acrylic enamel. Basic unit shall occupy the entire roof curb assembly. F. All exterior panels of the conditioned air portion of each unit shall be lined with 1" thick fiberglass insulation. In addition the entire bottom of the unit shall be insulated with fiberglass. G. Hail Guard Screen: Entire condenser coil shall be covered with 18 gauge, 1/2" mesh galvanized wire screen. H. Heating Section: Natural gas heating capacity as scheduled on the drawings shall be furnished in the unit. Burners using 100% secondary air shall be furnished and operation shall not be affected by wind or atmospheric conditions. Burners shall have dual limits and 100% safety shut-off. High voltage ignition and re -ignition and all necessary operating and safety controls shall be furnished. Standing pilots are not acceptable. Heat exchangers on all sizes of units shall be constructed of aluminized steel. I. Entire unit shall be AGA approved for firing with entering air at any temperature. J. Heat exchanger shall be warranted for a period of ten years. K. Cooling Section: The cooling method shall be direct expansion coils with mechanical refrigeration. Coils shall have copper tubes with aluminum fins. Capacity shall be as 03871714 11115 EQUIPMENT 15700 - 8- ; i? scheduled on the plans. Provide crankcase heaters and safety protection for low suction and overcurrent. Units three tons and larger shall have expansion valves. L. The cooling system shall be rated according to ARI standard 210. System shall be fully charged with refrigerant. Compressors shall be warranted for five (5) years. M. Damper Section: An automatically controlled, multi -position interconnected system for handling outside air, return air and exhaust air shall be included in each unit, with mixed air thermostat and multi -position motor. N. This system of dampers shall maintain a positive relationship between each element so that all dampers move in unison, when required amounts of outside and return air are supplied. An exhaust -relief damper shall be included. O. All damper linkage for this system shall be adjustable. P. All damper blade bearings shall be made of a permanently lubricated corrosion -proof plastic material. Q. Outside air intakes shall employ rain eliminator louvers. R. Damper blades shall be lined with urethane foam to provide a tight seal and quiet operation. S. Filter Section: Filters shall be factory furnished with each unit. Filter media shall be 1" thick fiberglass or polyurethane. Outside and return air shall be separately filtered. Separate filters may be factory supplied or field fabricated. Each unit shall have a separately filtered minimum fresh air intake complete with hood and screen. Filter face velocity shall not exceed 400 FPM. T. Blowers: Each unit shall be equipped with forward curved blower wheels. Units up thru 5 tons cooling capacity shall have direct driven blowers with PSC multi -speed motors, or belt driven blowers. Units with over 5 tons cooling capacity shall have belt driven blowers. The belt tension shall be easily adjustable. U. Vibration Isolation: The refrigeration compressors and the indoor fan system shall have rotating parts spring isolated from the unit cabinet to minimize transmission of vibration. Fan motors 1/2 HP and under shall be resiliently mounted. The condenser fan motors and the combustion air fan motors shall be resiliently mounted. V. Temperature Controls: Temperature controls shall be furnished as standard by the unit manufacturer. Thermostats shall be automatic changeover type equal to Minneapolis Honeywell T874/Q674D non -switching subbase (wired for automatic change -over, and auto fan, see below), and # TG504 thermostat guard. The control power circuit for each new unit shall originate in a central time clock to control all the units from a single point. The time clock shall be Tork #DG180 digital, with battery back-up, and skip -a -day feature. The control circuit shall be on a hand -off -auto switch with the time clock in the auto branch. In addition, furnish an appropriately labeled "dust switch" mounted on a stainless steel coverplate to override the economizer controls and close the outside air damper. W. Condensate Pan: Furnish and install a full size schedule 40 vented PVC trap from the condensate drain pan from each unit. The trap shall spill into a 24"X24"X3" deep 18 gauge galvanized iron pan set in plastic cement on the roof. X. Roof Mounting Frame: 1. A 13" high galvanized roof mounting frame supplied by the unit manufacturer shall be furnished and installed for the unit. 2. This frame shall include a 2"x4" nailer secured to the sides to facilitate flashing. 3. This frame shall exactly fit the unit and shall be approved by the National Roofing Contractors Association. 4. This frame shall be set level and squared according to the manufacturer's instructions and secured to the building as detailed on the plans. 5. All connections to the unit shall be made from bottom within the confines of the frame. 03871714 EQUIPMENT 15700 - 9 11/15 L i 2.12 TOUCHSCREEN PROGRAMMABLE THERMOSTAT A. Programmable thermostats shall be equal to Honeywell VisionPRO 8000 series TB8220 commercial thennostat with touchscreen LCD screen. Features shall include large backlit - digital display and touchscreen interaction. Unit shall be equipped with real time clock with battery backup during power failures and automatic compensation for daylight savings time. Unit shall be capable of seven-day program with intuitive, menu -driven, on -screen programming. Unit shall include Heat - Cool - Auto feature for compliance with International Energy Conservation Code. Unit shall include multiple HOLD options to temporarily override programming. Unit shall control within one degree Fahrenheit. Unit r shall be equipped with up to three heat and two cool stages and shall be heat -pump compatible. Coordinate stages and heat -pump compatibility with equipment served by each thermostat. Unit shall cant' a 5-year warranty. PART 3 - EXECUTION Not Used END OF SECTION 03871714 EQUIPMENT 15700 - 10 11/15 i,' SECTION 15800 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 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 insure that satisfactory conditions are being maintained throughout and to satisfy any unusual z conditions. E. Make inspections in the building during the opposite season from that in which the initial adjustments were made and at those times snake any necessary modifications to the initial adjustments required to produce optimum operation of the systemic components, to 1-- produce the proper conditions in each conditioned space. F. During the balancing, the temperature regulation shall be adjusted for proper relationship l , 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. G. In all fan systems, the air quantities shown on the plans may be varied as required to 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. H. Before final acceptance is made, furnish the following data: 1. A tabulation of the simultaneous temperature of all spaces on each separately 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. Air quantities at each return and exhaust air handling device. 4. Flow rate and temperature at each coil and heating device. 03871714 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS 15800 - 1 t 11/15 5. Static pressure readings entering and leaving each supply, and exhaust fan, and other components of the system. These readings shall be related to fan curves in teens of CFM handled. 6. Motor current readings at each fan and pump. The voltages at the time of the reading shall be listed. 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 abnonnal conditions shall be included. All this shall be assembled into a suitable brochure and a total of 4 copies shall be provided. When opposite season modifications are made, additional data sheets indicating new settings, readings, etc., shall be prepared and submitted in quadruplicate. 1.3 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. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03871714 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS 15800 - 2 11115 E__a SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SCOPE A. The work included in Division 16 of the Specifications includes all electrical work, interior and exterior to the project. Provide all materials, labor, equipment, transportation, tools, permits, fees, and supervision to install, test and make operational the complete electrical systems. 1.3 QUALITY ASSURANCE A. Referenced Standards: Provide and install products in accordance with referenced standards. Comply with the standards listed in each section. B. Codes: The electrical work shall be in accordance with latest edition of the following codes: 1. National Electrical Code 2. National Electrical Safety Code 3. Life Safety Code 4. International Building Code 5. City of Lubbock Electrical Ordinance 6. State of Texas codes as applicable 7. National Fire Protection Association 8. Other codes as referenced in individual sections C. Material Standards: Materials and equipment shall be listed or labeled as defined in Article 100 of the National Electrical Code (NEC), by a testing agency acceptable to the Owner. Materials shall be marked for their intended use. D. Pen -nits and Inspections: Obtain all pen -nits and inspections for the installation of the work and pay all charges incident thereto. Deliver to the Owner all certificates of inspections issued by authorities having jurisdiction. 1.4 SUBMITTALS A. Provide submittals for equipment as listed in each Section. B. Submittals shall include descriptive material, catalog sheets, diagrams, perfonnance curves, and charts published by the manufacturer to show conformance with drawings and specifications. C. Provide complete electrical characteristics for all equipment. Lighting submittals shall include photometric data. D. Submittals shall be clearly marked showing the individual item offered. 03871714 BASIC ELECTRICAL REQUIREMENTS 16010 - 1 s 11/15 E. All electrical submittals shall be bound in a book, indexed by specification section, and certified that they have been checked by the contractor. F. Omissions from the submittal of any material which has been shown on the drawings or specified, does not relieve the contractor from furnishing and installing the item. 1.5 WARRANTY A. The contractor warrants the material and equipment installed to be free from defects for a period of one year after acceptance by the owner. All defects in labor or materials occurring during this period shall be repaired or replaced. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical equipment specified and shown on the drawings is based on infonnation available at the time of design. If the equipment furnished has different electrical requirements, the contractor shall make the required changes to the wire, conduit, controls, overcunent protection, switchgear, and installation as required to accoimnodate the equipment supplied, without additional charge to the owner. The cost for such adjustments shall be assigned to the respective section of this Specification under which the equipment is ftimished. 2.2 MATERIALS A. All materials shall be UL labeled where a Standard exists for the product. If the product does not bear the UL label, the manufacturer shall submit documentation from an independent testing laboratory, acceptable to the authority having jurisdiction, showing evidence that the product is suitable for the installation. B. Materials and equipment shall be the standard products in current production of manufacturers regularly engaged in the production of such equipment. C. All materials shall be new and free from defects. Materials of the same type shall be the product of one manufacturer. D. All material and equipment shall be installed, applied, and handled in accordance with the manufacturer's recommendations and standards. E. Where no specific material is mentioned, provide the required material from a reputable manufacturer. The material shall confonn to the project requirements, and shall be suitable to the engineer. PART 3 - EXECUTION 3.1 GENERAL A. Fabricate, erect, and install the complete electrical systems in accordance with accepted good practice by qualified personnel who are licensed and experienced in such work. Proceed in an orderly manner so as not to impede the progress of the project. 03871714 BASIC ELECTRICAL REQUIREMENTS 16010 - 2 11/15 3.2 DRAWINGS A. The electrical drawings are diagrarmnatic. Carefully coordinate the work with structural, architectural, and mechanical conditions. Make adjustments to avoid conflicts. B. The locations shown for electrical equipment is approximate and not intended to convey the exact details of installation. Exact locations are to be determined in the field by actual measurements. C. The contractor is responsible for fitting the equipment and material into the space. If the equipment furnished requires different space conditions than shown on the drawings, the contractor shall arrange for such space and shall submit a drawing indicating the exact details of installation prior to construction. D. Do not scale drawings. Layout electrical equipment using dimensions obtained from the manufacturer of the equipment and from field measurements. 3.3 SITE INVESTIGATION A. Prior to submitting bids, visit the site and become aware of existing conditions that may affect the cost of the project. Include in the bid the work required to remove, extend, relocate, reconnect or modify existing equipment or systems, and to restore them to their original condition. 3.4 MATERIALS HANDLING AND STORAGE A. Handle materials in accordance with the manufacturer's standards and recommendations. B. All materials, except those specifically designed to be installed outdoors, shall be stored in an enclosed, dry building or trailer. Protect all stored equipment from damage. Remove damaged materials from the premises. C. Equipment and materials shall not be installed until such time as the environmental conditions of the job site are suitable to protect the equipment and materials. They shall be protected from water, direct sunlight, cold and heat unless designed for such conditions. 3.5 CUTTING AND PATCHING A. Sleeve or cut all openings in walls, floors, ceilings and roof required to install the electrical work. B. Do not cut structural members unless specific permission is granted by the structural engineer. C. Patch all openings after installation of the work, and repair any damage caused by this activity. Restore the surface to its original condition. 3.6 PAINTING A. Refer to PAINTING Section of these Specifications. B. Touchup scratched or marred surfaces of all electrical equipment with paint obtained from the equipment manufacturers specifically for that purpose. Remove all oil, dirt, grease and foreign material before painting and prepare the surface as recommended by the manufacturer. C. Where plywood backboards are used to mount equipment, paint backboards with two coats of light gray semi -gloss paint. /3171714 BASIC ELECTRICAL REQUIREMENTS 16010 - 3 11/15 3.7 TESTING A. Provide all field-testing specified in the individual specification sections. 3.8 RECORD DOCUMENTS A. Provide record documents as required in Division 1 of the specifications. 3.9 OPERATION AND MAINTENANCE INSTRUCTIONS A. Provide Operation and Maintenance manuals as required in Division 1 of the specifications. B. Before final inspection, instruct the owner's personnel in operation of the systems under this Division. Use the Operation and Maintenance Manual as basis for the instruction. Review the contents of the manual in detail and explain all aspects of operation and maintenance. C. Prepare and insert additional data in the manual when need for such data becomes apparent during instruction. END OF SECTION 03871714 BASIC ELECTRICAL REQUIREMENTS 16010 - 4 11/15 SECTION 16110 RACEWAYS PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Unifonn General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all conduits and fittings. 1.3 SCOPE A. Furnish and install all conduits, wireways, raceways, and fittings for all systems interior and exterior to the building. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. American National Standards Institute (ANSI) C-80.1 Rigid Galvanized Conduit C-80.3 Electrical Metallic Tubing 3. Underwriters Laboratories, Inc. (UL) UL 1 Flexible Metal Conduit UL 5 Surface Metal Raceways and Fittings UL 6 Rigid Metal Conduit UL 651 Rigid PVC Conduit UL 797 Electrical Metallic Tubing UL 1242 Intermediate Metal Conduit UL 360 Liquid -Tight Flexible Steel Conduit 4. National Electrical Manufacturers Association (NEMA) RN1 Externally PVC Coated GRS and IMC Conduit PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Metal Conduit and Fittings: a. Allied /1171714 RACEWAYS 16110 - 1 11/15 b. Wheatland C. Appleton d. Raco e. Killark f. O-Z / Gedney 2. PVC Coated Metal Conduit: a. Robroy Industries b. Levy 2.2 METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit (GRS): 1. Rigid, threaded, galvanized inside and outside or galvanized outside with protective coating inside. 2. Factory made steel threaded couplings. B. Intermediate Metal Conduit (IMC): 1. Rigid, threaded, thin wall steel, galvanized outside with protective coating inside. 2. Factory made steel threaded couplings. C. Electrical Metallic Tubing (EMT): 1. Steel tubing, galvanized outside with slick corrosion resistant interior coating. 2. Steel set -screw couplings and connectors in dry locations; steel compression couplings and connectors in wet locations. D. Flexible Metal Conduit: 1. Spirally wound with interlocking galvanized steel strips. Aluminum is not permitted. 2. Flexible conduit shall be approved for use as equipment grounding conductor. 3. Connectors shall be steel, suitable for grounding continuity. E. Liquidtight Flexible Metal Conduit: 1. Spirally wound with interlocking galvanized steel strips with PVC cover extruded over the exterior to make the conduit liquidtight. 2. Shall be approved for use as equipment grounding conductor. 3. Shall be steel, suitable for grounding continuity, liquidtight. 2.3 PVC CONDUIT AND FITTINGS A. PVC conduit shall be Schedule 40 unless noted otherwise. B. Exterior underground conduit encased in concrete ductbank shall be type EB. C. Conduit fittings shall be the same material as the conduit supplied by the same manufacturer. 2.4 PVC COATED METAL CONDUIT AND FITTINGS A. PVC coating shall be bonded to the galvanized outer surface of the conduit, minimum 20 mil thick. B. Couplings shall have PVC coating with PVC sleeve extending from both ends such that joining the coupling and conduit will cover all metal surfaces. 03871714 11/15 RACEWAYS 16110 - 2 �4 PART 3 — EXECUTION 3.1 EXCAVATION A. Perform all excavation work required in connection with the installation of the work under this Section. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material under the direction of the Architect. Include the cutting of all sidewalks, streets, and other pavement and repairing the openings in them to return the surface to approximately its original condition. B. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. C. During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill. Control grading to prevent surface water from flowing into excavations, and remove any water accumulating therein by pumping. D. Make trenches the necessary width for proper installation of the lines. E. Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length. F. Where excavation requires the opening of existing walks, streets, drives or other existing pavement, cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed, and the excavation has been backfilled, patch the paving using materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. 3.2 BACKFILLING A. Carefully backfill trenches with earth, sandy clay, soft shale or other approved material free from large clods of earth deposited in thoroughly and carefully rarnrned 6-inck layers. B. Do not use broken concrete or pavement as backfill material. C. Settling the backfill with water is permissible and will be a requirement when so directed. D. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. E. Install continuous identification tape as specified in ELECTRICAL IDENTIFICATION. F. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less that 95% Standard Proctor in such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving the area immediately after backfilling as completed. 3.3 INSTALLATION OF UNDERGROUND PLASTIC CONDUIT A. Install at least 30 inches below finished grade unless noted to the contrary. Assemble and install raceways in accordance with manufacturer's instructions. Make joints with couplings and solvent cement. Fabricate bends of 30 degrees or more with factory -made elbows, or make field bends with proper heating equipment. Bends showing signs of overheating or flattening are unacceptable. Ream ends of all conduit before joining. B. "Snake" plastic conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction. Maintain this configuration during backfilling. 