Loading...
HomeMy WebLinkAboutResolution - 2011-R0536 - Contract - Pharr & Company - Construction Of Lubbock Land Application Office - 12_01_2011 (3)Resolution No. 2011-RO536 December 1, 2011 Item No. 5.1.1 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 No. 10150 for construction of Lubbock Land Application site office, by and between the City of Lubbock and Pharr & Company, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. !' Passed by the City Council on December 1, 2011 �,i A4r*' TOM MARTIN, MAYOR ATTEST: Rebec Garza, City Secretary APPROVED AS TO CONTENT: ,-;-I - Mark a�' 0-64, Assistant City Manager Chief Information. Officer APPROVA AS O FORM: Chad Weaver, Assistant City Attorney vw:ccdocs/RES.Contract-Pharr & Company October 6, 2011 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR Construction of Lubbock Land Application Site Office RFP 11-10150-RH CONTRACT No. 10150 PROJECT NUMBER: 92015 Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. Or at offeror's expense plans and specifications can be obtained from The Reproduction Company www.thereproductioncompany.com (806) 763-7770. ZcaI1_ rzC�os36 CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE This page intentionally left blank Tlubti`ock ADDENDUM #1 RFP 11-10150-RH Construction of Lubbock Land Application Site Office DATE ISSUED: SEPTEMBER 2, 2011 CLOSE DATE & T WE: SEPTEMBER 14, 2011 @ 3:00 P.M. The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH . Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the change of Completion Days from (120) one hundred twenty to (180) one hundred eighty consecutive calendar days. Submittal form has been revised to reflect change and MUST BE SUBMITTED WITH PROPOSAL. 2. Contractor Checklist -Amended to include Contractor's Statement of Qualifications, Attached and MUST BE SUBMITTED WITH PROPOSAL 3. Contractor's Statement of Qualifications, Attached and MUST BE SUBMITTED WITH PROPOSAL. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Robin Holder, Senior Buyer Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2129 or Emailed to rholderCa)Mylubbock.us THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing a Contract Management if any languaee, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. This page intentionally left blank PROPOSAL SUBMITTAL LUMP SUM PROPOSAL CONTRACT DATE: RFP Number: 11-10150-RH-Construction of Lubbock Land Application Site Office Proposal of _ called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for "Construction of Lubbock Land Application Site Office" 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 construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION LUMP SUM AMOUNT NO. 1 MATERIALS $ 2 1 LABOR Offeror's Initiz 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 (180) One Hundred and Eighty 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 $200 (Two -Hundred Dollars) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. The proposed number of consecutive calendar days to substantial completion: The proposed number of consecutive calendar days to final completion: 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 �_I City of Lubbock, TX Purchasing and Contract Management RFP 11-10150-RH "REVISED" Contractor's Checklist Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal 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 Offeror binds himself on acceptance of his proposal 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. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late proposals will not be accepted. omanORTATNOF"QUALIFICATIONS6. Cemv 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Proposal. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) This page intentionally left blank U 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 firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgment is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number Fax Number Web Site Address Form of Business (Check One) Date of Incorporation A Corporation A Partnership An Individual State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name Date of Organization State whether partnership is general or limited Name pil Business Address ElAverage Number of Current Full Time m to ees Average Estimate of Revenue for the Current Year I) LI z II Contractor's Organizational Experience Organization Doing Business As Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address F f List of names that this organization currently, has or anticipates operating under over the history of the organization, the names of related companies presently doing business: -including Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership SrUMUMNIV Years experience in projects similar to the proposed project: As a General Contractor As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? 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 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 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 -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 defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. c Contractor's Proposed Key Personnel Organization Doing Business As Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 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 Project Superintendent Project Safety Officer Quality Control Manager If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 4 Proposed Project Managers Organization Doing Business As k Primary Candidate' 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 Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates a rovat to contactingthe names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Name of Individual Candidates role on Project 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 Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position Or anization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project E I I_ Proposed Project Superintendent ff i 1 Organization Doing Business As Name of Individual Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project I Completion Date Reference Contact Information(listing names indicates a Name Title/ Position Organization Telephone E-mail Project Candidate role on Name of Individual roval to contacting the names individuals as a reference Name Title/ Position Organization Tele one E-mail Project Candidate role Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assi ment Percent of Time Used for Estimated Project Name Name Title/ Position Title) Position Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project Candidate role on Project 6 Proposed Project Safety Officer tion Doing Business As Individual t Experience as Project Safety Officer 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 Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap val to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization -Organization Telephone -Telephone E-mail E-mail Project I Project Candidate role on Project Name of Individual Candidate role on Project 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 Project Estimated Project 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 7 Proposed Project Quality Control Manager Organization Doing Business As Name of Individual 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 this Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap oval to contacting 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 Project Name of Individual Candidate role on Project 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 this Project Estimated Project 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 8 Contractor's Project Experience and Resources Organization Doing Business As 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 this project. 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. Meeting HUB / MWBE Participation Goal Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own BWiill Lease Division of Organi7ilti011 Wid Subcontractor What work will the organization complete using its own resources? What work does the organization propose to subcontract on thisproject? 9 Contractor's Subcontractors and Vendors Organization Doing Business As 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 of Contract HUB/MWBE Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Project Owner I Project Name 77 General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Prniert infnrmatinn Project Owner I I Project Name General Description of Project Budget History Schedule Performance 7 Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost • Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager SuMI-Inre .. ' ' • t Number of Issues Total Amount involved in Resolved Resolved Issues :. Number of Issues Total Amount involved in PendingResolved Issues 17 hibDOCK� ADDENDUM #2 RFP 11-10150-RH Construction of Lubbock Land Application Site Office DATE ISSUED: SEPTEMBER 9, 2011 CLOSE DATE & TIME: SEPTEMBER 14, 2011 @ 3:00 P.M. The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the listed change in drawings. The floor plan at rooms 108 Women, 110 Men, I I I Janitor Closet, and 112 Office has been revised. Refer to attached Supplemental Drawings SDI, SD2, SD3, SD4, SD-M1, SD-M3, SD -El, and SD-E2 for changes. 2. In answer to a question requesting clarification on ceiling heights: All ceiling heights are to be 9'-0" AFF, except in 109 Mech, 108 Women, and 110 Men, which are to have 8'-0" ceilings. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock, Purchasing and Contract Management Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be E-mailed to rholder(a-„Lmylubbock.us or faxed to (806)775-2164. THANK YOU, ReAt r'� 04*% Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing Ft Contract Management if any ldngudge, requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. This page intentionally left blank NO TE.- J 518 44 TL. STUDS @ 16 o. c. J18 4 1 114 VERIFY Y-0" 7'-5 1 VERIFY 0; At? CIT-Y OF LUBBOCK LAND APPLICATION OFFICE SDI: RESTROOM MODIFICATIONS —SHEET A, 1- 1-7 e. SCAM 114" = 1'-0" PROD. NO. 21108 DATE. 0910712011 CONDRAY DESIGN GROUP, INC. Of PREFABRICATED ACCESSIBLE SHOWER UNI r REFER TO PLUMBING. OZ ACCESSIBLE BENCH. REFER TO SD4. CrrY OF LUBBOCK LAND APPLICAMN OG RCE SD2: RESTR©©M MODIFICATIONS - SHEET A SCALE. 114" = 1'-0" COONDDI D]06011 I GItOUP''IIN � / -2. 1 PROD. NO. 21108 DATE. 0910712011 i� CEILING PEAK LEGEND 2x4 FLUORESCENT LIGHT FIXTURE SUPPL Y GRILLE RETURN AIR GRILLE ® EXHAUST FAN/AIR RETURN O5 DRYWALL FURR-DOWN ABOVE SHOWER OPENING. © PREFAB SHOWER CEILING WITH LIGHT FIXTURE. CITY OF LUBBOCK LAND .PPEIC,TIOON OFFICE SD : RESTROOOM MODIFICATIONS SHEET ,3 SCALE: 114" = 1-0" CONDD RAY DESIGN SIGN GROUP, INC. :7.ip -wl'I PROJ. NO. 21108 DATE.• 0910712011 4'-0" CLEAR p BENCH MILLWORK ELEVATION ATION r����wOR��: SECTIO P. LAM FINISH ON (2) LA YERS OF J14" EXTERIOR PL YWOOD. 1/2" RADIUS CORNER. BENCH SUPPORT BRACKETS CITY OF LUBBOCK LAND APPLICATION OFFICE SDD4 'ACCESSIBLE DRESSING BENCH SCALE- J14" = I --O" CONDDRAY DESIGN GROUP, INC. PROD. NO. 21108 DA M 0910712011 t MaN�r •���a�HA� ............................ CITY OF LUBBOCK LAND APPLICATION OFFICE fI SD -El: RESTROOM MODPCATI®NS - SKEET El L_J SCALE. IN'=1W CDGPROD.W. 21108 DATE.• 0W%ZO11 ESA CONSULTING ENGINEERS, PLLC $GALE.• 1/4'= 1'-0' CDGPROD. NO. 71108 DATE: W12011 BSA CONSUL NG ENONEERS, PLLC SD-Ml: RESTROOM MODIFICATIONS - SHEET MI SCALE- 114" = P-O" CDG PROD. NO. 21108 SSA CONSULTING ENGINEERS, PLLC DAI' 091712011 12x 1 rnrr .......................... CARL W. WAMPLEF `�W.97056 f-9-It CITY OF LUBBOCK t. ram, � ;_, � R M . 1 �); �., ADDENDUM #3 RFP 11-10150-RH Construction of Lubbock Land Application Site Office DATE ISSUED: SEPTEMBER 12, 2011 CLOSE DATE & TIME: SEPTEMBER 14, 2011 @ 3:00 P.M. The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the engineer's ADDENDUM No. 3, attached. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock, Purchasing and Contract Management Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be E-mailed to rholderAMylubbock.us or faxed to (806)775-2164. THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing Et Contract Management if any language, requirements,_ etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. This page intentionally left blank ( CITY OF LUBBOCK ( . LAND APPLICATION OFFICE LUBBOCK, TEXAS BSA Consulting Engineers, PLLC Texas Firm Registration No. F-4415 BSA Project No. 2011-041 ADDENDUM September 12, 2011 4*1111441 �.NG I N�ER ♦�0 . ...... ...:.*.1+ MONTY.MADSHAW rC 864 NOTICE TO BIDDERS: The following shall be incorporated in and become a part of the original Drawings and Specifications of the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal. Electrical Items: Item 1: On the drawings, Sheet ME1, for clarification, the two 2" communication service conduits shall be stubbed out as indicated with pull strings installed. The communications service and associated service fees shall not be included in this contract. Item 2: On the drawings, Sheet E3, Electrical Riser Diagram, on the building exterior adjacent to the meter base, provide and install a 200A-3P fused main service disconnect switch (Nema 3R) with three 200 amp fuses. Install conductors (keyed note #5) from meter base to disconnect switch. Install the #2 grounding electrode (keyed note #7) at new disconnect switch location and not at Panel "A". From disconnect switch to Panel "A" install 4 #3/0 & #6 Gr. in a 2" conduit. Lastly, change Panel "A" to a main lugs only panel. End of BSA Addendum This page intentionally left blank hibbock� DATE ISSUED: SEPTEMBER 13, 2011 ADDENDUM #4 RFP 11-10150-RH Construction of Lubbock Land Application Site Office ORIGINAL CLOSE DATE & TIME: SEPTEMBER 14, @ 3:00 PM NEW CLOSE DATE & TIME: SEPTEMBER 16, 2011 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the engineer's ADDENDUM No. 4, attached. 2. Also, please be aware that close date has been extended until Friday September 161h, and the time has been adjusted to 2:00 pm, rather than 3:00pm. 3. Bidders must acknowledge receipt of all addendums. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock, Purchasing and Contract Management Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be E-mailed to rholder a,mylubbock.us or faxed to (806)775-2164. THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing Et Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. This page intentionally left blank CITY OF LUBBOCK LAND APPLICATION OFFICE LUBBOCK, TEXAS BSA Consulting Engineers, PLLC . t� Texas Firm Registration No. F-4415WL W. WAMP..1-ERA »Y ............. .»» ...G.» .. BSA Project No. 2011-041 97056 r�,; ADDENDUMn� September 13, 2011 NOTICE TO BIDDERS: The following shall be incorporated in and become a part of the original Drawings and Specifications of the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal. Mechanical Items: Item 1: In the Specifications, 15060-2.2-A, add the following: "4. Standard weight black steel pipe, Schedule 40, with screwed malleable fittings: a. Aboveground gas piping within building to 3'-0" outside the building line. 5. Polyethylene Plastic Pipe: a. Underground gas piping to within 3' of the building. 6. Schedule 40 PVC pipe And fittings: a. Site domestic water piping to 3' outside of the building." Item 2: On the drawings, sheet M1, in Kitchen 103, extend a'/2" water line in the east wall, below the window, to a recessed wall box with a shut-off valve, for the ice machine. End of BSA Addendum Pate Intentionally Left Blank 10 City of Lubbock, TX Purchasing and Contract Management RFP 11-10150-RH 66REVISED" Contractor's Checklist Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original of every item listed. 1, X Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal 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 Offeror binds himself on acceptance of his proposal 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. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. X Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 5. X Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late proposals will not be accepted. 6. X Complete and submit the CONTRACTORS STATEMENT OF QUALIFICATIONS 7. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Proposal. 8. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm Is FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. X Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. X Complete and submit the FINAL LIST OF SUB -CONTRACTORS, FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. . ; PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. Pharr & Company (Type or Print Company Name) Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. r 11. 12. 13. City of Lubbock, TX Purchasing and Contract Management RFP 11-10150-RH INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS LOCAL GOVERNMENT CODE § 271.116 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. LUMP SUM 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 GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Pa ze Intentionafly Left Blank City of Lubbock, TX Purchasing and Contract Management RFP 11-10150-RH NOTICE TO OFFERORS Sealed proposals addressed to Marta Alvarez, Director of Purchasing & Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing & Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m., CST on September 14, 2011 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Construction of Lubbock Land Application Site Office" After the expiration of the time and date above first written, said sealed proposals will be opened in the City Hall, Council Chambers, 1625 13th ST Lubbock, TX 79401 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 a.m., CST, on September 14, 2011, and the City of Lubbock City Council will consider the proposals on October 13, 2011, 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 bond must be in a %rm accented by the City Attorney and must be dated the same as the ContractAward date. 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 Offeror. 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 Offeror 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 September 1, 2011 at 10:00 a.m. at City Hall, 1625 13TH Streets Room 101, City Council Chambers, Lubbock, Texas. Plans and specifications can be viewed online and downloaded from WWW.BIDSYNC.COM at no cost. Copies of plans and specifications may be obtained at offeror's expense by contacting the Reproduction Company, at 806-763-7770 or @ www.thereproductioncompany.com. 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 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) 775-2171or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS tJ Page Intentionally Left Blank 1J GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Construction of Lubbock Land Application Site Office per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m., CST, September 14, 2011 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 11- 10150-RH Construction of Lubbock Land Application Site Office " 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 & 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 General Instructions to Offerors will be considered responsive and evaluated or award of a Contract. j 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals - through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal conference will be held on September 1, 2011 at 10:00 a.m., CST at City Hall, 1625 13TH Streets Room 101, City Council Chambers, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting.ADDENDA & MODIFICATIONS 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA. This -j information is made available over the Internet at www.bidsmmc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing & Contract Management. At the request of the proposer, or in the event the Director of Purchasing & Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Director of Purchasing & Contract Management. Such addenda issued by the Director of Purchasing & Contract Management Office will be available over the Internet at hqp://www.bidsmc.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Director of Purchasing & 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 information supplied by the City of Lubbock Director of Purchasing & 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 & Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing & Contract Management prior to the opening of µ' 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 & 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. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 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(b) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents E } 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. 3 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 permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing & 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 Director of Purchasing & 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• . v . - CONCERNING . Tql .REQUEST FOR-`- PROPOSALS (RFP) MUST ;BED SUBMITTED IN WRITING "NO_ LATER, THAN, SEVEN ('n, ;CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE.AND ADDRESSED TO. Robin Holder, Senior Buyer City of Lubbock 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2129 Email: rholder@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 One Hundred and Eighty (180) 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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. �__! 4 0 15 AFFIDAVITS OF BILLS PAID _r The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 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. 20 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. 21 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 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 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 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. 4 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction 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. 7 27 28 29 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 commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 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. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. PREPARATION FOR PROPOSAL 29.1 The Offeror shall submit his proposal on forms furnished by the City, and all blank spaces in 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 proposal that has been opened may not be changed for the purpose of correcting an error on the proposal price. 8 f_ { 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business 5 address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's Name 29.3.2 RFP 11-10150-RH Construction of Lubbock Land Application Site Office 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) Proposal 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 t-- 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 _ I also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (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 Local Government Code Section 271.116. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 20% for Contractor Qualifications, 5% for Safety Record, and 15% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest 10 f 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 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's uqualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his proposal. Contractors with an Experience Modification Ratio greater than 1 will receive zero points. 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 of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 15% 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 I 33 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. f The estimated budget for the construction phase of this project is $ 2,090,000 Proposals shall be made using the enclosed Proposal Submittal Form. SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER, w' UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO 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 subject to being considered irregular and maybe rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " 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. 12 tw i M �i 34.2 This provision is not meant to preclude offerors from discussing other matters witl ' Council members or City staff. This policy is intended to create a level playing fie all potential offerors, assure that contract decisions are made in public, and to prate integrity of the bid process. Violation of this provision may result in rejection c bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prev Wage Rates, with respect to the payment of prevailing wage rates for the constructi a public work, including a building, highway, road, excavation, and repair work or project development or improvement, paid for in whole or in part from public I without regard to whether the work is done under public supervision or directii worker is employed on a public work if the worker is employed by the contractor c 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 sh paid not less than the general prevailing rate of per diem wages for the work of a si character in the locality in which the work is performed, and not less than the gc prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in pursuant to and in accordance with the Texas Government Code, Section 225E Offerors may access the U. S. Department of Labor web site at the following web ac to obtain the rates to be used in Lubbock County: bgp://www.gpo.gov/davisbacon/allstates.html 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates the web site for the type of work defined in the proposal specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 225 shall pay to the City of Lubbock $60 for each worker employed for each calendar c part of the day that the worker is paid less than the wage rates stipulated in the contr. 13 TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (a-1) In this section "facility" means an improvement to real property. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify them in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors 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. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity 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 governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity 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. (g) 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. t_t PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL LUMP SUM PROPOSAL CONTRACT DATE: September 16, 2011 RFP Number: 11-10150-RH-Construction of Lubbock Land Application Site Office Proposal of Pharr & Company (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 "Construction of Lubbock Land Application Site Office" 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 construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION LUMP SUM AMOUNT NO. 1 MATERIALS $ 187 , 450.90 2 1 LABOR $ 80,336.10 TOTAL LUMP SUM 1 $ 267 , 787.00 Alt. 1 DEDUCT - Covered porch indicated on the west side of the (-) $8 , 590.00 buiidin 3.1 Schedule of Alternates Atl. 2 DEDUCT— Portion of sidewalk indicated on the Site Plan, 28/SP 1, (-) $ 2 , 030.00 3.1 Schedule of Alternates /7 „ . Offeror's Initial: Offeror hereby agrees to commence the work on the above project on a date to be spe6ified in a written "Notice to Proceed" of the Owner and to substantially complete the project within (180) One Hundred and Ejghty 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 stun of $200 (Two -hundred Dallars) 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. The proposed number of consecutive calendar days to substantial completion: 160 The proposed number of consecutive calendar days to final completion: 170 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 cashieds 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. )0 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 Five Percent of Total Bid Amount Dollars (S 5% ), 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(a), 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. (Sea] if Offeror is a Corporation) A T: ecretary nmy R. Pharr Offeror acknowledges receipt of the following addenda: Date: September 16, 2011 t'`L� thorized Sign re Jimmy R. Pharr (Printed or Typed Name) Pharr & Company Company P O Box 2791 Address Lubbock Lubbock City, County Texas 79408 Addenda No. 1 Date 09/02/2011 State Zip Code Addenda No. 2 Date 09/09/2011 Telephone: 806 _ 763-5263 Ext. 13 Addenda No. 3 Date 09/12/201 I Fax: 806 763-5843 Addenda No. 4 Date 09/13/2011 Email: jimmy phairco.com FEDERAL TAX ID or SOCIAL SECURITY No. 75-2187285 MANIBE Finn: I I Woman Black American Native American Hispanic American Asian Pacific American I Other S eci Page Intentionally Left Blank 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 CAPABILTTY: 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: (I) 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: (I) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents'? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgment is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non -responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: t'. OUTSTANDING BUILDINGS N ThxAs ThcH Ul mlzsrrY, WEsr HALL NFw VisrroRs Cam. "Boa, ThxAs Firm: Texas Tech University System Facilities Planning and Construction, Interior Design Associated firm: Adling Associates Architects, Architecture Client: Departments of New Student Relations, Registrar's Office and Copy Tech; Michael A. Ellicott, PE, Vice Chancellor for Facilities, Planning and Construction Total area: 24,100 sq. ft. Total cost: $3,358,960 Total cost/square foot: $139 Completion: August 2001 The primaryemphasis of the project is to create a space for Texas Tech 1 University to receive prospective Visitors Center students and their parents. Nearthe main entrance to the campus, the I facility provides a magnificent first impression of the university. The Visitors Center is in an addi- tion at the south face of West Hall. Originally constructed as a residence hall, West Hall is nowan office build- ing. The south addition allows for a two-story space for the Visitors Center, with supportfunctions inthe renovated areas on the first floor. The Spanish Renaissance archi- tecture of the addition is compat- ible with that of the existing West Hall and the Texas Tech campus. The interior of the Visitors Center incorporates the original carved limestone entrance to the building. The addition also creates anewcen- Tour seating tral north -south axis through West4. _ $' Hall connecting the Visitors Center tothe Registrar's office and the grand central stairway._ Lobby Reception/Information ® AMERICAN SCHOOL & UNIVERSITY AUGUST 2003 ■ 11 Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Contractor's Organizational Experience: Construction Experience: Attachment A. - LITIGATION - Currently under litigation consideration: Boley-Featherston Insurance is currently in litigation on behalf of Pharr & Company: Pro' ect: Vista Bank 4515 9811' Street Lubbock, Texas 79424 t Start Date: 12/9/2008 Completion Date: 8/27/2009 Incident - occurred on March 6, 2009: Neff Construction Companies, steel erector, let a piece of steel fall from the roof onto an employee of SPE&C, Inc., the concrete subcontractor. Suit was filed in 2011. Contractor's General Information Organization Doing Business As Pharr & Company Business Address of Principle Office 907 N Avenue Q Drive Lubbock, Texas 79408 Telephone Numbers Main Number (806) 763-5263 Fax Number (806) 763-5843 Web Site Address www.pharrandcompany.com Form of Business (Check One) r r r Date of Incorporation A Corporation A Partnership An Individual 1984 State of Incorporation Texas Chief Executive Officer's Name N/A President's Name John K. Pharr Vice President's Name(s) Jimmy R. Pharr Secretary's Name Jinuny R. Pharr Treasurer's Name Date of Organization N/A N/A State whether partnership is general or limited Name r N/A Business Address r r r r r r r N/a• r r � i Average Number of Current Full Time 23 Average Estimate of Revenue for $11 Million Employees the Current Year 2 Contractor's Organizational Experience Organization Doing Business As Pharr & Company Business Address of Regional Office N/A Name of Regional Office Manager Telephone Numbers Maui Number Fax Number Web Site Address List of names that this organization currently, has or anticipates operating under over the history of the organization, includin the names of related companies presently doingbusiness: Names of Organization From Date To Date Pharr & Pharr Enterprises 1976 1984 Pharr & Company, Inc. 1984 Current List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership N/A Years experience in projects similar to the proposed project: As a General Contractor 135 1 As a Joint Venture Partner N/A Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating liti ation? Yes If yes provide full details in a separate attachment. See attachment No. A - LITIGATION Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents'? No If yes provide full details in a separate attachment. See attachment No. 3 Contractor's Proposed Key Personnel Organization Doing Business As Pharr & Company Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. A Project Executive/Estimator Jimmy R. Pharr Project Manager Sonny Owens Project Superintendent Bradley Flood Safety Officer Tangela Lovering Quality Control Officer John K. Pharr Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. 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 Sonny Owens Project Superintendent Bradley Flood Project Safety Officer Tan ela Loverin Quality Control Manager John K. Pharr If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the Individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Ell PHARR & COMPANY MISSION STATEMENT Teamwork! Our Goal is.to accomplish successful teamwork with Owners, Architects and Subcontractors to produce a winning and successful project. We strive to accomplish this by using experienced, competent superintendents and reputable and reliable subcontractors. With this winning combination we will build your construction project with skill and integrity; completing the work on schedule and at the best price. Safety is Number 1 on all our projects and is implemented in every aspect of our construction. We pledge to give you this winning combination of teamwork to produce a superior project of excellence. This is our commitment to you! Sincerely, ��� r John K. Pharr, President J' my R. Pharr, Vice Pr�i 0 Proposed Project Organization - Attachment A - Managerial Organizational Chart Project Engineer Jason Pharr Pharr and Company Project Jimmy Pharr Executive Project Estimato Jimmy Pharr Project Manager Sonny Owens 71 Assistant Project I� I Manager Project Safety Tangela Lovering Manager Quality Control John Pharr Manager Project Bradley Flood Superintendent J Project Miranda Pharr Accountant PHARR__ & COMPANY Jimmy R. Pharr - Project Manager / Estimator 35 years experience Mr. Jimmy R. Pharr is Vice President of Pharr & Company. He has 35 years of construction experience and has been involved in projects of all types. His experiences include new construction as well as renovation and repair/maintenance of existing facilities. Mr. Pharr has extensive experience in cost estimating, project scheduling, and construction management. He is presently managing the following projects: Project: Owner: Architect: Cost: Completion Date: Golden Chick Gold Properties, LLC EJES, Inc.- Dallas, Texas $640,765.00 October 2011 Project: John Roley Autocenter Facility Upgrade - Littlefield, TX Owner: John Roley Autocenter, Ltd. Architect: JDMA, Inc - Lubbock, Texas Cost: $486,000.00 Completion Date: December 2011 Project: Garza County Courthouse Elevator Addition - Post, TX Owner: Garza County Architect: Parkhill, Smith & Cooper, Inc. - Lubbock, Texas Cost: $308,000.00 Completion Date: January 2012 The following is a list of projects Mr. Pharr has estimated and acted as Project Manager. All of these projects were completed by Pharr & Company. Project: CM Highland ISD - Additions & Renovations - Phase H Owner: Highland Independent School District - Roscoe, Texas Construction Cost: $4,000,000.00 Architect: Grimes & Associates Architects/Engineers (806) 863-2462 Project: Dr. Khater Office Addition Owner: Luzern LTD Architect: JDMA, Inc. Cost: $399,925.00 Completion Date: August 2011 Project: University Medical Center Ophthalmology Building Owner: University Medical Center Construction Cost: $1,683,500.00 Architect: Condray Design Group, Inc. (806) 748-6190 Project: CM Highland I. S. D. - Additions & Renovations - Phase I Owner: Highland Independent School District - Roscoe, Texas Construction Cost: $4,130,500.00 Architect: Grimes & Associates, Consulting Engineers, LP. Project: CM Phase IV Improvements - Westbrook I. S. D. Owner: Westbrook Independent School District Construction Cost: $1,442,080.00 Architect: BGR Architects, Inc. (806)747-3881 Project: McPhearson Cellars Winery & Event Center, Phase 3 Owner: Cucamunga Old Vine Estates, Ltd. Construction Cost: $600,000.00 Architect: Condray Design Group, hic. (806) 748-6190 Project: Bowie Fine Arts Academy Owner: Midland Independent School District Construction Cost: $3,655,090.00 Architect: Rhotenberry Wellen Architects (432)682-1252 Project: DeZavala Elementary School - Additions & Renovations Owner: Midland Independent School District Construction Cost: $1,043,541.00 Architect: Pate & Associates Architects -Planner, Inc. (432) 697-0037 Project: New Branch for Southwest Bank Owner: SouthWest Bank Construction Cost: $1,978,244.00 Architect: Pate & Associates Architects -Planner, Inc. (432) 697-0037 Project: CM Phase III Improvements - Westbrook I.S.D. Owner: Westbrook Independent School District Construction Cost: $2,040,000.00 Architect: BGR Architects, Inc. (806) 747-3881 Project: St. Stephens Episcopal Church A Parish Hall & Classroom Additions Owner: St. Stephens Episcopal Church Construction Cost: $520,948.00 Architect: JDMA, Inc. (806) 744-4490 Project: CM Yoakum County Hospital Additions & Renovations Owner. Yoakum County Courthouse Construction Cost: $1,491,043.00 Architect: Pate & Associates Architects -Planners, Inc. (432) 697-0037 Project: UMC Westwind Primary Health Center Owner: University Medical Center Construction Cost: $949,575.00 Architect: Condray Design Group, Inc. (806)748-6190 Project: CM Estacado High School Additions & Alterations - Phase 2 Owner: Lubbock Independent School District Construction Cost: $3,581,413.24 Architect: BGR Architects, hic. (806) 747-3881 Project: Kent County Nursing Home in Jayton, Texas Construction Cost: $2,549,632.24 Completion Date: June 2003 Architect: Rheinlander and Associates, hic Project: Burnet Elementary School Renovations & Alterations Owner: Midland I.S.D. Construction Cost: $2,531,185.17 Architect: Associated Architects of Midland (325) 697-0037 Project: New Facility for Hunter Millworks, Inc. Owner: B.L. Hunter Marital Trust and Betty A. Hunter Construction Cost: $1,489,094.28 Architect: Architects Developers Contractors, hic. (806) 793-3317 Project: O.L. Slaton Junior High Owner: Lubbock Independent School District Construction Cost: $1,317,326.82 Architect: Tisdel & Associates (806) 928-0245 Project: Lubbock National Bank & Retail Shopping Center - Shell Owner: 19°i & Raleigh, Ltd. Construction Cost: $1,206,788.00 Architect: MWM Architects, Inc. (806) 745-7707 Project: Crestview & North Ridge Elementary School Additions Owner: Frenship Independent School District Construction Cost: $1,127,000.00 Architect: MWM Architects, Inc. (806) 745-7707 Project: Hillcrest Elementary School Addition Owner: Plainview Independent School District Construction Cost: $1,098,348.00 Architect: L. James Robinson (806) 293-4486 Project: Peoples Bank - A New Banking Facility Owner: Peoples Bank Construction Cost: $1,040,453.29 Architect: MWM Architects, Inc. (806) 745-7707 Project: First United Bank - SW Branch Owner: First United Bank Construction Cost: $864,388.41 Architect: Parkhill, Smith & Cooper, hic. (806)473-2200 Project: UMC Grand Expectations Owner: University Medical Center Construction Cost: $846,000.00 Architect: Condray Design Group, Inc. (806) 748-6190 Project: Texas Tech University Health Sciences Center Forensic Institute Relocation - Phase 1 Owner: Texas Tech University Health Sciences Center Construction Cost: $800,000.00 Architect: Condray Design Group, Inc. (806) 748-6190 Project: CM Pre-K Classrooms - Westbrook Independent School District Owner: Westbrook Independent School District Construction Cost: $769,000.00 Architect: BGR Architects, laic. (806) 747-3881 1 I Project: Fire Station #4, Lubbock, Texas Owner: City of Lubbock Construction Cost: $722,861.00 Architect: Parkhill, Smith & Cooper, Inc. (806)473-2200 Project: Well Body Natural Foods Owner: Well Body Natural Foods, Inc. Construction Cost: $571,721.00 Architect: Jones Rowntree Architects (806)792-0096 Project: Lubbock National Bank - Finish Out Owner: Lubbock National Bank Construction Cost: $541,474.18 Architect: BGR Architects, Inc. (806) 747-3881 Project: CM Middle School Renovations - Westbrook ISD Owner: Westbrook Independent School District Construction Cost: $449,171.00 Architect: BGR Architects - Engineers (806) 747-3881 Project: Addition & Remodeling For First State Bank, Shallowater, Texas Owner: First State Bank Construction Cost: $417,425.00 Architect: Cox/Dirks Architects, P.C. (806) 762-1226 Project: Gymnasium / Locker Room Renovations Owner: Tulia Independent School District Construction Cost: $321,000.00 Architect: Grimes & Associates, Consulting Engineers, L.P. (806) 863-2479 Project: Casey Elementary School Owner: Frenship Independent School District Construction Cost: $291,166.80 Architect: Grimes & Associates (806)863-2463 Project: W. J. Mangold Memorial Hospital - CT Scan Addition Owner: W. J. Mangold Memorial Hospital Construction Cost: $195,227.00 Architect: Condray Design Group, Inc. (806) 748-6190 tr Project: Cold Stone Creamery #1699 Owner: Trent McCann Construction Cost: $135,644.00 Architect: JDMA, Inc. y (806)744-4490 Project: Cold Stone Creamery #1256 Owner: Trent McCann Construction Cost: $119,603.00 Architect: Joe D. McKay, AIA Architects (806) 744-4490 Project: WIC Clinic Lease Space Remodel Owner: South Plains Community Action Association, Inc. , Construction Cost: $87,000.00 Architect: Architectural Resources (806) 745-1103 _.g pul t Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas References for Mr. Jimmy R. Pharr include the following: Condray Design Group, Inc. 1402 Avenue N Lubbock, Texas 79401 Ken Condray (806) 748-6190 JDMA, Inc. 1402 Avenue N Lubbock, Texas 79401 Joe D. McKay (806) 744-4490 Pate & Associates Architects, Inc. 4500 W. Illinois Avenue, Suite 302 Midland, Texas 79703 Walter F. Pate (432) 697-0037 Cox -Dirks Architects, P. C. 1710 15" , Street Lubbock, Texas 79401 Jimmy Dirks (806) 762-1226 �1 Sonny Owens- Project Manager 6 Years Experience j Sonny Owens has been with Pharr & Company for five years. Prior to joining our company he served in the United States Army as a Special Operations Sergeant. Mr. Owens began work with Pharr & Company as a Carpenter and was promoted to Superintendent in 2006. He was promoted to Project Manager in 2009. Mr. Owens is a LEED - Certified Green Associate and OSHA certified competent person. He has completed the following projects for Pharr & Company: Project: Elementary School Renovation Owner: Glasscock County Independent School District - Garden City, Texas Construction Cost: $1,320,000.00 Architect: Parkhill, Smith & Cooper, Inc. - Midland, Texas (432)697-1447 Project: Retail Finishout for Red Mango Owner: Beach Ventures, LLC Construction Cost: $167,658.00 Architect: Cox/Dirks Architects, PC (806)762-1226 Project: McPherson Cellars/Winery & Event Center Owner: Cucamunga Old Vine Estates, Ltd. Construction Cost: $600,000.00 Architect: Condray Design Group, laic. (806) 748-6190 Project: Catholic Family Services - Renovations and Addition Owner: Catholic Family Services Construction Cost: $604,500.00 Architect: Parkhill, Smith & Cooper, hic. (806) 743-2200 Project: Texas Tech University Chemistry Equipment Island Roof - Phase II Owner: Texas Tech University Construction Cost: $628,522.00 Architect: TTU Physical Plant Engineering Services (806) 742-2761 x 300 Project: South Plains Food Bank - East Warehouse Addition Owner: South Plains Food Bank Construction Cost: $220,149.00 Architect: JDMA, Inc. (806) 744-4490 Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas References for Sonny Owens include the following: Condray Design Group, Inc. 1402 Avenue N Lubbock, Texas 79401 Pete Velde (806)748-6190 Cox -Dirks Architects, P. C. 1710 15"' Street Lubbock, Texas 79401 Jimmy Dirks (806) 762-1226 McPherson Cellars 1615 Texas Avenue Lubbock, Texas 79401 Kim McPherson (806) 689-9463 PHARR & COMPANY Bradley Flood - Superintendent 29 years experience Mr. Flood has 29 years of construction experience. He has been a superintendent with Pharr & Company for 9 years. Before j oining Pharr & Company, Bradley was with Wardroup & Associates, Inc. for 20 years. His experience includes K-12 educational facilities, higher education facilities, hospitals, commercial buildings, etc. He has supervised new construction, renovations, and repair and maintenance of existing buildings. He oversees the day-to-day construction activities on the job site. The following is a list of projects Mr. Flood has completed with Pharr & Company: Project: CM - Window Replacement/Corridor Renovation Owner: Westbrook Independent School District - Westbrook, Texas Construction Cost: $608,513.00 Architect: BGR Architects, Inc. (806) 747-3881 Project: Day Care Facility for Brenda Jones Owner: Thomas and Brenda Jones Construction Cost: $2,301,691.00 Architect: Cox/Dirks Architects, P. C. (806)762-1226 Project: Westbrook ISD - Phase IV - Concession/Science Lab Owner: Westbrook Independent School District Construction Cost: $1,442,080.00 Architect: BGR Architects, Inc. (806)747-3881 Project: Phase III Improvements - Westbrook I.S.D. Owner: Westbrook Independent School District Construction Cost: $2,040,000.00 Architect: BGR Architects, Inc. (806) 747-3881 Project: Yoakum County Hospital Additions & Renovations Owner: Yoakum County Construction Cost: $1,491,043.00 Architect: Pate & Associates Architects -Planners, Inc. (432) 697-0037 Project: Mandry Technology Solutions - New Corporate Offices Owner: Mandry Technology Solutions Construction Cost: $1,005,301.77 Architect: Chapman Harvey Architects, Inc. (806)749-1153 r., 6 Project: Texas Tech University Health Sciences Center -, Forensic Institute Relocation - Phase 1 Owner: Texas Tech University Health Sciences Center Construction Cost: $800,000.00 r'- Architect: Condray Design Group, Inc. (806) 748-6190 Project: Pre-K Classrooms for Westbrook ISD Owner: Westbrook Independent School District Construction Cost: $769,000.00 Architect: BGR Architects, Inc. Project- Well BodyNatural Foods Owner: Well Body Natural Foods, Inc. Construction Cost: $571,721.00 Architect: Jones Rowntree Architects (806) 792-0096 Project: J A Living and Learning Center for M Father's House g g Y Owner: MFHL Corporation Construction Cost: $453,245.00 Architect: Cox -Dirks Architects PC ( (806) 762-1226 Project: Remodeling of the Boys & Girls Club - Wilson Branch Owner: Lubbock Boys & Girls Club, Inc. Construction Cost: $269,726.00 Architect: Cox/Dirks Architects, P.C. _ (806) 762-1226 Project: Martin Early Childhood Center Window Replacement Owner: Lubbock Independent School District Construction Cost: $203,185.00 ` Architect: BGR Architects, Inc. (806) 747-3881 Project: W.J. Mangold Memorial Hospital - CT Scan Addition g p Owner: W.J. Mangold Memorial Hospital Construction Cost: $195,227.00 Architect: Condray Design Group, Inc. (806) 748-6190 Project: Coldstone Creamery #1699 - Abilene, Texas Owner: Coldstone Creamery, Trent McCann Construction Cost: $135,644.00 Architect: JDMA, Inc. i. (806)744-4490 Project: Coldstone Creamery #1256 - Lubbock, Texas Owner: Coldstone Creamery, Trent McCann Construction Cost: $114,000.00 Architect: Joe D. McKay, AIA Architects (806) 744-4490 Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas References for Bradley Flood include the following: Condray Design Group, Inc. 1402 Avenue N Lubbock, Texas 79401 Ken Condray keiicondray@coiidray.com (806)748-6190 Pate & Associates Architects, Inc. 4500 W. Illinois Avenue, Suite 302 Midland, Texas 79703 Walter F. Pate WFP.AIA(c�PateArchitects.com (432) 697-0037 BGR Architects, Inc. 2118 - 34"' Street Lubbock, Texas 79411 Steven C. Aufill saufill@bgronline.com (806) 747-3881 Westbrook Independent School District P.O. Box 99 Westbrook, Texas 79565 Todd Burleson, Superintendent (325) 644-2311 ESTD O®K INDEPENDENT SCHOOL DISTRICT P.O. Box 99 g-_AI ' 102 Bertner Street Westbrook, Texas 79565 Phone 325:644-2311 -- Fax 325:644-5101 December 6, 2010 To Whom It May Concern: At Westbrook Independent School District, we have had the privilege of working with Pharr & Company Construction on three different occasions. In all three instances, the quality of the work was fantastic and the on -site personnel were very helpful and professional. The budget and timelines remained in tact, and they have always followed up with us to ensure quality and satisfaction. I would, without hesitation, use Pharr & Company for any type of construction project, at any time. We couldn't be more satisfied at Westbrook I.S.D.! Mr. Todd Burleson Superintendent of Schools Westbrook I.S.D. Westbrook, Texas "THE MARK OF EXCELLENCE" ' LJ I www.westbrookisd.com i _e John K. Pharr - Estimator / Pro 35 years experience Mr. John K. Pharr is President of Pharr & Company. He has 35 years of construction experience and has been involved in projects of all types. These projects include higher education facilities, commercial office/bankbuildings, retail facilities, K-12 educational facilities, and churches. His experiences include new construction as well as renovation and repair/maintenance of existing facilities. Mr. Pharr has extensive experience in cost estimating, project scheduling, and construction management. He holds a Bachelor of Science Degree in Engineering Technology from Texas Tech University. The following is a list of projects where Mr. John Pharr has estimated and acted as Project Manager. These projects were completed by Pharr & Company. Project: Elementary School Renovation Owner: Glasscock County Independent School District - Garden City, Texas Architect: Parkhill, Smith & Cooper, Inc. - Midland, Texas Construction Cost: $1,320,000.00 Architect: Parkhill, Smith & Cooper, Inc. (432) 697-1447 Project: Facility Renovations - Lubbock Central Appraisal District Owner: Lubbock Central Appraisal District Construction Cost: $1,789,000.00 Architect: Cox/Dirks Architects, P. C. (806)762-1226 Project: Day Care Facility for Brenda Jones Owner: Thomas and Brenda Jones Construction Cost: $2,301,691.00 Architect: Cox/Dirks Architects, P. C. (806)762-1226 Project: Lubbock Women's Club - Additions and Renovations Owner: Lubbock Women's Historical Foundation Construction Cost: $500,000.00 Architect: Parkhill, Smith & Cooper, Inc. (806)473-2200 Project: Citizens Bank Branch Remodeling - Post Owner: Citizens Bank, Slaton, Texas Construction Cost: $653,279.00 Architect: Cox/Dirks Architects, P. C. (806)762-1226 Project: Brownfield High School Renovations Owner: Brownfield Independent School District Construction Cost: $1,355,000.00 Architect: Parkhill. Smith & Cooper Architects, Inc. (806)473-2200 Project: Vista Bank 10 Owner: Vista Bank - Lubbock Construction Cost: $1,189,500.00 Architect: MWM Architects, Inc. (806)754-7707 Project: Technicare Dental Office Building Owner: Bromley Investments, LLC Construction Cost: $1,150,000.00 Architect: Parkhill, Smith & Cooper, Inc. (806)473-2200 Project: ABC Bank- North Star Branch Owner: American Bank of Commerce Construction Cost: $1,258,507.00 Architect: MWM Architects, Inc. (806) 745-7707 Project: Citizens Bank - New Branch Owner: Citizens Bank Construction Cost: $1,564,000.00 Architect: MWM Architects, hie. (806)745-7707 Project: Catholic Family Services Renovation & Addition Owner: Catholic Family Services Construction Cost: $622,172.00 Architect: Parkhill, Smith & Cooper, Inc. (806)473-2200 Project: City of Brownfield - Family Aquatic Center Owner: City of Brownfield Construction Cost: $2,367,275.00 Architect: Parkhill, Smith & Cooper, Inc. (806)473-2200 Project: St. John Neumann Catholic Church Office & Conference Center Addition Owner: Catholic Diocese of Lubbock Construction Cost: $2,317,233.00 Architect: Chapman Harvey Architects, Inc. (806)749-1153 Project: Frenship Junior High School Owner: Frenship Independent School District Construction Cost: $7,094,740.00 Architect: MWM Architects, Inc. (806)745-7707 Project: Additions & Alterations to Oak Grove Elementary School Owner: Brownfield Independent School District Construction Cost: $6,664,205.53 Architect: Parkhill, Smith & Cooper, Inc. (806) 473-2200 Project: Additions & Renovations to North Elementary School Owner: Lamesa Independent School District Construction Cost: $5,241,950.65 Architect: Parkhill, Smith & Cooper, Inc. (806) 473-2200 Project: Texas National Guard Readiness Center - Midland, Texas Owner: Texas Military Facilities Commission Construction Cost: $4,778,265.80 Architect: Parkhill, Smith & Cooper, Inc. (432)697-1447 Project: Additions & Renovations to South Elementary School Owner: Lamesa Independent School District Construction Cost: $3,834,732.00 Architect: Parkhill, Smith & Cooper, Inc. (806)473-2200 Project: Estacado High School Additions & Alterations - Phase 2 Owner: Lubbock Independent School District Construction Cost: $3,581,413.24 Architect: BGR Architects, Inc. (806) 747-3881 Project: West Hall New Visitors Center Owner: Texas Tech University Construction Cost: $3,327,000.00 Architect: Adling Associates Architects (806)748-0880 Project: Brownfield Church of Christ - Brownfield, Texas Owner: Brownfield Church of Christ Construction Cost: $2,837,175.00 Architect: Lee Architects/Interior Designers (303)989-4500 Project: Central Office Renovation - LISD Owner: Lubbock Independent School District Construction Cost: $2,764,916.00 Architect: Adling Associates Architects (806) 748-0880 Project: Estacado High School Additions & Alterations - Phase 1 Owner: Lubbock Independent School District Construction Cost: $2,302,087.49 Architect: BGR Architects, Inc. (806) 747-3881 Project: Remodel of Building for the Stanley Ford Dealership - Andrews, Texas Owner: Automotive Properties Unlimited, Ltd. Construction Cost: $1,997,000.00 Architect: Architect's Ink (432) 682-3400 Project: J.T. Hutchinson Junior High Owner: Lubbock Independent School District Construction Cost: $1,897,492.63 Architect: Tisdel & Associates (806) 928-0245 Project: Silent Wings Museum Owner: City of Lubbock Construction Cost: $1,573,220.79 Architect: Hellmuth, Obata + Kassabaum, L.P. (214) 720-6000 Project: Cumberland Presbyterian Church Estes Center Phase 1 Expansion Owner: Cumberland Presbyterian Church Construction Cost: $1,553,865.72 Architect: Tisdel & Associates (806)928-0245 Project: New City Hall for Slaton, Texas Owner: City of Slaton Construction Cost: $1,438,800.00 Architect: Parkhill, Smith & Cooper, Inc. (806) 473-2200 Project: Mandry Technology Solutions - New Corporate Offices Owner: Mandry Technology Solutions Construction Cost: $1,005,301.77 Architect: Chapman Harvey Architects, Inc. (806)749-1153 Project: Bio-Safety Level 3 Laboratory Facility Owner: City of Lubbock Construction Cost: $1,004,500.00 Architect: Parkhill, Smith & Cooper, Inc. (806) 473-2200 Project: Peoples Bank Addition - 82"d Street Owner: Peoples Bank Construction Cost: $792,000.00 Architect: Teinert Commercial Building Services (806) 744-2801 Project: Texas Tech University Chemistry Equipment Island Roof - Phase 2 Owner: Texas Tech University Construction Cost: $656,514.00 Architect: TTU Physical Plant & Engineering Services (806) 742-2761 Project: A New Branch Bank For Peoples Bank Owner: Peoples Bank Construction Cost: $480,996.40 Architect: MWM Architects, Inc. (806) 745-7707 Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas A, References for John K. Pharr include the following: Parkhill, Smith & Cooper, Inc. 4222 - 85"' Street Lubbock, Texas 79423 Richard Minckler (806)473-2200 MWM Architects, Inc. 2574 - 74"' Street, Suite 201 Lubbock, Texas 79423 Stephen L. Faulk (806)745-7707 Brownfield Church of Christ 506 N. Adkins Street Brownfield, Texas 79316 Russell Gustin (806)798-4434 City of Slaton 130 S. 9"' Street Slaton, Texas 79364 Roger McKinney, City Administrator (806) 828-2000 Proposed Project Managers Organization Doing Business As Pharr & Company Name of Individual Sonny Owens Yeats of Experience as Project Manager 2 Years of Experience with this organization 5 Number of similar projects as Project Manager 3 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Recently completed Glasscock County ISD Elem. August 9,2011 Reference Contact Information(listing names indicates a royal to contactin the names individuals as a reference Name Pete velae, Name Jimmy Dirks Title/ Position Architect Title/ Position Arc itect Organization Uondray Design Uroup, Inc. Organization CoxDirks Architects P C Telephone 806-748-6196 Telephone - - E-mail E-mail Pro'ect c earson ears inert' I Project I Red Manizo Candidate role on Project Project Manager Candidates role onPrOect 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 Percent of Time Used for this Proiect Estimated Project Completion Date Name Name Title/ Position Title/ Position Organization Or anWtion Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project P Proposed Project Superintendent Organization Doing Business As Name of Individual Pharr &Company Bradley Flood Yeats of Experience as Project Superintendent29 Years of Experience with this organization 9 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment rc Percent of Time Used for this Project Estimated Project Completion Date Recently completed Westbrook ISD Window Replace. August 17, 2011 Reference Contact Information(fisting names indicates ap vai to contacting the names individuals as a reference Name Steven Aufill Name Todd Burleson Title/Position Architect Title/Position infendent Organization BGR Are itects, Inc. Organization Westbrook ISD Telephone Telephone _ - E-mail E-mail Project Project Westbrook ISD Candidate role on Protect Name of Individual Project Superintendent Candidate role Project Superintendent on Project p Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project 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 6 Proposed Project Safety Officer Organization Doing Business As Pharr & Company Name of Individual Tangela Covering Years of Experience as Project Safety Officer 2 Years of Experience with this organization 2 Number of similar projects as Safety Officer 0 Number of similar projects in other positions 0 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Golden Chick 20 October 201 l John Roley AutoCenter Facility Upgrade 20 December 2011 Garza County Courthouse Elevator Instatltion 15 January 2012 Reference Contact Information(listing names indicates a roval to contactingthe names individuals as a reference Name Richard Bryan Name Charles Annacost Titlet Position Risk Control Consultant Title/ Position Superintendent Organization Bituminous Insurance Or 'zadon —Pharr & Company Telephone 325-928-1376 Telephone 806-763-5263 E-mail n E-mail car ie p arrco.com Project Lubbock Ophtbalomology Project 13th & University Candidate role on Project Safety Officer Candidate role on Project Safety Officer Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safely Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position 7 Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 7 Proposed Project Quality Control Manager Organization Doing Business As Name of Individual Pharr & Company John K. Pharr Years of Experience as Quality Control Manager 35 Years of Experience with this organization 35 Number of similar projects as Quality Manager 35 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Recently completed Glasscock County ISD Elementary Completed 8/19/11 School Renovations Reference Contact Information(listing names indicates ap val to contacting the names individuals as a reference Name Allan Wolf Name Jimmy Dirks Title/ Position Architect Title/ Position Architect Organization Parkhill, Smith & Cooper, Inc. Organization CoxDirks Architects, P. C. Telephone 806-473-2200 Telephone 806-762-1226 E-mail E-mail Project 113rownfield ISD H. S. Renovation Pro ect Lubbock Central Appraisal District Candidate role on Project Name of Individual Candidate role on Project 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 this Project Estimated Project Completion Date SESSIEWSOMMMMEMMM• Name • Mr. 111MMIN, Name Title/ Position Title/ Position Organization Or anization Tel hone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 8 Contractor's Project Experience and Resources Organization Doing Business As Pharr & Company Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A PLEASE REFER TO PHARR & CO. - ATTACHMENT A -CURRENT &PAST WORKL , Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations capabilitycapabi-lity to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key poorincl. PLEASE REFER TO ATTACHED PHARR & CO. - ATTACHMENT B 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. Meeting HUB I MWBE Participation Goal Provide a list of major equipment pr000sed 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? What work does the organization propose to subcontract on thisproject? 100% 9 �D Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Contractor's Project Experience and Resources - Projects - Attachment A - Current Workload: Project: Golden Chick Owner: Gold Properties, LLC Architect: EJES, Inc.- Dallas, Texas Cost: $640,765.00 Percent Complete: 70% Completion Date: October 2011 Project: John Roley Autocenter Facility Upgrade Owner: John Roley Autocenter, Ltd.- Littlefield, Texas Architect: JDMA, Inc. - Lubbock, Texas Cost: $486,000.00 Percent Complete: 35% Completion Date: December 2011 Project: Garza County Courthouse Elevator Addition - Post, TX Owner: Garza County Architect: Parkhill, Smith & Cooper, Inc. - Lubbock, Texas Cost: $308,000.00 Percent Complete: 10% Completion Date: January 2012 -1- Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Contractor's Project Experience and Resources - Projects - Attachment A - Major Projects Completed in the Past Ten Years: Project: Highland I. S. D. - Additions & Renovations - Phase II Owner: Highland Independent School District - Roscoe, Texas Architect: Grimes & Associates, Consulting Engineers, LP. Contract Amount: $4,171,221.00 Date of Completion: August 22, 2011 Project: Elementary School Renovation Owner: Glasscock County Independent School District - Garden City, Texas Architect: Parkhill, Smith & Cooper, Inc. - Midland, Texas Contract Amount: $1,320,000.00 Date of Completion: August 19, 2011 Project: University Medical Center Ophthalmology Building Owner: University Medical Center Architect: Condray Design Group, Inc. Contract Amount: $1,683,500.00 Date of Completion: January 3, 2011 Project: Facility Renovations for Lubbock Central Appraisal District Owner: Lubbock Central Appraisal District Architect: CoxDirks Architects, PC ContractAinount: $1,788,740.00 Date of Completion: December 29, 2010 Project: Highland I. S. D. - Additions & Renovations - Phase I Owner: Highland Independent School District - Roscoe, Texas Architect: Grimes & Associates, Consulting Engineers, LP. Contract Amount: $4,130,500.00 Date of Completion: August 20, 2010 Project: Fort Stockton Tourism Enhancement Center Owner: City of Ft. Stockton, Texas Architect: Pate & Associates Architects -Planner, Inc. Contract Amount: $1,699,200.00 Date of Completion: July 3, 2010 -1- Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Project: Westbrook ISD - Phase IV - Track/Concession/Science Lab Owner: Westbrook Independent School District Architect: BGR Architects, Inc. Contract Amount: $1,442,080.00 Date of Completion: December 2009 Project: Bowie Fine Arts Academy - Midland I. S. D. Owner: Midland Independent School District Architect: Rhotenberry Wellen Architects Contract Amount: $3,655,090.00 Date of Completion: August 20, 2009 Project: Vista Bank Owner: Vista Bank - Lubbock Architect: MWM Architects, Inc. Contract Amount: $1,189,500.00 Completion Date: August 27, 2009 Project: Elementary & Middle School Lab Improvements Owner: New Deal Independent School District Architect: Grimes & Associates Architects, Inc. Contract Amount: Construction Management - Agent Fee Project Date of Completion: August 11, 2009 Project: DeZavala Elementary School - Additions & Renovations Owner: Midland Independent School District Architect: Pate & Associates Architects -Planners, Inc. Contract Amount: $1,043,541.00 Date of Completion: August 12, 2009 Project: Brownfield I. S. D. High School Renovations Owner: Brownfield Independent School District - Brownfield, Texas Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $1,355,000.00 Date of Completion: August 24, 2009 Project: SouthWest Bank - New Branch Owner: SouthWest Bank Arcliitect: Pate & Associates Architects -Planners, Inc. Contract Amount: $1,978,244.00 Date of Completion: May 27, 2009 -2- Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Project: Technicare Dental Office Building Owner: Bromley Investments, LLC Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $1,150,000.00 Date of Completion: November 1, 2008 Project: Citizens Bank - New Branch Owner: Citizens Bank Architect: MWM Architects, Inc. Contract Amount: $1,580,000.00 Date of Completion : October 9, 2008 Project: ABC Bank - New Northstar Branch Owner: American Bank of Commerce Architect: MWM Architects, Inc. Contract Amount: $1,258,507.36 Date of Complete: October 6, 2008 Project: High School Life Skills Classrooms - Levelland I. S. D. Owner: Levelland Independent School District Architect: BGR Architects, Inc. Contract Amount: $1,820,900.00 Date of Completion: August 15, 2008 Project: Phase III Improvements - Westbrook I.S.D. Owner: Westbrook Independent School District Architect: BGR Architects, Inc. Contract Amount: $2,061,814.00 Date of Completion: August 1, 2008 Project: Owner: Architect: Contract Amount: Date of Completion: St. John Neumann Catholic Church Office & Conference Center Addition Catholic Diocese of Lubbock Chapman Harvey Architects, Inc. $2,317,233.00 June 9, 2008 Project: Brownfield Family Aquatic Center Owner: City of Brownfield Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $2,367,275.00 Date of Completion: May 28, 2008 -3- Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Project: Yoakum County Hospital Additions & Renovations Owner: Yoakum County Architect: Pate & Associates Architects -Planners, Inc. Contract Amount: $1,491,043.00 Date of Completion: March 31, 2008 Project: New City Hall for Slaton, Texas Owner: City of Slaton Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $1,438,800.00 Date of Completion: August 17, 2007 Project: Remodel Building - Stanley Ford Dealership Owner: Automotive Properties Unlimited, Ltd. Architect: Architect's Ink Contract Amount: $1,997,000.00 Date of Completion: June 29, 2007 Project: Estacado High School - Additions & Alterations Phase 2 Owner: Lubbock Independent School District Architect: BGR Architects, Inc. Contract Amount: $3,581,413.24 Date of Completion: April 26, 2007 Project: Texas National Guard Readiness Center - Midland, Texas Owner: Texas Military Facilities Commission Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $4,682,000.00 Date of Completion: July 14, 2006 Proj ect: Brownfield Church of Christ - Brownfield, Texas Owner: Brownfield Church of Christ Architect: Lee Architects/Interior Designers Contract Amount: $2,837,175.00 Date of Completion: March 31, 2006 Project: Estacado High School - Additions & Alterations Phase 1 Owner: Lubbock Independent School District Architect: BGR Architects, Inc. Contract Amount: $2,302,087.49 Date of Completion: December 21, 2005 -4- Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Project: Lubbock National Bank & Retail Shopping Center Owner: 1911' & Raleigh, Ltd. Architect: MWM Architects, Inc. Contract Amount: $1,191,670.00 Date of Completion: November 29, 2005 Project: Alliance Federal Credit Union Owner: Alliance Federal Credit Union Architect: BGR Architects -Engineers Contract Amount: $1,106,800.00 Date of Completion: December 29, 2004 Project: Bio-Safety Level 3 Laboratory Facility Owner: City of Lubbock Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $1,104,500.00 Date of Completion: December 12, 2004 Project: Oak Grove Elementary School - Additions and Alterations Owner: Brownfield Independent School Distict Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $6,664,205.00 Date of Completion: December 31, 2003 Project: Lubbock Area Veterans War Memorial Owner: American Legion Post 575 Architect: Cox/Dirks Architects, PC Contract Amount: $1,173,405.00 Date of Completion: December 7, 2003 Project: Additions & Renovations to Frenship Junior High School Owner: Frenship Independent School District Architect: MWM Architects, Inc. Contract Amount: $7,103,150.0000 Date of Completion: May 15, 2003 Project: Cumberland Presbyterian Church - Estes Center Addition Owner: Cumberland Presbyterian Church Architect: Berwyn Tisdel Contract Amount: $1,507,462.00 Date of Completion: November 20, 2002 -5- t Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Project: North Elementary School Owner: Lamesa Independent School District Architect: Parkhill, Smith & Cooper, Inc. Contract Amount: $5,241,950.00 Date of Completion: November 18, 2002 Project: New Facility for Hunter Millworks, Inc. Owner: B. L. Hunter Marital Trust and Berry A Hunter Architect: Architects, Developers Contractors, Inc. Contract Amount: $1,489,094.00 Date of Completion: November 1, 2002 Project: Silent Wings Museum Owner: City of Lubbock Architect: Hellmuth, Obata & Kasabaum, L. P. Contract Amount: $1,577,529.00 Date of Completion: September 10, 2002 Project: Kent County Nursing Home Owner: Kent County Architect: Rheinlander and Associates, Inc. Contract Amount: $2,456,400.00 Date of Completion: October 1, 2002 Project: West Hall - New Visitors Center Owner: Texas Tech University Architect: Adling Associates Architects Contract Amount: $3,358,959.00 Date of Completion: August 6, 2001 Project: People's Bank - A New Banking Facility Owner: People's Bank Architect: MWM Architects, Inc. Contract Amount: $1,040,453.00 Date of Completion: December 18, 2000 [I Project: Construction of Special Crew/Center Stripe Maintenance Facility L.--I Owner: Texas Department of Transportation Architect: Stiles & Stiles Architects Contract Amount: $1,140,000.00 J Date of Completion: May 25, 2000 H, -6- rojec _--fenen__---dRa . s - _ Projects - Attachment B - Projects completed in last 5 years that illustrate best valuo co Owner: Please refer to attached Pharr and Company's comments to provide best value to Owner - Numbers 1 through 9. Project Information Project Owner Project Name General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost 1 Actual / Estimated Final Completion Date Kcy Project • Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Title/Position Organization Telephone E-mail Owner Designer Construction Manager Surety I Irsue., I Disputcq Resolved Number of Issues Resolved or Pcii(lim, I I Resolution by Arbitrnfion, Li(igation or Dispute Total Amount involved in Resolved Issues I Review 13o-.rd., Number of Issues Total Amount involved in I Pending Resolved Issues Construction of Lubbock Land Application Site Office ' RFP 11-10150-RH Lubbock, Texas Contractor's Project Experience and Resources - Projects: Attachment B. - Experience of proposed Key Personnel: Day Care Facility for Brenda Jones - Lubbock, Texas New Construction - Pre -Engineered Metal Building Architect: Cox/Dirks Architects, P. C. Construction Cost: $2,301,691.00 *Project Manager - John Pharr *Superintendent - Bradley Flood Phase IV Improvements - Westbrook I.S.D. Renovations Architect: BGR Architects, Inc. Construction Cost: $825,447.00 *Project Manager - Jimmy Pharr *Project Superintendent - Bradley Flood Phase III Improvements - Westbrook I.S.D. Renovations Architect: BGR Architects, Inc. Construction Cost: $2,061,814.00 *Project Manager - Jimmy Pharr *Project Superintendent - Bradley Flood New Facility for Hunter Millworks, Inc. New Construction - Pre -Engineered Metal Building Architect: Architects, Developers Contractors, Inc. Contract Amount: $1,489,094.00 *Project Manager - Jimmy Pharr Fire Station #3 - Plainview, Texas New Construction Architect: L. James Robison Associates - Plainview, Texas Contract Amount: $820,600.00 *Project Manager - John Pharr Construction of Lubbock Land Application Site Office m , RFP 11-10150-RH Lubbock, Texas Contractor's Project Experience and Resources - Projects - Contractor's Approach to Provide Best Value for Owner: 1. Contract Administration: Pharr & Company utilizes Timberline Construction Management Program and our accounting system in order to monitor all aspects of the project. A full staff, comprised of Project Executive, Estimator, Manager, Safety Officer, Quality Control Officer, Superintendent and Accounting Department, works in conjunction with the Timberline Construction Management Program to manage the operation of subcontractors and material suppliers. 2. Management of Subcontractors/Suppliers: Choosing the correct subcontractors and suppliers is paramount to a quality project. Pharr & Company will work with the Owner to choose subcontractors and material suppliers that have demonstrated the ability to meet quality standards. Factors used in selecting subcontractors and suppliers are as follows: Experience with the Owner. • Experience with similar projects. • Reputation for quality. • Ability to work in a team atmosphere. • Quality of field personnel. • Financial stability. • Cost of product or service. 3. Time Management: Pharr & Company has vast experience in providing schedules during the schematic, design development and construction document phases of a project. The ability to provide accurate schedules is a key element of the pre -construction services we provide. At the Schematic Design and Design Development Stage we prepare conceptual schedules for the project. The level of detail of the schedule increases as more information and refinement of the documents are provided. The schedule as developed can then be tracked and monitored using the Timberline Construction Management System. Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Page 2 4. Cost Control: Pharr & Company will construct the project with the best quality in materials and workmanship while retaining the lowest possible cost for the City of Lubbock. We will offer value engineering on any item and/or items we feel will benefit the city in saving money. Our goal is to build your project with skill and integrity. Therefore, Pharr & Company strives to minimize any long-term cost to the city. During the Construction Phase - Pharr & Company controls costs by providing accurate cost estimates in the formulation of the bid price. We utilize state-of-the-art estimating software to compile a definitive estimate in recognized Construction Specifications Institute cost codes. This system allows us to track each cost item through a controlled, efficient buy-out of that item. Through the use of our project management software, Pharr & Company has an organized method to track each item and aggressively manage any changes to that cost item. Cost reports are generated for review with the Project Team at regularly scheduled meetings. 5. Quality Management: Pharr & Company's Quality Control Manager is responsible for monitoring the standards specified and incorporated for all projects. Submittal examination and final installation of all materials and labor will be monitored to make sure that all contract document requirements are adhered to. 6. Project Site Safety: Pharr & Company has extensive written safety programs that all employees must follow. Our employees and all of our subcontractors are not just given the policies, but must know the policies and adhere to them. Actions: Weekly spot checks done, with follow up written reports with Superintendent. Superintendent takes immediate action if any infractions are noted If infractions are repeated, Safety Officer visits with Owner and foreman for resolution Weekly Safety Tool Box meetings with all subcontractors involved with the project OSHA - Continued Education required for all Superintendents E' Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Page 3 7. Managing Changes to the Project: All changes will be addressed by Change Order to be approved by Owner and Architect prior to implementation. Full disclosure of all costs will be provided. 8. Managing Equipment: Pharr & Company will supervise all equipment installed as required per contract documents. We will also coordinate the installation of any Owner supplied equipment. 9. Meeting HUB/MWBE Participation Goal: Pharr & Company strives to encourage all Historically Underutilized Businesses (HUB) to participate in the bidding process by submitting their quotes to us. We will put forth a good faith effort to attain the percentage required by law. We will adhere to every step of the established guidelines for the procurement of bids. Even though this project does not required Historically Underutilized Businesses to participate, it is our policy to make every effort to solicit HUB subcontractors in order to utilize local resources available. 1 f l_ Please refer PROPOSED LIST OF SUB -CONTRACTORS included Contractor's Subcontractors and Vendors with Proposal documents. Organization Doing Business As Pharr & Company 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 of Contract HUB/MWBE Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. UMMMMM Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 10 U Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I Garza. County I Project —N—sm-e-7 Garza County Courthouse Elevator Addition General Description of Project: Selective Demo and addition of elevator and all related work Project Cost $308,000.00 1 Date Project Completed January 2012 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Richard Belanger Charlie Armacost Tangela Lovering 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 Jimmy Pharr Executive/Estimator Pharr & Company 806-763-5263 Ext. 13 jimmy@pharreo.com Project Owner I John Roley project Name I John Roley Autocenter Facility Upgrade General Description of Project: Project Cost $477,892.00 Date Project Completed December 2011 Project Personnel Project Manager Project Superintendent Safety Officer QualitKey Control Maannag er Name Richard Belanger Toby Hart Tangle Lovering Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/Position Organization Telephone E-mail Owner John Roley Owner John Roley Autocenter 806-221-6776 Designer Construction Manager Jimmy Pharr Executive/Estimator Pharr & Company 906-763-5263 Ext 13 'imm harrco.com Project Owner Gold Properties, LLC ProjectName I Golden Chick General Description ofProject: New Construction Project Cost $640,765.00 Date Project Completed October 2011 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Richard Belanger Tom Brown Tangela Lovering Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Representative Gary Lawerence Designer/Architect EJES Construction Manager Jimmy Pharr Executive/Estimator Pharr & Company 906-763-5263 Ext 13 imm harrco.com Attachment A Current Projects and Project Completed within the last 10 Years J* Please refer to Pharr & Company -Attachment A -Projects Completed in Last TA.. Vaare Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key ProjectPersonnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Project Owner Project Name General Description of Project: Project Cost F Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Project Owner ProjectName General Description ofProjeet: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 _— k Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas CONTRACTORS STATEMENT OF QUALIFICATIONS A. FINANCIAL CAPABILITY: As proof of financial stability and bonding capability, Pharr & Company has provided the enclosed Proposal Security, as requested for this project. And, if awarded this project, we will provide the required Performance and Labor/Material Payment Bonds. B. EXPERIENCE: Please refer to attached Pre -Engineered Metal Building and New or Additional Office Space Experience document. C. SAFETY: At Pharr & Company we take a preventative approach to managing safety. Our Superintendents conduct daily walk thru and weekly training with all subcontractors on each job site. Our in-house Safety Officer conducts week spot checks, acting as an OSHA agent. Any infractions are communicated to the Superintendent and resolutions are put into effect immediately. Pharr & Company employs a Safety Officer to oversee all of our projects. We also offer continuing education through OSHA and our local AGC to all Superintendents and Project Managers, as well as an introductory safety training course to all subcontractors. Please refer to attached safety recognition certificates and our current Insurance Experience Modification Ratio information. D. QUALITY OF WORK: (1). Quality Management consists of: Review Submittals Check all Field Tests Meet weekly with superintendents and subcontractors over progress and problems that arise. Go over all test results at the meetings. Use Primvera scheduling that is updated monthly We use good quality subcontractors that can perform and are expert craftsmen. Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas (2). Please refer to attached Mission Statement (3). Please refer to attached Texas Tech University West Hall Visitors Center article. E. CONFORMANCE TO CONTRACT DOCUMENTS: Pharr & Company strives to manage all projects in strict conformance of the contractual agreement and specifications as per project. We are committed to monitor our subcontractors and suppliers to meet these same standards. Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas CONTRACTOR'S STATEMENT OF QUALIFICATIONS - B. EXPERIENCE - Past Experience on Similar Projects - Pre -Fabricated Metal Building: Project: Day Care Facility for Brenda Jones Owner: Thomas and Brenda Jones Architect: Cox/Dirks Architects, P. C. Contract Amount: $2,301,691.00 Date of Completion: December 22, 2010 Project: Phase IV Improvements - Westbrook I.S.D. Owner: Westbrook Independent School District Architect: BGR Architects, Inc. Contract Amount: $825,447.00 *' Date of Completion: December 2009 Project: Phase III Improvements - Westbrook I.S.D. Owner: Westbrook Independent School District Architect: BGR Architects, Inc. Contract Amount: $2,061,814.00 Date of Completion: August 1, 2008 Project: New Facility for Hunter Millworks, Inc. Owner: B. L. Hunter Marital Trust and Berry A Hunter Architect: Architects, Developers Contractors, Inc. Contract Amount: $1,489,094.00 Date of Completion: November 1, 2002 Project: Fire Station #3 } Owner: City of Plainview Architect: L. James Robison Associates - Plainview, Texas Contract Amount: $820,600.00 Date of Completion: December 1999 Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas CONTRACTOR'S STATEMENT OF QUALIFICATIONS - B. EXPERIENCE - Past Experience on Similar Projects - Office Buildings: Project: Southwest Bank - New Branch Owner: SouthWest Bank - Lubbock Architect: Pate & Associates Architects -Planners, Inc. Cost: $1,978,244.00 Completion Date: May 2009 Project: New Technicare Dental Laboratory Owner: Bromley Investments, LLC Architect: Parkhill, Smith & Cooper, Inc. Cost: $1,150,000.00 Completion Date: November 2008 Project: ABC Bank - North Star Branch Owner: American Bank of Commerce Architect: MWM Architects, Inc. Cost: $1,258,507.00 Completion Date: October 2008 Project: Catholic Family Services Owner: Catholic Family Services - Lubbock Architect: Parkhill, Smith & Cooper, Inc. Cost: $622,172.00 Completion Date: June 2008 Project: UMC Westwind Primary Health Center Owner: University Medical Center Architect: Condray Design Group, Inc. Cost: $932,888.00 Completion Date: December 2007 Project: Owner: Architect: Cost: Completion Date: New City Hall for Slaton City of Slaton - Slaton, Texas Parkhill, Smith & Cooper, Inc. $1,140,884.00 August 2007 IN t" �.t.� Construction of Lubbock Land Application Site Office RFP 11-10150-RH Lubbock, Texas Project: Texas National Guard Readiness Center Owner: Texas Military Facilities Commission - Austin, Texas Architect: Parkhill, Smith & Cooper, Inc. Cost: $4,778,265.00 Completion Date: July 2006 Project: Mandry Technology Solutions Owner: Mandry Technology Solutions Architect: Chapman Harvey Architects, Inc. Cost: $994,301.00 Completion Date: April 2006 Project: Lubbock National Bank & Retail Shopping Center Owner: 19"' & Raleigh, Ltd. Architect: MWM Architects; Inc.. Cost: $1,196,788.00 Completion Date: November 2005 Project: Alliance Federal Credit Union - North Branch Owner: Alliance Federal Credit Union - Lubbock Architect: Cost: $1,106,800.00 Completion Date: December 2004 -2- CONTRACTOR'S STATEMENT OF QUALIFICATIONS - C. SAFETY: Certificates and Modification Ratio Report: General Contractors Commercial Construction To whom it may concern: �I r—� P.O. Box 2791 Lubbock, Texas 79408 (806) 763-5263 Fax (806) 763-5843 I am the Safety Officer at Pharr & Company and it is my goal to continue the impeccable safety standards that Pharr & Company prides Itself on. At Pharr & Company we have an extensive written safety program for all employees to follow. It is our goal to ensure that our personal employees and all of our subcontractors are not just given the policies, but know the policies and adhere to them. We conduct weekly spot checks on all our jobs. These reports are then communicated with each superintendent. The superintendent then follows up with the foreman to discuss any infractions that need to be corrected. If infractions are repeated, the Safety Officer then visits with the owner and the foreman to establish a resolution. We also host weekly safety tool box meetings. Superintendents or the Safety Officer hosts these meetings with all subcontractors on the job. Records of those meetings are maintained in our safety department and are available for review. We are currently undergoing the process to be become part of a partnership with OSHA in order to further our knowledge and grow our safety department. Sincerely, Tangela Covering Safety Officer of Pharr & Company c °F �rn��. tx�it _ ,. � t ally•r"ONfI t I E t _e No Text .1 .t��E'r�ate Qf �efOnn;1w WORKERS COMPENSAMN EXPERIENCE RA71NG Risk Name: PHARR CONSTRUCTION CO INC Risk ID: 420389809 Rating Effective Date: 07/312011 Profkiction Date: 04282011 State: TEXAS g1. ":::: ::: :5;e 31::: ?::: ::: ?:: Qi: it:: ::r.> Et::' `;:: i:::9? I :::. ... .... 1_091 1 18,1" 23,8381 6,8731 01 7,9631 9521 9521 Carrier. 29939 - 000 Policy: 0001108071 Eff-Date: 0713112010 Exp-Date: 07131/2011 C0pyrtgh11993-201 1, NI Nhts r*wnd, This experience moff=ton factor Is oomptised of compWons and Wormalon wrckh am the proprietary and emfush'e pMporty of 6ha Naurvw Coins an Compensation Insurance. Inc. (NMI Nofuither use, dissemino6on, We. Yanufer, assignment or daposdon of Us experience rating moMcalon facim or" pail thereof maybe used whhoul Ere wrtlan caxenl ofNCCI. MM makes norepras'BMeeon orwerrenfy. expressed or knpted, as to any matter whatsoeverindudkg but not *oiled to ha soc iracy of any kdormadon. product or sen ce fumlahed hemnder and, as to NCI, raciplanl of tMs eopMence rating mod4odllon feaaraubacnbes to and UlGlea tie kdamaeon mics -as Is-. V - Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: PHARR CONSTRUCTION CO INC Risk ID: 420389809 Rating Effective Date: 07/31/2011 Production Date: 04/28/2011 State: TEXAS 42 TEXAS Firm ID: Firm Name: PHARR CONSTRUCTION CO INC Carrier. 29939 Policy No. 0001108071 Eff Date: 07/31/2007 Exp Date: 07/31/2008 Code: ELR D-Ratio Payroll Expected Losses Exp Prim Clal IJ OF Act Inc Act Prim; 5213 1.82 .23 8,794 168 39 5608 .37 23 194,833 721 168 =8227 ::r:..... ::::. ;82 ::::.... ...:•24 .. ... ......... ..... r�.... .. ........36B .... :::: 8809 171.316 164 34 5810 :::; • xfl7 24 — ::. 93y288 :::% • PiEl iiiiE• ...na . .............. . :::18 .. .. ... .. . .. ... . Policy Total: 880,939 Subject Premium: 44,669 Total Act Inc Losses: 0 42-TEXAS Firm ID: Firm Name: PHARR CONSTRUCTION CO INC Carrier: 29939 Policy No. 0001108071 Eff Date: 07/31/2008 Exp Date: 07/31/2009 Code: EL • . ,f3 Losses 4. • OF Losses Losses 62131 1.02 .23 1,484 28 6 :.:.. d24"i57 ,..> ..... :...... ..: .............. _.: ...:...:1: 32 :, ,.; . 6608 .37 23 193,200 716 164 ....:...:...:57.::.... .... :... :..... ... ..: ....:. .. ... . . 8809 .09 .22 163,500 147 32 ;Eg10 ::::-QT.:::r�A:--::r�:::.�;...104 12 '..::':::.,:::::;�..:.75 �:::-:::-:::r:::18 •,..,•.....:...:.......... ..: -...-,..--....:-=--.•... :.:.:�:.::.':..::;";.::: Policy Total: 919,600 Subject Premium: 45,559 Total Act Inc Losses: 0 42-TEXAS Firm ID: Film Name: PHARR CONSTRUCTION CO INC Carrier: 29939 Policy No. 0001108071 Eff Date: 07/31/2009 Exp Date: 07/31/2010 Code 2j2 ELIZ is"s 192 D- ; ;23. 2787$ €iii iii € 535 Lossps ' gi ' q i;' ;Es V Data ' IM0613976 IJ OF Losses a= Losses 5437 1.80 .24 221,143 3,981 955 Aq 8227 .82 .24 30,700 252 80 S_s:124 0 •....•....: •.. ::: ::::.....::31 :.....::::..: :::: :::: :::-25 ,... •....•..... ,.....• •... ::: 8810 .07 .24 124,025 871 21 Policy Total: 1,018,72 Subject Premium: 32720 [17.1.1t Inc 952 Copydght 1993-2D11. Ag dghts reined. This everienae modification factor Is comprrscd or compilations and Information which are the proprietary and exclusive property of the Notional Cornell on Campense ion insurance. Inc. (NCCIJ NoUrther use, dnseminatian, sale, transfer, assignment or disposhion of his axpe fence rating modificaton facor or any ps)l thereof may be used wihoulfie written ccrwenlolNCCI. NCCI makes no repreedradon orwarranty. expressed or Implied. as No any mader whatsoever Including but nol limited to the accuracy or any Infatuation. product or servlca banished hereunder find, as to NCCI, reclplent ON* wgmfenca ratty modification factor subscribes to and Am the Informelon servlos -as 157. Total by Poky Year of all mw $2DDO or less. D Disease Loss X Ex-Nerfieal Coverage U U5L6HW C Catastrophic teas E Employer; Llablirty Loss A UMIW LOSS V- Page 2of2 I" CONTRACTOR'S STATEMENT OF QUALIFICATIONS - D. QUALITY OF WORK: (2). Attachment "A" - Philosophy and/or Principles of Quality Work: PHARR & COMPANY MISSION STATEMENT Teamwork! Our Goal !s.to accomplish successful teamwork with Owners, Architects and Subcontractors to produce a winning and successful project. We strive to accomplish this by using experienced, competent superintendents and reputable and reliable subcontractors. With this winning combination we will build your construction project with skill and integrity; completing the work on schedule and at the best price. Safety is Number 1 on all our projects and is implemented in every aspect of our construction. We pledge to give you this winning combination of teamwork to produce a superior project of excellence. This is our commitment to you Sincerely John K. Pharr, President J' my R. PharrVice President CONTRACTOR'S STATEMENT OF QUALIFICATIONS - D. QUALITY OF WORK —�4 (3). Attachment "A" - Recognition for Quality of Work on a Project: TEXAS TECH UNIVERSITY io TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER = �}$ 11 Office of Fxilities Planning and Construction Box 42014 Lubbock, TX 79409-2014 (806) 742-2116 FAX (806) 742.2241 October 13, 2003 Mr. Johnny Pharr Pharr & Company 907 N. Ave. Q Lubbock, TX 79403 Subject: Texas Tech West Hall New Visitors Center American School & University's Educational Interiors Showcase Dear Mr. Pharr: Congratulations! American School & University Magazine recently published the winners of the Educational Interiors Showcase. The Texas Tech West Hall New Visitors Center was published and received a Outstanding Building Award in the Common Areas Category. We are enclosing a complimentary copy of the magazine and an award plaque for you to proudly display. We truly enjoyed working with you on this exceptional project and are very pleased that it was recognized by a national publication. Thank you for your hard work and dedication to Texas Tech. We look forward to future collaborative and highly successful projects together! Sincerely, r GJ�`t1.t-2-- Jamie McCann, ASID Director of Interiors Enclosures: 1 plaque, 1 magazine cc: Michael A. Ellicott, PE Denise Hostick, ASID Paulo Peres, AIA EEO/AffinnativeAction Institutions -CITY OF J:PIMOCK. INSURANCE -REQUIREMENT AFFIDAVIT To Be Completed by".O cror and Ageni Must.be:sArnitted with Proposal 1, thd -bndef0gnpd Offeror; Ortify that AM. insurance re-qVir6ments contained in this propwoial d6cinnent have bOn TCVibWM byme with the below -identified IndurAhze Agent/Broker. Iffish awarded thiscontract b)i the City. of Lubbock, I will be able-40, within ten (10) business- days after being notified of such:award by the City. -of Lubbock, fumisha valid insurance certificate to the C ify meeting all of the requirements defined in this. proposal. /7 Jimmy R. Pharr - ntiat;tot' Si'nature (,Original SigniRtfre). Contractot1 9 Name .(Ptihtd,d) -CON'TRACTOWSFIRM NAME: Pharr & Company (Print or Type) CQNTRACTOR'S FiRMADDRESS. P 0 Box 2791 Lubbock, Texas 79408 Name -of ker Boley th on Insurance Steve Deal Agent rBiMr (Signature) Address of Agent/Broker P 0 Box 97513 City/Stale/Zip: Wichita Falls, Texas 76307-7513 Ageni/Broker Telephone Number: 940 ) 723-7111 Date: September 14, 2011 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has. the right to reject thisproposal and. award, the contract to anothet, contractor. If you hive any questions concerning these requirements; please the - Director -of 'Purchasing and Contract Management -for the City of Lubbock at (806) -7715-2572. OP 11 -1.0150-A—H-Coustrueti6n bf.Lubb6ck Ladd Application Site Office. Page Intentionally Left Blank SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: + a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. A-ny 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. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or deain. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO if the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, along with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty .r, assessed. Please refer to attached OSHA report. Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK .80 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. S nature Jin ny R. Pharr Vice President Title 2 Establishment Search Results Page Page 1 of 1 0 All DDl 0 OSHA Advanced Search r ' A to Z Index I En Espanol I Contact Us I About OSHA OSHA Newsletter ®RSS Feeds ® Print This Page a Q Text Size Occupational Safety & Health Administration We Can Help Whatrs New I offices Home '- Workers 1 Regulations I! Enforcement Data & Statistic Training I Publications Newsroom i Small i /� _ _ vJSM t Business � i Establishment Date Range Office State pharr and company 09/12/2008 to 09/1Z/2011 all TX Please note that inspections which are known to be Incomplete will have the idenh&ng Activity Nr shown In itarec. Information for these open cases is especially dynamic, e.g., vblaUons may be added or deleted. Sort BY: I Date I Name 19[flce I State I Return to Search Q► Get Detail Select All Reset Results 1 -1 of 1 Date Activipt ed I RID I St T Sc I SIC I NAILS Vio Establishment Name ❑ 1 312602063 1 03/09/2009 1 0627400 1 TX Referral I Partial I IM 1 236220 1 1 Pharr Construction Company Dba Pharr & Co. Freedom of Information Act I Privacy & Security Statement I Disclaimers I Customer Survey I Important Web Site Notices I International I Contact us u.s. Department or labor I occupational safety & Health Administration 1 200 Constilutlon Ave, FAY, Washhmgton, DC 20210 Telephone: 8W321-0SHA (6742) I 'M: 877-M-S627 www.OSHA.gov httn-//ncha_unv/nlc/imic/ectahlichment cearch?n lnuuer=l RrectahlichmPnt=nhnrr+anrl+cnm 9/19/?ill 1 Inspection Detail Page I of 1 0 All DOL *OSHA Advanced Search A to Z Index I En Espanol I Contact Us I About OSHA OSHA Newsletter RSS Feeds [� Print This Page ® ® Text Size Occupational Safety & Health Administration We Can Help what's New I Offices Home WorkersRegulations -� Enforcement Data&Statistics Training { I OSHA I Publications Newsroom Small Business Inspection: 312602063 - Pharr Construction Company Dba Pharr & Co. Inspection Information - Office: Lubbock Nr: 312602063 Report ID:0627400 Open Date: 03/09/2009 Pharr Construction Company Dba Pharr & Co. 4515 98th St. Lubbock, TX 79424 Union Status: NonUnion SIC: 1542/General Contractors -Nonresidential Buildings, Other than Industrial Buildings and Warehouses NAICS: 236220/Commercial and Institutional Building Construction Mailing: P.O. Box 2791, Lubbock, TX 79408 Inspection Type: Referral Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 03/09/2009 Emphasis: L:Constr6 Close Case: 06/01/2009 Optional Information: Type ID Value N 1 312602063 Related Activity: Type ID Safety Health Referral 200815504 Yes Violation Summary Serious Wlliful Repeat Other Unclass Total Initial Violations 1 Current Violations 1 Initial Penalty 750Current d455 Penalty 450 FTA Amount Violation Items # ID Type Standard Issuance Abate Curr$ Init$ Fta$ Contest LastEvent 1. 01001 Serious 19260759 8 05/05/2009 05/11/2009 $450 $750 $0 I - Informal Settlement Freedom of Information Act I Privacy & Security Statement I Disclaimers I Customer Survey I Important Web Site Notices I international I Contact Us U.S. Department of tabor I Occupational Safety & Health Administration 1 200 Constitution Ave., NW, wamington, DC 20210 Telephone: 800-321-OSHA(6742) I TTY:877.889-5627 www.OSHA.gov httn://flCha.-P,ov/nlc/imiq/e:gtabligbment.inqnee.tion rietail�ir�=�12(�2Oh� 9/1�./�flll OSHA Content Document Page 1 of 1 OAR DOL *OSHA Advanced Search u, r l:`r �I,1 irz`rl,�, I?I,I J�a IT 1:' rI I� I-, !; "C)-R A to Z Index I En Espanol I Contact Us I About OSHA OSHA . �,.� �� � Newsletter ® RSS Feeds ® Print This Page o Q Text Size Occupational Safety & Health Administration We Can Help What's New I Offices ( Home Workers Regulations Enforcement Data & Statistics Training Publications i Newsroom Small OSHA Buslness Standard Cited:19260759 B Mfg( awtezWz Violation Items Nr:312602063 Citation:01001 Issuance:05/05/2009 ReportingID:0627400 Viol Type: Serious NrInstanoes: 1 Contest Date: Abatement Date: 05/11/2009 X Nr Exposed: 2 Final Order: Initial Penalty: 750.00 REC: R Emphasis: Current Penalty: 450.00 Gravity: 03 Haz Category: Pe alty and Failure to Abate Event Istory Type Event I Date I Penafty I abatement I Type FTA I Penal Z:Issued 05/05/2009 750.00 105/11/2DO91 Serious PenaltyI: Informal Settlement 05/28/2009 50.00 105/11/2OD91 Serious Freedom of Information Act I Privacy & Security Statement I Disclaimers I Customer Survey I tmportam Well site Notices I international I Contact Us U.S. Department of Labor I Ootvpatlonal Safety a Health Administration 1200 COMIRuton Ave., NW, Washington, DC 20210 Telephone: 800.321-OSHA(6742) I TTy:877.889-5627 www.OSHA.gov httD://osha.i!ov/Ols/imis/establishment.violation detai1?id=312602063&vitatinn id=01001 9/12/?011 Page IntentionaRy Left Blank r SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to 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 $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Pharr & Company FEDERAL TAX ID or SOCIAL SEG <RITY No. 75-2187285 �7 I i� Signature of Company Offici Printed name of company officia(slgn ahoa'e:' muny R. Pharr Date Signed: September 14, 2011 Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS *PLEASE REFER TO ATTACHED LIST. Company Name Location, Services Provided Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Phan & Company (PRINT NAME OF COMPANY) RFP 11-10150-RH-Construction of Lubbock Land Application Site Office l Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Director of Purchasing & 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 FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No SPE&C, Inc. Lubbock Earthwork/Concrete ❑ X 1. Gafford Pest Control Lubbock Termite Control 2. Services ❑ X Horizon Glass Lubbock Hollow Metal/Glass & 3. Glazing ❑ X RPM Drywall, Inc. Lubbock Acoustical/Drywall ❑ X 4. Paul Graham Company Lubbock Flooring ❑ X 5. TPC Commercial, Inc. Lubbock Painting ❑ X 6. Earl's Plumbing Lubbock Mechanical ❑ X 7. Short's Electric, Inc. Lubbock Electrical ❑ X 8. Pharr & Company Lubbock Structural Steel Erectors ❑ X 9. 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ SUBMITTED BY: Pharr & Company NAME OF THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 11-10150-RH-Construction of Lubbock Land Application Site Office Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS *PLEASE REFER TO ATTACHED LIST. Company Name Location Minority Owned Services Provided Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Pharr & Company (PRINT NAME OF COMPANY) RFP 11-10150-RH-Construction of Lubbock Land Application Site Office I Page Intentionally Left Blank THE AMERICAN INSTITUTE OF ARCHITECTS r AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Pharr Construction Co., Inc. dba Pharr & Company, 907 North Avenue Q Dr., Lubbock, TX 79403 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America 1301 E. Collins Blvd., Suite 340 Richardson, Texas, 75080 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock (Here insert full name and address or legal title of Owner) 1625 13th Street, Lubbock, TX 79401 as Obligee, hereinafter called the Obligee, in the sum of *** FIVE PERCENT OF BID AMOUNT *** Dollars( 5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) Construction of Lubbock Land Application Site Office NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, r- 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 i good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in t _ 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 14th day of September, 2011 Donna Walker (Witness) fitness) Pharr Construction Co., Inc. dba Pharr & Company (Principal) (Seal) ti Xmmm�arr (Title) Vice President America Gross AIA DOCUMENT A310 - BID BOND - AIA® - FEBRUARY 1970 ED - THE AMERICAN ll[JJJ INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 (Surety) (Seal) (Title) Attorney -in -Fact Printed on Recycled Paper 9/93 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 221373 Certificate No. 004011026 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Steve Deal, Staci Gross, and Julie Smith of the City of Wichita Falls , State of Texas , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of.guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of December 2010 20th Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company pA54w yFiRE 4 CAM .I �S � 1NS4q J,.ITY ANp �p,q� �j{Y�t,� a♦ (T� � 'y., �O.% G9 JP.w........gq, b 8G � _'"`4 �� �O �f) �?o ♦ .. �. m ,�.�pRPOAA)(;S 2('f RPONAT :� 4p 9� �y = t982,! � 1977� ostrto ti� �'•,SE in {,`'-» f+o. ; �aD, n � �p0.� N t �yr"'rM+Escc��HD a� E a. ��; ALio v,,FSSAL:s WOo State of Connecticut City of Hartford ss. By: Georg Thompson, tjice President On this the 20th day of December 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TET In Witness Whereof, I hereunto set my hand and official seal. T*Aq VIy Commission expires the 30th day of June, 2011. Mane C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID THE RED BORDER Bond #105703 38 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) Harr Constniati_cn Co., Inc. cba & KNOW ALL MEN BY THESE PRESENTS, that ereinMer d the Principal(s), as Principal(s), and Ireloss Cas]_ty ar1 Surety Cony of Anerica (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Two Hundred Sixty Seven Thousand, Seven Hundred Eighty Seven Dollars ($267.787.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 1st day of December . 2011 to Proposal 11-101.50-RH GmstnEtion of Tuba D& land lyliratim Site Office and said Principal under the law is required before commencing the work provided for in said contract to execute a bond rs the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay 111 claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said L ontract, then, this obligation shall be void; otherwise to remain in full force and effect; E PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the 'exas 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 8t _ day of Decorber 2011. ITarr GMstrMticn CO-, Inc. cba Riarr & Ca any Surety fir( itle�`in-:ac T):arelm Casualty and Surety Ccmp.T►y of America (Company Name) By; Jimmy R. Pharr (PriName) ig ature) (Title) Vice President The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates m an Fh= 4g= 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. Ticavelm Casualty ad Surety Cry of Ana-ica Surety *KyAide � ~ ' Approved as to Form City of ock 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. No Text ST PA ll L S1. Paul Travelers Bond R TRAVELERS ich r Collins Blvd Richardson TX 75081 Phone: 800-842-0612 Fax: 214570-6405 EVIPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond t Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AdW POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 221373 Certificate No. 004520733 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Steve Deal, Staci Gross, and Julie Smith of the City of Wichita Falls , State of Texas , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of September 2011 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 9th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GRSUq�r � J FIRE 6 � O�AN..�My.(/B JP11w NSV q�., gJpttY ghps �1RG 3�Wfl/•r� \p(�Y�t/(� p f.ZORPORq�:f ice: (�. y 9 5 % (1 �LY�OIWTFp _ m1 �+ .., f:m W:GORPORATf;:.pi � 1 9 B 2 0 �y 977 � � i } z f .».. • � • m FIAR'tFOHD, � F41RiF6 � <� z r ir05 �`SEALio t't � tarn• ^ �+• 8 � 1898 �6���� � 1 a otee''•.. l@i Food _SSALiD �, �o �s � R~ d �� �� „fie y..........�L_ *�o,••.. a 's ye ,p State of Connecticut City of Hartford ss. By: Georg Thompson, t 1-rice President On this the 9th day of September 2011 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. O#A In Witness Whereof, I hereunto set my hand and official seal. ! ril My Commission expires the 30th day of June, 2016. Made C. Tetreault, Notary Public 58440-6-11 Printed in U.S.A. j WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States , Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 8th day of T)�1 _ ' 2(JL. J Kevin E. Hughes, Assistant Sec tart' r OI.BU.�� jb pyi•• ' V 410.E 4 ' O�AN'IMSG9 J'� SNSUq 9 P 7Y ANp ���pA+" � d - b� o $ OR4trD � _ z �itoxaWAATFn W.�pA?oAArE.�'i�� ¢ 9+ fl1AIW � k 19 8 2 0 19%i i i^' z e . n v W NARfFORD, sill �. y a 1951 �;SEALJ'o" O bd+ . eN�D g11i ANt To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above -named individuals and the details of the bond to which the power is attached. I I t S WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER PERFORMANCE BOND Page Intentionally Left Blank I' Bond #105703438 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.02I(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Darr Con rwaticn Co. , Inc. daa Harr & aqD.,& y KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and '117aveler3 Cash' and sty Calllmy of bra. (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the 5Obligee), in the amount of Two Hundred Sixty Seven Thousand, Seven Hundred Eighty Seven Dollars ($267.787.00) flawful 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. i'WHEREAS, the Principal has entered into a certain written contract with the Obligee, 'December. 2011, to � 1'10150-RH Constn.�ti n of Lubbock Land �licatim Site OFfice dated the I st day of knd 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 is if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall aithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall [)e 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 exas 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 8th -,ay of T1cy-� , 2011. welom agsialty and Sure of k-o= urety Byt(Tit a torr it -Fact R-arr C{nstrwticn Co., Inc. cba Ik= & Carry (Company Name) By; Jimmy R. Pharr 7(Ped Name) igna (Title) Vice President The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby l designates Aim i:h= 4g= 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. itle)Al ' Approved as to Form r City of L k 1 By: ity 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. N r -� CERTIFICATE OF INSURANCE Pau Intentionally Left Blank P14ORC-4 np In- MR ''4� RE'* CERTIFICATE OF LIABILITY INSURANCE DATE( 0711YYY1� 12107111 IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED F PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.PORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WANED, 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 endorsements . PRODUCER 940-723-7111 Boley Featherston Insurance a Member of K & S Group, Inc 0'3�"9 NAME: PHONE FAX No E : C No : ADDRESS: P. O. Box 97513 chka Falls, TX 76307-7513 BOley Featherston Insurance INSURERS AFFORDING COVERAGE NAIC f INSURERA: Bituminous Casualty Corp20095 Nst>RED Pharr Construction Company Inc INSURER B: Travelers Lloyds Insurance Co 41262 DBA Pharr & Company P O Box 2791 INSURERC:Texas Mutual Ins Co Lubbock, TX 794M2791 INSURERD: INSURER E : 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. . _.. TYPE OF INSURANCE --- --- '- _ _ -- - - LIMITS GENERAL LIABILITY EACH OCCURRENCE $ g'1,000,00 A X COMMERCIAL GENERAL LIABILITY X X CLP3557613B 07/31/11 07/31/12 PREMISES Ee occurrence $ 100,00 CLAIMS -MADE � OCCUR MED EXP (Any one person) $ 5,00 1 PERSONAL 8 ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEML AGGREGATE LIMIT APPLIES PER: POLICY X PRO - POLICY PRODUCTS - COMP/OP AGG $ 2,000,00 $ _ f I A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS X X CAP3557612B 07/31/11 07/31/12 I Ee accident 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPER DAMAGE Per accident $ I A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP2589877B 07/31/11 07/31/12 EACH OCCURRENCE $ 3,000,00 AGGREGATE $ 3,000,00 x 10000 L-- C J WORKERS COMPENSATION AND EMPLOYERS' LUIBILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y® OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESIPTION OF OP CERATIONS below N / A X TSF0001108071 07/31/11 07/31/12 X WC STATU- OTH- E.L. EACH ACCIDENT_ $ 1 E.L. DISEASE - EA EMPLOYE $ 1 E.L. DISEASE - POLICY LIMIT 1 r B Builders Risk QT660424OL427 I OT660424OL427 I 07/31/11 I 07/31/12 Per Locat Disaster DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) P 012'nMt^Arr LIAI MOO ^AunC, I Ar1Ak1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF LUBBOCK P.O. BOX 2000; RM 204 LUBBOCK, TX 79457 AUTHORIZEDREPRESENTATNE 0)1988-2010 ACORD CORPORATION. All rights reserved. J ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD (NOTEPAD. HOLDER CODE PHARC-1 PAGE 2 I MSURED'S NAME Pharr Construction Company Inc OP ID: NB DATE 12/07/11 itional Interest: General Liability and Business Auto policies include blanket itional insured endorsements that Drovide additional insured status to certificate holder only when there is a written contract between the ied insured and the certificate holder that requires such status. General Liability, Business Auto, and Workers Compensation policies ude blanket waivers of subro ation that are applicable to the ificate holder only when therdy is a written corittact between the named ired and the certificate holder that requires such waivers. 0 ',A - 0 1•--= - 0 196. e i;A i n 4•• 1 - :i I, I 11, = m ;.J *,'.I = Z e, = DW M:J 5�Le- 0, J'r M This endorsement modifies insurance provided under thefdlowing: CONNERCIAL (ENERAL. LJABLJIY COVERAGE POI�VI ft is agreed that the provisions listed below apply only upon the entry ❑X in the box neod to the caption of of such provision. A Q Partnership and Joint Venture 6dension K QX Automatic Addtional Ins reds — Equipment Lames Q OX Automatic Whiver of Subrogation D. QX Extended Notice of Cancellation, Nonrenewal F- QX l hinterdional Falure to Disclose Hazards F. QX Broadened Mobile Equipment G BE Personal Injury- Contractual Coverage Fl. J—X] Nonempeloyment DIscrinination 1. OX Liquor Liability J. ❑X Broadened Cadtions 1 ill► =i+ ■ � ► 1 .•. ►I /�\IL _i' �.11=\>..��i The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited lability company that is not shown as a Named Insured in the Declarations. is deleted and replaced with the following: V fth respect to the oaxW of any past or present joint venture or partnership not shown as a Named Insured in the Diadarations and of Mich you are or were a partner or member, you, and others identified in items 1.a, 1.b, and 1.c, subject to the carxftions and limitations contained therein, are insureds, but only with respect to liability arising out of "your worm' on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance is available to you for'jour work" in connection with your interest in such partnership or joint venture. GL-3084 (01/06) -1- K A partr�iership or joint venture, not shown as a Named Insured in the Declarations, of which you have 33% or more ownership interest at the time of "bodily injury' or "property damagd' caused by an "occurrence" or "personal and advertising injury' used by an offense, is an insured, provided that no other similar liability insurance is available to that partnership or joint venture. •• • -.11 fe'ITA TI I rLWI Co I I "VP A 4 1 Z 1 c. •• -- � r SECTK)N II - WHO IS AN 14SLFED is a i ertcled to include: Ary "owner", "oorrtr ce', "construction manager", "engneer" or "architect' if it is required in your written contract or when agreement executed by you and all other parties to the contract or agreement prior to any loss that such person(s) or organization(s) be added as an a&honal insured on your policy but only for the project designated in your written contract or written agreement and only with respect to "bodily ir�ury" "property damage" or "personal and advertising injury' caused, at least in part, by your negligence and with respect to liability resulting from A Your ongoing operations for the additional insured(s), or EL Ads or orissions of the additional insured(s) in connection with their general supervision of such operations. .•• r_• _al 5C4 Co. I re -TT, I i • F•• I i• • • 6-• .•• • i .i •• .•- 1. We will have no duty to defend the additional insured against any "suit' seeldng damages for "bodily injury," "property damage" or "personal and advertising injury," until we receive witten notice from the additiorial insured requesting that we defend it in the "suit.,, 2 The Limits of Insurance applicable to the e d florioi insureds under this exbrsernent are the minimum linits specified in the written oa traac t or agreement requiring this ociverade, or as stated in SECTION III - LMTS OF INSURANCE of the OOWAS ICIAL SAL LIABILITY CONS FORK whidnever is less. These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance described in SECTION III of that form ..• i• .. . i• r of c.•- _ .> i . ..• i• c• •c i a .. -- - a. Me written notice to us of an "occurrenoe" or an offense Mich may result in a claim This shall include: (1) How, when and where "oocrrenoe" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any ij uy or damage arising out of the "occuremde" or offense. b. Gh a written notice to us of a claim or "suit" brought against the additional insured inducing specifics of the claim or "suit" and the date it was received. a Give written notice of such claim or "suit," including a demand for defense and indmmity, to any other insurer who had coverage for the claim or "suit" under its policy(ies), either at the time of, or at any time subsequent to the cocurreme of the "bodily injury" "property damage" and/or the offense causing the "personal and advertising injury," which is the basis for such claims or 11suW1 1 (1) 9-uCh notification must demand the full coverage available under that pdioy; and Ci-3064 (01/06) -2- COPY (2) The addition insured shall not take any action to waive or limit such other oarerage available to it. 4L This insurance does not apply to: a "Bodily iqury"Prropertydarnage" or "personal and advertising injury' occurring after: (1) All work on the project (other than ser Aoe, maintenance, or repairs) to be performed by you or on your behalf for the additional insured(s) has been corrrpleted; or (2) That portion of "your worik" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. b. "Bodily injury' "property damage" or "person and advertising injury' resulting from any act or omission the the addition ins reds) or any of their iarnpknrees, other than the generd supervision of work performed for the additional insureds) by you. a "Bodily i 'ury' "property damage" or "personal and advertising injury' resulting from work perf on a project where other valid and collectible insurance is available to the additional insured under an Owner Controlled Insumnee Program or Consolidated (wrap-up) Insurance Program d "Bodily injury," "properly darn' or "personal and advertising injury": (1) Arising out of the rendering or failure to render any profession services by any insured, or an their behalf, but only with respect to either or both of the following operations; (a) Providing engineering, architectural or surveying services to others in the insureds capacity as an engineer, architect or surveyor, and (b) Provding, or hiring independent professionals to provide, engineering, architectural or surveying senrioes in connection with work the insured performs. (3) Professional services do ncyt include, services mithin owshction means, ar • e sequences . • • • r_• employed • • connectioni Aod, operations as a ocnstructim oor7trcxlor. For the purpose of this endorsement, the following definitions are added: "O mW' means a person or organization who has ownership in the project premises, designated in your written contract or written agreement, at which you are performing operations. "Contractor" mans a person or organization with whom you have agreed in a written oontract or written agreement to perform operations for at the project designated in the written contract or written agreement. GL-30M (01/06) 0 "Engineer" means a person or drganizatron who has been engaged by the "owner", "contractor or 'bonstruc ion manager" to perform engneeing semoes for the prgect designated in your vm ten contract or written agreement and has a contractual responsibility for supervising, directing or controlling your operations on such project.. "Architect" means a person or organization who has been engaged by the "aAfW' "contras tor" or "construction nwmW" to perform architectural serAces for the project designated in your written contract or written agreement and has a oontractual responsibility for supervising, directing or controlling your operations on such project. Any om erage provided herein will be ecess over any other valid and collectable insurance available to the additionol insured(s) whether primary, excess, contingent or on any other basis unless you have agreed in a written contract or written agreement executed prior to any lass that this insurance will be primary. I-bwever, any other insurance specifically Vad rased for a designated projec t(s), inducing but not limited to additional insured om age, owners contractors protective om erage, etc., will be primary with the insurance provided by this endorsement being excess. If this insurance is determined to be primary, we agree riot to seek contribution from such other insurance only if you have so agreed in the written oontract or written agreement. Q AUTOMATIC WAMSR CF SUi'fiOC+ATION Item a of SBIMM IV - CONIVERCIAL GENERAL LIABILITY CONIOMCNS , is deleted and replaced with the following: a Tray sfer d R jrts of Recovery Against Olfnersto Us and AukxT etic Waiver d Sx#bmoom a If the insured has rights to reomw all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At cur request, the insured will bring "suit' or transfer those rights to us and help us enforce them b. ff required by a written contract executed prior to lass, we waive any right of recovery we may have against any person or organization because of payments we make for iryury or damage arising out d'yar vxW for that person or organization. item Alb% of the COMMON POLICYCONOMONS , is deleted and replaced with the following: A2b. 60 days before the effective date of the cancellation 6 we cancel for any other reason. Item & of SECTION IV - O M M31C AL GENERAL LIABILITY CO( DMCNS , is deleted and replaced with the following: & V*M WE DO NOT IIENEW a If we choose to norrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the norrenewal not less than 60 days before the expiration date. b. If we do not give notice of cur intent to norrenewas prescribed in a above, it is agreed that you may e)dend the period of this policy for a maximum additional sb*60) days from its scheduled expiration date. Where not otherwise prohibited by law, the eDdsting terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not M-30134 (01/06) 4 otherwise prohibited by law, this one time sooty day e�dension is the sole remedy and 1pidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a above. E. lNV1HVTK NAL FALUFlE TODOCLOW WIGS Although we relied on your representations as to existing and past hazards, if urtirtentionally you should fail to disclose ail such hazards A the inception date of your policy, we will not dery ooverage urxier this r Coverage Form because of such failure. F. BROADENED NOBLE E AAPNBVT Item 12.b6 d SW ION V - DERNTKM , is deleted and replaoed with the following: 12.1% Vdddes maintained for use solely on or next to premises, sites or locations you own, rent or ooarpy. Exclusion 2s. of SWnON I, CDVB:t4M B Is deleted. lhless "personal and advertising injury' is excluded from this policy. Item 14. of SEK."IIION V - DMNTKM , is amaxled to include: "Personal and ad\atsing ir�ury" also means embarrassment or hurniliedon, mental or emotional distress, physical illness, physical inTdrmant, loss d earning capa* or monetary loss, vvhich-�� "Discrimination" means the rnlavM treatment of individuals based on race, color, ethnic origin, age, gender or religion. Item 2 E xdusions d SECTION 1, COVERAGE , is amended to krctirde: "Personal and advertising injury" arising cut of "discrirrmatioW directly or indirectly related to the past employ next, errployrnernt or prospective employment d any person or class cf persons by any insured "Personal and advertising injury' arising out of "disaim irration" by or at your, your agents or your "employees" direction or with your, your agents or yar "employees" la� or consent. "Rersonal and advertising injury' arising out of "dsaimination" directly or indirectly related to the sale, rental, lease or sLb4ease or prospective sale, rental, lease or sub -lease of any dwelling, pwmat lodging or premises by or at the direction of any ira red. Rnes, penalties, specific pwliormance or ilLmc ions levied or imposed by a govemmartal entity, or govemrrrarl code, law, or statute beta Be of "discrimination:' L L.KXM UABiUTY E x dusion 2.r- of SW ION I, OMERAGE A , is deleted. L. GL-30 4 (01/06) -5- Items 2a and 2b. d SIE CTM IV - OOMV6aCIAL COAL LIABILITY 00NO 10NS , are deleted and replaced with the foliowing 2 Duties In The Event Of Ooaumence, Offanse, Claim Or Suit: a You mist see to it that vise are notified of an "occurrence?' or an offense which may result in a claim as soon as practicable after the "ooaurrenod' has been reported to you, one d your dfioers or an "emplgyW' da§"ed to give noticeto us. Notice should include: (1) How, when and where the "occarrenod' or offense took place; (2) The names and addresses d any irjured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit' is brought against any insured, you must: (1) Raoord the specifics d the daim or "suit' and the date received as soon as you, one of your ofioers, or an "errployee" designated to record such infon, on is notified d it; and (2) Notify us in writing as soon as practicable after you, one of your dficers, your legal department or an "employee" you designate to give us such notice learns of the claims or 11sLk11 2a. If you report an "ooarrenoe" to your walkers ompensation insurer Mich develops into a liability claim for which om age is provided by the Om erage Form, failure to report such "o= rencd" to us at the time of "oaxrrenoe" shal not be deerned in violation d paragraphs 2a, 2b, and 2c. Flowaver, you shall give written notice of this "ooaurrenoe" to us as soon as you are made aware of the fact that this "oocuurence" may be a liability claim rather than a workers ompensation claim 1N-ii _ I. _ � � 11 •.