03871714 11/15 RACEWAYS 16110 - 3 r t, C. Where conduit turns up out of earth, or floor slabs, change from plastic to rigid galvanized steel conduit below grade and outside of such structures. Do not extend any plastic conduit above grade. Make similar change from plastic to rigid galvanized steel conduit at connections to underground pull or junction boxes. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. 3.4 INSTALLATION OF PVC COATED CONDUITS A. During installation, visually examine the conduit for cuts. Patch these areas with a paste containing a PVC solvent obtained from the conduit manufacturer. The patch shall be built up to the original thickness of the coating and feathered out on all sides of the damaged area a minimum of 1/2 inch to provide a complete bonded seal over the damaged area. 3.5 INSTALLATION OF BUILDING RACEWAYS A. 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. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. B. Types: All conduits installed in wet or damp locations, or on roofs shall be rigid galvanized steel conduits. Above grade interior conduits shall be rigid galvanized steel conduit, intermediate metal conduits or electrical metallic tubing. C. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deforned or otherwise injured. D. Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. .. E. Around Heat Producing Equipment: Do not install raceways within 3" of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least 1" 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. F. 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. G. Different Systems: In systems operating at more than 300 volts between phase conductors, where different phase conductors are to be run to a common gang wall switch box, install a separate conduit for each different phase wire and its return switch leg, and provide substantial barriers between adjacent switches in the box so that two different phase wires will not be the same compartment. H. 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 i 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. 03871714 RACEWAYS 16110 - 4 11/15 _..1 I I. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. J. 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 installed to meet requirements of the UL Fire Resistance Directory. 3.6 CONDUIT SUPPORTS A. Support Spacing: Use rninimurn spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. B. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4" and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-1/4" 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. Where conduits smaller than 1-1/4" 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. Locate conduits a sufficient distance above the ceiling to pen -nit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. C. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut 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. t 03871714 11/15 END OF SECTION RACEWAYS 16110 - 5 t_ SECTION 16120 WIRES AND CABLES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit catalog data sheets on all conductors and cables and wire. 1.3 SCOPE A. Under this Section, furnish and install all building wires and cables (600 volts and below) complete with connectors and terminations. Exterior branch circuits and feeders are also included in this section. Wiring for coimnunication and alarm systems are included in their respective sections unless they reference this Section. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products which comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (U.L.) UL 44 Thermoset -Insulated Wires and Cables UL 83 Thermoplastic -insulated Wires and Cables UL 486 Wire Connectors and Soldering Lugs UL 510 Insulating Tape PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1. Insulated Cable: a. Southwire Co. b. Senator Wire & Cable Co. C. Okonite d. Anaconda e. Pirelli Cable Co. 03871714 WIRES AND CABLES 16120 - 1 11/15 1 2. Electrical Spring Connectors: a. Scotch b. Ideal C. Buchanan 3. Compression Connectors: a. Burndy b. Scotch C. Ilsco 4. Mechanical Connectors: a. Burndy b. Scotch C. Ideal 5. Insulating Kits: a. Raychem b. Scotch 6. Insulating Tape: Scotch 2.2 CONDUCTORS A. Type: Soft drawn copper, UL listed, rated at 600 volts, free from flaws and imperfections. Conductors no. 10 and smaller shall be solid. Conductors larger than no. 10 shall be stranded. B. Insulation: Unless otherwise indicated on the drawings, otherwise specified in other Sections, or otherwise required by the National Electrical Code, conductors shall have type THHN/THWN or XHHW insulation. C. High Temperatures: Use type RHH or RHW-2 for wiring in proximity to boilers and other devices subject to high temperatures. D. Markings: Conductors shall be marked on the surface with rated voltage, size, type, and manufacturer. The size shall be repeated at intervals not exceeding 24 inches, with the remaining data repeated at intervals not exceeding 40 inches. E. Performance: Conductors shall be electrically continuous and free from shorts or grounds. All open or shorted conductors shall be replaced. All conductors with damaged insulation shall be removed and replaced with new conductors free from defects. F. Conductors and cables installed open in ceiling plenums shall be plenum -rated. 2.3 JOINTS AND SPLICES A. Solid Conductors (No. 10 AWG and smaller): U.L. approved, screw -on, electrical spring connectors, 600 volt, 105C, insulated. B. Stranded Conductors (No. 8 and Larger): Crimp type compression connectors properly selected for the conductor size and material. All connectors shall be applied with properly sized dies and tools as recornmended by the manufacturer. Insulate the splice with an insulating kit providing 600 volt, 90C rating. 2.4 COLOR CODING A. Equipment Grounding Conductors: 1. Equipment grounding conductors shall be green. Grounding conductors from isolated grounding system shall be green with yellow stripes. r 2. Equipment grounding conductors, no. 6 awg and smaller shall have continuous color - coding the entire length of the conductor. Sizes larger than no. 6 awg shall be 03871714 WIRES AND CABLES 16120 - 2 11/15 permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of green tape, or green adhesive labels. B. Neutral Conductors: 1. Neutral conductors shall be white or natural gray. 2. Where systems of different voltages are installed, the neutral of the lower voltage shall be white or natural gray, and the neutral of the higher voltage shall have three continuous white stripes on other than green insulation. 3. Sizes no. 6 awg, or smaller shall have continuous color -coding the entire length of the conductor. Larger sizes shall be permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of white tape or stripped tape or white adhesive labels. C. Phase Conductors: 1. Conductors no. 10 awg and smaller shall have continuous color -coding the entire length of the conductor. Larger sizes shall be permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of colored tape, or colored adhesive labels. 2. The color -coding system employed shall be permanently posted on the inside door of each branch -circuit panelboard. The posting shall identify the color -coding of each phase conductor and shall be applied to the inside of the door with adhesive. 3. 120/208 volt, 3 phase system: Phase A — Black Phase B — Red Phase C — Blue 4. 277/480 volt, three phase system: Phase A — Yellow Phase B — Brown Phase C — Orange PART 3 — EXECUTION 3.1 INSTALLATION OF WIRING A. Install all wiring in raceways unless specified otherwise. B. Wire Pulling: 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. All conductors to be installed in a single conduit shall be pulled in together. Use U.L. listed cable pulling compound where necessary. C. Cable Lubricants: 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. D. Wire Sizing: 1. No wire shall be smaller than no. 12, except for signal and control circuits, or lighting fixture taps. 2. Receptacle and motor branch circuits — Use no. 12 conductors unless noted or scheduled otherwise. 3. 120 volt, 20 amp lighting branch circuits — Where the length of run from panelboard to first lighting outlet exceeds 75 feet use no. 10 conductors; otherwise use no. 12. 4. 277 Volt, 20 Amp Lighting Branch Circuit: Where the length of run from panelboard to first lighting outlet exceeds 175 feet use No. 10 conductors; otherwise use No. 12. 03871714 WIRES AND CABLES 16120 - 3 11/15 5. Where more than three current -carrying conductors are installed in the same conduit or raceway, the conductors shall be increased in size as required to maintain the required ampacity after application of the adjustment factors of NEC Table 310- 15(b)(2)(a). 6. All branch circuit wiring connected to the load side of dirmners shall have an individual neutral installed with each circuit. E. Joints and Splices: 1. Make joints and splices only where necessary and only at outlet boxes, wiring troughs and other enclosures permitted by the NEC. All joints shall be mechanically and electrically secure. 2. Do not splice conductors in panelboards, safety switches, switchboards, motor control centers or motor control enclosures. 3. Conductors for use with insulated spring connectors shall be twisted together prior to application of the connector. F. Terminations: Tighten electrical connections and tenninations in accordance with the manufacturer's published values. A calibrated tool shall be used to insure proper torque values. G. Bundling: Bundle all conductors in panelboards, cabinets, pullboxes and the like using nylon straps made for this purpose. Bundle conductors larger than no. 10 in individual circuits. Bundle smaller conductors in larger groups. H. Identification: Refer to ELECTRICAL IDENTIFICATION SECTION. 1. Mark conductors to clearly identify each circuit by number. Securely attach to each conductor in each junction box, pull box, panelboard, etc. 2. The cover of each junction box and pullbox shall be marked with the designations of each circuit contained therein. 3. Where colored plastic tape is applied to conductors for identification, use half -lapped turns for a distance of 6 inches from the tenninal points and in boxes where taps and splices are made. Apply the last two turns with no tension to prevent unwinding. Use 1-inch wide tape applied to avoid obscuring cable identification markings. 3.2 FIELD TESTING A. Tests and procedures shall be in accordance with the applicable IPCEA standards. Furnish all instruments, equipment and personnel required for testing. Submit test data to the engineer on data sheets in a fonnat that can be compared with future testing. All test data shall be included in the project operating manual. B. Test wires and cables for electrical continuity and short circuits. C. Prior to terminating, check each service and feeder conductor with megohmmeter to determine the insulation resistance with respect to ground and other phases. Applied potential shall be 1000 volts do for 1 minute. D. Test cable mechanical connections to the manufacturer's recommended values using calibrated torque wrench. E. Energize circuits and demonstrate proper operation. END OF SECTION 03871714 WIRES AND CABLES 16120 - 4 11115 SECTION 16130 BOXES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit catalog data sheets for all boxes. 1.3 SCOPE A. Furnish and install electrical boxes in accordance with the requirements of the National Electrical Code. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (UL) No. 514 Outlet boxes and fittings No. 50 Enclosures for Electrical Equipment 3. National Electrical Manufacturers Association (NEMA) No. OS 1 Sheet Steel Outlet Boxes, Device Boxes, Covers and Box Supports No. FB 1 Fittings and Supports for Conduit and Cable Assemblies PART 2—PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1. Sheet Steel Outlet and Device Boxes: a. Raco b. Steel City C. Appleton 2. Cast Metal Device Boxes: a. Crouse Hinds b. Appleton C. Pyle National 03871714 BOXES 16130 - 1 11/15 i 2.2 OUTLET AND DEVICE BOXES A. All boxes shall be UL listed. B. Sheet steel boxes shall be not lighter than 14 gauge, galvanized after fabrication. C. Cast metal boxes shall be cast iron or cast alloy. D. Outlet boxes for switches, receptacles and connnunications use shall be 4" square with proper square cornered tile wall cover, plaster cover or finishing plate, except where construction will not permit or the device requires a larger box. Box depth shall be as required by NEC for device and wiring volume requirements, but not smaller than 1-1/2 inches. E. Boxes for devices mounted flush in concrete block walls shall be single gang masonry boxes, 3-1/2" deep. F. Boxes installed in poured concrete shall be concrete -tight type. G. Boxes for surface mounted or pendant fixtures shall be 4"octagonal by 1-1/2" minimum depth. H. Boxes for flush mounted fixtures shall be 4" by 4" size with cover installed above the ceiling and accessible by removing ceiling panel or fixture. Connection to fixture shall be with flexible conduit. I. Boxes for interior exposed work shall be cast metal boxes (Cast iron or cast alloy). J. Boxes for outdoors shall be cast metal boxes with gasketed covers. 2.3 PULLBOXES AND JUNCTION BOXES A. Sheet steel galvanized inside and outside, with galvanized covers. B. Dimensions shall be as required by NEC for the number, size and locations of conduits entering the box. C. Boxes installed above ceilings shall be accessible by removing ceiling panels, installing access door in hard ceiling, or flush mounting the cover on the ceiling. D. Boxes installed flush in walls in finished areas shall have overlapping trim with hinged door and lock to match the appearance of electrical panelboard. E. All boxes shall have covers. PART 3 — EXECUTION 3.1 INSTALLATION A. Provide at each outlet or device of whatever character a metal outlet box in which conduits shall tenninate. B. All pull and junction boxes shall be accessible after construction is complete. Install access panels in the construction as required to make the box accessible. C. Fasten all boxes securely to the building construction, independent of conduit systerns. D. Where outlet box on grid ceiling supports surface or suspended fixture, provide box with fixture stud and secure the box to ceiling members with steel channel. E. Outlet boxes for devices shown back to back shall be offset a minimum of 6 inches. F. All boxes shall have covers and unused conduit openings shall be covered. END OF SECTION 03871714 i 11/15 BOXES 16130 - 2 t_ SECTION 16140 WIRING DEVICES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all wiring devices. 1.3 SCOPE A. Furnish and install in suitable outlet boxes, the wiring devices indicated complete with covet -plates. All shall be properly connected to conductors so as to be operable. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. National Electrical Manufacturers Association (NEMA) WD 1 General Requirements for Wiring Devices WD 6 Wiring Devices — Dimensional requirements 3. Underwriters Laboratories (UL) UL 20 General -Use Snap Switches PART 2—PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Hubbell 2. Leviton 3. Pass & Seymour 4. General Electric 5. Bryant 2.2 CLASSIFICATION A. All wiring devices shall be UL listed. 03871714 WIRING DEVICES 16140 - 1 11/15 M B. All wiring devices shall be specification grade. 2.3 COLORS A. All device colors to be selected by Architect. 2.4 SWITCHES A. The catalog numbers listed are of Hubbell manufacture. Equivalent devices from listed manufacturers are acceptable. Furnish switches in colors specified above even though the 1 numbers listed may not contain the correct suffix. 1. Single pole wall switch — 1221. 2. Three-way wall switch — 1223. 3. Four-way wall switch — 1224. 2.5 RECEPTACLES A. The catalog numbers listed are of Hubbell manufacture. Equivalent devices from listed manufacturers are acceptable. Furnish receptacles in colors specified even though the numbers listed may not contain the correct suffix. 1. Duplex receptacle: 20 arnp, 125 volt, grounding (NEMA 5-20R) — No. 5362. 2. Ground Fault Interrupter Receptacle (GFI) —No. GF-5362. 3. Special Receptacles: Furnish devices in the NEMA configuration listed on the drawings. 2.6 WEATHERPROOF DEVICES A. Provide the specified device in weatherproof cast box with gasketed coverplate. 2.7 COVERPLATES A. Provide coverplates for all wiring devices, including telephone, signal outlets and other devices. Coverplates shall be one piece single or multi -gang type as required. B. Indoor Flush Devices: 1. Plates to matching existing. 2. Where installed in masonry walls, use jurnbo plates. C. Indoor Surface Devices: For indoor- devices use zinc -coated metal with rounded or beveled edges, sarne size as the box. D. Outdoor devices: TayMac PART 3 — EXECUTION 3.1 INSTALLATION A. Install wiring devices plumb and level. B. Install SPST wall switches with OFF position down. C. Wall switches shall be installed on the strike side of the door as finally hung. D. Install receptacles with grounding pole on top. E. Install devices within outlet boxes to allow coverplates to be in full contact with the wall on all sides. 03871714 WIRING DEVICES 16140 - 2 11/15 F. After connection of each wiring device, install two full wraps of electrical insulating tape around the side tenninals prior to installation in the box. G. Replace broken devices and plates with new. H. Clean all paint, plaster and dirt from wiring devices and plates. 3.2 MOUNTING HEIGHTS A. Where mounting heights are indicated on the drawings, the device shall be installed with the centerline of the device at the indicated height. B. Devices noted to be installed above counters or millwork shall be installed above the backsplash. C. Unless otherwise noted on the drawings, or directed by architect, install devices at the following heights above finished floor: DEVICE MOUNTING HEIGHT Wall switch 46" Receptacle 18" Telephone Data outlet 18" 3.3 IDENTIFICATION A. At each wiring device mark the inside of the coverplate with the panel and circuit number to which the device is finally connected. Use black indelible marker. 3.4 FIELD TESTING A. Energize lighting circuits and operate each wall switch to verify proper operation. B. Energize receptacle circuits and test each receptacle with circuit tester to verify the device is energized and has correct polarity. C. Test TRIP and RESET buttons on GFI receptacles. In addition, test GFI receptacles with a GFI tester to verify it trips at 4ma of ground current. END OF SECTION 03871714 WIRING DEVICES 16140 - 3 11/15 t �i SECTION 16170 GROUNDING AND BONDING PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Unifonn General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all grounding equipment. 1.3 SCOPE A. Furnish and install grounding equipment and systems as specified herein. Also refer to, and comply with specific grounding requirements contained in other Sections. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Institute of Electrical and Electronic Engineers (IEEE) Standard 81 Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System 3. Underwriters Laboratories, Inc. (UL) UL 467 Grounding and Bonding Equipment { PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Subject to project requirements, products manufactured b (but not limited to the }� J p .] q p Y N ) following companies are acceptable: 1. Grounding Products: a. Chance / Hubbell b. Copperweld Corp C. Erico Inc. d. Ideal Industries, Inc. e. ILSCO £ Kearney / Cooper Power Systems g. Lyncoln XIT Grounding h. Superior Grounding Systems, Inc. 03871714 GROUNDING AND BONDING 16170 - 1 11/15 i. Thomas and Betts j. Raco, Inc. k. Burndy 2.2 CONDUCTORS A. Equipment Grounding Conductors: 1. Use insulated conductors that comply with WIRES AND CABLES Section. 2. Equipment grounding conductors shall be green. 3. Isolated ground conductors shall be green with yellow stripes. 4. No. 6 AWG and smaller shall have continuous color -coding the entire length of conductor. Larger sizes shall be identified with color -coded plastic tape at each end, and at every point where the conductor is accessible. For equipment grounding conductors use green tape. For isolated ground conductors use alternating bands of green and yellow tape with a minimum of three bands of green and two bands of yellow. B. Bonding Conductors: 1. Bonding cable: 28 kcmil, 14 strands of no. 17 AWG, copper. 2. Bonding Conductor: Bare stranded copper. 3. Bonding Jumper: Bare copper tape, braided bare copper conductors terminated with copper ferrules. 2.3 GROUND CONNECTORS A. Compression Connectors: 1. Suitable for direct burial, embedded in concrete, or above grade applications, equal to Burndy Hyground. 