► I►•` .: _�_���'. Div =►I `=+� SECTION d - VIIFD IS AN III is amended to include any person or organization with whom you agree in a written equipment lease or rental reeirlen t to name as an additional insured with respect to liability for "bodily ir�juey', "properly darnagd' or persona! and advertising injury' caused, at least in part, by your rrarkenance, operation, or use by you of the equipment leased to you by such person or organLr$hon, subject to the folian ing additional e) dusans. The insurance provided to the additional insured does not apply to: 1. "Bodily injury" or "property damage" ooarring after you cease leasing the equipment. 2 "Bodily iryuiy' or "property fair ao' arising out of the sole negligence of the additional insured & "Property dan'agB" to: Ci-3084 (01/06) f- W t• - o•N - RAIUXAD PROPERTY AND CONSTRLCKN CCNTRACTS of • • . deleted . • replaiced mMto • • • & "Inured Contract" maans: a A omtract for a lease d premises. F b rover, that portion d the omtrtrwt for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission d the owner is not an "inured contract''; b. A sidetrack agreement; G Ary easmix t or license agreement; d An obligation, as required by ordinance, to indemnify a mnicipality, except in connection with work for a municipality; a. An elevator maintenance agreement; f. That part d any other contract or agreement pertairing to your business (inducing an indemnifir,�tion of a municipality in connection with work performed for a mxnicipality) under Mich you assume the tort liability of another party to pay for "bodily injury" or "property damegc" to a third person or organization provided the "bodily injury" or "properly damage" is caused, in whole or in part, by you or those acting on your behalf. Tort liability means a liability that would be imposed by law in the absence d ary contract or agreement. (1) That indemnifies an architect, engineer or surveyor for irj uy or damage arising out of: (a) Prepaing, approving, or failing to prepare or approve, mqA shop drawings, opiniceports, surveys, fidd orders, change orders or drawings and s•c• r.l• or (b) Giving directions or instructions, or failing to give them, if that is the primary muse of the iN uy or damage; fe; or (2) Under which the inured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insureds rendering or failure to render professional services, inducing time listed in (1) abow and supervisory, inspection, architectural or engineering activities. It is agreed that: Emdusion 2.j42) of SECTION I, COVERAGE A, does not apply if the premises are "ymr work" and were nut occupied, rented or held for rental by you for more than 12 months after completion. N. CONSTRUCTION PROJEC711"GENERALAGGFIEGATEUMTTS This modifies SECTION III - UNM CF INSI RANCE . For • can be attributed only • ongoing operations .i a single construction project f• Mich thea• becomes a•. •• •.i a• to pay as damages caused by ••• •- •u i GL-3084 (01/06) -7- SECTION I - COVERAGE A, and for all medical expenses caused by acdclen s under SECTION I - j COVERAGE C : 1. A separate Construction Prgec t General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2- The Cmistruction Project General Aggregate Urnit is the most we will pay for the surn d all damages under COVERAGE except damages gar. r "bodilyor "property underdamagd' included in the "prockds<wWed operations hazard," and for medical eVenses COVERAGE a•. • c.1 of •c • EL Insureds; b. claims made or "suits" brought; or 4• • • r. r.0 • • «. . • a r • • I 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the 0"t uction Project General Aggregate Limit for that oonstructicn project Such payments shall not reduce the General A� Limven it sham in the Declarations nor shall they reduce any other 0x struckion Project Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. Flovcw, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. BL For all surns Mich cannot be attributed only to ongoirxj operations at a single coristruction project for •h the insured becomes legallyobligated to pay as damages caused by ••« - r SECTIONunder SECTION I - COVERAGE A and for all medical apenses caused by accidents under COVERAGE 1. Any payments made under COVERAGE A for damages or under O0VER4GE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, vhcty r is applicable; and 2 Such payments shall not reduce any Construction Proect General Aggregate Limit. c ti • •: ages gars �- r ••• • • ••c •: :•- « •c• I - • •• « � «• � rig • • c« •ca .•. •• c• •a o• • .•: •• c• • i s• • i - Za- • • _ •• I • •' . y• NA&AIMT,Y..• GL-3W4 (01/06) ,8- No Text COPY Q FEU.OW BVPLOYEE COVERAGE Exclusion 2.e Enployers Liability of SECTION I, COVERAGE A, is deleted and rep6'10ed with the following: 2.e. "Bodily ir> ury' to (1) An "employee" of the insured arising out of and into coursed: (a) BVoyment by the insured; or (b) Performing duties related to the cxkx:t of the insured's business; or (2) The spore, child, parent, brother or sister of than "employee" as a consequenoe of paragraph (1) above. This exclusion applies: (1) Wreiher the insured may be liable as an employer or in any other capacity, and (2) To any obligation to share damages with or repay someone else who must pay damages because of the irk uy. This exclusion does rxrt apply to: (1) Liability assumed by the insured under an "insured contract"; or (2) Liability arising from any action or omission of a co -"employed' while that co -"employee" is either in the course of his or her employment or performing duties related to the conduct of your business. Item 2&(1)(a) of SECTION II - V+0IS AN INSUFED , is deleted and replaced with the following 2.a.(1xa) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your 'Wu7teer vaorlcers" white performing duties related to the conduct of your business. P. PROPERTY DAMAGE LIABLJTY- ELWATI RS "Property damage" liability is charged as fodlam: 1. Exclusion 2j43) and Zj44) of SECTION I, CMERAGEA , do not apply to the used elevators. 2- The •- afforded by s• r this provision is excess over • and collectible property irwance (inducing any deductible portion i a•available to the a• Mether • excess,confingent or on other basis,• the OTHER INSURANCEcondition is changed ••• •incly. Excluslonld SECTIONCOVERAGE•c- s• • c• -•c• • • • 1. Dan• to Your Work "Property damagd' to "your worW' arising out of it or any part d it and included in the "products •• • - s• operation -r- • Ci-30M (01/06) -9- COPY C This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the damaged work and the wcxk out of which the damage arises was performed by you. This aDdusion does not apply 'rf the damaged work or the wait out of which the damage arises was per on your behalf by a subcontractor. B dusw 24A of SECTION I, OONBRAGEAA is deleted and replaced with the fdlowing: 2jA Personal property in the care, custody or control of the insured. Hbwever, for personal property in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of $25,000 per occwenee, subJect to the following tears and conditions; (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of oec.®renees. (b) This provision does not apply to "employee" owned property or any property that is missing where there is riot physical evidence to show what happened to the property. (c) The aggregate limit for this omwage provision is part of the General Aggregate Limit and SECTION III - LIMTS OF INSUPANCE is changed accordingly. (ch) In the event of damage to or deshcdon of property covered by this exception, you shall, if requested by us, repboe the property or fumish the labor and materials necessary for repairs thereto, at actual cask to you, m dusive of prospective profit or overhead charges of any nature. (e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as damages on account of damage to or destnrdtion of all property of each person or organization, including the loss of use of that properly, as a result of each "occrrenee." Our limit of liability under the endorsement as being applicable to each "occu render' shha I be reduced by the amount of the deductible indicated above; however, cur aggregate limit of liability under this provision shall not be reduced by the amount of such deductible. The conditions of the policy, including those with respect to duties in the event d "oearrenoe," claims or "suit" apply irrespective of the application of the deductible amount. M may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As it applies to this coverage, SECTION I - OCNERAGE A is amended as follows: 1. Insuring Agreer a t, is deleted and replaced by the following: M will reimburse you for your direct labor cpense associated with your "concrete rewo&' which wes perfomhed by you during the policy period due to the original "concrete product" failing to meet contractual specifications as ordered for the job or accepted industry standards for its specific intended use, verified by testing by an ASTIVI (American Society of Testing & Materials) accredited independent testing agency. Ci-3084 (01106) -10- 2 Exclusions, is deleted and replaced bythe following: The . - . . • • by this enclorserratdoesnotapply "Coarrefic D- ofl. •ti of Chaxjes to the "concreteproduct' contractual WxAckions not.•k• a••c• by I c• insured in witingprior • the beginning d the •• "LossParising fromthe•. • - •- r • •s! • from morkperformed on • behalf by ••• 1.•• wept •r the supply of the "concrete product" f. Oost of a a used in I - installation of 1 - •• • - - • • • c •r "concrete re%• 9. Damages or • I .i is covered by ••> or • Maine coverage form foryour financial interest your prqect and structures •ss e'ti ft "concrete reworWcorrpleted witin • - year fromthe completion of I a original"concrete product' .I • performed by Y 1. "Los!!' caused by the failure to order the "concrete producCas required: I-•r I,r �•a•--1•, • • .••cra• • ,I r. •.70 11 • 1. -•a• •o• •,t a)44— o• • o T9. • 1 - r. •.•• r I - a• 1A • G- • •• A " •• C• • • =T10N III - L1MT5 OF INNCE is anErtded tm include the fdlowing: 1. The Limits of Insurance as shown and the rules below fix the most we will pay regardless of the number of a Insureds awed under this insurance; b6 "Concrete rework' projects to which this insurance applies. • •_-'- • �s• rl•- 111 2 The "Concrete Rework' Project Limit shown above is the most we will reimburse you for your direct labor a peSe arising out of any single "ooncrete rework' project 3. Subject to 2 above, the "Concrete Rework" Policy Aggregate Limit &am above is the most we will reimburse you for your direct labor apenses for the sum of all "concrete rewc W' prgects 4L The "Concrete Be' Project Limit and the "Concrete Rework' Policy Aggregate Limits shall be included within and not be in adchon to the General Aggregate Limit or the Produc &Corrpleted &-3064 (01/06) -11- Operations Aggregate Limit (whichever applies), as stated in the declarations and as described in SECTION III - UMTS OF INS JWJCF_ Our obligation to reimburse ies onlyto the aurrrotxrt d r direct labor in success of the "Concrete irk' Deckuctlble stated above. This deductible shall apply separately to each conicrete rework prgeci. The Limits of Insurance of this coverage apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with either the begiming of the policy period d ow in the Declarations, or the effective date of the endorsement, whichever is less. If the policy period is extended after issuance for an additional period of less than 12 months the additional period will be deemed part of the preceding period for purposes of detemrining the limits of Insurance. Item 2 Duties in The Event Of Occurrence, Offense, Claim Cr Slit is deleted and replaced by the following: 2 Duties in The Event C(Oocurrenee, Ofense, Claim Or Suit a You must see to it that we are notified prior to completing the "concrete rewak!' wtrch may result in labor ruimbu.ursemient. Notice should include: (1) How, when and where the incident took place, (2) The names and addresses of any witnesses, and (3) The estimated labor epense forte "concrete rework" b6 You must promptly take all steps to minimize the expenses involved. a You must cooperate with us and upon request, assist in enforcing any right of contribution or indemnity against any person or organization. cL You must provide us with proof of lass and any other required docurnenls within 60 days of our request. You mist also permit us to ercar ine and copy any of your books and records art any reasonable time. You, your "employees"and your agents mist, if we require you to, submit to examnation under oath at such times as may be required, and sign a copy of the examination. SEMM V -13MN CNS is auhheto add the fdlovAng: "Concrete rework' means the alteration, repair, removal or replacement of a "concrete product" "Concrete product' means any proms you directly install consisting of concrete, cement, sand, mortar mix or related nnterials "Cosmratic defects" means a superficial or surf" defect that does not affect the structural integrity of the "concrete product' "Loss" means your direct labor expense associated with a "concrete rework' prgecf "Suiosidence" means earth movement, including but not limited to: a Landslide; 11 Ci-30M (01/06) -12- OOPY b. MA flow, a Earth sinking; d Earth rising; a OolLW or movement of fill; f. Improper compaction; g. Earth selling, slipping, falling away, caving in, erocing, lifting or stiffing; tL Earthqjale, or I. Arry other movement of land or earth. (363084 (01/06) -13- PCLJCY NU BER CAP 3 557 612 him This endorsement modifies insurance provided under thefollowing: • MA-ti V, MAA CONNfiFICIAL AIM CA04O3O604 I o..�•cr • ••c.•- • • •a• • I a -•• I - • r �• r I - I•s.•- • ..•• 0-.1 •• a• • This endorsement changes the policy effective on the inception date of the policy unless another date is indicated be- low. 0• . C• Any person or organization for whom the insured has agreed by written contract to designate as an additional insured subject to all the provisions and limitations of this policy. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who Is An Insured (Section II) is amended to include as an "insured' the person(s) or organization(s) shown in the Schedule, but only with respect to their legal liiabili y for ants or omissions d a person for Wm Liability Coverage is afforded uxier this pol- icy. EL The additional insured named in the Schedule or Declarations is not required to pay for any premiums stated in the policy or earned from the policy. Any return preMum and any dividend, if applicable, de - dared by us shall be paid to you. C You are authorized to act for the additional insured named in the Schedule or Declarations in all matters pertaining to this insurance. DL We will mail the additional insured named in the Schedule or Declarations notice of any cancellation of this policy. If we cancel, we will give 10 days no- tice to the additional insured. E. The additional insured named in the Sd'iedule or Declarations will retain any right of reomay as a claimant under this policy. CA 04 03 06 04 © ISO Properties, Inc., 2003 Page 1 d 1 '---. �� �-.®, r--�--�,^� ._. �.,-..........._"1 �„"""`.."..*: �--•.°,mom w,�.•.�...,w �,u^-mow 0 POLJC:YNL BER CAP 3 557 612 W:V.-: 1-6,4r. Wf 11 -- liffe, a -.]I Z 1 1: 0 1 Z C.G.Offal; &Z. :0 1 0 �i'-* -A f -� I Name Of Persorts) Or Organinft*s): Any person or organization for whom the named insured is operating under written contract when such contract requires a waiver of subrogation. AdMonal Premium (K no entry appears above, infomnation required to complete this endorsenat will be shown in the Declarations as applicable to this enciorsen-at.) The Transfer CX Rights C( Pecouery Apnst Others To Us Condition does not apply to the person s) or organization(s) shmn in the Sdieckaie. W9 will retain fe additional prerriun shovm above, regardess of any early termination of this endorsernent or the policy. CA20890604 0 ISO Properties, Inc., 2003 Pagel oft .__ � ....., ,.��, r�---- �....�..�.,� WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS �f 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with worts performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001108071 201 10731 of the Texas Mutual Insurance Company Issuedto PHARR CONSTRUCTION COMPANY INC DBA; PHARR 8: COMPANY Endorsement No. Premium $W� WC420304A (ED. 1-"-2000) Authorized Representative AGENT'S COPY NXGOMEZ 8-04-2011 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 PRIMARY ADDITIONAL INSUREDS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, IT SHALL BE 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 ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. Page Intentionally Left Blank REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the P 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 CONTRACT Page Intentionally Left Blank CONTRACT #10150 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 1st day of December, 2011 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, Pharr & Company, 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: PROPOSAL 11-10150-RH Construction of Lubbock Land Application Site Office 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. Pharr & Company's proposal dated September 16, 2011 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. •CTOR: A&At� 4-c-,4v. el II CITY OF LUBBOCK, TEXAS (OWNER): By: / /y,�, , W MAYOR By: IAIATTEST: PRINTED NAME: is�Mcae/ TITLE: Vj'L' e— City Secretaky COMPLETE ADDRESS: Company Address A d City, State, Zip •91" O a! 2e.1"O " ATTEST: Co,Kra e Secretar APPROVED AS TO CONTENT: a 't G-va U�- Owner's Representative ,—M —/, / ,� Mark earwo , Assists t City Manager/Chief of Information Technology APP O 1 A O FORM: City Attorney Page Intentionally Left Blank f I L! 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 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 Pharr & Company who has agreed to perform the work embraced in this contract, or their legal representative. E ` 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Wesley Everett, Director of Facilities, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 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. 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 i i_ 2 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 distinguishe4.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 performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives 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 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 Ty 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 Owners 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 1 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 t 4 i perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. 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 5 1_.., compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is , commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the ' work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to 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 6 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. 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 ks 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 4 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. 27. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of °--- insurance specifying each and all coverages shall be submitted prior to contract execution. 7 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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AND ADDITIONAL INSURED. IT SHALL BE 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 . INCLUDE PRODUCTS AND COMPLETED OPERATIONS. 1 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation [" required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury Heavy Equipment and Endorsement XCU Coverage B. Owner's and Contractor's Protective Liability Insurance - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, 5$ 00,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builders Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance - NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $ 500,000, 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 persons 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. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the i- - project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; i F. (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 3 coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence f I 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. �_ i (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other 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: . 11 REQUIRED WORKERS' COMPENSATION COVERAGE , "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " I-' "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (1 .tdi.state.&_ to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll l amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "Sy signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.", - (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 .J (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. P•. ' 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and 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 13 r 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 beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 (Five Hundred Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. 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 $500 (Five Hundred Dollars) PER DAY„ not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall 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. i IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. ; I 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various 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 and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS -' In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays 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. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and 15 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. d 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the famishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application �- for partial payment. Owner's Representative shall review said application for partial payment if submitted, and i- the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 16 r� 43. 44. 45. ._ 46. 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 performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 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. 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. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: 17 (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, I-il (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to 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, H machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 18 �A 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 Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its y y 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 performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 19 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The 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 fuunish 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. tj 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 g materials and shall leave the work room clean or its equivalent. The work shall be left in good order and q condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. , 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the 4 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 20 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. 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. 21 Page Intentionally Left Blank � £i {\1 DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A ' GENERAL DECISION: TX20100296 10/01/2010 TX296 Date: October 1, 2010 General Decision Number: TX20100296 10/01/2010 Superseded General Decision Number: TX20010296 -' State: Texas Construction Type: Building County: Lubbock County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family _ homes or apartments up to and including 4 stories). Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 06/25/2010 3 10/01/2010 BOIL0531-001 07/01/2008 Rates Fringes Boilermaker ....................$ 26.02 13.66 �.y., -------------------------------------------------- BRTX0005-004 06/01/2009 _ Rates Fringes --.= Bricklayer .....................$ 24.16 8.31 ---------------------------------------------------------------- CARP0665-002 05/01/2010 Rates Fringes Carpenter----------------------$ 20.18-------------5_56 -- 4j ENGI0178-004 12/01/2009 Rates Fringes OPERATOR: Forklift ..............$ 21.20 9.35 -------------------------------------------------- IRON0263-017 06/O1/2008 Rates Fringes - Ironworker, reinforcing ........ $ 20.90 4.60 f' 1 t ---------------------------------------------------------------- PAIN0053-003 04/01/2008 Rates Fringes Painter - Brush, Roller & Spray ............................$ 15.81 4.56 ---------------------------------------------------------------- * PLUM0629-019 09/24/2010 Rates Fringes PLUMBER/PIPEFITTER...............$ 21.00 6.25 ---------------------------------------------------------------- SHEE0049-007 06/16/2010 Rates Fringes SHEETMETAL WORKER (HVAC Duct and System Installation Only) .... $ 21.20 8.95 ---------------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: Mason Tender - Brick ... $ 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ 13.81 0.00 OPERATOR: Blade/Grader .......... $ 12.97 0.00 OPERATOR: Front End Loader ...... $ 12.23 0.00 ROOFER ...........................$ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ ---------------------------------------------------------- 10.15 0.00 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 (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates fit'! listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. 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. i_ 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 END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page IntentionaUY Left Blank CITY .OF_LUBBOCK . LAND APPLICATION OFFICE LUBBOCK, TEXAS C O ND RAY DESIGN GROUP INC. 1402 AVENUE N LUBBOCK, TEXAS 79401 ( 806) 748-6190 MECHANICAL, ELECTRICAL AND PLUMBING BSA CONSULTING ENGINEERS, PLLC 14302 SLIDE ROAD LUBBOCK, TEXAS 79424 (806) 780-7475 STRUCTURAL SURENDRAN CONSULTING STRUCTURAL ENGINEERS 8107 KENOSHA AVENUE LUBBOCK, TEXAS 79423 (806)793-8668 CDG 21108 DATE: 08/09/2011 Page Intentionally Left Blank 4 F.'GR B. Vim. 1 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 TABLE-OFCONTENTS-- 1 ivision.....Section- Title ............... :....... ................................................ . t.,:......................Pages VAINIIA/zolt DIVISION 1— GENERAL REQUIREMENTS 01100 ......... SUN 14ARY..............................................................................................................................2 01230 .........ALTERNATES...........................................................................................................................2 01250 ......... CONTRACT MODIFICATION PROCEDURES......................................................................3 01290 ......... PAYMENT PROCEDURES......................................................................................................4 01310 ......... PROJECT MANAGEMENT AND COORDINATION.............................................................6 01330 ......... SUBMITTAL PROCEDURES...................................................................................................8 01400 ......... QUALITY REQUIREMENTS...................................................................................................6 01500 ......... TEMPORARY FACILITIES AND CONTROLS......................................................................5 01600 ......... PRODUCT REQUIREMENTS..................................................................................................5 01700 ......... EXECUTION REQUIREMENTS..............................................................................................5 01770 ......... CLOSEOUT PROCEDURES.....................................................................................................4 01731......... CUTTING .AND PATCHING....................................................................................................4 01781 ......... PROJECT RECORD DOCUMENTS.........................................................................................4 DIVISION 2 — SITE CONSTRUCTION 02200 .........EARTHWORK........................................................................................................................... 8 02514 ......... CONCRETE CURBS, WALKS AND PAVING............................................................ DIVISION 3 — CONCRETE 03300 ......... CONCRETE WORK..................................................................................................................15 DIVISION 4 — MASONRY NOT APPLICABLE DIVISION 5 — METALS 05120 ......... STRUCTURAL STEEL.............................................................................................................8 05400......... COLD -FORMED METAL FRAMING ................................................................................5 05500......... METAL FABRICATION...........................................................................................................4 DIVISION 6 — WOOD AND PLASTICS 06100......... ROUGH CARPENTRY..............................................................................................................4 06402 ......... INTERIOR ARCHITECTURAL WOODWORK......................................................................7 DIVISION 7 — THERMAL AND MOISTURE PROTECTION 07210......... BUILDING INSULATION........................................................................................................3 07920......... JOINT SEALANTS.................................................................................................................... I I DIVISION 8—DOORS AND WINDOWS 08111 ......... STANDARD STEEL DOORS AND FRAMES .........................................................................7 08211 ......... FLUSH WOOD DOORS............................................................................................................5 08411......... ALUMIZgUM-FRAMED ENTRANCES AND STOREFRONTS.............................................8 08710 .........DOOR HARDWARE.................................................................................................................6 08800 ......... GLAZING...................................................................................................................................7 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 - - TABLE OF CONTENTS - 2 DIVISION 9 - FINISHES 09111 ......... NON -LOAD BEARING STEEL FRAMING ............................... 09250 ......... GYPSUM BOARD........................................................................ 09511 ......... ACOUSTIC PANEL CEILINGS .................................................. 09651 ......... RESILIENT FLOOR TILE............................................................ 09912 .........PAINTING..................................................................................... 09931 ......... WOOD STAINS AND TRANSPARENT FINISHES .................. 09999 ......... MATERIAL / FINISH SCHEDULE ............................................. ............................................3 ............................................ 5 ............................................5 ............................................3 ............................................6 ............................................4 ............................................2 DIVISION 10 - SPECIALTIES 10520 .........FIRE -PROTECTION SPECIALTIES........................................................................................6 10801 ......... TOILET AND BATH ACCESSORIES.....................................................................................3 DMSION 13 - SPECIAL CONSTRUCTION 13125 .........METAL BUILDING SYSTEMS...............................................................................................18 DIVISION 15 - MECHANICAL 15010 ......... GENERAL MECHANICAL PROVISIONS..............................................................................7 15 020 ......... TESTING....................................................................................................................................1 15060 .........PIPING........................................................................................................................................3 15250 .........INSULATION............................................................................................................................2 15400 .........PLUMBING................................................................................................................................2 15650 ......... AIR CONDITIONING...............................................................................................................2 15804 ......... VENTILATING..........................................................................................................................1 15840 ......... DUCTWORK. .............................................................................:...............................................2 DIVISION 16 - ELECTRICAL 16010 .........GENERAL PROVISIONS FOR ELECTRICAL.......................................................................6 16050 ......... BASIC ELECTRICAL MATERIALS AND METHODS..........................................................4 16060 .........GROUNDING AND BONDING...............................................................................................5 16072 ......... ELECTRICAL SUPPORTS.......................................................................................................7 16075 .........ELECTRICAL IDENTIFICATION...........................................................................................6 16120 ......... CONDUCTORS AND CABLES...............................................................................................6 16130 ......... RACEWAYS AND BOXES......................................................................................................11 16140 ......... WIRING DEVICES....................................................................................................................6 16145 ......... LIGHTING CONTROL DEVICES............................................................................................5 15410 ......... ENCLOSED SWITCHES AND CIRCUIT BREAKERS..........................................................6 16442 ......... PANELBOARDS .......................................................................................................................8 16511 ......... INERIOR LIGHTING................................................................................................................9 CITY OF LUBBOCK - LAND APPLICATION OFFICE 01100 - 1 CDG 21108 SUMMARY gr SECTION 01100 - SUMMARY PART 1 _'GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Owner -furnished products. 4. Specification formats and conventions. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Land Application Office 1. Project Location: 4602 East 19'h Street, Lubbock, Texas B. Owner: City of Lubbock 1. Owner's Representative: W. George Lisenbe C. Architect: Condray Design Group, Inc., 1402 Avenue N, Lubbock, Texas D. The Work consists of the following: 1. The Work includes construction of a new pre-engineered metal building with poured -in -place concrete foundations and slab -on -grade. Building exterior will be pre -finished metal wall panels, standing seam metal roof, pre -finished metal gutter and downspout system, and aluminum storefront windows. Interior will include offices, reception area, kitchen, conference area, and restrooms. Interior construction will include metal studs, insulation, drywall, lay -in acoustical ceilings, millwork, doors and hardware, painting, and floor finishes. New HVAC, plumbing, electrical power and lighting, and communications systems are required. The existing facility will remain occupied and operational during the entire course of construction. Subsequent demolition of the existing building and installation of a new gravel drive and parking area will be by the Owner. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01100 - 2 SUMMARY 1.4 TYPE OF CONTRACT A. Project will be constructed under a singleprime contract. 1.5 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16-division format and CSI/CSC's "Master Format" numbering system. 1. Section Identification: The Specifications use Section numbers and titles to help cross-referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete because all available Section numbers are not used. Consult the table of contents at the beginning of the Project Manual to determine numbers and names of Sections in the Contract Documents. 2. Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terns, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. , Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01100 CITY OF LUBBOCK — LAND APPLICATION OFFICE 01230 - 1 C„ CDG 21108 ALTERNATES SECTION 01230 - ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1�=Qa"[f tceMW A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if Owner decides to .accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. I. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. I. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 2 - PRODUCTS (Not Used) CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 PART 3 - EXECUTION 01230 - 2 ALTERNATES 3.1 SCHEDULE OF ALTERNATES A. Alternate One: Deduct the covered porch indicated on the west side of the building. Continue gutter and downspouts along the west face of the building in its place. Provide concrete porch slab where shown, but without footings and grade beams indicated to support porch structure. B. Alternate Two: Deduct the portion of sidewalk indicated on the Site Plan, 28/SPI. END OF SECTION 01230 CITY OF LUBBOCK - LAND APPLICATION OFFICE 01250 - 1 CDG 21108 CONTRACT MODIFICATION PROCEDURES SECTION 01250 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Division 1 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award. 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.4 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by Architect are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within seven (7) days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor -Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to Architect. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01250 - 2 CDG 21108 CONTRACT MODIFICATION PROCEDURES 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Product Requirements" if the proposed change requires substitution of one product or system for product or system specified. C. Proposal Request Form: Use AIA Document G709 for Proposal Requests. 1.5 ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, base each Change Order proposal on the difference between purchase amount and the allowance, multiplied by final measurement of work -in - place. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the Purchase Order amount or Contractor's handling, labor, installation, overhead, and profit. Submit claims within seven (7) days of receipt of the Change Order or Construction Change Directive authorizing work to proceed. Owner will reject claims submitted later than twenty-one (21) days after such authorization. 1.6 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.7 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on ALA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01250 l 01250 - 3 CONTRACT MODIFICATION PROCEDURES CITY OF LUBBOCK - LAND APPLICATION OFFICE 01290 - 1 CDG 21108 PAYMENT PROCEDURES SECTION 01290 - PAYMENT PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS LL' A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Sections include the following: 1. Division 1 Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Division 1 Section "Construction Progress Documentation" for administrative requirements governing preparation and submittal of Contractor's Construction Schedule and Submittals Schedule. 