2. Connectors shall be equivalent in current -carrying capacity to the maximum size copper conductors being joined. 3. Equipment shall be in accordance with the connector manufacturers recommendation. This shall include cable preparation, installation tools and dies, and the required number of crimps. B. Bolted Connectors: 1. UL listed for grounding. 2. Above grade applications. 3. Provide equipment in accordance with connector manufacturers' recommendations for the application. C. Welded Connectors: 1. Exothennic-welded type, UL listed for grounding connections. 2. Provided in kit form and selected for the specific types, sizes, conductors and other iterns to be connected. PART 3 — EXECUTION 3.1 EQUIPMENT GROUNDING CONDUCTORS A. Comply with NEC Article 250 for types, sizes and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NEC are indicated. 03871714 GROUNDING AND BONDING 16170 - 2 11/15 B. Install a separate, green -insulated, equipment grounding conductor in each feeder and each branch conduit. Install the grounding conductor in the same raceway with related phase and neutral conductors, and connect to pull boxes or outlet boxes at intervals of 100 feet or - less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect the grounding conductors to bare grounding bars in panelboards, and ground busses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault to the point of connection of the equipment ground and system neutral. C. Install equipment grounding conductors in nomnetallic raceways unless they are designated a . for telephone or data cables. D. Install equipment grounding conductors in all flexible metal conduit and liquid -tight flexible metal conduit. 3.2 FIELD INSPECTION AND TESTING A. Inspection: 1. Visually verify proper grounding connections at the service entrance equipment. 2. Visually verify proper connections to the grounding electrode system. 3. Visually verify proper grounding connections of separately derived systems. 4. Visually verify proper grounding connections at distribution panels and branch circuit panels. END OF SECTION -, 03871714 GROUNDING AND BONDING 16170 - 3 11/15 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Unifonn General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SCOPE A. Provide and install electrical identification for electrical conductors and equipment. 1.3 QUALITY ASSURANCE A. Comply with National Electrical Code (NEC). B. Comply with UL Standard 969. C. Comply with ANSI C2. D. Comply with NEMA WC-1 and WC-2. PART 2—PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1. W. H. Brady 2. Ideal Industries, Inc. 3. Seton Nameplate Co. 4. Panduit Corp. 2.2 EQUIPMENT NAMEPLATES AND SIGNS A. Safety Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. B. Engraved Plastic Nameplates: 1. Melamine plastic laminate, minimum 1/16" thick for signs up to 20 sq. inches, and 1/8" thick for larger sizes. 2. White letters on black face for equipment connected to nonnal power system. 3. White letters on red face for equipment connected to emergency power system. 4. Attach with self -tapping stainless -steel screws, except contact -type permanent adhesive can be used where screws can not or should not penetrate the surface. I 03871714 ELECTRICAL IDENTIFICATION 16195 - 1 11/15 j_ . t` 2.3 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coded Plastic Tape: Provide manufacturer's standard self-adhesive vinyl tape not less than 3 mils thick by 1-1/2" wide. B. Identification Bands: Provide manufacturer's standard vinyl or vinyl -cloth, self-adhesive, ' wraparound type with preprinted numbers and letters to show circuit identification. 2.4 UNDERGROUND LINE WARNING TAPE A. Permanent, bright colored, continuous printed, vinyl tape. 1. Not less than 6 inches wide by 4 mils thick. 2. Compounded for pennanent direct burial service. 3. Embedded continuous metallic strip or core. 4. Printed legend indication type of underground line. PART 3 — EXECUTION 3.1 INSTALLATION A. Install electrical identification products in accordance with the manufacturer's written instructions, and requirements of NEC and OSHA. B. For items attached with adhesive, degrease and clean the surface as recommended by the manufacturer. C. Where items attach to surfaces that require painting, attach after completion of painting. D. Install signs at locations for most convenient viewing without interference with operation and maintenance of equipment. E. Identification on Boxes: 1. Boxes for fire alarm circuits shall be painted red. 2. Every box containing circuit wiring shall have the circuit numbers marked on the outside cover of the junction box. Use indelible marker with wide tip. Markings for normal circuits shall be black, and shall be red for emergency circuits. 3.2 CONDUCTOR IDENTIFICATION A. Apply conductor identification on each conductor in each box, enclosure, cabinet and panel. B. Refer to Section 16120 for color -coding of conductors. 3.3 EQUIPMENT IDENTIFICATION A. Install engraved, plastic laminate sign on each unit of electrical equipment, including central or master unit of each system. This includes power, lighting, communication, signal, and alarm systems unless the units contain their own self-explanatory identification. B. Unless otherwise indicated, provide a single line of text with `/2" high lettering on 1-1/2" high sign (2" high where 2 lines are required). C. Text shall match the notations used on the drawings for identification. t 03871714 ELECTRICAL IDENTIFICATION 16195 - 2 i 11/15 3.4 IDENTIFICATION OF PANELBOARDS, SWITCHBOARDS, AND SWITCHGEAR A. Install engraved plastic laminate sign containing 3 lines of text. The top line shall be the panel naive. The centerline shall indicate the panel voltage, and the bottom line shall indicate the source of supply. B. Signs for equipment fed from the normal system shall have white letters on black background, and equipment fed from the emergency system shall have white letters on red background. C. An example of the required identifications is: Panel 4HA 277/480 Fed From Panel 4DP END OF SECTION 03871714 ELECTRICAL IDENTIFICATION 16195 - 3 11/15 SECTION 16441 SAFETY SWITCHES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit the following information for review: 1. Complete drawings showing dimensions. 2. Conduit entry/exit locations. 3. Voltage rating, continuous current rating, and short-circuit rating. 4. Cable tenninal size. 5. Fuse rating and type. 1.3 SCOPE A. Provide, install, and connect all safety switches shown on the drawings or required by codes. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (UL) UL 50 Enclosures for electrical Equipment UL 93 Enclosed and Dead -Front Switches 3. National Electrical Manufacturers Association (NEMA) No. 250 Enclosures for Electrical Equipment PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Square D 2. Cutler Hammer 3. General Electric -- 03871714 SAFETY SWITCHES 16441 - 1 11/15 t 2.2 HEAVY DUTY SWITCHES A. Requirements: Provide and install safety switches as shown on the drawings or as required by NEC. Where code requires the installation of safety switches that are not shown on the drawings, provide and install the required switches. B. All switches shall be heavy-duty type. C. Switches shall be fusible or non -fusible as noted on the drawings or as required by code. D. Provide switches with the voltage and current ratings as shown on the drawings. E. Where safety switches serve as motor or motor starter disconnects, provide horsepower rated switches with auxiliary contacts to disconnect all power and control circuits. F. Construction: 1. Switch blades and jaws shall be plated copper. 2. Switches shall have a handle that is easily padlockable in the OFF position. 3. Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position. 4. Switch assembly and operating handle shall be an integral part of the enclosure base. 5. Switches rated 100A to 600A shall have reinforced fuse clips. 6. Switch blades shall be readily visible in the OFF position. 7. Switch operating mechanism shall be non-teasible, positive quick -make / quick -break type. 8. Fusible switches shall be suitable for service entrance equipment. 9. Switches shall have line terminal shields. 10. Switches shall have CU/AL mechanical lugs. G. Enclosures: 1. Where installed indoors, all enclosures shall be NEMA I, general purpose type unless otherwise noted. 2. Where installed outdoors, all enclosures shall be NEMA 3R, raintight type unless otherwise noted. 3. Where noted on the drawings, provide the following enclosures: a. NEMA 4 — watertight (304 stainless steel). b. NEMA 12 — dust tight/oil tight. PART 3 — EXECUTION 3.1 INSTALLATION A. Install safety switches in accordance with manufacturers written instructions and NEC requirements. B. Install adjacent disconnects at the same height. C. Install disconnects to maintain the required NEC clearances and working space. 3.2 IDENTIFICATION A. Identify and color -code conductors in safety switches as specified under WIRES AND CABLES Section. B. Install engraved plastic sign on each safety switch as specified in ELECTRICAL IDENTIFICATION Section. C. The sign shall contain 3 lines of text. The top line shall identify the load served. The center line shall indicate the voltage. The third line shall indicate the source of supply. 03871714 SAFETY SWITCHES 16441 - 2 11/15 D. An example of the required identification is: AHU #2 480 V Fed From Panel PP 3.3 FIELD QUALITY CONTROL A. Inspection: 1. Visually inspect each switch for proper grounding connections as specified under GROUNDING AND BONDING Section. 2. Visually verify proper color -coding of conductors in safety switches as specified under WIRES AND CABLES Section. 3. Verify fusible switches contain proper type and size of fuses. B. Testing: 1. Test cable mechanical connections to the manufacturers recommended values with calibrated torque wrench. 2. Operate each switch ON and OFF four times to verify proper operation. 3. Energize circuit and verify proper operation. END OF SECTION 03871714 SAFETY SWITCHES 16441 -3 11/15 SECTION 16470 PANELBOARDS PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit the following information for review: 1. Complete drawings showing dimensions. 2. Conduit entry/exit locations. 3. Voltage rating, continuous current rating, and short-circuit rating. 4. Cable terminal sizes. 5. Catalog product sheets. 6. Nameplate Identification. 1.3 SCOPE A. Provide, install, and connect all electrical panelboards shown on the drawings and specified herein. Panels shall be complete assemblies including enclosures, bussing, overcurrent protective devices, and trim. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. I. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (UL) UL 50 Cabinets and Boxes UL 67 Panelboards UL 489 Molded Case Breakers / Enclosures 3. National Electrical Manufacturers Association (NEMA) PB-1 Panelboards No. 250 Enclosures for Electrical Equipment AB-1 Molded Case Circuit Breakers 03871714 PANELBOARDS 16470 - 1 j 11115 t _.i PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Square D 2. Cutler Haimner 3. General Electric 2.2 PANELBOARD REQUIREMENTS A. All panelboards shall be listed by Underwriters Laboratories. B. The building main panel shall be listed as suitable for "Service Entrance Equipment". C. Panels shall be arranged for flush mounting, surface mounting, or free-standing as indicated on the drawings. D. Panels shall have the voltage ratings, continuous current ratings, and interrupting ratings as scheduled on the drawings. E. All panelboard accessories and features scheduled or specified on the drawings shall be provided. F. Where a circuit protective device is scheduled as a "spare", provide the device complete for operation. Where the device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled. Where the device is scheduled to serve a "future" load, provide the device complete for operation. G. All circuit breakers shall be quick make, quick break, trip -free, thermal magnetic indicating type unless otherwise noted. H. Branch circuit breakers shall be fully interchangeable without disturbing adjacent units. I. Connect all overcurrent protective devices with sequence phasing. J. Provide each panelboard with a neatly typewritten directory of circuits mounted in a plastic covered cardholder on the inside of the panelboard door. K. Install laminated plastic nameplate for each panel as specified under ELECTRICAL IDENTIFICATION Section. 2.3 CONSTRUCTION A. Cabinets: 1. Rigidly constructed of galvanized sheet steel per UL 50 Standards. Corners shall be overlapped or welded with the edges turned over to receive trim. 2. Where two -section panels are required, both sections shall be same height, and have fully rated bussing in separate cabinets connected by conduit nipples. B. Trim: 1. Fabricated from sheet steel meeting the requirements of UL 50 Standards. Trim shall have medium gray enamel finish suitable to serve as the final finish, or suitable to receive field painting. 2. Trim door shall have rounded corners and edges flee from burrs. 3. Surface trims shall be the same height and width as box. Flush trims shall overlap the box %" on all sides. 4. Furnish each door with substantial flush, cylinder turnbler lock and catch. Doors more than 48" high shall have auxiliary fasteners. Provide each lock with 2 keys. All locks shall be keyed alike. s . 03871714 PANELBOARDS 16470 - 2 ' 11/15 5. Unless noted otherwise, interior mounted panels shall have type 1 fronts (one piece with hinged door). Where door -in -door construction is specified, it shall consist of a hinged door within a piano -hinged cover secured with trim clamps. 6. Exterior mounted panels shall be type 3R in accordance with UL 50 requirements. All doors shall be gasketed and be equipped with a tumbler type vault lock and two additional trunk type latches. C. Bussing: 1. All bussing shall be plated copper sized in accordance with UL Standards to limit temperature rise on any current -carrying part to a maximum of 65 degrees C above an ambient of 40 degrees C maximum. 2. Main lugs and main breakers shall be UL approved for copper or aluminum conductors sized to accommodate the conductors to be tenninated. Provide oversized lugs to tenninate conductors that are increased in size due to voltage drop or temperature requirements. 3. A bolted ground bus shall be included in all panels. Where scheduled, an isolated ground bus shall also be included. 4. A full size (100%) neutral bar shall be furnished for panels shown with neutral. Neutrals shall have suitable lugs for each outgoing feeder requiring neutral connection. Where scheduled, provide 200% rated neutrals with lugs for oversized neutral conductors. 2.4 LIGHTING AND APPLIANCE PANELS A. Bolt -in type, heavy duty, quick -make, quick -break, single- and multi -pole molded case circuit breakers with toggle handles that indicate when unit has tripped. B. Circuit breakers shall be thennal magnetic type with cormnon handle for all multiple pole breakers. C. Breakers shall be UL listed as type SWD for lighting circuits. D. Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights and fire alarm panels. E. Breakers shall be fully rated to interrupt the fault current values scheduled on the drawings. F. Provide breaker accessories as scheduled on the drawings. PART 3 — EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with manufacturers written instructions, NEMA PB L I and NEC standards. B. Panelboard enclosures shall be securely fastened to the structure with a minimum of four bolts or screws. C. Clean dirt and foreign paint from exterior and interior of all panels. D. Do not splice conductors in panels. E. Conductors not tenninating in panelboard shall not extend through or enter panel enclosure. F. A single conductor shall terminate in each lug on a circuit breaker. Do not terminate multiple conductors under a single lug. G. During installation carefully balance the electrical loads between the various phases. This may require connecting loads to circuits different from the circuit numbers indicated on the drawings. 03871714 PANELBOARDS 16470 - 3 11/15 j l: 3.2 IDENTIFICATION A. Identify and color -code conductors in panelboards as specified under WIRES AND CABLES Section. B. Install panelboard nameplate identification as specified under ELECTRICAL IDENTIFICATION Section. C. Provide individual circuit identification for each circuit with a type -written directory of circuits mounted in a holder on the inside of the panel door. The directory shall identify the type or name of the load served along with the room naives and numbers. The room names and numbers shall be the final names and numbers assigned to the space and not those used on the drawings. 3.3 FIELD QUALITY CONTROL A. Inspection: 1. Visually inspect each panel for proper grounding connections as specified under GROUNDING AND BONDING Section. 2. Visually inspect breakers and switches for broken parts and loose tenninals. 3. Visually verify proper color -coding of conductors as specified under WIRES AND CABLES Section. 4. Visually verify panelboard trim fits properly with no gaps between the trim and panel enclosure. B. Testing: 1. Test cable mechanical connections to the manufacturers recommended values with calibrated torque wrench. 2. Operate each breaker ON and OFF to verify proper operation. 3. Energize circuits and demonstrate proper operation. 4. When the facility is under normal use, amperage measurements shall be taken on each phase conductor in each panel feeder, and any unbalances shall be corrected to a point that no conductor load shall be more than 5% high or low (maximum unbalance of 10%). END OF SECTION 03871714 PANELBOARDS 16470 - 4 11/15 E;. SECTION 16510 LIGHTING PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all lighting products. B. Submit complete photometric data for each fixture. 1.3 SCOPE A. This Section pertains to all labor, material, equipment and services necessary for and incidental to the complete interior and exterior lighting system as shown on the drawings and specified herein. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) No. 101 Life Safety Code 2. American National Standards Institute (ANSI) C82.1 Fluorescent Lamp Ballasts C82.4 HID Lamp Ballasts 3. National Electrical Manufacturers Association (NEMA) LE 4 Recessed Luminaires, Ceiling Compatibility 4. Underwriters Laboratories (UL) UL 542 Lampholders, Starters for Fluorescent Lamps UL 924 Emergency Lighting and Power Equipment UL 1029 HID Lamp Ballasts UL 1570 Fluorescent Lighting Fixtures UL 1571 Incandescent Lighting Fixtures UL 1572 HID Lighting Fixtures 03871714 LIGHTING 16510 - 1 11/15 s PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by the following companies are acceptable: _ 1. Ballasts: a. Advance b. Lutron C. General Electric d. Valmont 2. Lamps: a. Osrarn/Sylvania .... b. General Electric C. Philips 2.2 LUMINAIRES A. Provide and install a lighting fixture on each lighting outlet shown. Furnish fixtures in accordance with the designations scheduled on the drawings. Should any designation be omitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. All features scheduled for fixtures shall be provided, even if the catalog number given in the schedule lacks the required numerals, prefixes of suffixes corresponding to the feature called for. 2.3 FLUORESCENT FIXTURES A. Fixtures shall bear UL label. B. Lenses shall be 100% virgin acrylic with nominal thickness of 0.125 inches. 2.4 FLUORESCENT BALLASTS A. Use ballasts frorn manufacturers listed above. Generic ballasts from other manufacturers are not acceptable. B. General Requirements: 1. Designed for type and quantity of lamps indicated for full light output. 2. Total Hannonic Distortion Rating: Less than 10%. 3. Sound Rating: A 4. Power Factor: 95% minimum C. Electronic Ballasts for Linear Lamps: 1. CBM labeled 2. Encapsulated 3. Parallel Lamp Circuits: Multiple lamp ballasts connected to maintain full light output on surviving lamps if one or more lamps fail. 2.5 LAMPS A. Fluorescent Lamps: 1. Color Temperature: 4100 K 2. CRI: Refer to Lighting Fixture Schedule on the drawings. 3. Lamp types as scheduled on the drawings. i 03871714 LIGHTING 16510 - 2 11/15 f PART 3 — EXECUTION 3.1 INSTALLATION A. Installation of Interior Fixtures: Outlet box locations shown for fluorescent fixtures are diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached. B. Lay -in Type Fixtures: Refer to the ceiling installer's layout for exact location. Center the fixtures in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through ceiling panels. Install conductors in flexible metallic conduit from box to fixture. C. Fixtures in Plaster Ceilings: Provide a suitable plaster ring or frame for each fixture recessed in a plaster ceiling. D. Surface Mounted Fixtures: Fixtures shall be installed flush with the ceilings. Where fixtures are mounted to an exposed grid ceiling, the fixtures may be clipped to the ceiling grid provided the attachinent holds the fixture flush, level, and secure. Where they cannot be centered on a grid, install a structural member to span two tees and attach the fixture to the structural members. E. Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. END OF SECTION 03871714 LIGHTING 16510 - 3 11/15' t SECTION 16805 FIRE ALARM SYSTEM PART 1 - GENERAL 1.1 SCOPE A. The Contractor shall modify the existing 24 VDC, fire detection and alarm system as specified herein and indicated on the Drawings. It is the intent to obtain a complete system which shall operate as described herein, and all equipment necessary for such operation shall be provided whether or not each item is enumerated herein or described on the drawings. The system shall include, but not be limited to, all control panels, power supplies, alarm initiating devices, audible and visual alarm devices, conduit, wire, fittings and all other accessories required to provide a complete and operable systern. The system shall operate as a continuous sounding system with audible alarm and strobe circuits. The system signaling line circuits shall be wired as Class B circuits. The system Notification Appliance Circuits (NAC) shall be wired as Class B supervised circuits. 1.2 SUBMITTALS A. The installing contractor and/or equipment manufacturer shall provide complete and detailed shop drawings and include: 1. Point to point wiring diagram showing terminal connections to all system devices. This would include the size of conductors to each device and proposed routing. After review, this shall become the installation drawing. 2. Floor plan drawings locating all devices associated with the Fire Alarm System. (Including control modules, monitor modules, strobes (with candela output) and isolation modules). 3. Factory data sheets on each piece of equipment to be used and so marked as to dimensions, size, voltage, style, catalog number, rnanufacturer's names, and configuration. 4. Detailed system description and operation describing system functions. 5. Complete Bill of Material for reference. 6. Power supply, battery, voltage drop, and strobe candela calculations. B. All submittal data shall be in bound form with Contractor's name, supplier's name, project name, and state fire alann license number adequately identified. 1.3 QUALIFICATIONS A. The installing contractor shall be the authorized representative of the fire alarm manufacturer to sell, install and service the manufacturer's equipment. B. The installing contractor must be licensed by the state Fire Marshall to sell, install and service fire alarm systems, as required by Article 5.43-2 of the Texas Insurance Code. C. The installing contractor shall have on their staff an installation superintendent who is licensed by the State Fire Marshall's office for such purpose and under whose supervision installation shall take place, as required by the Texas Insurance Code. 03871714 FIRE ALARM SYSTEM 16805 - 1 y 11/15 D. The fire alarm installation firm will have factory trained personnel performing the control panel wiring and programming for the system that they were trained for. The firm shall also maintain a stock of parts and components used in the system. 1.4 CLOSE-OUT MANUALS A. Provide three sets of operation and maintenance manuals which includes: 1. Complete typewritten operating instructions for modifications made to the system. 2. A plan showing conduit size, number and size of conductors and locations of all new devices. 1.5 CODES AND STANDARDS A. The installation and testing shall be made under the provisions of the latest National Electrical Code (NFPA-70); NFPA 101 (Life Safety Code). NFPA 71, NFPA 72, Vernon Statue, UL Standards (1480, 864, 268, 268A, 217, 521, 228, 464, 1638, 38, 346, 1481), and all other applicable state and local codes and ordinances. The Contractor shall submit the new fire alarm equipment layout to the local fire alarm authority having jurisdiction for approval. 1.6 QUALITY A. To establish the minimum standards of performance, function, quality, and features of system desired, the equipment specified is that of the Notifier. Equal or better systems are acceptable. B. All equipment, materials, accessories, devices, and other facilities covered by this specification or noted on contract drawings and installation specifications shall be of the best suited for the intended use and shall be provided by a single manufacturer or, if provided by different manufacturers, recognized as compatible by both manufacturers. C. All equipment and material shall be new and unused, unless directed otherwise. D. Wire shall be UL listed for limited energy (300V) and fire alarm applications and shall be installed in conduit. All wiring between floors, in inechanical rooms, or in risers shall be installed in conduit with a minimum size of 3/4". 1.7 TESTING, GUARANTEE, SERVICE A. A factory trained technical representative of the manufacturer shall perform the final connections, complete system checkout and testing of the system, and it shall be subject to the final acceptance and approval of the engineer and local authorities. Upon completion and acceptance, the owner and/or his representative(s) shall be instructed in the proper use of the system. A written copy of the final system test and checkout shall be provided detailing the function of each device. Furnish the Owner, Architect, and all authorities having jurisdiction a Certificate of Compliance. B. All equipment and wiring shall be free from defects in workmanship and materials, under nonnal use and service, for a period of one year from owner acceptance or beneficial occupancy, whichever comes first. Any equipment shown to be defective shall be replaced, repaired, or adjusted free of charge. C. The manufacturer shall be represented by a local service organization and the name of such supplied to the Owner and Engineer. 03871714 FIRE ALARM SYSTEM 16805 - 2 11/15 D. The manufacturer's representative shall be prepared to offer a service contract at the end of the warranty period. 1.8 COORDINATION A. It shall be the responsibility of the installing contractor to coordinate all requirements surrounding installation of the Fire Alarm System with all trades including, but, not exclusive of: electrical contractor, HVAC controls contractor, sprinkler contractor and mechanical contractor. Adequate coordination shall be provided to insure proper installation and interface to all peripheral items required to interact with the Fire Alarm System to provide a complete and functional system. PART2-PRODUCTS 2.1 DESCRIPTION OF SYSTEM A. The Fire Alann and Detection System shall be a single integrated system by a single manufacturer. The Contractor shall assume sole responsibility for its operation. The fire detection portion of the system shall consist of new fire alarm panel, all power supplies, relays, modules and batteries as required for the operation described herein. The equipment described herein is generally of Notifier manufacture. All components of the system shall be fully supervised. 2.2 DESCRIPTION OF OPERATION A. Modify existing system for new devices. 2.3 CONTROL PANEL A. The existing Notifier main control panel shall be replaced with a Notifier NFS-320 or equal. Provide monitor modules for existing zones that are connected to the current fire alarm panel. Provide UDACT for connection to central monitoring station. Provide additional remote power supply and batteries as required. 2.4 SYSTEM MODULES A. Monitor Module: 1. The Monitor module shall be used to connect a supervised zone of conventional initiating devices (any n.o. dry contact device, including 4-wire smoke detectors) to one of the SLC loops. The Monitor Module shall mount in a 4-inch square 2-1/8" deep electrical box. 2. The Monitor module shall provide address -setting means using rotary decimal switches and shall also store an internal identifying code which the control panel shall use to identify the type of device. An LED shall be provided which shall flash under normal conditions, indicating that the Monitor module is operational and in regular communication with the control panel. 03871714 FIRE ALARM SYSTEM 16805 - 3 11/15 2.5 MANUAL PULL STATIONS A. Manual fire alarm stations shall be non -coded, non-breakglass type equipment with a key operated test -reset lock in order that they may be tested, and so designed that after actual emergency operation, they cannot be restored to normal except by use of a key. Manual stations shall match existing key. 2.6 INDICATING AND INITIATING DEVICES A. Devices shall match existing ADA devices. 2.7 SMOKE DETECTORS A. New smoke detectors shall be equal to a Notifier FSP-851. PART 3 - EXECUTION 3.1 INSTALLATION A. The installation of the system shall be made by the Contractor under the supervision of a representative of the manufacturer who shall make the final connection to the system, perfor►n the functional tests of the system and place it in operation. B. Installation shall be in strict compliance with manufacturer's recommendations. Consult manufacturer for all wiring diagrams, schematics, sizes, outlets, etc. before installing conduits and pulling wires. C. Fire alarm devices shall be mounted upon and all splices made in Listed Boxes. Wiring splices are to be avoided to the extent possible and Transposing or changing colors will not be permitted". D. Fire Alann Control Panel shall be connected to a separate dedicated branch circuit, maximum 20 amperes. Circuit shall be labeled as "FIRE ALARM". E. As indicated on the drawings, each zone shall be labeled on the Fire Alarm Control Panel. Names of the zones shall be coordinated with the Owner, and shall meet with the Owner's approval. F. Use only identified conduit entries at Fire Alann Panel or request approval for other penetrations in cabinets (certain areas require clear space for interior components). Cabinet shall be grounded to either a cold water pipe or grounding rod. G. Heat and Smoke Detectors: The location of detectors shown on the plans is schematic only. The detector must be located according to code requirements. H. Smoke detectors should be installed to favor the airflow towards return openings and not located where air supply diffusers can dilute smoke before it reaches the detector. I. Mount pull stations at 4'AFF and indicating devices at 80"AFF. 3.2 FINAL INSPECTION A. After the system has been placed in service and all iterns are functioning properly, call for a final inspection. The manufacturer's representative shall be present and shall demonstrate the operation of the system to the satisfaction of the Owner. 