1.3 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including the following: a. Application for Payment forms with Continuation Sheets. b. Submittals Schedule. C. Contractor's Construction Schedule. 2. Submit the Schedule of Values to Architect at earliest possible date but no later than twenty-one days before the date scheduled for submittal of initial Applications for Payment. 3. Subschedules: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values correlated with each phase of payment. B. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of Architect. C. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Submit draft of AIA Document G703 Continuation Sheets. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01290 - 2 CDG 21108 PAYMENT PROCEDURES 3. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Change Orders (numbers) that affect value. d. Dollar value. 1) Percentage of the Contract Sum to nearest one -hundredth percent, adjusted to total 100 percent. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on -site and items stored off -site. If specified, include evidence of insurance or bonded warehousing. 7. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 8. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work -in - place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at Contractor's option. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.4 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: Progress payments shall be submitted to Architect by the 25 h day of the month. The period covered by each Application for Payment is one month, ending on the last day of the month. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01290 - 3 CDG 21108 PAYMENT PROCEDURES 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. F. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Products list. 5. Submittals Schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. Copies of building permits. 8. Certificates of insurance and insurance policies. 9. Performance and payment bonds. G. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. H. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Updated final statement, accounting for final changes to the Contract Sum. 3. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 4. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 5. AIA Document G707, "Consent of Surety to Final Payment." 6. Evidence that claims have been settled. 7. Final, liquidated damages settlement statement. 1.5 OFF -SITE STORAGE: With prior approval by the Owner and in the event Contractor elects to store materials at an off -site location, abide by the following conditions, unless otherwise agreed to in writing by the Owner. A. Store materials in a Bonded Commercial Warehouse. B. Provide separate Insurance Coverage adequate not only to cover materials while in storage, but also in transit from the off -site storage areas to the project site. Copies of duly authenticated Certificates of CITY OF LUBBOCK - LAND APPLICATION OFFICE 01290 - 4 CDG 21108 PAYMPNT PROCEDURES Insurance, made out to insure the Owner which is signatory to the contract, must be filed with the Owner's representative. C. Inspection by Owner's representative is allowed at any time. The Owner's Inspectors must be satisfied ' with the security, control, maintenance, and preservation measures. D. Materials for this project are physically separated and marked for the project in a sectioned -off area. Only materials which have been approved through the submittal process are to be considered for payment. E. Owner reserves the right to reject materials at any time prior to final acceptance of the complete Contract if they do not meet Contract requirements regardless of any previous progress payment made. F. With each monthly payment estimate, submit a report to the Architect listing the quantities of materials already paid for and still stored in the off -site location. G. Make warehouse records, receipts and invoices available to Owner's representatives, upon request, to verify the quantities and their disposition. H. In the event of Contract termination or default by Contractor, the items in storage off -site, upon which payment has been made, will be promptly tamed over to Owner or Owner's agents at a location near the jobsite as directed by the Owner. The full provisions of Performance and Payment Bonds on this project cover the materials off -site in every respect as though they were stored on the Project Site. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01290 4 CITY OF LUBBOCK - LAND APPLICATION OFFICE 01310 - 1 CDG 21108 PROJECT MANAGEMENT AND COORDINATION SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION _ PART 1 - GENERAL - 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. 4. Requests for Interpretation (RFIs). B. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for preparing and submitting Contractor's Construction Schedule. 2. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 3. Division 1 Section "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for I-- z;Y�;:stallation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01310 - 2 ,A CDG 21108 PROJECT MANAGEMENT AND COORDINATION Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 9. Project closeout activities. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination• Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate required installation sequences. C. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-1 2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit eight (8) opaque copies of each submittal. Architect will return four (4) copies. a. Submit ten (10) copies where Coordination Drawings are required for operation and maintenance manuals. Architect will retain four (4) copies; remainder will be returned. Mark up and retain two returned copy as a Project Record Drawing. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. B. Key Personnel Names: Within seven (7) days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01310 - 3 CDG 21108 PROJECT MANAGEMENT AND COORDINATION 1.6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, t of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and'Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Preparation of Record Documents. 1. Use of the premises and existing building. In. Work restrictions. n. Owner's occupancy requirements. o. Responsibility for temporary facilities and controls. P. Construction waste management and recycling. q. Parking availability. r. Office, work, and storage areas. S. Progress cleaning. t. Working hours. 3. Minutes: Record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01310 - 4 CDG 21108 PROJECT MANAGEMENT AND COORDINATION 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that -- have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Options. b. Related RFIs. C. Related Change Orders. d. Deliveries. e. Submittals. f. Review of mockups. g. Possible conflicts. h. Compatibility problems. i. Time schedules. j. Weather limitations. k. Manufacturer's written recommendations. 1. Warranty requirements. To. Compatibility of materials. n. Acceptability of substrates. o. Temporary facilities and controls. P. Space and access limitations. q. Regulations of authorities having jurisdiction. r. Testing and inspecting requirements. S. Installation procedures. t. Coordination with other work. U. Protection of adjacent work. V. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: Conduct progress meetings at biweekly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01310 - 5 CDG 21108 PROJECT MANAGEMENT AND COORDINATION 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off -site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Progress cleaning. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 17) Pending claims and disputes. 18) Documentation of information for payment requests. 3. Minutes: Record the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. 1.8 REQUESTS FOR INTERPRETATION (RFIs) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. 1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Architect. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. � _y CITY OF LUBBOCK - LAND APPLICATION OFFICE 01310 - 6 CDG 21108 PROJECT MANAGEMENT AND COORDINATION 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. a. Supplementary drawings prepared by Contractor sliall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. C. Hard -Copy RFIs: CSI Form 13.2A. 1. Identify each page of attachments with the RFI number and sequential page number. D. Architect's Action: Architect will review each RFI, determine action required, and return it. Allow seven working days for Architect's response for each RFI. RFIs received after 1:00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Architect's actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. Architect's action may include a request for additional information, in which case Architect's time for response will start again. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 1 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within seven (7) days of receipt of the RFI response. E. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. F. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Use CSI Log Form 13.2B. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01310 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 SECTION 01330 - SUBMITTAL PROCEDURES PART 1- GENERAL 1.1 RELATED DOCUMENTS 01330 - 1 SUBMITTAL PROCEDURES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment and the Schedule of Values. 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. 3. Division 1 Section "Quality Requirements" for submitting test and inspection reports and for mockup requirements. 4. Division 1 Section "Closeout Procedures" for submitting warranties. 5. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 6. Divisions 2 through 16 Sections for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Architect for Contractor's use in preparing submittals except as follows: 1. Single layer background screens of the architectural floor plan or rcp will be available in electronic format. Cost for each file is $35.00. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01330 - 2 $; CDG 21108 SUBMITTAL PROCEDURES a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. 4. Sequential Review: Where sequential review of submittals by Architect's consultants, Owner, or other parties is indicated, allow 21 days for initial review of each submittal. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Contractor. d. Name and address of subcontractor. e. Name and address of supplier. f. Name of manufacturer. g. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.0l.A). h. Number and title of appropriate Specification Section. i. Drawing number and detail references, as appropriate. j. Location(s) where product is to be installed, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise specifically identify deviations from the Contract Documents on submittals. G. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. � ! } 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01330 - 3 CDG 21108 SUBMITTAL PROCEDURES 2. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. t Transmit each submittal using a transmittal form. Architect will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form: Use AIA Document G810. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. I. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "Approved or No Exceptions Taken." 1. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. K. Use for Construction: Use only final submittals with mark indicating "Approved or No Exceptions Taken" taken by Architect. PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mall reports. j. Standard product operation and maintenance manuals. k. Compliance with specified referenced standards. 1. Testing by recognized testing agency. M. Application of testing agency labels and seals. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 n. Notation of coordination requirements. 01330 - 4 SUBMITTAL PROCEDURES 4. Submit Product Data before or concurrent with Samples. 5. Number of Copies: Submit eight (8) copies of Product Data, unless otherwise indicated. Architect will return four (4) copies. Mark up and retain one returned copy as a Project Record Document. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Schedules. h. Design calculations. i. Compliance with specified standards. j. Notation of coordination requirements. k. Notation of dimensions established by field measurement. 1. Relationship to adjoining construction clearly indicated. In. Seal and signature of professional engineer if specified. n. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit eight (8) opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit eight (8) copies where copies are required for operation and maintenance manuals. Architect will retain four (4) copies; remainder will be returned. Mark up and retain two returned copies as a Project Record Drawing. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 OI330 - 5 SUBMITTAL PROCEDURES 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit two full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product Me. Architect will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule or List: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Location within room or space. 4. Number of Copies: Submit four copies of product schedule or list, unless otherwise indicated. Architect will return two copies. a. Mark up and retain one returned copy as a Project Record Document. F. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." G. Application for Payment: Comply with requirements specified in Division 1 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 1 Section "Payment Procedures." I. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Use CSI Form 1.5A. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 4. Number of Copies: Submit four copies of subcontractor list, unless otherwise indicated. Architect will return two copies. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01330 - 8 CDC 21108 SUBMITTAL PROCEDURES 11 T. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of J deductibles, if any, and term of the coverage. PART 3-EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken. C. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 s CITY OF LUBBOCK - LAND APPLICATION OFFICE 01400 - 1 CDG 21108 QUALITY REQUIREMENTS SECTION 01400 - QUALITY REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS ,i A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY j A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality -assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full-size, physical assemblies that are constructed on -site. Mockups are used to verify selections made under sample submittals, to demonstrate aesthetic effects and, where indicated, qualities of materials and execution, and to review construction, coordination, testing, or operation; they are not Samples. Approved mockups establish the standard by which the Work will be judged. D. Laboratory Mockups: Full-size, physical assemblies that are constructed at testing facility to verify performance characteristics. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01400 - 2 QUALITY REQUIREMENTS E. Preconstruction Testing: Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. F. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards. G. Source Quality -Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. H. Field Quality -Control Testing: Tests and inspections that are performed on -site for installation of the Work and for completed Work. I. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. J. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Using a term such as 'carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. K. Experienced: When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. General: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection ofthe testing agency by a recognized authority. B. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Description of test and inspection. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01400 - 3 CDG 21108 QUALITY REQUIREMENTS 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. i 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. C. Reports: Prepare and submit certified written reports that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. --- 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12, Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of pennits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.6 QUALITY ASSURANCE A. General: Qualifications paragraphs in this Article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. C. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 548; and CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01400 - 4 QUALITY REQUIREMENTS with additional qualifications specified in individual Sections; and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. G. Factory -Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. H. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re -review of each mockup. 5. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 6. Demolish and remove mockups when directed, unless otherwise indicated. 1.7 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services 'are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made from testing and inspecting allowances, as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. B. Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Unless otherwise indicated, provide quality -control services specified and those required by authorities having jurisdiction. Perform quality -control services required of Contractor by authorities having jurisdiction, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality -control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality -control service. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01400 - 5 ` CDG 21108 QUALITY REQUIREMENTS 4. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. _ _..._ ._ C. Manufacturer's Field Services: Where indicated, engage a factory -authorized service representative to inspect field -assembled components and equipment installation, including service connections. Report results in writing as specified in Division 1 Section "Submittal Procedures." D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in -situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality - control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality -assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. H. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for the Notice to Proceed. Distribution: Distribute schedule to Owner, Architect, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 01400-6 a QUALITY REQUIREMENTS i_ 3.1 TEST AND INSPECTION LOG A. Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes._t 1. Provide materials and comply with installation requirements specified in other Specification Sections. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 R CITY OF LUBBOCK - LAND APPLICATION OFFICE 01500 - 1 CDG 21108 TEMPORARY FACILITIES AND CONTROLS SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL - 1.1 RELATED DOCUMENTS 1_ A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities. 1.3 DEFINITIONS A. Permanent Enclosure: As determined by Architect, permanent or temporary roofing is complete, insulated, and weathertight; exterior walls are insulated and weathertight; and all openings are closed with permanent construction or substantial temporary closures. 1.4 USE CHARGES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, occupants of Project, testing agencies, and authorities having jurisdiction. B. Water Service: Pay water service use charges for water used by all entities for construction operations. C. Electric Power Service: Pa electric power service use charges for electricity used b all entities for Y P g tY Y construction operations. 1.5 SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. 1.6 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.7 t. , PROJECT CONDITIONS CITY OF LUBBOCK - LAND APPLICATION OFFICE 01500 - 2 CDG 21108 TEMPORARY FACILITIES AND CONTROLS A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction__s facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Common -Use Field Office: Of sufficient size to accommodate needs of construction personnel. Keep office clean and orderly. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 2.2 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: .Unless Owner authorizes use of permanent HVAC system, provide vented, self- contained, liquid -propane -gas or fuel -oil heaters with individual space thermostatic control. 1. 'Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return air grille in system and remove at end of construction. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01500 - 3 CDG 21108 TEMPORARY FACILITIES AND CONTROLS B. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. C. Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. D. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Connect temporary service to Owner's existing power source, as directed by Owner. E. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. F. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. 1. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Architect's office. e. Engineers' offices. f. Owner's office. g. Principal subcontractors' field and home offices. 2. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feet of building lines. Comply with NFPA 241. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire -fighting equipment and access to fire hydrants. C. Project Identification and Temporary Signs: Provide Project identification and other signs. Install signs where required to inform public and individuals seeking entrance to Project. Unauthorized signs are not permitted. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01500 - 4 CDG 21108 TEMPORARY FACILITIES AND CONTROLS 1. Provide temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. D. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle 1. waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Division 1 Section 'Execution Requirements" for progress cleaning requirements. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil -bearing water runoff and airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. 1. Inspect, repair, and maintain erosion- and sedimentation -control measures during construction until permanent vegetation has been established. rif B. Stormwater Control: Comply with authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. C. Pest Control: Engage pest -control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Obtain extended warranty for Owner. Perform control operations lawfully, using environmentally safe materials. D. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. E. Temporary Fire Protection: Install and maintain temporary fire -protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241. 1. Prohibit smoking in construction areas. 2. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire -prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 4. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign stating that hoses are for fire -protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. l� ......_.._...... ___..-..... .............. _ .... . CITY OF LUBBOCK - LAND APPLICATION OFFICE 01500 - 5 1 CDG 21108 TEMPORARY FACILITIES AND CONTROLS D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary faciiity. Repair damaged Wor1C, cieaQ 'eXPOse(i surfaces, and repla0e _. construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2 At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division I Section "Closeout _.... Procedures." END OF SECTION 01500 CITY OF LUBBOCK - LAND APPLICATION OFFICE C CDG 21108 SECTION 01600 - PRODUCT REQUIREMENTS r PART 1-GENERAL 1.1 RELATED DOCUMENTS 01600 - 1 PRODUCT REQUIREMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for submitting warranties for Contract closeout. 2. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.3 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 2. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution,'to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. C. Basis -of -Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. 1.4 SUBMITTALS CITY OF LUBBOCK - LAND APPLICATION OFFICE 01600 - 2 CDG 21108 PRODUCT REQUIREMENTS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1 A. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications indicated. 1. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated. B. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 1 Section "Submittal Procedures." CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01600 - 3 PRODUCT REQUIREMENTS b. Use product specified if Architect cannot make a decision on use of a comparable product request within time allocated. C. Basis -of -Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature,, humidity, ventilation, and weather -protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. S. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01600 - 4 CDG 21108 PRODUCT REQUIREMENTS 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 1 Section "Closeout Procedures." PART 2-PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the tens "match sample," sample to be matched is Architect's. 6. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 7. Or Equal: Where products are specified by name and accompanied by the term "or equal" or "or approved equal" or "or approved," comply with provisions in Part 2 "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that complies with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01600 - 5 CDG 21108 PRODUCT REQUIREMENTS Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 7. Basis -of -Design Product: Where Specifications name a product and include a list of manufacturers, provide the specified product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 2.2 PRODUCT SUBSTITUTIONS A. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 2.3 COMPARABLE PRODUCTS A. Conditions: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION 01600 ( CITY OF LUBBOCK - LAND APPLICATION OFFICE 01700 - 1 i CDG 21108 EXECUTION REQUIREMENTS SECTION 01700 - EXECUTION REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS i A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. .' 2. General installation of products. 3. Coordination of Owner -installed products. 4. Progress cleaning. 5. Protection of installed construction. 6. Correction of the Work. B. Related Sections include the following: f 1. Division 1 Section "Project Management and Coordination" for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section "Submittal Procedures" for submitting surveys. 3. Division 1 Section "Cutting and Patching" for procedural requirements for cutting and patching necessary for the installation or performance of other components of the Work. 4. Division 1 Section "Closeout Procedures" for submitting fmal property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 1.3 SUBMITTALS A. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. 1. Before construction, verify the location and points of connection of utility services. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01700 - 2 CDG 21108 EXECUTION REQUIREMENTS B. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: a. Description of the Work. b. List of detrimental conditions, including substrates. C. List of unacceptable installation tolerances. d. Recommended corrections. 2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 3. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 4. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Architect. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. Submit requests on CSI Form 13.2A, 'Request for Interpretation." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect promptly. 3.4 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01700 - 3 EXECUTION REQUIREMENTS 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3.. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of 8 feet in spaces without a suspended ceiling. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. H Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. x I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.5 OWNER -INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction forces. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction forces. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction forces at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction forces if portions of the Work depend on Owner's construction. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01700 - 4 CDG 21108 EXECUTION REQUIREMENTS 3.6 PROGRESS CLEANING A. General Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for Joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Burying or burning waste materials on -site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01700 - 5 CDG 21108 EXECUTION REQUIREMENTS 3.8 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 1 Section "Cu4ting and Patching." 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 01700 0 (, CITY OF LUBBOCK - LAND APPLICATION OFFICE 01770 - 1 CDG 21108 CLOSEOUT PROCEDURES SECTION 01770 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Division 1 Section "Execution Requirements" for progress cleaning of Project site. 3. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 4. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Complete startup testing of systems. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 10. Complete final cleaning requirements, including touchup painting. 11. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01770 - 2 CDG 21108 CLOSEOUT PROCEDURES B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect ^` will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit -a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A. 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Contractor. d. Page number. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01770 - 3 CDG 21108 CLOSEOUT PROCEDURES B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated } portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. ~ C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by- 11 -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Remove snow and ice to provide safe access to building. C. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. f. Remove debris and surface dust from limited access spaces, including roofs, plenums, attics, and similar spaces. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01770 - 4 CDG 21108 CLOSEOUT PROCEDURES g. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. h. Clean_ trans parent materials, including glass in doors and windows. i. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. j. Replace parts subject to unusual operating conditions. k. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 SECTION 01731 - CUTTING AND PATCHING PART 1 - GENERAL 01731 --1 CUTTING AND PATCHING 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for cutting and patching. B. Related Sections include the following: 1. Division 1 Section "Selective Demolition" for demolition of selected portions of the building. 2. Divisions 2 through 16 Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 1.3 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.4 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval -to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure. 7. Architect's Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01731 - 2 CUTTING AND PATCHING 1.5 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements in a manner that could change their load - carrying capacity or load -deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operating elements include the following: 1. Primary operational systems and equipment. 2. Air or smoke barriers. 3. Fire -suppression systems. 4. Mechanical systems piping and ducts. 5. Control systems. 6. Communication systems. 7. Conveying systems. 8. Electrical wiring systems. 9. Operating systems of special construction in Division 13 Sections. C. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 1. Water, moisture, or vapor barriers. 2. Membranes and flashings. 3. Exterior curtain -wall construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise- and vibration -control elements and systems. D. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in -place materials. PART 3 - EXECUTION 3.1 EXAMINATION CITY OF LUBBOCK - LAND APPLICATION OFFICE 01731 - 3 CDG 21108 CUTTING AND PATCHING A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibilitywith and suitability of substrates, including compatibility with in -place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to minimize interruption to occupied areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 01731 - 4 CUTTING AND PATCHING 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even -plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION 01731 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 P SECTION 01781 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 01781 - 1 PROJECT RECORD DOCUMENTS 1A RELATED DOCUMENTS _ A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, _ including the following: 1. Record Drawings. 2. Record Specifications. ` 3. Record Product Data. 4. Record Material Data & Safety Sheets. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures. 2. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the B Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two set(s) of marked -up Record Prints. B. Record Specifications: Submit two of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit two of each Product Data submittal. 1. Where Record Product Data is required as part of operation and maintenance manuals, submit marked -up Product Data as an insert in manual instead of submittal as Record Product Data. D. Material Data & Safety Sheets: Submit two of each Material Data & Safety Sheets binders. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop ' Drawings. CITY OF LUBBOCK - LAND APPLICATION OFFICE 01781 - 2 CDG 21108 PROJECT RECORD DOCUMENTS 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that 5' shown originally. Require individual or entity who obtained record data, whether individual or entity is -Installer, subcontractor, or similar entity, to prepare.the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Revisions to routing of piping and conduits. d. Revisions to electrical circuitry. e. Actual equipment locations. f. Duct size and routing. g. Locations of concealed internal utilities. h. Changes made by Change Order or Construction Change Directive. i. Changes made following Architect's written orders. j. Details not on the original Contract Drawings. k. Field records for variable and concealed conditions. I. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross- reference on the Contract Drawings. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Transparencies: Immediately before inspection for Certificate of Substantial Completion, review marked -up Record Prints with Architect. When authorized, prepare a full set of corrected transparencies of the Contract Drawings and Shop Drawings. 1. Incorporate changes and additional information previously marked on Record Prints. Erase, redraw, and add details and notations where applicable. 2. Refer instances of uncertainty to Architect for resolution. 3. Print the Contract Drawings and Shop Drawings for use as Record Transparencies. Architect will make the Contract Drawings available to Contractor's print shop. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architect for proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. 7 CITY OF LUBBOCK - LAND APPLICATION OFFICE 01781 - 3 CDG 21108 PROJECT RECORD DOCUMENTS D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. I. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube -type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Identification: As follows: a. Project name. b. Date. C. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. 5. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. 2.5 MATERIAL SAFETY & DATA SHEETS (MSDS) CITY OF LUBBOCK - LAND APPLICATION OFFICE 01781 - 4 CDG 21108 PROJECT RECORD DOCUMENTS A. Material Safety and Data Sheets for ALL products incorporated into the Project are to be provided at the end of the Work. 1. Organize data by Project Manual Section Designations. Bind and index data in heavy-duty, 3- ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, with pocket inside the covers to receive folded oversized sheets 2. Include on each sheet a description of where the product was utilized. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION 01781 CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 -1 CDG 21108 EARTH WORK SECTION 02200 - EARTH WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. The extent of earthwork is shown on drawings. B. Preparation of subgrade for building slabs, walks, and pavements is included as part of this work. C. Backfilling of trenches within building lines is included as part of this work. D. Sand leveling fill under building slabs is included as part of this work. 1.03 QUALITY ASSURANCE A. Codes and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. B. Testing and Inspection Service 1. Architect/Engineer will select and engage a soil testing and inspection service for quality control testing during earthwork operations. All the testing expenses are to be paid by the Contractor. The testing laboratory shall comply with the requirements of ASTM D3740, Evaluation of Agencies Engaged in Testing and/or Inspection of Soil or Rock Used In Engineering Design and Construction. 1.04 SUBMITTALS A. Test Reports: Submit following reports directly to Architect from the testing services, with copies to Contractor and Engineer. 1. Test reports on existing or borrow material for each type of soil encountered. a. Atterberg Limits b. Linear Shrinkage c. Optimum moisture/maximum dry density curve 2. Field density test reports of subgrades and compacted fills. Reports shall indicate soil type or change of soil if any other is used. 3. Verification of each footing subgrade. 4. Report of actual unconfined compressive strength and/or results of bearing tests of each strata tested. 1.05 JOB CONDITIONS A. Site Information 1. A subsurface soils investigation at the site has been made. Logs of borings and test data are available for Contractor's information and for his interpretation as to soil and water conditions that may be encountered at the site. CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 - 2 CDG 21108 EARTH WORK 2. Data on indicated subsurface conditions are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that the Owner will not be responsible for interpretations or conclusions drawn therefrom by the Contractor. Data are made available for the convenience of the Contractor. 3. Additional test borings and other exploratory operations may be made by Contractor at no cost to Owner. B. Existing Utilities: Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. 2. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, except when permitted in writing by Architect and then only after acceptable temporary utility services have been provided. C. Use of Explosives: The use of explosives is not permitted. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. 1. Operate warning lights as recommended by authorities having jurisdiction. 2. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. PART 2 - PRODUCTS 2.01 SOIL MATERIALS A. Satisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups GW, GP, GM, GC, SC, CL, SM, SW and SP. B. Unsatisfactory soil materials are defined as those complying with ASTM D 2487 soil classification groups CH, MI, MH, OL, OH, and PT. C. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, crushed slag, natural or crushed sand. D. Drainage Fill: Washed, evenly graded mixture of crushed stone, or crushed or uncrushed gravel with 100% passing a 1 1/2" sieve and not more than 5% passing a No. 4 sieve. E. Sand Leveling Fill: Clean, sound, durable, mineral fill material free of organic matter, with a plasticity index (PI) less than 8. F. Topsoil shall be fertile, natural soil of loamy character, free of clay lumps, stones and debris. 10, G. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. Fill materials shall have a liquid limit not more than 35and the plasticity index shall be between 7 and 15. L. CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 - 3 CDG 21108 EARTH WORK PART 3 - EXECUTION 3.01 EXCAVATION A. Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. B. Earth excavation includes removal and disposal of pavements and other obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification indicated in data on subsurface conditions, and other materials encountered that are not classified as rock excavation or unauthorized excavation. C. Excavation Classifications: The following classifications of excavation will be made when unanticipated rock excavation is encountered in work. Do not perform such work until material to be excavated has been cross -sectioned and classified by Architect. Such excavation will be paid on basis on contract conditions relative to changes in work. D. Unauthorized excavation consists of removal of materials beyond indicated subgrade elevations or dimensions without specific direction of Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be at Contractor's expense. E. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Lean concrete fill may be used to bring elevations to proper position, when acceptable to Architect. F. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classification, unless otherwise directed by Architect. G. Additional Excavation: When excavation has reached required subgrade elevations, notify Architect who will make an inspection of conditions. 1. If unsuitable bearing materials are encountered at required subgrade elevations, carry excavations deeper and replace excavated material as directed by Architect. 2. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work. H. Stability of Excavations 1. Slope sides of excavations to comply with local codes and ordinances having jurisdiction. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. 2. Maintain sides and slopes of excavations in safe condition until completion of backfilling. I. Shoring and Bracing 1. Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and cross -braces, in good serviceable condition. 2. Establish requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. 3. Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. J. Dewatering: Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 - 4 CDG 21108 EARTH WORK 1. Do not allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. 2. Convey water removed from excavations and rain water to collecting or run-off areas. Establish and maintain temporary drainage ditches and other diversions outside excavation limits for each structure. Do not use trench excavations as temporary drainage ditches. K. Material Storage: Stockpile satisfactory excavated materials where directed, until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. 1. Locate and retain soil materials away from edge of excavations. 2. Dispose of excess soil material and waste materials as herein specified. L. Excavation for Structures 1. Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 foot, and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of services, other construction, and for inspection. 2. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavate by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive other work. M. Excavation for Pavements: Cut surface under pavements to comply with cross -sections, elevations and grades as shown. N. Excavation for Trenches 1. Dig trenches to the uniform width required for particular item to be installed, sufficiently wide to provide ample working room. 2. Excavate trenches to depth indicated or required. Carry depth of trenches for piping to establish indicated flow lines and invert elevations. Beyond building perimeter, keep bottoms of trenches sufficiently below finish grade to avoid freeze -ups. 3. Where rock is encountered, carry excavation 6" below required elevation and backfill with a 6" layer of crushed stone or gravel prior to installation of pipe. 4. Grade bottoms of trenches as indicated, notching under pipe bells to provide solid bearing for entire body of pipe. 5. Backfill trenches with lean concrete where trench excavations pass within 18" of column or wall footings and which are carried below bottom of such footings, or which pass under wall footings. Place concrete to level of bottom of adjacent footings. 6. Concrete is specified in Division 3. 7. Do not backfill trenches until tests and inspections have been made and backfilling authorized by Architect. Use care in backfilling to avoid damage or displacement of pipe systems. O. Cold Weather Protection: Protect excavation bottoms against freezing when atmospheric temperature is less than 35 degrees F. (1 degree C.) 3.02 COMPACTION A. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. B. Percentage of Minimum Density Requirements: Compact soil to not less than the following percentages of CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 - 5 CDG 21108 EARTHWORK maximum dry density for soils which exhibit a well-defined moisture -density relationship determined in accordance with ASTM D 698 (Standard Proctor). 1. Structures: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density. 2. Building Slabs and Steps: Compact top 12" of subgrade and each layer of backfill or fill material at 95% maximum dry density. 3. Lawn or Unpaved Areas: Compact top 6" of subgrade and each layer of backfill or fill material at 90% maximum dry density. 4. Walkways: Compact top 6" of subgrade and each layer of backfill or fill materials at 95% maximum dry density. 5. Pavements: Compact top 6" of subgrade and each layer of backfill or fill material at 95% maximum dry density. C. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of subgrade, or layer of soil material, to prevent free water appearing on surface during or subsequent to compaction operations. 1. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 2. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing or pulverizing until moisture content is reduced to a satisfactory value. 3.03 BACKFILL AND FILL A. General: Place acceptable soil material in layers to required subgrade elevations, for each area classification listed below. 1. In excavations, use satisfactory excavated or borrow material. 2. Under grassed areas, use satisfactory excavated or borrow material. 3. Under walks and pavements, use subbase materials, or satisfactory excavated or borrow material, or combination of both. 4. Under steps, use subbase material. 5. Under building slabs, use satisfactory borrow material plus sand leveling fill. B. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance of construction below finish grade including, where applicable, dampproofmg, waterproofing, and perimeter insulation. 2. Inspection, testing, approval, and recording locations of underground utilities. 3. Removal of concrete formwork. 4. Removal of trash and debris. 5. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut off temporary sheet piling driven below bottom of structures and remove in manner to prevent settlement of the structure or utilities, or leave in place if required. 6. Permanent or temporary horizontal bracing is in place on horizontally supported walls. C. Ground Surface Preparation 1. Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow, strip, or break-up so that fill material will bond with existing surface. 7 CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 - 6 _ CDG 21108 EARTH WORK 2. When existing ground surface has a density less than that specified under "Compaction" for particular area classification, break up ground surface, pulverize, moisture -condition to optimum moisture content, and compact to required depth and percentage of maximum density. D. Placement and Compaction 1. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 2. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to required percentage of maximum dry density or relative dry density for each area classification. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 3. Place backfill and fill materials evenly adjacent to structures, to required elevations. Take care to prevent wedging action of backfill against structures by carrying material uniformly around structure to approximately same elevation in each lift. 4. Sand leveling fill should be damp and compacted prior to placing fresh concrete. 3.04 GRADING A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades. B. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away from structures and to prevent ponding. C. Finish surfaces free from irregular surface changes, and as follows: 1. Lawn or Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10 foot above or below required subgrade elevations. 2. Walks: Shape surface of areas under walks to line, grade and cross-section, with finish surface not more than 0.10 foot above or below required subgrade elevation. 3. Pavements: Shape surface of areas under pavement to line, grade and cross-section, with finish surface not more than 1/2" above or below required subgrade elevation. D. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2" when tested with a 10 foot straightedge. E. Compaction: After grading, compact subgrade surfaces to the depth and percentage of maximum density for each area classification. 3.05 PAVEMENT SUBBASE COURSE A. General: Subbase course consists of placing subbase materials, in layers of specified thickness, over subgrade surface to support a pavement base course. B. See other Division 2 sections for paving specifications. C. Grade Control: During construction, maintain lines and grades including crown and cross -slope of subbase course. D. Shoulders: Place shoulders along edges of subbase course to prevent lateral movement. Construction shoulders CITY OF LUBBOCK - LAND APPLICATION OFFICE 02200 - 7 CDG 21108 EARTH WORK of acceptable solid materials, placed in such quantity to compact to thickness of each subbase course layer. Compact and roll at least a 12" width of shoulder simultaneously with compacting and rolling of each layer of subbase course. E. Placing: Place subbase course material on prepared subgrade in layers of uniform thickness, conforming to indicated cross-section and thickness. Maintain optimum moisture content for compacting subbase material during placement operations. F. When a compacted subbase course is shown to be 6" thick or less, place material in a single layer. When shown to be more than 6" thick, place material in equal layers, except no single layer more than 6" or less than 3" in thickness when compacted. 3.06 BUILDING SLAB DRAINAGE COURSE A. General: Drainage course consists of placement of drainage fill material, in layers of indicated thickness, over subgrade surface to support concrete building slabs. B. Placing: Place drainage fill material on prepared subgrade in layers of uniform thickness, conforming to indicated cross-section and thickness. Maintain optimum moisture content for compacting material during placement operations. C. When a compacted drainage course is shown to be 6" thick or less, place material in a single layer. When shown to be more than 6" thick, place material in equal layers, except no single layer more than 6" or less than 3" in thickness when compacted. 3.07 FIELD QUALITY CONTROL A. Quality Control Testing During Construction 1. Allow testing service to inspect and approve subgrades and fill layers before further construction work is performed. 2. Perform field density tests in accordance with ASTM D 1556 (Sand Cone Method) or ASTM D 2167 (Rubber Balloon Method), or ASTM D 2922, (Nuclear Gage Method) as applicable. B. Footing Subgrade: For each strata of soil on which footings will be placed, conduct at least one test to verify required design bearing capacities. Subsequent verification and approval of each footing subgrade may be based on a visual comparison of each subgrade with related tested strata, when acceptable to the Architect. C. Paved Areas and Building Slab Subgrade 1. Make at least one field density test of subgrade for every 2000 sq. ft. of paved area or building slab, but in no case less than 3 tests. In each compacted fill layer, make one field density test for every 2000 sq. ft. of overlaying building slab or paved area, but in no case less than 3 tests. Subsequent layers shall be placed only after the previous compacted layer has been tested and approved by the testing laboratory and Architect/Engineer. D. Foundation Wall Backfill: Take at least 2 field density tests per lift, at locations and elevations as directed. E. If, in opinion of Architect, based on testing service reports and inspection, subgrade or fills which have been placed are below specified density, provide additional compaction and testing at no additional expense to the Owner. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 02200 - 8 1 EARTH WORK 3.08 MAINTENANCE A. Protection of Graded Areas I. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 2. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, re -shape, and compact to required density prior to further construction. 3.09 DISPOSAL OF EXCESS AND WASTE MATERIALS A. Removal from Owner's Property 1. Remove waste materials, including unacceptable excavated material, trash and debris, and dispose of it off Owner's property. 2. Remove excess excavated material, trash, debris and waste materials and dispose of it off Owner's property. B. Removal to Designated Areas on Owners' Property 1. Transport acceptable excess excavated material to designated soil storage areas on Owner's property. Stockpile soil or spread as directed by Architect. 2. Transport waste material, including unacceptable excavated material, trash and debris to designated spoil areas on Owner's property and dispose of as directed. END OF SECTION This section prepared by Surendran Consulting, LLC. G_ OF Tbi. tiugus[ V, GUll CITY OF LUBBOCK - LAND APPLICATION OFFICE 02514 -1 CDG 21108 CONCRETE CURBS, WALKS AND PAVING SECTION 02514 - CONCRETE CURBS, WALKS, AND PAVING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. The extent of concrete curbs, walks and paving is shown on the Drawings. B. Comply with applicable requirements of Section 03300, Concrete Work, for materials, testing, mixing, placing and curing, except as herein specified otherwise. 1.03 JOB CONDITIONS: A. Grade Control: Establish and maintain the required lines and grades. PART 2 PRODUCTS 2.01 MATERIALS A. Forms 1. Either steel or wood, of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use forms that are straight and free of distortion and defects. Bent, twisted, split or defective form materials are not permitted. 2. Use flexible spring steel forms or laminated boards to form radius bends as required. 3. Coat forms with a non -staining, clear, paraffin base form oil that will not discolor or otherwise deface the surface of the concrete. B. Concrete: Comply with applicable requirement of Section 03300, Concrete Work, for concrete materials. Concrete mix shall not be the same as used for building slabs and foundations. Exterior concrete shall attain a minimum compressive strength of 3000 psi at 28 days and shall contain five (5) sacks (470 lbs.) of cement per cubic yard of concrete, 6 percent plus or minus 1 percent of entrained air, coarse aggregate 1" or smaller and shall be poured with a slump of 5" plus or minus 1". C. Fibrous Concrete Reinforcement: 1. General: 100 percent virgin polypropylene fibrillated fibers specially manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. Fibrous concrete reinforcement shall be as manufactured by Fibermesh Company, 4019 Industry Drive, Chattanooga, TN 37416, or approved equal. Use in all exterior concrete not otherwise detailed. 2. Physical Characteristics: a. Specific Gravity: 0.91 b. Tensile Strength: 70 to 110 ksi c. Fiber lengths: 1/2", 3/411, 1 1/2", 2" per manufacturer. D. Expansion Joints: Pre -molded cane fiber saturated with asphalt. Unless indicated otherwise,1/2" thickness by depth of slab. At curbs and gutters, furnish special section to meet local curb and gutter specifications. } CITY OF LUBBOCK - LAND APPLICATION OFFICE 02514 - 2 CDG 21108 CONCRETE CURBS, WALKS AND PAVING PART 3 EXECUTION 3.01 SURFACE PREPARATION A. Remove all loose material from the uniformly compacted subbase surface immediately before placing concrete. 3.02 FORM CONSTRUCTION A. Set forms to the required grades and lines, rigidly braced and secured. Install sufficient lengths of forms to allow continuous progress of the work and so that forms can remain in place at least 24 hours after concrete placement. Tops of walks and paving shall slope at least 1/8" per foot. B. Check completed formwork for grade and alignment to the following tolerances: 1. Top of form units: Not more than 1/8" in 10 feet. 2. Vertical face: Longitudinal axis, not more than 1/4" in 10 feet. C. Clean forms after each use, and coat with form oil as often as required to ensure separation from concrete without damage. 3.03 CONCRETE PLACEMENT A. General 1. Comply with the requirements of Section 03300, Concrete Work, for mixing and placing concrete, and as herein specified. 2. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for this type of concrete. Mix batched concrete in strict accordance with the fibrous concrete reinforcement manufacturer's instructions and recommendations for uniform and complete dispersion. 3. Do not place concrete until subgrade and forms have been checked for line and grade. Moisten subgrade as required to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they have been brought to the required grade and alignment. 4. Place concrete using methods which prevent segregation of the mix, and with as little re -handling as possible. Consolidate concrete along the face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocation of reinforcing, dowels, and joint devices. Do not over vibrate. 5. Deposit and spread concrete in a continuous operation between transverse joints, as far as possible. If interrupted for more than 1/2 hour, place a construction joint. Sections less than 15 feet in length between transverse joints will not be permitted. Remove such sections if directed by the Architect. B. Curbs and Gutters: Automatic machine may be used for curbs and gutter placement at Contractor's option, if acceptable to the Architect. If machine placement is to be used, submit revised mix design and laboratory test results which meet or exceed the minimums herein specified. Machine placement must produce curbs and gutters to the required cross-section, lines, grades, finish and jointing as specified for formed concrete. If results are not acceptable, remove and replace with formed concrete as specified. 3.04 JOHgTS A. General: Construct expansion, weakened -plane (contraction), and construction joints true -to -line with face perpendicular to surface of the concrete, unless otherwise shown. Construct transverse joints to align with previously placed joints, unless otherwise shown. CITY OF LUBBOCK - LAND APPLICATION OFFICE 02514 - 3 CDG 21108 CONCRETE CURBS, WALKS AND PAVING B. Weakened -Plane (Contraction) Joints: Provide weakened -plane (contraction) joints, sectioning concrete into areas as shown on the Drawings. Construct weakened -plane joints for a depth equal to at least 1/4 concrete thickness as follows: C. Tooled Joints: Form weakened -plane joints in fresh concrete by grooving top portion with a recommended cutting tool and finishing edges with a jointer. D. Construction Joints: Place construction joints at the end of all pours and at locations where placement operations are stopped for a period of more than 1/2 hour, except where such pour terminates at expansion joints. 1. Construct joints as shown, or if not shown, use standard metal keyway section forms. E. Expansion Joints: Provide premolded joint filler for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structures, walks and other fixed objects. 1. Expansion joints shall be at 20 feet o.c., unless otherwise shown. 2. Extend joint fillers full -width and depth of joint, and not less than 1/2" or more than 1" below finished surface. Furnish joint fillers in one-piece lengths for the full width being placed, wherever possible. Where more than one length is required, lace or clip joint filler sections together. Form top edge of filler to conform to top profile of concrete. 3. Protect the top edge of the joint filler during concrete placement with a metal cap or other temporary material. Remove protection after both sides of joint are placed. 3.05 CONCRETE FINISHING A. Finishes: Unless indicated otherwise, items of concrete to be finished as follows: 1. All sidewalks, concrete aprons and porches shall have float finish, brushed as directed to provide non -slip finish. 2. Curbs, gutters and driveway approaches shall be finished with a stiff -bristled broom to provide non -slip finish. Provide sample for approval. B. The following finishing procedures shall be observed: 1. After striking -off and consolidating concrete, smooth the surface by screeding and floating. Do not use "jitterbugs". Use hand methods only where mechanical floating is not possible. Adjust the floating to compact the surface and produce a uniform texture. 2. After floating, test surface for trueness with a 10 foot straightedge. Distribute concrete as required to remove surface irregularities, and refloat repaired areas to provide a continuous, smooth finish. 3. Work edges of slabs, gutters, back top edge of curb, and formed joints with an edging tool, and round to 1/2" radius, unless otherwise shown. Eliminate any tool marks on concrete surface. 4. After completion of floating and when excess moisture or surface sheen has disappeared complete surface finishing as follows: a. Broom Finish: Broom finish, by drawing a fine broom across concrete surface, perpendicular to line of traffic. Repeat operation if required to provide a Hine line texture acceptable to the Architect. b. On inclining slab surfaces, provide a coarse, non -slip finish by scoring surface with a stiff bristled broom. 3.06 CURING A. Protect and cure finished concrete walks, curbs and gutters and paving, complying with the applicable requirements of Section 03300, Concrete Work. Use moist -curing methods whenever possible for first 24 hours, then apply curing compound. 3.07 REPAIRS AND PROTECTIONS A. Repair or replace broken or defective concrete, as directed by Architect. CITY OF LUBBOCK - LAND APPLICATION OFFICE 02514 - 4 CDG 21108 CONCRETE CURBS, WALKS AND PAVING B. Drill test cores where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with polysulphide-epoxy binder, or with polysulphide resin grout, complying with FS MMM-G-65013 CANC. C. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Sweep concrete pavement and walks free of stains, discolorations, dirt and other foreign material just prior to final inspection. END OF SECTION 02514 G OF '75Z--4!k. This section prepared by Surendran Consulting, LLC.}[�'i"'& �etr CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 - 1 CDG 21108 CONCRETE WORK SECTION 03300 - CONCRETE WORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. The extent of concrete work is shown on the Drawings. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Concrete Curbs, Wallis and Paving - Section 02514 1.04 QUALITY ASSURANCE A. Codes and Standards: Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified: y 1. ACI 301 "Specifications for Structural Concrete for Buildings". 2. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete". 3. ACI 311 "Recommended Practice for Concrete Inspection". 4. ACI 318 'Building Code Requirements for Reinforced Concrete". 5. ACI 347 "Recommended Practice for Concrete Formwork". 6. MSP-1-01 Concrete Reinforcing Steel Institute, "Manual of Standard Practice". B. Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the Architect. C. Design and Testing: 1. The Contractor shall bear all expenses in connection with securing proper laboratory designed mixes. Mixes proposed for use in this project shall be tested by means of actual cylinder breaks, with all information being reported to the Architect. All expense for taking and testing concrete cylinders shall be borne by the Contractor. a. Materials and installed work may require testing and retesting, as directed by the Architect, at anytime during the progress of the work Allow free access to material stockpiles and facilities at all times. Tests including the retesting of the rejected materials and installed work, shall be done at the Contractor's expense. 2. Job site cylinders shall be taken when the Architect so directs. The Contractor shall notify the testing laboratory when test cylinders are to be taken. The laboratory shall come to the site and take the concrete cylinders, and be responsible for their care and handling including breaking of same at laboratory. 3. The laboratory shall be an independent testing laboratory selected and designated by the Architect and the Engineer. 4. Test results shall be furnished to the Architect, Engineer and the Contractor. 5. Any concrete not meeting strength requirements shall be further tested. If further tests indicate concrete will ultimately never meet strength requirements, the under strength concrete will be replaced with new as directed by Architect. CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 - 2 CDG 21108 CONCRETE WORK D. Tests for Concrete Materials: 1. Test aggregate by method of sampling and testing of ASTM C 33. 2. For portland cement, sample the cement and determine the properties by the methods of test of ASTM C 150. 3. Submit written reports to the Architect, for each material sampled and tested, prior to the start of work. Provide the project identification name and number, date of report, name of contractor, name of concrete testing service, source of concrete aggregates, material manufacturer and brand name for manufactured materials, values specified in the referenced specification for each material, and test results. Indicate whether or not material is acceptable for intended use. 1.05 SUBMITTALS A. Manufacturer's Data: Submit manufacturer's product data with application and installation instructions for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, chemical floor hardeners, dry -shake finish materials, and others as requested by the Architect. B. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with the ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, arrangement of concrete reinforcement. Include special reinforcement required at openings through concrete structures. PART 2 - PRODUCTS 2.01 FORM MATERIALS A. Forms for Exposed Finish Concrete: Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal framed plywood -faced or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on the Drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete without bow or deflection. Forms used for this class of concrete shall be new or "good -as -new". B. Use plywood complying with U.S. Product Standard PS-1 "B-B (Concrete Form) Plywood" Class I, Exterior Grade or better, mill -oiled and edgesealed, with each piece bearing legible trademark of an approved inspection agency, unless otherwise acceptable to Architect. C. Forms for Unexposed Finish Concrete: Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. D. Corrugated Steel Forms: Shall be 0.6C or 0.6CSV "Conform" as manufactured by Vulcraft, a division of Nucor, Grapeland, Texas, or approved equal. Decking shall be formed from 28 gage galvanized sheets. E. Earth Trench Forms: Earth trench type forming shall only be used where continuous type or square spot footings are shown on the Drawings. 2.02 REINFORCING MATERIALS A- Reinforcing Bars: ASTM A 615, Grade 60, except No. 3 bent ties and stirrups may be Grade 40. B. Welded Wire Fabric: ASTM A 185, welded steel wire fabric. I__ CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 - 3 CDG 21108 CONCRETE WORK C. Dowels for load transfer in floors shall be plain steel bars conforming to ASTM A 675, Grade 80 or ASTM A 499. D. Supports for Reinforcement: 1. Use spacers for reinforcing bars adjacent to forms and in un-cased drilled pier shafts equal to shaft spacer as manufactured by Foundation Technologies, Inc. 3300 Montreal Indiana Way, Suite 8, Tucker, Georgia 30084 (1-800-773-2368). 2. Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI, unless otherwise specified. Wood, brick and other devices will not be acceptable. 3. For slabs -on -grade, use supports with sand plates for horizontal runners where wetted base materials will not support chair legs. 4. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs which are hot/dip galvanized plastic protected or stainless steel protected. E. Fibrous Concrete Reinforcement: 1. General: 100 percent virgin polypropylene fibrillated fibers specially manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. Fibrous concrete reinforcement shall be as manufactured by Fibermesh Company, 4019 Industry Drive, Chattanooga, TN 37416, or approved equal. Use in all exterior concrete not otherwise detailed. 2. Physical Characteristics: a. Specific Gravity: 0.91 b. Tensile Strength: 70 to 110 ksi c. Fiber lengths: 1/2", 3/411,1 1/2", 2" per manufacturer. 2.03 CONCRETE MATERIALS A. Portland Cement: 1. ASTM C 150, Type I, unless otherwise acceptable to Architect. 2. Use only one brand of cement throughout the project, unless otherwise acceptable to Architect. B. Fine Aggregate: 1. ASTM C 33. Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 2. Dune sand, bank -run sand and manufactured sand are not acceptable. C. Coarse Aggregate: ASTM C 33. Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or crushed. Use of pit or bank -run gravel is not permitted. 3. Provide aggregate from a single source for all exposed concrete. 4. Maximum Aggregate Size: a. Not larger than one -fifth of the narrowest dimension between sides of forms, one-third of the depth of slabs, nor three -fourths of the minimum clear spacing between individual reinforcing bars or bundles or bars. b. These limitations may be waived if, in the judgment of the Architect, workability and methods of consolidation are such that concrete can be placed without honeycomb or voids. } CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 - 4 i CDG 21108 CONCRETE WORK D. Fly Ash: The contractor may use ASTM C 618, Type C or Type F fly ash, replacing a maximum of 20% of the cementitious materials content. E. Water: Clean, fresh, drinkable. F. Air -Entraining Admixture: ASTM C 260. G. Evaporation Reducer: The contractor may use an evaporation reducer equal to "Confilm" as manufactured by Master Builders, Inc., on concrete floor slabs -on -grade. H. Water -Reducing Admixture: ASTM C 494, Type A, containing not more than 0.1% chloride ions. I. Set -Control Admixtures: ASTM C 494, as follows: 1. Type B, Retarding. 2. Type C, Accelerating. 3. Type D, Water -reducing and Retarding. 4. Type E, Water -reducing and Accelerating. J. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by Architect. K. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or G containing not more than 0.1% chloride ions. 2.04 RELATED MATERIALS A. Preformed Expansion Joint Fillers: Pre -molded cane fiber saturated with asphalt. Unless indicated otherwise, 1/2" thickness by depth of slab. B. Joint Sealing Compound: See Division 7 sections. C. Vapor Barrier: Provide vapor barrier that is resistant to deterioration when tested according to ASTM E 154. Vapor barrier shall be polyethylene sheet not less than 8 mils thick. D. Floor Dampproofing Materials: Vapor Barrier: "Moistop 395" underslab moisture -vapor barrier as manufactured by Fortifiber Corporation. E. Tape: Moistop tape by the same manufacturer. F. Chemical Hardener: Colorless aqueous solution containing a blend of magnesium fluosilicate and zinc fluosilicate combined with a wetting agent, containing not less than 21bs. of fluosilicate per gal. 6 1.. G. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq. yd., complying with AASHTO M 182, Class 2. " H. Moisture -Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. Polyethylene -coated burlap. I. Membrane -Forming Curing Compound: ASTM C 309, Type I, Class B unless other type acceptable to the Architect. (For applications where the concrete slab is to be covered.) CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 03300 - 5 CONCRETE WORK J. Concrete Sealer/Hardener: Equal to SealTite Dust -Gard as manufactured by W.R. Meadows, Inc. or Intraseal by Conspec. The sealer/hardener shall harden and dust -proof in one easy operation. 2.05 PROPORTIONING AND DESIGN OF MIXES A. Prepare design mixes for each type and strength of concrete in accordance with applicable provisions of ASTM C 94. Use an independent testing facility acceptable to the Architect for preparing and reporting proposed mix designs. The testing facility shall not be the same as used for field quality control testing unless otherwise acceptable to the Architect. B. Prepare design mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1, ACI 301, and ACI 318. 1. Laboratory Trial Batches: When laboratory trial batches are used to select concrete proportions, prepare test specimens in accordance with ASTM C 192 and conduct strength tests in accordance with ASTM C 39, specified in ACI 301. Establish a curve showing relationship between water -cement ratio (or cement content) and compressive strength, with at least 3 points representing batches which produce strengths above and below that required. Use not less than 3 specimens tested at 28 days, or an earlier age when acceptable to the Architect, to establish each point on the curve. 2. Field Experience Method: When field experience methods are used to select concrete proportions, establish proportions as specified in ACI 301. Strength data for establishing standard deviation will be considered suitable if the concrete production facility has certified records consisting of at least 30 consecutive tests in one group or the statistical average for 2 groups totaling 30 or more tests, representing similar materials and project conditions. 3. If standard deviation exceeds 600 psi or if no suitable records are available, select proportions to produce an average strength of at least 1200 psi greater than the required compressive strength of concrete. 4. After sufficient experience and test data become available from the job, using ACI 214 methods of evaluation, the standard deviation may be reduced when the probable frequency of an average of 3 consecutive tests below required compressive strength will not exceed 1 in 100. C. Submit written reports to the Architect of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Architect. D. Design mixes to provide normal weight concrete with the following properties, as indicated on the Drawings and schedules: 1. 3000 psi 28-day compressive strength; W/C ratio, 0.58 maximum (non -air -entrained), 0.46 maximum (air -entrained). 2. See Section 02514 for additional requirements for concrete mix design for site work concrete. 3. 4000 psi 28-day compressive strength; W/C ratio, 0.44 maximum (non -air -entrained), 0.35 maximum (air -entrained). 4. 2500 psi 28-day compressive strength; W/C ratio, 0.67 maximum (non -air -entrained), 0.54 maximum (air -entrained). E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, job conditions, weather, tests results, or other circumstances warrant; at no additional cost to the Owner and as accepted by the Architect. Laboratory test data for revised mix design and strength results must be submitted to and accepted by the Architect before using in the work. 2.06 ADMIXTURES A. Use water -reducing admixture or high range water -reducing admixture (super plasticizer) in concrete as required for placement and workability. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 03300 - 6 CONCRETE WORK B. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 degrees F. C. Use air -entrained admixture in exterior exposed concrete, unless otherwise indicated. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: 1. 5.5% with 1 1/2" maximum aggregate 2. 6.0% with 1" maximum aggregate 3. 6.0% with 3/4" maximum aggregate 4. 7.0% with 1/2" maximum aggregate D. Other Concrete: 2% to 4010 air. E. Use admixtures for water -reducing and set -control in strict compliance with the manufacturer's directions. F. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. 2.07 SLUMP LIMITS A. Proportion and design mixes to result ill concrete slump at the point of placement as follows: 1. Ramps and Sloping Surfaces: Not more than 3". 2. Reinforced Foundation Systems: Not less than 1" and not more than 3". 3. Concrete containing HRWR admixture (super plasticizer): Not more than 8" after addition of HRWR to verified 2"-3" slump concrete. 4. All Other Concrete: Not more than 4". 5. Slumps greater than those specified above must be approved by the Architect/Engineer prior to any concrete pour. 2.08 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein specified. B. Control of Mixing Water: When concrete arrives at the project with slump below that suitable for placing, water may be added only if neither the maximum permissible water -cement ratio nor the maximum permissible slump is exceeded. The drum shall be turned an additional 30 revolutions, or more if necessary, until the added water is uniformly mixed into the concrete. C. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ANSI/ASTM C 94 may be required. D. When the air temperature is between 85 degrees F. and 90 degrees F., reduce the mixing and delivery time from 1 1/2 hours to 75 minutes, and when the air temperature is above 90 degrees F., reduce the mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.01 FORMS A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 03300 - 7 CONCRETE WORK B. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surfaces and adjacent materials. C. Forms shall not leak cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. E. Provide temporary openings where interior area of formwork is inaccessible for clean out, for inspection before concrete placement, and for placement of concrete. Securely brace temporary openings and set tightly to form to prevent loss of concrete mortar. Locate temporary openings on forms at inconspicuous locations. F. Chamfer exposed corners and edges as shown, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. G. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties, designated to prevent form deflection, and to prevent spalling concrete surfaces upon removal. H. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 11/2" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. I. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work for other trades. Determine size and location of openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. J. CIeaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Re -tighten forms after concrete placement if required to eliminate mortar leaks. 3.02 VAPOR BARRIER INSTALLATION A. Preparation: Do not proceed until plumbing and electrical rough -ins are complete and subgrade compaction and fill is completed. B. Install in accordance with ASTM E-1643-94 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs. C. Installation: Apply continuously directly over compacted earth fill and immediately below sand fill. Install with width of sheet parallel with direction pour, joints lapped 6". Secure all seams with tape. D. Lap vapor retarder over footings or seal to foundation wall, or both, and seal around penetrations such as utilities and columns in order to create a monolithic membrane between the surface of the slab and moisture sources below the slab and at the perimeter. E. Protection: Protect completed membrane from damage. Prior to pouring concrete, inspect membrane for punctures or damage and repair all tears with tape. F. General: Place vapor barrier sheeting in position with longest dimension parallel with direction of pour. Lap joints 6 inches and seal with manufacturer's recommended mastic or pressure -sensitive tape. Cover vapor barrier with sand cushion and compact to depth indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 - 8 CDG 21108 CONCRETE WORK 3.03 PLACING REINFORCING A. Comply with the specified codes and standards, and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars", for details and methods of reinforcement placement and supports, and as herein specified. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. C. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. D. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Do not place reinforcing bars more than 2" beyond the last leg of continuous bar supports. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Install welded wire fabric in as long of lengths as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset end laps in adjacent widths to prevent continuous laps in either direction. 3.04 JOINTS A. Construction Joints: 1. Locate and install construction joints, which are not shown on the Drawings, so as not to impair the strength and appearance of the structure, as acceptable to the Architect. 2. Provide key -ways at least 1 1/2" deep in all construction joints in walls, slabs and between walls and footings; acceptable bulkheads designed for this purpose may be used for slabs. 3. Place construction joints perpendicular to the main reinforcement. Continue all. reinforcement across construction joints. B. Control Joints in Slabs -on -Ground: 1. Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Use screed type joints equal to those manufactured by Superior Concrete Accessories, Inc. Screed Key joints are of 24 gage galvanized steel with 11/8" dowel knockouts at 6" on centers. Install with a minimum of five special 16 gage by 1" stakes per ten feet of length of material. If saw cut control joints are used, they shall be made with a power saw fitted with an abrasive or diamond blade. Saw cuts must be one-fourth the slab thickness. Sawing shall begin as soon as the concrete surface is firm enough so that it will not be torn or damaged by the blade. This will be within 4 to 12 hours after the concrete finishing operations. 2. Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Form edge of pours with wood forms having keyway as detailed on the Drawings. 3. Construct control joints in slabs -on -ground to form panels or patterns as shown or directed. Form edge of pours with wood forms having keyway as detailed on the Drawings. If optional saw cut control joints are used, they shall be made with a power saw fitted with an abrasive or diamond blade. Saw cuts must be one-fourth the slab thickness. Sawing shall begin as soon as the concrete surface is firm enough so that it will not be torn or damaged by the blade. This will be within 4 to 12 hours after the concrete hardens. C. Isolation Joints in Slabs -on -Ground: Construct isolation joints in slabs on ground at all points of contact between slabs on ground and vertical surfaces, such as column pedestals, foundation walls, grade beams and elsewhere as indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 - 9 CDG 2110E CONCRETE WORK 3.05 INSTALLATION OF EMBEDDED ITEMS A. General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of the items to be attached thereto. B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain the required elevations and contours in the finished slab surface. Provide and secure units sufficiently strong to support the types of screed required. Align the concrete surface to the elevation of the screed strips by the use of strike -off templates or accepted compacting type screeds. 3.06 PREPARATION OF FORM SURFACES A. Coat the contact surfaces of forms with a form -coating compound before reinforcement is placed. Provide commercial formulation form -coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. B. Thin form -coating compounds only with thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. 3.07 CONCRETE PLACEMENT A. General: 1. Comply with ACI 304, and as herein specified. 2. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for this type of concrete. Mix batched concrete in strict accordance with the fibrous concrete reinforcement manufacturer's instructions and recommendations for uniform and complete dispersion. 3. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. 4. Deposit concrete as nearly as practicable to its final location to avoid segregation due to re -handling or flowing. B. Pre -Placement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 18" and in a manner to avoid inclined construction joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. 2. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 03300 -10 CONCRETE WORK other embedded items without causing segregation of the mix. D. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in the proper position during concrete placement operations. E. Cold Weather Placing: 1. Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 2. When air temperature has fallen to or is expected to fall below 40 degrees F., uniformly heat all water and aggregate before mixing as required to obtain a concrete mixture temperature of not less than 50 degrees F., and not more than 80 degrees F., at point of placement. 3. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 4. Do not use calcium chloride, salt and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in mix designs. F. Hot Weather Placing: 1. When hot weather conditions exist that could seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated to the total amount of mixing. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. Wet form.thoroughly before placing concrete. 4. Do not use retarding admixtures unless otherwise accepted in mix designs. 3.08 FINISH OF FORMED SURFACES A. Standard Rough Form Finish: For formed concrete surfaces not exposed -to -view in the finish work or by other construction, unless otherwise shown or specified. This is the concrete surface having the texture imparted by the form facing material used, with defective areas repaired and patched as specified, and fins and other projections exceeding 1/4" in height rubbed down with wood blocks. B. Standard Smooth Finish: For formed concrete surfaces exposed -to -view, or that are to be covered with a coating material applied directly to the concrete or a covering material bonded to the concrete, such as waterproofing, dampproofing, painting or other similar system. This is the as -cast concrete surface as obtained with the form facing material, with defective areas repaired and patched as specified, and fins and other projections on the surface completely removed and smoothed. C. Smooth Rubbed Finish: Provide smooth rubbed finish to scheduled concrete surfaces, which have received smooth form finish treatment, not later than the day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 -11 CDG 21108 CONCRETE WORK D. Grout Cleaned Finish: Provide grout cleaned finish to scheduled concrete surfaces which have received smooth form finish treatment. 1. Combine one part portland cement to 1-1/2 parts fine sand by volume, and mix with water to the consistency of thick paint. Blend standard portland cement and white portland cement, amounts determined by trial patches, so that the final color of dry grout will closely match adjacent surfaces. 2. Thoroughly wet concrete surfaces and apply grout immediately to coat surfaces and fill small holes. Remove excess grout by scraping and rubbing with clean burlap. Keep damp by fog spray for at least 36 hours after rubbing. E. Related Unformed Surfaces: At tops of walls, horizontal offsets and similar unformed surfaces occurring 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 shown. 3.09 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for a period of time necessary for hydration of cement and proper hardening. 2. Start initial curing application as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. 3. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 168 cumulative hours (not necessarily consecutive) during which concrete has been exposed to air temperatures above 50 degrees F. Avoid rapid drying at end of final curing period. B. Curing Methods: Perform curing of concrete by moist curing or by moisture retaining cover curing or by membrane -forming curing compound and by combinations thereof, as herein specified. 1. Provide moisture curing by following methods: a. Keep concrete surface continuously wet by covering with water. Continuous water -fog spray. b. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. 2. Provide moisture -cover curing as follows: a. Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Provide curing compound for slabs as follows: a. Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours). b. Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repairing damage during curing period. c. Do not apply membrane curing compounds on surfaces which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 -12 �. CDG 21108 CONCRETE WORK r flooring, painting, and other coatings and finish materials, unless otherwise acceptable to Architect. C. Curing Formed Surfaces: Cure formed concrete surfaces, including undersides of beams, supported slabs and other similar surfaces by moist curing with forms in place for full curing period or until forms are removed. If a forms are removed, continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: Initially cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by moist curing. 1. Final cure unformed surfaces, unless otherwise specified, by methods specified above, as applicable. 2. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture -retaining cover, unless otherwise directed. E. Applying Concrete Sealer/Hardener; Apply on all concrete slab floors scheduled to be left exposed in strict compliance with the manufacturer's instructions. 1. Concrete shall have cured for at a least 14 days. 2. Concrete shall be clean and dry prior to application, with oil stain, grease, etc. removed. t 3. Apply by spray or brush applicator to approximate coverage of 500 square feet per gallon. 4. Do not apply if the temperature is less than 40 degrees F. 3.010 SHORES AND SUPPORTS A. Comply with ACI 347 for shoring and reshoring in multistory construction, and as herein specified. B. Extend shoring from ground to roof for structures 4 stories or less, unless otherwise permitted. C. Extend shoring at least 3 floors under floor or roof being placed for structures over 4 stories. Shore floor directly under floor or roof being placed, so that loads from construction above will transfer directly to these shores. Space out shoring in stories below this level in such a manner that no floor or member will be excessively loaded or will induce tensile stress in concrete members where no reinforcing steel is provided. Extend shores beyond minimums if required to ensure the proper distribution of loads throughout the structure. D. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to safely support the work without excessive stress or deflection. E. Keep re -shores in place a minimum of 15 days after placing upper tier, and longer if required, until the concrete has attained its required 28-day strength and heavy loads due to construction operations have been removed. 3.011 REMOVAL OF FORMS A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28-days. Determine potential compressive strength of in -place concrete by testing field -cured specimens representative of concrete location or members. C. Form facing material maybe removed 4 days after placement, only if shores and other vertical supports have been arranged to permit removal of form facing material without loosening or disturbing shores and supports. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 03300 -13 CONCRETE WORK 3.012 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are intended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to Architect. 3.013 MISCELLANEOUS CONCRETE ITEMS A. Filling -In: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place and cure concrete as herein specified, to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel -troweling surfaces to a hard, dense finish with corners, intersections and terminations slightly rounded. 3.014 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: 1. Repair and patch defective areas with cement mortar immediately after removal of forms, but only when acceptable to Architect. 2. Cut out honeycomb, rock pockets, voids over 1/4" in any dimension, and holes left by tie rods and bolts, down to solid concrete, but in no case to a depth of less than 1". Make edges of cuts perpendicular to the concrete surface. Before placing cement mortar or proprietary patching compound, thoroughly clean, dampen with water and brush -coat the area to be patched with neat cement grout, or proprietary bonding agent. 3. For exposed -to -view surfaces, blend white portland cement and standard portland cement so that, when dry, patching mortar will match color surrounding. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. B. Repair of Formed Surfaces: 1. Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Architect. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on surface; and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, fill with dry pack mortar, or precast cement cone plugs secured in place with bonding agent. 2. Repair concealed formed surfaces, where possible, that contain defects that adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete. C. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having required slope. 2. Repair finished unformed surfaces that contain defects which adversely affect durability of concrete. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 03300 -14 CONCRETE WORK Surface defects, as such, include crazing, cracks in excess of 0.01" wide or which penetrate to reinforcement or completely through non -reinforced sections regardless of width, spalling, pop -outs, honeycomb, rock pockets, and other objectionable conditions. 3. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days. 4. Correct low areas in unformed surfaces during, or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to Architects. 5. Repair defective areas, except random cracks and single holes not exceeding 1" diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4" clearance all around. Dampen concrete surfaces in contact with patching concrete, and brush with a neat cement grout coating or concrete bonding agent. Mix patching concrete of same materials to provide concrete of the same type or class as original concrete. Place, compact and finish to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 6. Repair isolated random cracks and single holes not over 1" in diameter by dry-packmethod. Groove top of cracks and cut-out holes to sound concrete and clean of dust, dirt and loose particles. Dampen cleaned concrete surfaces and brush with neat cement grout coating or concrete bonding agent. Mix dry -pack, consisting of one part portland cement to 21/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours. D. Use epoxy -based mortar for structural repairs, where directed by Architect. E. Repair methods not specified above may be used, subject to acceptance of Architect. 3.015 QUALITY CONTROL TESTING DURING CONSTRUCTION A. The Owner Contractor will employ a testing laboratory to perform all other tests and to submit test reports. B. Sampling and testing for quality control during the placement of concrete may include the following, as directed by the Architect. 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Slump: One test for each set of compressive strength test specimens taken at point of discharge. 3. Air Content: ASTM C 231 pressure for normal weight concrete; one for each set of compressive strength test specimens. 4. Concrete Temperature: Test hourly when air temperature is 40 degrees F. and below, and when 80 degrees F. and above; and each time a set of compression test specimens made. 5. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. 6. Compressive Strength Tests: ASTM C 39; one set for each 100 cu. yds. or fraction thereof, of each concrete class placed in any one day or for each 5000 sq. ft. of surface area placed;1 specimen tested at 7 days for information only, 2 specimens tested at 28 days, and 1 specimen retained in reserve for later testing if required. The acceptance test results shall be the average of the strengths of the two specimens tested at 28 days. a. When the frequency of testing will provide less than 5 strength tests for a given class of concrete, conduct testing from at least 5 randomly selected batches or from each batch if fewer than 5 are used. b. When the total quantity of a given class of concrete is less than 50 cu. yds., the strength test may be waived by the Architect if, in his judgment, adequate evidence of satisfactory strength is provided. c. When the strength of field -cured cylinders is less than 85% of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. CITY OF LUBBOCK - LAND APPLICATION OFFICE 03300 -15 CDG 21108 CONCRETE WORK C. Test results will be reported in writing to the Architect, Engineer and the Contractor on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength and type of break for both 7-day tests and 28-day tests. D. Additional Tests: The testing service will make additional tests of in -place concrete when test results indicate the specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Architect. The testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable concrete is verified. END OF SECTION 03300 This section prepared by Surendran Consult I__, CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 -1 CDG 21108 STRUCTURAL STEEL SECTION 05120 - STRUCTURAL STEEL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. The extent of structural steel work is shown on the Drawings, including schedules, notes and details to show size and location of members, typical connections and type of steel required. B. Structural steel is that work defined in the AISC "Code of Standard Practice" and as otherwise shown on the Drawings. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Reinforcing Steel - Section 03300 B. Miscellaneous Metal Fabrications - Section 05500 1.04 QUALITY ASSURANCE A. Codes and Standards: Comply with the provisions of the following except as otherwise indicated: 1. AISC "Code of Standard Practice for Steel Buildings and Bridges". Paragraph 4.2.1 of the above code is hereby modified by deletion of the following sentence: "This approval constitutes the Owner's acceptance of all responsibility for the design adequacy of any detail configuration of connections developed by the fabricator as a part of his preparation of these shop drawings." 2. AISC "Specifications for Structural Steel Buildings - Allowable Stress Design and Plastic Design", Ninth Edition, and including the "Commentary" and supplements thereto as issued. 3. AISC "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts" approved by the Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation. 4. AWS D1.1- "Structural Welding Code - Steel". 5. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use". B. Qualifications for Welding Work 1. Qualify welding processes and welding operators in accordance with the AWS "Standard Qualification Procedure". 2. Provide certification that welders to be employed in the work have satisfactorily passed AWS qualification tests within the previous 12 months. 3. If re -certification of welders is required, retesting will be the Contractor's responsibility. C. Source Quality Control: 1. Materials and fabrication procedures are subject to inspection and tests in the mill, shop, and field, conducted by a qualified inspection agency. Such inspections and tests will not relieve the Contractor of responsibility for providing materials and fabrication procedures in compliance with specified CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 - 2 g CDG 21108 STRUCTURAL STEEL requirements. 2. Promptly remove and replace materials or fabricated components which do not comply. D. Design of Members and Connections: 1. All details shown are typical; similar details apply to similar conditions, unless otherwise indicated. Verify dimensions at the site whenever possible without causing delay in the work. 2. Promptly notify the Architect whenever design of members and connections for any portion of the structure are not clearly indicated. 1.05 SUBMITTALS A. Manufacturer's Data, Structural Steel: 1. For information only, submit 2 copies of producer's or manufacturer's specifications and installation instructions for the following products. Include laboratory test reports and other data as required to show compliance with these specifications (including specified standards). Indicate by transmittal form that copy of each applicable instruction has been distributed to fabricators, installers and erectors. a. Structural steel (each type), including certified copies of mill reports covering the chemical and physical properties. b. High -strength bolts (each type), including nuts and washers. c. Unfinished bolts and nuts. d. Structural steel primer paint. e. Shrinkage -resistant grout. B. Shop Drawings, Structural Steel: 1. Submit shop drawings prepared under the supervision of a registered professional engineer including complete details and schedules for fabrication and shop assembly of members, and details, schedules, procedures and diagrams showing the sequence of erection. 2. Architect's review of shop drawings will be for general considerations only. Compliance with requirements for materials fabrication and erection of structural steel is the Contractor's responsibility. 3. Include details of cuts, connections, camber, holes, and other pertinent data. Indicate welds by standard AWS symbols, and show size, length, and type of each weld. 4. Provide setting drawings, templates, and directions for the installation of anchor bolts and other anchorages to be installed by others. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site at such intervals to insure uninterrupted progress of the work. B. Deliver anchor bolts and anchorage devices, which are to be embedded in cast -in -place concrete or masonry, in ample time to not delay that work. C. Store materials to permit easy access for inspection and identification. Keep steel members off the ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. D. Do not store materials on the structure in a manner that might cause distortion or damage to the members or the supporting structures. Repair or replace damaged materials or structures as directed. _' CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 05120 - 3 STRUCTURAL STEEL PART 2 - PRODUCTS 2.01 MATERIALS A. Structural Steel Plates, Shapes: ASTM A 992 or A36. B. Structural Steel Tubing: ASTM A 500, Grade B, Fy = 46 ksi. C. Steel Pipe: ASTM A53, Type E or S, Grade B or ASTM A 501. D. Steel Castings: ASTM A 27, Grade 65-35, medium -strength carbon steel. E. Anchor Bolts: ASTM A 307, Grade C, or A36, nonheaded type unless otherwise indicated. F. Unfinished Threaded Fasteners: ASTM A 307, Grade A, regular low -carbon steel bolts and nuts. 1. Provide either hexagonal, or square, heads and nuts, except use only hexagonal units for exposed connections. G. High -Strength Threaded Fasteners: Heavy hexagon structural bolts, heavy hexagon nuts, and hardened washers, as follows: 1. Quenched and tempered medium -carbon steel bolts, nuts and washers, complying with ASTM A 325. 2. Quenched and tempered alloy steel bolts, nuts and washers, complying with ASTM A 490. H. Concrete Expansion Anchors: Wedge type anchors meeting Federal Specification FF-S-325 INT AMD 3, Group II, Type 4, Class 1. I. Chemical Anchors: Consisting of a threaded rod of zinc -plated AISI 1018 steel, a nut, washer, and sealed glass capsule containing a polyester resin and quartz sand aggregate filler. Rods 3/8 inch through 3/4 inch shall have a minimum yield stress of 60 KSI and tensile strength of 74 KSI. J. Electrodes for Welding: Comply with AWS Code. K. Structural Steel Primer Paint: Manufacturer's or Fabricator's standard, fast -curing, lead-free, "Universal" primer; selected for good resistance to normal atmospheric corrosion, for compatibility with finish paint systems indicated and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure; equal to Tnemec 10-99 (Red) or UE705 Fleet Line Red Oxide Metal Primer by Adams Paint Company. L. Non -Metallic Non -Shrink Grout: Pre -mixed, non-metallic, non -corrosive, non -staining product containing selected silica sands, portland cement, shrinkage compensating agents, plasticizing and water reducing agents, complying with CE CRD-C 621. 1. Provide non-metallic, non -shrink grout as manufactured by one of the following: a. Masterflow 713; Master Builders. b. Upcon; Upco Chem. Div., USM Corp. c. Sealtite 588; W.R. Meadows, Inc. d. Enduro 50; Conspec M. Metallic Non -Shrink Grout: Corps of Engineers CRD-C 588, Type M, pre -mixed factory -packaged ferrous aggregate grouting compound. CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 - 4 CDG 21108 STRUCTURAL STEEL 1. Provide metallic non -shrink grout as manufactured by one of the following: a. Embeco 153; Master Builders. b. Ferrolith G; Sonneborn/Contech. c. Kemox C; Sitka Chemical. d. Conspec 100; Conspec 2.02 FABRICATION A. Shop Fabrication and Assembly: 1. Fabricate and assemble structural assemblies in the shop to the greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications and as indicated on the final shop drawings. Provide camber in structural members as shown. 2. Properly mark and match -mark materials for field assembly. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. 3. Where finishing is required, complete the assembly, including welding of units, before start of finishing operations. Provide finish surfaces on members exposed in the final structure free of markings, burrs, and other defects. B. Connections: 1. Weld or bolt shop connections, as indicated. 2. Bolt field connections, except where welded connections or other connections are indicated. 3. Provide high -strength threaded fasteners for all principal bolted connections, except where unfinished bolts are shown. C. Provide unfinished threaded fasteners for only the bolted connections of secondary framing members to primary members (including purlins, girts and other framing members taking only nominal stress) and for temporary bracing to facilitate erection. D. High -Strength Bolted Construction: Install high -strength threaded fasteners in accordance with AISC "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts". Install flat hardened washers over slotted holes occurring in the outer ply of connections. E. Welded Construction: 1. Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correcting welding work. 2. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. F. Steel Wall Framing: Select members which are true and straight for the fabrication of steel wall framing. Straighten as required to provide uniform, square and true members in the completed wall framing. G. Build up welded door frames attached to structural steel framing. Weld exposed joints continuously and grind smooth. Plus weld steelbar stops to frames, except where shown removable. Secure removable stops to frames with countersunk, cross -recessed head machine screws, uniformly spaced not more than 10" o.c., unless otherwise shown. CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 - 5 CDG 21108 STRUCTURAL STEEL H. Holes for Other Work: 1. Provide holes required for securing other work to structural steel framing, and for the passage of other work through steel framing members, as shown on the final shop drawings. Provide threaded nuts welded to framing, and other specialty items as shown to receive other work. 2. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning. Drill holes in bearing plates. I. Splicing: Splicing of beams shall be as shown on the Drawings. All other splicing shall be made only with the written consent of the Architect and/or Engineer. When approved, copies of weld tests shall be furnished to the Architect and Engineer. 2.03 SHOP PAINTING A. General: 1. Shop paint all structural steel work, except those members or portions of members to be embedded in concrete or mortar. Paint embedded steel which is partially exposed on the exposed portions and the initial 2" of embedded areas only. 2. Do not paint surfaces which are to be welded or high -strength bolted with friction -type connections. 3. Do not paint surfaces, which are scheduled to receive sprayed -on fireproofing. 4. Apply 2 coats of paint to surfaces which are inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. B. Surface Preparation: After inspection and before shipping, clean steel work to be painted. Remove loose rust, loose mill scale, and splatter, slag or flux deposits. Solvent clean steel to remove all soluble contaminates followed by power tool cleaning to remove all insoluble contaminates in accordance with Steel Structures Painting Council (SSPC) as follows: 1. SSPC-SP 1 "Solvent Cleaning", or 2. SSPC-SP 2 "Hand Tool Cleaning", or 3. SSPC-SP 3 "Power Tool Cleaning", or 4. SSPC-SP 7 "Brush -Off Blast Cleaning". C. Painting: Immediately after surface preparation, apply structural steel primer paint in accordance with the manufacturer's instructions and at a rate to provide a uniform dry film thickness of 2.0 mils. Use painting methods which will result in full coverage of joints, corners, edges and all exposed surfaces. PART 3 - EXECUTION 3.01 INSPECTION A. Erector must examine the areas and conditions under which structural steelwork is to be installed, and notify the Contractor in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Erector. 3.02 ERECTION A. General: Comply with the AISC Specifications and Code of Standard Practice, and as herein specified. B. Surveys: The Owner will employ a registered professional engineer, experienced in survey work, to establish permanent bench marks as shown and as necessary for the accurate erection of structural steel. Check elevations of concrete and masonry bearing surfaces, and locations of anchor bolts and similar devices, before CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 - 6 CDG 21108 STRUCTURAL STEEL erection work proceeds, and report discrepancies to the Architect. Do not proceed with erection until corrections have been made, or until compensating adjustments to the structural steel work have been agreed upon with the Architect. C. Surveys: Employ a registered professional engineer, experienced in survey work, to establish permanent bench marks as shown and as necessary for the accurate erection of structural steel. Check elevations of concrete and masonry bearing surfaces, and locations of anchor bolts and similar devices, before erection work proceeds, and report discrepancies to the Architect. Do not proceed with erection until corrections have been made, or until compensating adjustments to the structural steel work have been agreed upon with the Architect. D. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy lines to achieve proper alignment of the structures as erection proceeds. E. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete the work. F. Anchor Bolts: Furnish anchor bolts and other connectors required for securing structural steel to foundations and other in -place work. 1. Furnish templates and other devices as necessary for presetting bolts and other anchors to accurate locations. 2. Refer to Division 3 of these specifications for anchor bolt installation requirements in concrete. G. Setting Bases and Bearing Plates: 1. Clean concrete bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean the bottom surface of base and bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on wedges or other adjusting devices. 3. Tighten the anchor bolts after the supported members have been positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with the edge of the base or bearing plate prior to packing with grout. 4. Pack grout solidly between bearing surfaces and bases or plates to ensure that no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure in strict compliance with the manufacturer's instructions, or as otherwise required. H. Field Assembly: 1. Set structural frames accurately to the lines and elevations indicated. Align and adjust the various members forming a part of a complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual members of the structure within specified AISC tolerances. 3. Establish required leveling and plumbing measurements on the mean operating temperature of the structure. Make allowances for the difference between temperature at time of erection and the mean temperature at which the structure will be when completed and in service. 4. Splice members only where shown or specified. I. Erection Bolts: On exposed welded construction, remove erection bolts, fill holes with plug welds and grind smooth at exposed surfaces. fI IJ CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 - 7 CDG 21108 STRUCTURAL STEEL J. Comply with AISC Specifications: For bearing, adequacy of temporary connections, alignment, and the f . removal of paint on surfaces adjacent to field welds. K. Do not enlarge unfair holes in members by burning or by the use of drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. L. Gas -Cutting: Do not use gas cutting torches in the field for correcting fabrication errors in the structural framing. Cutting will be permitted only on secondary members which are not under stress, as acceptable to the Architect. Finish gas -cut sections equal to a sheared appearance when permitted. M. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of the shop paint. Apply paint to exposed areas with the same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. 3.03 FIELD QUALITY CONTROL A. Engage an independent testing and inspection agency to inspect high -strength bolted connections and welded connections and to perform tests and prepare test reports. B. The Owner will engage an independent testing and inspection agency to inspect high -strength bolted connections and welded connections and to perform tests and prepare test reports. C. The testing agency shall conduct and interpret the tests and state in each report whether the test specimens comply with the requirements, and specifically state any deviations therefrom. D. Provide access for the testing agency to places where structural steel work is being fabricated or produced so that required inspection and testing can be accomplished. E. The testing agency may inspect structural steel at the plant before shipment; however, the Architect reserves the right, at any time before final acceptance, to reject material not complying with specified requirements. F. Correct deficiencies in structural steel work which inspections and laboratory test reports have indicated to be not in compliance with requirements. Perform additional tests, at Contractor's expense, as may be necessary to reconfirm any noncompliance of the original work, and as may be necessary to show compliance of corrected work. G. Shop Bolted Connections: Inspect in accordance with AISC specifications. H. Shop Welding: Inspect and test during fabrication of structural steel assemblies, as follows: 1. Certify welders and conduct inspections and tests as required. Record types and locations of all defects found in the work. Record work required and performed to correct deficiencies. 2. Perform visual inspection of all welds. 3. Perform tests of welds as follows: a. Liquid Penetrant Inspection: ASTM E 165. b. Magnetic Particle Inspection: ASTM E 109; performed on the root pass and on the finished weld. Cracks or zones of incomplete fusion or penetration not acceptable. c. Radiographic Inspection: ASTM E 94 and ASTM E 142; minimum quality level "2-2T". d. Ultrasonic Inspection: ASTM E 164. _l CITY OF LUBBOCK - LAND APPLICATION OFFICE 05120 - 8 CDG 21108 STRUCTURAL STEEL ti I. Field Bolted Connections: Inspect in accordance with RISC specifications. J. Field Welding: Inspect and test during erection of structural steel as follows: 1. Certify welders and conduct inspections and tests as required, Record types and locations of defects found in the work. Record work required and performed to correct deficiencies. 2. Perform visual inspection of all welds. 3. Perform tests of welds as follows: a. Liquid Penetrant Inspection: ASTM E 165. b. Magnetic Particle Inspection: ASTM E 109; performed on the root pass and on the finished weld. Cracks or zones of incomplete fusion or penetration not acceptable. c. Radiographic Inspection: ASTM E 94 and ASTM E 142; minimum quality level "2-2T". d. Ultrasonic Inspection: ASTM E 164. END OF SECTION 05120 Li�7�ZZZ -r-•-y'� OF This section prepared by Surendran Consulting, LLC. C August 9, 2011 CITY OF LUBBOCK - LAND APPLICATION OFFICE 54000 - 1 CDG 21108 COLD -FORMED METAL FRAMING SECTION 05400 - COLD -FORMED METAL FRAMING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. All axial or wind loaded light gage steel studs, track, joists, trusses, bridging and related accessories are as indicated on the Contract Drawings and specified herein. B. The types of light gage metal framing units for the project include the following: 1. "C" shaped light gage steel studs 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Structural Steel - Section 05120 B. Non Load -Bearing Steel Studs - Plaster and Drywall sections in Division 9 1.04 QUALITY ASSURANCE A. Codes and Standards: Comply with the provisions of the following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ASTM A 446 Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process Structural (Physical) Quality. 2. ASTM A 525 Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process, General Requirements. 3. AWS D1.3, "Structural Welding Code - Sheet Steel". 4. ANSI Z49.1 "Safety in Welding and Cutting". 5. AISI "Specification for the Design of Cold -Formed Steel Structural Members", latest edition. B. Component Design: Compute structural properties of studs and joists in accordance with AISI "Specification for the Design of Cold -Formed Steel Structural Members". C. Fire -Rated Assemblies: Where framing units are components of assemblies indicated for a fire -resistance rating, including those required for compliance with governing regulations, provide units which have been approved by governing authorities having jurisdiction. D. Manufacturer: Provide light gage metal framing components of the type(s) indicated, produced by one of the following: 1. "C'-Shaped Load -bearing Studs, 1 5/8" flange: a. Dietrich Industries Inc. - 6" CSJ, 20 gage at 16" o.c. max. b. Delta Metal Products, Inc. - PCS600-20 at 16" o.c. max. c. Unimast, Inc. - 60CSJ20 at 16" o.c. max. 3 CITY OF LUBBOCK - LAND APPLICATION OFFICE 54000 - 2 x CDG 21108 COLD -FORMED METAL FRAMING 3 J E. The exterior curtain wall system shall be designed to withstand both positive and negative wind pressure with a maximum deflection of U360. F. Installer Qualifications: Engage an experienced Installer who has completed cold -formed metal framing similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. G. Welding Standards: Comply with the applicable provisions of AWS D1.1 "Structural Welding Code -Steel" and AWS 131.3 "Structural Welding Code - Sheet Steel." 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. H. Professional Engineer Qualifications: A professional engineer legally authorized to practice in Texas and experienced in providing engineering services of the land indicated that have resulted in the installation of cold - formed metal framing similar to this Project in material, design, extent and that have a record of successful in- service performance. 1.05 SUBMITTALS A. For information only, submit copies of manufacturer's product information and installation instructions for each item of light gage framing and accessories. Distribute one additional copy of installation instructions to the Installer. B. Shop Drawings: Submit shop drawings for special components and installations not fully dimensioned or detailed in manufacturer's product data. 1. Include placing drawings for framing members showing size and gage designations, number, type, location and spacing. Indicate supplemental bracing, splices, accessories, and details as may be required for proper installation. 1.06 DELIVERY AND STORAGE A. Deliver to the project site in manufacturer's unopened containers or bundles, fully identified with name, brand, type and grade. Protect metal framing units from rusting and damage. Store off the ground in a dry ventilated space or protect with suitable waterproof coverings. PART 2 - PRODUCTS 2.01 METAL FRAMING A. System Components: With each type of metal framing required, provide manufacturer's standard steel runners (tracks), blocking, lintels, clip angles, shoes, reinforcements, fasteners, and accessories as recommended by the manufacturer for the applications indicated, as needed to provide a complete metal framing system. B. Materials and Finishes: 1. For 16 gage and heavier units, fabricate metal framing components of structural quality steel sheet conforming to the minimum requirements of ASTM A446, with a minimum yield point of 40,000 psi. 2. For 18 gage and lighter units, fabricate metal framing components of commercial quality steel sheet conforming to the minimum requirements of ASTM A446, with a minimum yield point of 33,000 psi. 3. All galvanized studs, tracks, bridging, and accessories shall be formed of steel having a galvanized coating meeting the requirements of ASTM A525 with a minimum G 60 coating. CITY OF LUBBOCK - LAND APPLICATION OFFICE 54000 - 3 CDG 21108 COLD -FORMED METAL FRAMING 4. Provide prime coated finish with one coat of shop -applied red oxide, zinc -chromate, or other similar rust -inhibitive primer. C. "C"-Shape Studs: Manufacturer's standard C-shaped load -bearing steel studs of size, shape, and gage indicated, with 1 518" flange and flange return lip. D. Steel Stud Track: Manufacturer's standard U-shaped steel stud track, un-punched, of web depths indicated, with straight flanges, and gage as indicated. 2.02 FRAMING ACCESSORIES A. Fabricate light steel -framing gage accessories of the same material and finish used for framing members, with a minimum yield strength of 33,000 psi. B. Provide supplementary framing, bracing, bridging, solid blocking, web stiffeners, gusset plates, stud kickers, joist hangers, end closures, and reinforcement plates made from the manufacturer's standard thickness and configuration. 