03871714 FIRE ALARM SYSTEM 16805 - 4 11/15 I 3.3 INSTRUCTION A. The representative of the manufacturer shall allot eight (8) hours to instruct the Owner's personnel as to the complete operation of the system. Provide a VCR tape of the instruction to the Owner at end of training. 03871714 11/15 END OF SECTION FIRE ALARM SYSTEM 16805 - 5 MEP PILL smn-H & COOPER FANNING. FANNING & ASSOCIATES CONSULTING ENGINEERS "55 74th STREET LUBBOCK. TEXAS 7111.3 (606) 745-2533 ET NUMBER: 5 t6d000 9 Him -ni D ldvd c TT F r p� 4 ! FW~— o q O CJ Qm W ? 1 § ! 6 F U U IIIIGllia JpO¢ , lion lllmjl�j 111111111111 1111111111111111111 1100111111111 Bill R s Y � pgpg$goff'} �p�sa aela �Q qq i, �e9�43 �e:�i•- ggf i� e YF�iii9G4 .Q Tr°3 11.111 , � is 4 aQ➢FF44 d444 t�1E 3 3fill 3➢ ii 9.t3 i. L€ a. VON N.1 qq➢.➢eeie-vt;S.t �211;1;1➢@➢919 11111AS niei�4 >Ss 3eaei141 x: N N �9bi 9F1?y'� Q }-i! � ° �?�3ee s � �i 6 5 93'�1$ �➢5 � � e'?� gq� q o tE t r �P61�� �;� �k�ea��� jg qq �����5g .�e�8�� 1�d�4�E4ri y!elF� S � =�Q.ig�?_ .Fyii����i4�,-�4i�sii� 4"siiti9�,�§ LLLi�LS6��+�E #l6fi�tv$4[FLSILi@1:�E t q y a'Sxo�EB x��4Fl�LIa _.lo.4e.i -,3 �.: e?r R 34.4ies'i49t9.t?4;,s z.Li4iYiYtE osa Ira �e�€� v a!➢6ge��e�tl�F[�fe2e�ggp � F 9 p ! ez Cp b8q ° 4lyl 4 t!!ei°e rv➢a� ii2 1Im, � Sy!1 E j E p ! ! 1 gull lA9 7 isa Sr 65@6efNb a➢ 9° �+. `dQ�E` 1 F €�_ L e Fr � i �yc44t $4 ��SSF�l4r�F� .➢t��p��3liFiiS i���S3a��II$F.��ri I jY33tEa 3g s . Fr�tr 66 aa 3 11 ) as-�19 �➢Be��3���Soee966���a8��6� e3��eve�ela3v 4 jiY qq g 1i�.3 t 1➢9 915 a-gF 9���l,2ESEShSt ye��14➢999_ve§? 4s4g0@➢�itl17�i464�'.iLi43iF m!elEr:e4 43:�9;5 u. 0 eeeeee.oeeSi16��0�AgS➢°a o .Atl4eeeal�benal w ar.:�_�9eg!E!!e5 LLe3EE-`'lppeet�;p� 0 < ACCESSIBLE RAMP ' FIR PALN 4V7- =21- u qtII II CLEAR FLOOR AREAIACCESSIBLE ROUTE PON A - on Tm! ni PROTRUDING OBJECTSITELEPHONES IYP. ACTMTSTAUS I o"I r all 61i (31 w LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION I J ACCESSIBILITY NF STANDARDS G-()():3 e e MAINTENANCE � OFFICE ���� ADMINISTRATION STAIRI STAIRI M,EN WO¢tEN OeeOY � Tx �EJWMFLE SIGNAGE •pSEE STANDARD ACCESSIBLE MOUNTING HEIGHT _,_.,.. t4 - --- - --- ------ , :-ar I O I` a Z, } LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ACCESSIBILITY STANDARDS G-004 -I= ;I= CL ■ %=w §�\ LUBBOCK POWER & LIGHT OFICE INTERIOR RENOVATION CODE___. G-101 Fj LUBBOCK POWER &LIGHT OFFICE INTERIOR RENOVATION ---------- GENERAL NOTES 1 2 3 4 5 hr:T- O �YT._ wr,.„ �.Y..r• na+.n. n. ov+. 1:�' nmw..n naw.,n. SECTION SECTION ECN �& S STIOECTIOSECTON OS , ,. N I ,,. ,,,,, GENERAWNOgE w.....,....... .. c g5 TYPICAL CONSTRUCTION JOINT l A `5 Al FOUNDATION PLAN. BREAK ROOM 12E A4 m PICAL FOOTING COVER AS TIPICAL ROAR PLACEMENT 1 1 2 3 4 5 (6 a LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ,a rw�ruowvF ueeoo..rew awm �l FOUNDATION PLAN AND DETAILS S-101 �� GENERAL NOTES [OLITION NOTES AN �J LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION DEMOLMON PLAN A-100 GENERAL NOTES KEY NOTES I LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ANNOTATEO FLOOR PLAN 11 A-101 K . �\ // \ // �i ►da r+** aro'"�-5�+rr+�ad ra.a+r aaa „� �a►. +a+�:r+r, r�;r•.•�•*•r�araaa+a•+► I�-•�„rs+aasrr�aF"po. ITr�' ✓ s++*draaa+f+aaaras f- d°'i•�arir�•��++�•+i ■...as.al■la"u.ar. .r+p• aaa''ar �+ C71�1\\a•+}Mf+,rl V++ ./jaM•,}a uu■■ ■■■u�n►p+ •+ d • cd+ arf ast.r+ir • Qi► ■uu■ � ■ urrsfsd a�ld o +as0; 1.rro �a•fs e•rr rf`f� e+rt_'a,.y, ■■t!uuuv.■r�af ar**,< o +�►a+fr•, .v • ,►aarrtl�t' >r�E�prVa► �,�uriiGiii■in■u■��uaKi da�M©ar.yS.v�r+df�A+dii�aVad+� ► ■nu■■un■■It■1■/•etd•ad!>rf+*cUr+;s raat•fad+a t■■a►Q■u�u■u■urmernr f*!•rrra••++yaraaa''ao+►us+►:�ut••a• •af_ iiliiiiiiiii� ►ar}a►ua+; a�fiidr•:a�aaddf+QapVa+tr��i n' ► +a �r+tl's►++a++afpdddaft�i+ati\a�sr„d+s}a ►un■�r mm uxuuc¢ r■u■,■ * 'a ;: ►a+sa+fre daddt aar: ar rr, r� n■w� ■.t on I,nuutii _l�mm •� rr d �� r'r• dart x "i�ry iari'r°•+a n, cur � nuu■un un■E rs s►N- daa• d r '- t■■■■n mttuxul■■*� u■uut►i��*"Mpafda►ta+pf+a•t�d+dtava•�sar d} nr■u■ ?am, nano■■iiuunnr'ds�r+�i+i!!i+r,M+ai+Vaist •Vt'airs+ rf�r+ir►dam •}r u■_au ty�r_EI■,II■3■u■■u■.u■E�s+r}�aM•aa idf\►+aar+Aaf.� 4�a trmnrtuEiuxl uu■m■et d a+� ra d d _g� r=+�a� C,ar*;,'y '* �u■llrtmsv,■n�:�r�n��■a■;iar=•vl►x°�+++.4af�Qars!a d Pad t as}*}f� rsrfad, t■■r,uctur_' da*•ar' d++fN and-jf•r ridst d dVY"'r .r■u■olut®� a . ffr•►raf►►+'�O}„raaa.,��-fM� a+a ++this' •N�s+r d+ c+}►dfasa+d!�`/� ¢j1fi+'r q+g9+*y},sr•*'aar�+a,�F.r� ttillBrl/ t■■Etl■l/■ a ra'rra rd NANO'1� y. itili rtt astt t■■�"7nEt�EE1an .P.a r+dr�dd �+a+d+�trr r to +rs yatf wff tari�d► t■■1■,n 1■n 1 ■ u u_- f rss,�.,. •f+;. . ff!i•+rO*r+*�. ya�t• �r+asap• tu.ml_c�t■�Eunul■■ �•�,� oafs}*019 Alrf-� ►+aass i�aar �++�aaas�y+►ra*a tunat,- �►rl.x■ ina+a :+ a ri aV aao' ats*' u1■lt�■�■u■fi■■■}arfr�r•9s+—`�$i t+ar► ■n+++ 1•a+d+-,9MV•�ii•` iiiioiiiiuixr �i.o:ii �iii ���inr��"+*�rts�t��* s��*prat! �t�t:a+r+ •y uuiiu`■wliu►�rrpdaaa� faa>;o* t■■n■■■■■■■11 G r�,�■L�J1�II■�-�raC°if+wti}+a�a1�a f+ t■■■u■n■■■ue�■ ■�tt�►�naa,■� t�■■1■sa■u■mlr.'so, i nri �� t■,m� ■n■un■r nl■url■u■ too■■ uun■u,i u�l.lrttr�t� uu�rLu�anuttr[ �- a LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION M INNCV.1 PY2 L µOCCK, iEV.i]W] &- = 3. " REFLECTED CEILING PLAN A-102 it I bongos 9 1:!,, AlrIOR ELEVATION KEY NOTES Ma M.,, 1-r7 m I 1 1 3 1 4 1 --5- T-1 &MAIL 41L c @MILLWORK-55CTION B A ,*WORK66C.lION INORK SECTION MILLWORK SECTION ILLIIIORKSIE-1011 1�1 KSECTIO" @�IWOP 2 1 3 1 4 A W't4 LU13t3Uk,r, POWER & LIGHT OFFICE INTERIOR RENOVATION MILLWORK SEC71ONS A-401 STANDARD FRAME CASED OPENING FRAME IRE FRAIdE-LF ra-w-1 ran I IIM im 11 f @_MD DETAIL ul LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION -J mti DOORANDVANDOW SCHEDULES A-601 ABBREVIATIONS FINISH LEGEND A n,m,.. .. ...... a ..,.v..r.a T GENERAL FINISH NOTES iJ LVDDVI,M POWER & LIGHT OFFICE INTERIOR RENOVATION pi I/UC,GK DFlR unseat tr,F.: �ww FINISH LEGEND C LLIBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION wau�.+xrx� awtaaaa J FINISH PLAN DEMO FLOOR PLAN -PLUMBING QD p.......... LUt$b[Jki1K POWER & LIGHT OFFICE INTERIOR RENOVATION DEMO FLOOR PLAN PLUMBING 2 3 1 4 1 5 PLUMBING LEGEND SY0801 OESCRIP110H ne.v 0 D ... . ..... . .... . . . . .. ..... .... w., c C Irl. A , n, t A NEW FLOOR PLAN - PLUMBING 1V z - a v "m w u. 11 .......... W Q-1 —1. 1. I-Ift Al .11 A 2 3 4 1 " Lu 'L Of 0 .0 LUBBOCK POWER & LIGHT OFFICE INTERIOF( RENOVATION 70403 NEW FLOOR PLAN PLUMBING I-J P-1 01 �,. V. GAS LINE SUPPORT DETAIL °: j ' fivuf nu ,afoot v cffe.An.,ll.c. t t ,I 09 e,T'Ipt N( of fIH MrOflf ,s ttf,Ili qI MII j _ I .l�ii s� 4j< I n,lf ,.,If,,,,.. •cr ROOF PLAN PLUMBING 4D 1 2 3 4 5 w w a t U Y POWER & LIGHT OFFICE INTERIOR RENOVATION ROOF PLAN c PLUMBING P-201 MOP 8ASIN'hI9* lia M. RE IRCULATOR PUMP RP - IT FLOOR DRAIN *FD' ICE MAKER CONNECTION BOX scut ofcu[ WALL CLEANOUT DETAILVVCO' LAVATORY UN & SINK VN .n. �, I�O �'f a[n4 r.a•`j`_ ��=Ct�� '�� :nn n ten• rm ..an n�. WATER CLOSET WC'A` & WC'W ca ............ 1 Ha URINAL UA` w IL 01-? 0 ca cl) LUBBOCK POWER & LIGHT OFFICE INTERIOR[ RENOVATION SCHEDULES AND DETAILS P-Anl JC3C3L k1r, DWER & LIGHT FFICE INTERIOR NOVATION FLOORPL DEMO MD-101 No Text 1 3 4 5 I a -m C", S o-- - -4,�,` -� M. FLOOR PLAN _ MECHANICAL ®® ..... t 3 3 ! s a 1 8 LUbdUUK POWER & LIGHT OFFICE INTERIOR RENOVATION FLOOR PLAN NEW M-101 ROOF PLAN • MECHANICAL LUBBOCK POWER & LIGHT OFFICE INTERIOq 1 RENOVATION rs FLOOR PLAN NEW -M-201 ROOFTOP AtC UNIT 8CHEDULE-GAS FIRED all mmmlm=c= r..x.. r. x.x.�,4..°E".a'r``ia n6 ni4„i;d'.«'�•' EXHAUST FAN SCHEDULE AIR DISTRIBUTION SCHEDULE ` `xnrw .n.,.�,. �..`6.'.., r' .n•. rn•.wc x.4rm• EGGCRATE GRILLE /RIJI.Et CONNECTION AT SUPPLY GRILLE .o.�u. DUCTLESS SPLIT SYSTEM SCHEDULE ROOFTOP UNIT MOUNTING DETAIL i ws s^uuss'«� xw 1 .art ....i.. snnnwra �� j?OIUS TAP DETAIL RETURN AIR BOOT DETAIL nr LOUVERED FACE SUPPLY GRILLE /St rxaun w..n �=i1 y� xss�x .ra 1 r EXHAUST FAN MOUNTING DETAIL AHU RETURN AIR SOUND TRAP DETAIL "" .our .a n...r.,. arr.. .«r rw.r ..a• ..c. _TYPICAL ELBOW � d 5 W IL UU [WHU LUbbUUK POWER & LIGHT OFFICE INTERIOR RENOVATION MECHANICAL v SCHEDULES ANDOETAILS M-401 No Text R•a- 8unw Rmwu ,WR D u uswto u no„ w m NssM. O STiIiY +Iwil.: ,LIS',� Ni Ia01 /tY,• N CMD.D. al fYn % rWlt , . O S II� � IeW%4nU0 • Dpf M1Kt.'oM1 wV,ID v0 ..•A x::wiiw +tine avtnu, i'r' ....r. ,,,... ,.4 � .r - r s , t( ✓�..'-' 1 „ s Gil , bnA.��St I ; OA, %y- c 1 .�'--' , �E °s - ^ �.rr ry �y .. •s : - ' i .; r i aq 4 ,� io _ ♦P e DEMOLITION - POWER COMMUNICATION. FIRE ALARM FLOOR PLAN _. .. %�. 1 1 a 1 A W bbUUK POWER & LIGHT OFFICE INTERIOR RENOVATION we wwnr%onnL� weex%. t[v.,en POWER, COMMUNICATION, FIRE ALARM DEMOLITION E-102 LIGHTING LEGEND e in "Num 3. Di am ..... .. ........ .. �7 �A 3w •,...� �u�iw aruau w lrtlwn vu•w,rws ^¢w.�l ,. ----------- 94 NEW CONSTRUCTION - LIGHTING FLOOR PLAN 2 3 4 Ul (L 0 0 In LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION 9 -V -A amrwNmPx -.-0403 NEW LIGHTING PUN E-201 ,4 u �7— tri V B p ' t f 96 o k. "T d sn ;. B "I mrrt n ELECTRICAL LEGEND Hamra. JP ti $ o- ::I;C,fidu ;w [ afaGd w, on.") o nu an o o v tx.ww. es..n R T-p o.w l oDJ ;'w WL raw,ro wn. w. w,w awnu ,w,ntu,ro dz:r'r'r#•1' �1,r.w � v�'a d..,..ta ♦ pww ,.:,t s.i,l¢��nnuts�r ` � ,'•1 '� � � 'di%,iN1 ,,;d;i le `�tn�wu { Ie'I,;liirw p mar.: ,w,u w nw wi,w wwro,w w w. A NEWCCNSTRUCTION• POWERFLOORPLAN 1 2 3 a 5 LULMUUM POWER & LIGHT OFFICE INTERIOR RENOVATION ,—:: pm., VeLNxCrPaLCMiE L 'BOCK,Ext3,0 41 NEWPOWERPLAN E-202 Ut3t3UUK OWER & LIGHT )IFFICE INTERIOFVI IENOVATION NE W COAIMIINICATION & NE W COAIMIINICATION & FIRE ALARM PLAN E-203 1 2 1s 4 1 5- (D ii 72 e- T . ........ -E I- • A • NEW CONSTRUCTION • ELECTRICAL ROOF PLAN QD 1 2 3 4 5 w EL 0 0 Lf, LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION NEWROOFPLAN E-204 E.LECTRICAL1— RISER DIAGRAM FOR NEW PANEL 15B ELECTRICAL RISER DIAGRAM FOR NEW PANEL 15C .......... .tee nnn. DISTRIBUTION PANEL DIAGRAM .1-1 now now now ONE an —1�0111111111 a Mim =1=11=1mmmums r_— Raw mom 5 mff1wmbM1r--== wo . . .............. LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION ELECTRICAL SCHEDULES E-301 rnm n..e «nut —...-1...v, MULTIPLE OUTLET BOX DETAIL ut MI. 0 OCCUPANCY SENSOR DETAIL FLUORESCENT FIXTURE DETAIL - CRID CEILING w�[. ni. m.�.mri.�u10.>•".�.�tio a .o -r�'ff.ri9 ,ws.r EXHAUST FAN DIAGRAN a wu• «u« ... wol. -- ....... Tn.n y� DEVICE 801 DETAIL .e PANELBOARD GROUNDING DETAIL 5 LUBBOCK POWER & LIGHT OFFICE INTERIOR RENOVATION R]PK U.VJE LU900LN.TIXA ]0.0] ELECTRICAL SCHEDULES