2.03 FABRICATION A. General: All framing components shall be cut squarely for attachment to perpendicular members, or as required for an angular fit against abutting members. Members shall be held positively in place until properly fastened. Framing components maybe prefabricated into panels prior to erection. Fabricate panels plumb, square, true to line and braced against racking with joints welded. Perform lifting of prefabricated panels in a manner to prevent damage or distortion in any members in the assembly. B. Cut framing members by sawing or shearing; do not torch cut. C. Fastening of components shall be with self tapping screws or welding of sufficient size to insure the strength of the connection. Welds shall be performed by operators qualified in accordance with Section 6.0 of the American Welding Society's "Structural Welding Code -Sheet Metal" (AWS D1.3). D. Wire tying of framing components is not permitted. E. Locate mechanical fasteners and install according to cold -formed framing manufacturer's instructions with screw penetrating joined members by not less than 3 exposed screw threads. F. Reinforce, stiffen, and brace framing assemblies to withstand handling, delivery, and erection stresses. Lift fabricated assemblies by method which will prevent damage or distortion. G. Fabrication Tolerances: Fabricate assemblies to a maximum allowable tolerance variation from plumb, level, and true to line of 1/8" in 10 feet and as follows: 1. Space individual framing members no more than plus or minus 1/8" from plan location. Cumulative error shall not exceed minimum fastening requirement's of sheathing or other finish materials. 2. Fabricate each cold -formed metal framing assembly to a maximum out -of -square tolerance of 1/8". H. Insulating Material: Provide insulation equal to that specified elsewhere in all double jamb studs and double header members which will not be accessible to the insulation contractor. Manufacturer's standard cementitious mixture with a compressive strength of not less than 5000 psi. Thickness to suit required fire rating. 1. Steel Shell: Manufacturer's standard to suit required fire rating, finished with one coat shop -applied primer. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 PART 3 -EXECUTION 3.01 GENERAL G�111 COLD -FORMED METAL FRAMING A. Manufacturer's Instructions: Install metal framing systems in accordance with manufacturer's printed or written instructions and recommendations, unless otherwise indicated. B. Cold -formed metal framing may be shop or field fabricated for installation, or it may be field assembled. C. Install cold -formed metal framing and accessories plumb, square, true to line, and with connections securely fastened. Cut framing members by sawing or shearing; do not torch cut. D. Fasten cold -formed metal framing members with self tapping screws or welding of sufficient size to insure the strength of the connection. Wire tying of framing components is not permitted. E. Install framing members in one-piece lengths, unless splice connections are indicated for track or tension members. F. Set studs plumb, except as needed for diagonal bracing or required for non -plumb walls or warped surfaces and similar requirements. G. Where stud system abuts structural columns or walls, including masonry walls, anchor ends of stiffeners to supporting structure. H. Install supplementary framing, blocking and bracing in the metal framing system wherever wall or partitions are indicated to support fixtures, equipment, services, casework, heavy trim and furnishings, and similar work requiring attachment to the wall or partition. Where type of supplementary support is not otherwise indicated, comply with the stud manufacturer's recommendations and industry standards in each case, considering the weight or loading resulting from the item supported. I. Provide temporary bracing and leave in place until framing is permanently stabilized. J. Fasten reinforcement plate over web penetrations that exceed size of manufacturer's standard punched openings. K Erection Tolerances: Install cold -formed metal framing to a maximum allowable tolerance variation from plumb, level, and true to line of 1/8" in 10 feet and as follows: 1. Space individual framing members no more than plus or minus 1/8" from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finish materials. 3.02 INSTALLATION OF WALL STUD SYSTEM A. Runner Tracks: Install continuous tracks sized as shown. Align tracks accurately to the layout at base and tops of studs. Secure tracks as shown on the drawings for the type of construction involved, except do not exceed 24" o.c. spacing for nail or power -driven fasteners, nor 16" o.c. for other types of attachment. Provide fasteners at comers and ends of tracks. All track butt joints, abutting pieces of track, shall be securely anchored to a common structural element, or they shall be butt -welded or spliced together. B. Studs shall be plumbed, aligned and securely attached to top and bottom runner tracks by either welding or screw fastening at both inside and outside flanges. Studs shall have full bearing against inside track web, prior to stud and track attachment. CITY OF LUBBOCK - LAND APPLICATION OFFICE 54000 - 5 CDG 21108 COLD -FORMED METAL FRAMING C. Install headers over wall openings wider than the stud spacing. Fabricate headers of compound shapes indicated or required to transfer load to supporting studs, complete with clip -angle connectors, web stiffeners, or gusset plates. D. Frame wall openings larger than 2'-0" square with double studs at each jamb of frame except where more than 2 are either shown or indicated in manufacturer's instructions. Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb studs with stud shoes or by welding, and space jack studs same as full -height studs of the wall. Secure stud system all around to wall opening frame in the manner indicated. E. Jack studs or cripples shall be installed below window sills, above window and door heads, at free standing stair rails and elsewhere to furnish support and shall be securely attached to supporting members. F. Install supplementary framing, blocking, and bracing in stud framing indicated to support fixtures, equipment, services, casework, heavy trim, furnishings, and similar work requiring attachment to framing. G. Frame both sides of expansion and control joints, as shown for the wall system, with a separate stud and do not bridge the joint with components of the stud system. H. Splices in studs will not be permitted. I. Studs shall have a minimum of 10" unpunched steel at both ends of each member. When field cutting reduces this minimum 10" unpunched steel, web stiffening will be required. J. Wall stud bridging shall be attached in a manner to prevent stud rotation. Provide one row of horizontal bridging at mid height of stud walls up to 10'-0" high. Stud walls over 10'-0" high shall have bridging spaced at 4'-0" o.c. maximum. Stud bridging shall be 1 1/2" cold rolled U-channel or strapping and shall be attached to each stud by welding or attaching with clip angles and screws. K. Diagonal Bracing: Diagonal flat straps shall be placed over the stud flanges without interfering with facing material at a 1:1 slope. Screw attach strapping to each stud. Provide additional vertical studs at ends of strapping. L. Install miscellaneous framing and connections, including supplementary framing, web stiffeners, clip angles, anchors, and fasteners, to provide a complete and stable wall -framing system. END OF SECTION 05400 This section prepared by Surendran Consulting, LLC. C August 9, 2011 CITY OF LUBBOCK - LAND APPLICATION OFFICE 05500 -1 CDG 21108 METAL FABRICATION SECTION 05500 - METAL FABRICATION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK A. The extent of miscellaneous metal work is shown on the Drawings and includes items fabricated from metal shapes, plates, angles, lintels, tubes, and pipe which are not a part of structural steel or other metal systems in other sections of these specifications. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Concrete Work - Section 03300 B. Structural Steel - Section 05120 1.04 QUALITY ASSURANCE A. Field Measurements: Take field measurements prior to preparation of shop drawings and fabrication, where possible. Do not delay job progress; allow for trimming and fitting wherever taking field measurements before fabrication might delay work. B. Inserts and Anchorages: Furnish inserts and anchoring devices which must be set in concrete for installation of miscellaneous metal work. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. 1. See Section 03300, Concrete Work, for installation of inserts and anchorage devices. C. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.05 SUBMITTALS A. Manufacturer's Data, Miscellaneous Metal: For information only, submit manufacturer's specifications, anchor details and installation instructions for products to be used in the fabrication of miscellaneous metal work Including paint products. Indicate by transmittal that copy of instructions has been distributed to Installer. B. Shop Drawings, Miscellaneous Metal: Submit shop drawings for fabrication and erection of miscellaneous metal assemblies. Include plans, elevations, details, sections and connections. Show anchorages and accessory items. PART 2 PRODUCTS 2.01 MATERIALS A. Metal Surfaces, General: For fabrication of miscellaneous metal workwhich will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled CITY OF LUBBOCK - LAND APPLICATION OFFICE 05500 - 2 l� CDG 21108 METAL FABRICATION 1 trade names and roughness. B. Structural Steel Plates, Shapes and Bars: ASTM A 36. C. Steel Tubing: Hot -formed, welded or seamless, ASTM A 501. D. All galvanizing shall be hot dipped galvanizing, ASTM A 123 or ASTM A 386. E. Steel Pipe: ASTM A 53; type as selected; Grade A; black finish unless galvanizing is required; standard weight (Schedule 40), unless otherwise shown or specified. F. Concrete Inserts: Threaded or wedge type, galvanized ferrous casting, either malleable iron ASTM A 47 or cast steel ASTM A 27; provide bolts, washers and shims as required, hot -dip galvanized ASTM A 153. G. Concrete Expansion Anchors: Wedge type anchors meeting Federal Specification FF-S-325 INT AMD 3, Group II, Type 4, Class 1. H. Chemical Anchors: Consisting of a threaded rod of zinc -plated AISI 1018 steel, a nut, washer, and sealed glass capsule containing a polyester resin and quartz sand aggregate filler. Rods 3/8 inch through 3/4 inch shall have a minimum yield stress of 60 KSI and tensile strength of 74 KSI. I. Toggle Bolts: Tumble -wing type, complying with FS FF-B-588, type, class and style as required. J. Shop Primer for Ferrous Metal: Manufacturer's or Fabricator's standard, fast -curing, lead-free, "Universal" primer; selected for good resistance to normal atmospheric corrosion, for compatibility with finish paint systems indicated and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure; equal to Tnemec 10-99 (Red) or UE705 Fleet Line Red Oxide Metal Primer by Adams Paint Company. 2.02 FABRICATION, GENERAL A. Workmanship: Use materials of size and thickness shown, or if not shown, of required size and thickness to produce strength and durability in finished product. Work to dimensions shown or accepted on shop drawings, using proven details of fabrication and support. Use type of materials shown or specified for various components of work. B. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Ease exposed edges to a radius of approximately 1/32" unless otherwise shown. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. C. Weld corners and seams continuously, complying with AWS Code. Grind exposed welds smooth and flush, to match and blend with adjoining surfaces. D. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of type shown, or if not shown, phillips flat -head (countersunk) screws or bolts. E. Provide for anchorage of type shown, coordinated with supporting structure. Fabricate and space anchoring devices as shown and as required to provide adequate support for intended use. F. Cut, reinforce, drill and tap miscellaneous metalwork as required to receive finish hardware and similar items. G. Shop Painting: CITY OF LUBBOCK - LAND APPLICATION OFFICE 05500 - 3 CDG 21108 METAL FABRICATION 1. Shop paint miscellaneous metal work, except members or portions of members to be embedded in concrete, surfaces and edges to be field welded, and galvanized surfaces, unless otherwise specified. 2. Remove oil, grease and similar contaminants in accordance with SSPC-SP 1 "Solvent Cleaning". 3. Remove scale, rust and other deleterious materials before applying shop coat. Clean off heavy rust and loose mill scale in accordance with SSPC-SP 2 "Hand Tool Cleaning" or SSPC-SP 3 "Power Tool Cleaning", or SSPC-SP 7 "Brush -Off Blast Cleaning". 4. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at rate to provide uniform dry film thickness of 2.0 mils for each coat. Use painting methods which will result in full coverage of joints, corners, edges and exposed surfaces. 5. Apply one shop coat to fabricated metal items, except apply 2 coats of paint to surfaces inaccessible after assembly or erection. 2.03 MISCELLANEOUS METAL ITEMS A. Carpenter's Iron Work: Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware are required under other sections. B. Manufacture or fabricate items of sizes, shapes and dimensions required. Furnish malleable iron washers for -- heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers. C. Miscellaneous Framing and Supports: 1. Provide miscellaneous steel framing and supports which are not a part of structural steel framework, as required to complete work. 2. Fabricate miscellaneous units to sizes, shapes and profiles shown or, if not shown, of required dimensions to receive adjacent other work to be retained by framing. Except as otherwise shown, fabricate from structural steel shapes and plates and steel bars, of welded construction using mitered corners, welded brackets and splice plates and minimum joints for field connection. Cut, drill, and tap units to receive hardware and similar items. D. Perimeter Angles: Furnish and install continuous angles at edge of concrete floors and roof decks where indicated, and frame all openings in same as noted or detailed. Furnish all necessary clips or supports. E. Floor Edging: At the termination of floor slab under Overhead Type Doors, furnish angles as noted to provide a weatherseal. F. Skylight and Miscellaneous Bracing: Furnish all bolts, screws, anchors, wire and fasteners to fit every requirement. Where moisture conditions prevail, furnish galvanized rust -proof materials. G. Downspout Boots: Where shown on the drawings, shall be Type DS1 as manufactured McKinley Iron Works, Fort Worth, TX. Furnish 4 feet tall, 4" x 6" size Aluminum with powder blast satin finish. PART 3 EXECUTION 3.01 INSTALLATION A. Anchorages: Furnish setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts and miscellaneous items having integral anchors, which are to be embedded in concrete construction. Coordinate delivery of such items to project site. B. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal items to in -place constructions; including threaded fasteners for concrete inserts, toggle CITY OF LUBBOCK - LAND APPLICATION OFFICE 05500 - 4 }' CDG 21108 METAL FABRICATION bolts, through -bolts, lag bolts, wood screws and other connectors as required. C. Cutting, Fitting and Placement: Perform cutting, drilling and fitting required for installation of miscellaneous metal items. Set work accurately in location alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Provide temporary bracing of anchors in formwork for items which are to be built into concrete or similar construction. D. Fit exposed connections accurately together to form tight hairline joints. Weld connections which are not to be Ieft as exposed joints, but cannot be shop welded because of shipping size limitations. Grind joints smooth and touch-up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which have been hot -dip galvanized after fabrication, and are intended for bolted or screwed field connections. E. Field Welding: Comply with AWS Code for procedures of manual shielded metal arc welding, appearance and quality of welds made, and methods used in correcting welding work. F. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. END OF SECTION 05500 This section prepared by Surendran Consulting, LLC. Mug,um 7, GU11 3' CITY OF LUBBOCK - LAND APPLICATION OFFICE 06100 - 1 CDG 21108 ROUGH CARPENTRY SECTION 06100 - ROUGH CARPENTRY PART 1 - GENERAL r 1.1 RELATED DOCUMENTS ' A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. i, 1.2 SUNMARY A. This Section includes the following: 1. Wood blocking and nailers. 1.3 DEFINITIONS A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise indicated. B. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. NLGA - National Lumber Grades Authority. 2. WCLIB - West Coast Lumber Inspection Bureau. 3. WWPA - Western Wood Products Association. 1.4 SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664. 2. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 3. Include copies of warranties from chemical treatment manufacturers for each type of treatment. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, with the experience and capability to conduct the testing indicated, as documented according to ASTM E 548. B. Source Limitations for Fire -Retardant -Treated Wood: Obtain each type of fire -retardant -treated wood product through one source from a single producer. CITY OF LUBBOCK - LAND APPLICATION OFFICE 06100 - 2 CDG 21108 ROUGH CARPENTRY 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. 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. 3. Provide dressed lumber, S4S, unless otherwise indicated. 4. Provide dry lumber with 15 percent maximum moisture content at time of dressing for 2-inch nominal thickness or less, unless otherwise indicated. 2.2 FIRE -RETARDANT -TREATED MATERIALS A. General: All exposed and concealed blocking is to be fire -retardant -treated. Provide materials that comply with performance requirements in AWPA C20 (lumber). Identify fire -retardant -treated wood with appropriate classification marking of UL, U.S. Testing, Timber Products Inspection, or another testing and inspecting agency acceptable to authorities having jurisdiction. 1. Use treatment for which chemical manufacturer publishes physical properties of treated wood after exposure to elevated temperatures, when tested by a qualified independent testing agency according to ASTM D 5664, for lumber. 2. Use treatment that does not promote corrosion ofinetal fasteners. 3. Use Interior Type A High Temperature (HT), unless otherwise indicated. 2.3 MISCELLANEOUS LUMBER A. General: Provide lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. B. For items of dimension lumber size, provide Construction, Stud, or No. 2 grade lumber with 15 percent maximum moisture content and the following species: 1. Western woods; WCLIB or WWPA. C. For concealed boards, provide lumber with 15 percent maximum moisture content and the following species and grades: 1. Hem -fir or Hem -fir (north), Construction or 2 Common grade; NLGA, WCLIB, or WWPA. CITY OF LUBBOCK - LAND APPLICATION OFFICE 06100 - 3 CDG 21108 ROUGH CARPENTRY 2.4 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Nails, Brads, and Staples: ASTM F 1667. C. Power -Driven Fasteners: CABO NER-272. D. Wood Screws: ASME B18.6.1. E. Screws for Fastening to Cold -Formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. F. Lag Bolts: ASMEB18.2.1. G. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency. 1. Material: Carbon -steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5. 2.5 METAL FRAMING ANCHORS A. General: Provide framing anchors made from metal indicated, of structural capacity, type, and size indicated, and as follows: 1. Research/Evaluation Reports: Provide products acceptable to authorities having jurisdiction and for which model code research/evaluation reports exist that show compliance of metal framing anchors, for application indicated, with building code in effect for Project. 2. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. B. Galvanized Steel Sheet: Hot -dip, zinc -coated steel sheet complying with ASTM A 653/A 653M, G60 coating designation. C. Stainless -Steel Sheet: ASTM A 666, Type 304. 1. Use for exterior locations and where indicated. 2.6 MISCELLANEOUS MATERIALS A. Water -Repellent Preservative: NWWDA tested and -accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 06100 - 4 ROUGH CARPENTRY PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction. B. Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints, or optimum joint arrangement. C. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. CABO NER 272 for power -driven fasteners. 2. Published requirements of metal framing anchor manufacturer. 3. Table 23-H-B-1, "Nailing Schedule," and Table 23-H-B-2, "Wood Structural Panel Roof Sheathing Nailing Schedule," in the Uniform Building Code. D. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required. E. Use finishing nails for exposed work, unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3.2 WOOD BLOCKING, AND NAILER INSTALLATION V'111 A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless - otherwise indicated. Build anchor bolts into masonry during installation of masonry work. Where possible, secure anchor bolts to formwork before concrete placement.` ; C. Install 2x6 wood blocking behind gypsum board at all door hardware wall stop locations. Securely attach blocking to adjacent studs. D. Install 2x6 wood blocking behind gypsum board at all toilet accessories and compartment anchor a--i locations. Securely attach blocking to adjacent studs. END OF SECTION 06100 0 CITY OF LUBBOCK — LAND APPLICATION OFFICE 06402-1 CDG 21108 INTERIOR ARCHITECTURAL WOODWORK SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Wood cabinets. 2. Plastic -laminate countertops. 3. Solid -surfacing countertops. 1.3 DEFINITIONS A. Interior architectural woodwork includes wood furring, blocking, shims, and hanging strips for installing woodwork items, unless concealed within other construction before woodwork installaton. 1.4 SUBMITTALS A. Product Data: For each type of product indicated, including cabinet hardware and accessories, and finishing materials and processes. B. Product Data: For particleboard, medium -density fiberboard, plywood, high-pressure decorative laminate, solid surfacing materials, adhesive for bonding plastic laminate, thermoset decorative overlay, cabinet hardware and accessories, and finishing materials and processes. C. Shop Drawings: Show location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components. 1. Show locations and sizes of furring, blocking, and hanging strips, including concealed blocking and reinforcement specified in other Sections. 2. Show locations and sizes of cutouts and holes for items installed in architectural woodwork. D. Samples for Initial Selection: Manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available for each type of material indicated. 1. Shop -applied transparent finishes. 2. Plastic laminates. 3. Thermoset decorative overlay. 4. Solid -surfacing materials, 6 inches square. E. Samples for Verification: For the following: CITY OF LUBBOCK — LAND APPLICATION OFFICE 06402-2 } CDG 21108 INTERIOR ARCHITECTURAL WOODWORK 1. Lumber with or for transparent finish, 50 sq. inches, for each species and cut, finished on 1 side and 1 edge. 2. Veneer leaves representative of and selected from flitches to be used for transparent finished woodwork. 3. Wood -veneer -faced panel products with or for transparent finish, 12 by 24 inches, for each species and cut. Include at least one face -veneer seam and finish as specified. 4. Plastic -laminate -clad panel products, 8 by 10 inches, for each type, color, pattern, and surface finish. 5. Solid -surfacing materials, 8 by 10 inches, for each type, color, pattern, and surfacefinish. 6. Thermoset decorative -overlay surfaced panel products, 8 by 10 inches, for each type, color, pattern, and surface finish. F. Product Certificates: Signed by manufacturers of woodwork certifying that products furnished comply with requirements. G. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. 1.5 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing architectural woodwork similar to that 1_t .indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.1 B. Source Limitations: Engage a qualified woodworking firm to assume undivided responsibility for production and installation of interior architectural woodwork. C. Quality Standard: Unless otherwise indicated, comply with AWI's "Architectural Woodwork Quality tj Standards" for grades of interior architectural woodwork, construction, finishes, and other requirements. I 1. Provide AWI Quality Certification Program certificate indicating that woodwork complies with requirements of grades specified. 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not deliver woodwork until painting and similar operations that could damage woodwork have been completed in installation areas. If woodwork must be stored in other than installation areas, store only in areas where environmental conditions comply with requirements specified in "Project Conditions" Article. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install woodwork until wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period. B. Field Measurements: Where woodwork is indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work CITY OF LUBBOCK — LAND APPLICATION OFFICE 06402-3 CDG 21108 rNTERIOR ARCHITECTURAL WOODWORK 1. Locate concealed framing, blocking, and reinforcements that support woodwork by field measurements before being enclosed and indicate measurements on Shop Drawings. 1.8 COORDINATION A. Coordinate sizes and locations of framing, blocking, Ruing, reinforcements, and other related units of Work specified in other Sections to ensure that interior architectural woodwork can be supported and installed as indicated. PART2-PRODUCTS 2.1 MATERIALS A. General: Provide materials that comply with requirements of the AWI quality standard for each type of woodwork and quality grade specified, unless otherwise indicated. B. Wood Species and Cut for Transparent Finish: Red oak, plain sawn or sliced. C. Wood Products: Comply with the following: 1. Particleboard: ANSI A208.1, Grade M-2-Exterior Glue. 2. Hardwood Plywood and Face Veneers: HPVAHP-1. 3. Medium -Density Fiberboard: ANSI A208.2, Grade MD. D. Thermoset Decorative Overlay: Particleboard complying with ANSI A208.1, Grade M-2, or medium - density fiberboard complying with ANSI A208.2, Grade MD, with surface of thermally fused, melamine - impregnated decorative paper complying with LMASAT-1. 1. Provide PVC or polyester edge banding complying with LMA EDGI on components with edges. E. High -Pressure Decorative Laminate: NEMA LD 3, grades as indicated, or if not indicated, as required by woodwork quality standard. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering high- pressure decorative laminates that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturer: Subject to compliance with requirements, provide high-pressure decorative laminates by one of the following: a. Formica Corporation. b. Laminart. C. Wilsonart International; Div. of Premark International, Inc. F. Solid -Surfacing Material: Homogeneous solid sheets of filled plastic resin complying with ISSFA- 2.Unpigmented contact cement. 1. Type: Standard type, unless Special Purpose type is indicated. 2. Colors and Patterns: Match Architect's samples. 2.2 INSTALLATION MATERIALS CITY OF LUBBOCK — LAND APPLICATION OFFICE 06402-4 CDG 21108 INTERIOR ARCHITECTURAL WOODWORK -4 A. Furring, Blocking, Shims, and Hanging Strips: Fire -retardant -treated softwood lumber, kiln -dried to less than 15 percent moisture content. B. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage. Provide nonferrous -metal or hot -dip galvanized anchors and inserts on inside face of exterior walls and elsewhere as required for corrosion resistance. Provide toothed -steel or lead expansion sleeves for drilled -in -place anchors. 2.3 FABRICATION, GENERAL A. Interior Woodwork Grade: Provide Custom grade interior woodwork complying with the referenced quality standard. B. Wood Moisture Content: Comply with requirements of referenced quality standard for wood moisture content in relation to ambient relative humidity during fabrication and in installation areas. C. Fabricate woodwork to dimensions, profiles, and details indicated. D. Complete fabrication, including assembly and hardware application to maximum extent possible before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting. 1. Notify Architect seven days in advance of the dates and times woodwork fabrication will be complete. 2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled. Install dowels, screws, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various parts fit as intended and check measurements of assemblies against field measurements indicated on Shop Drawings before disassembling for shipment. E. Shop cut openings, to maximum extent possible, to receive hardware, appliances, plumbing fixtures, electrical work, and similar items. Locate openings accurately and use templates or roughing -in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs. 1. Seal edges of openings in countertops with a coat of varnish 2.4 WOOD CABINETS A. Quality Standard: Comply with AWI Section 400 requirements fir wood cabinets. B. Grade: Custom. C. AWI Type of Cabinet Construction: Reveal overlay on face frame. D. Reveal Dimension: I/2 inch. E. Materials for Semiexposed Surfaces: Provide surface materials indicated below: 1. Surfaces Other Than Drawer Bodies: Thermoset decorative overlay. 2. Drawer Sides and Backs: Thermoset decorative overlay. 3. Drawer Bottoms: Thermoset decorative overlay. CITY OF LUBBOCK — LAND APPLICATION OFFICE 06402-5 CDG 21108 INTERIOR ARCHITECTURAL WOODWORK F. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate and solid surfacing complying with the following requirements: 1. Provide Architect's selections from laminate and solid surfacing manufacturer's full range of colors and finishes. Refer to Division 9 Section "Material/Finish Schedule" for more information. 2.5 PLASTIC -LAMINATE COUNTERTOPS A. Quality Standard: Comply with AWI Section 400 requirements for high-pressure decorative laminate countertops. B. Grade: Custom. C. High -Pressure Decorative Laminate Grade: HGS. D. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: 1. Provide Architects selections from manufacturer's full range of colors and finishes. E. Edge Treatment: Same as laminate cladding on horizontal surfaces. F. Core Material: Medium -density fiberboard made with exterior glue or exterior -grade plywood. F. Core Material at Sinks: Medium -density fiberboard made with exterior glue or exterior -grade plywood. 2.6 SHOP FINISHING A. Quality Standard: Comply with AWI Section 1500, unless otherwise indicated. 1. Grade: Provide finishes of same grades as items to be finished. B. General: Priming and finishing of interior architectural woodwork required to be performed at fabrication shop are specified in this Section. Refer to Division 9 Sections "Painting" and "Wood Stains and Transparent Finishes" for material and application requirements. 2.7 SOLID -SURFACING -MATERIAL COUNTERTOPS A. Solid -Surfacing -Material Thickness: '/z inch. B. Colors, Patterns, and Finishes: Provide materials and products that result in colors of solid -surfacing material complying with the following requirements: 1. Match Architects' sample. C. Fabricate tops in one piece, unless otherwise indicated. Comply with solid -surfacing -material manufacturer's written recommendations for adhesives, sealers, fabrication, and finishing. 1. Fabricate tops with shop -applied edges of materials and configuration indicated. 2. Fabricate tops with loose backsplashes for field application. 3. Fabricate tops with 1 %s" bullnose edge termination unless noted otherwise. CITY OF LUBBOCK—LAND APPLICATION OFFICE CDG 21108 06402-6 INTERIOR ARCHITECTURAL WOODWORK PART 3 - EXECUTION 3.1 PREPARATION A. Condition woodwork to average prevailing humidity conditions in installation areas before installation. B. Before installing architectural woodwork, examine shop -fabricated work for completion and complete work as required, including removal of packing and backpriming. 3.2 INSTALLATION A. Quality Standard: Install woodwork to comply with AWI Section 1700 for the same grade specified in Part 2 of this Section for type of woodwork involved. B. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb (including tops) to a tolerance of 1/8 inch in 96 inches. C. Scribe and cut woodwork to fit adjoining work, and refinish cut surfaces and repair damaged finish at cuts. D. Anchor woodwork to anchors or blocking built in or directly attached to substrates. Secure with countersunk, concealed fasteners and blind nailing as required for complete installation. Use fine finishing nails for exposed fastening, countersunk and filled flush with woodwork and matching final finish if transparent finish is indicated. E. Cabinets: Install without distortion so doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation. Complete installation of hardware and accessory items as indicated. 1. Install cabinets with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. F. Countertops: Anchor securely by screwing through comer blocks of base cabinets or other supports into underside of countertop. 1. Align . adjacent countertops and form seams to comply with manufacturer's written recommendations using adhesive in color to match countertop. Carefully dress joints smooth, remove surface scratches, and clean entire surface. 2. Install countertops with no more than 1/8 inch in 96-inch sag, bow, or other variation from a straight line. G. Complete the finishing work specified in this Section to extent not ccrnpleted at shop or before installation of woodwork. Fill nail holes with matching filler where exposed. Apply specified finish coats, including stains and paste fillers if any, to exposed surfaces where only sealer/prime coats were applied in shop. 3.3 ADJUSTING AND CLEANING A. Repair damaged and defective woodwork, where possible, to eliminate functional and visual defects; where not possible to repair, replace woodwork. Adjust joinery for uniform appearance. B. Clean, lubricate, and adjust hardware. CITY OF LUBBOCK — LAND APPLICATION OFFICE 06402-7 CDG 21108 INTERIOR ARCHITECTURAL WOODWORK C. Clean woodwork on exposed and semiexposed surfaces. Touch up shop -applied finishes to restore damaged or soiled areas. 3.4 PROTECTION A. Provide final protection and maintain conditions in a manner acceptable to fabricator and installer that insures that woodwork is without damage or deterioration at the time of Substantial Completion. 3.5 CABINET AND ACCESSORY SCHEDULE A. Pulls: Stanley No. 4477, (1) per door or drawer, 26D finish. B. Hinges: Grass, TEC 860 Series, 108 degree opening. C. Drawer Glides: Knape and Vogt No. 1429 full extension 100 lb. load. D. Adjustable Shelf Standards: Knape and Vogt No. 255ZC. E. Shelf Rests for Standards: Knape and Vogt No. 256ZC. F. Counter Support Brackets: Rakks EH-1818 at 24" D counters: Mill finish aluminum. G. Countertop Grommets: 2" diameter with cap, black, by Doug Mockett and Co., Inc. H. Drawer Locks: Olympus Lock, 200 DW Series, rekeyable lock including cylinder, 26D finish. END OF SECTION 06402 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 07210 - 1 BUILDING INSULATION f SECTION 07210 - BUILDING INSULATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Concealed building insulation. 2. Sound attenuation insulation. B. Related Sections include the following: 1. Division 13 Section "Metal Building Systems" for rolled insulation for metal roof and metal walls. 1.3 DEFINITIONS A. Mineral -Fiber Insulation: Insulation composed of glass fibers; produced in blankets formed into batts (flat -cut lengths) or rolls. I A SUBMITTALS A. Product Data: For each type of product indicated. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency for insulation products. 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain each type of building insulation through one source from a single manufacturer. B. Fire -Test -Response Characteristics: Provide insulation and related materials with the fire -test -response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency. 1. Surface -Burning Characteristics: ASTM E 84. 2. Fire -Resistance Ratings: ASTM E 119. 3. Combustion Characteristics: ASTM E 136. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. f., CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 07210 - 2 BUILDING INSULATION PART 2 - PRODUCTS 2.1 GLASS -FIBER BLANKET INSULATION A. Unfaced, Glass -Fiber Blanket Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame -spread and smoke -developed indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. Provide thermal resistance as indicated on the drawings. B. Reinforced -Foil -Faced, Glass -Fiber Blanket Insulation: ASTM C 665, Type III (reflective faced), Class A (faced surface with maximum flame -spread and smoke developed indexes of 25 and 50); Category 1 (membrane is a vapor barrier), faced with foil scrim or foil -scrim kraft. Provide thermal resistance as indicated on the drawings. PART 3-EXECUTION 3.1 EXAMINATION i A. Examine substrates and conditions, with Installer present, for compliance with requirements of Sections in which substrates and related work are specified and for other conditions affecting performance. 1. Proceed with installation onlyafter unsatisfactory conditions have been corrected. rY 3.2 PREPARATION A. Clean substrates of substances harmful to insulation or vapor retarders, including removing projections capable of puncturing vapor retarders or of interfering with insulation attachment. 3.3 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and application indicated. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed at any time to ice, rain, and snow. C. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly around k obstructions and fill voids with insulation. Remove projections that interfere with placement... D. Water -Piping Coordination: If water piping is located within insulated exterior walls, coordinate location of piping to ensure that it is placed on warm side of insulation and insulation encapsulates piping. E. For preformed insulating units, provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units to produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness. 3.4 INSTALLATION OF GENERAL BUILDING INSULATION A. Apply insulation units to substrates by method indicated, complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units. i CITY OF LUBBOCK — LAND APPLICATION OFFICE 07210 - 3 - CDG 21108 BUILDING INSULATION B. Install mineral -fiber insulation in cavities formed by framing members according to the following a requirements: 1. Use insulation widths and lengths that fill the cavities fonned by framing members. If more than one length is required to fill cavity, provide lengths that will produce a snug fit between ends. 2. Place insulation in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. Maintain 3-inch clearance of insulation around recessed lighting fixtures. 4. For metal -framed wall cavities where cavity heights exceed 96 inches, support unfaced blankets mechanically and support faced blankets by taping stapling flanges to flanges of metal studs. 3.5 INSTALLATION OF INSULATION IN CEILINGS FOR SOUND ATTENUATION A. Install 3-inch- thick, unfaced glass -fiber blanket insulation over suspended ceilings at partitions in a width that extends insulation 48 inches on either side of partition. 3.6 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. END OF SECTION 07210 p..� _.._.......y y. ..,...t ....... v^..—`.. y .._. w........,...>....,...+_. a P*"+.,,.,»„nxrx� v.«.. ..m.,...�.� �n���...�+.,.r.i.^`� .-m.,...... ........ �t ., � ................y. .u......:... ewmtrtMv CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 1 JOINT SEALANTS SECTION 07920 - JOINT SEALANTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes sealants for the following applications, including those specified by reference to this Section: B. This Section includes sealants for the following applications: 1. Interior joints in the following vertical surfaces and horizontal nontrafic surfaces: a. Perimeter joints of exterior openings where indicated. b. Perimeter joints between interior wall surfaces and frames of interior doorand windows. C. Other joints as indicated. C. Related Sections include the following: 1. Division 9 Section "Gypsum Board Assemblies" for sealing perimeter joints of gypsum board partitions to reduce sound transmission. 1.3 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. B. Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates. 1.4 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Samples for Verification: For each type and color of joint sealant required. Install joint sealants in 1/2- inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. E. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 2 JOINT SEALANTS F. Compatibility and Adhesion Test Reports: From sealant manufacturer indicathg the following: 1. Materials forming joint substrates and joint -sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation ' needed for adhesion. G. Product Test Reports: From a qualified testing agency indicating sealants comply with requirements, based on comprehensive testing of current product formulations. H. Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint - sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a singlemanufacturer. C. Preconstruction Field -Adhesion Testing: Before installing elastomeric sealants, field test their 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 application indicated below: a. .Each type of elastomeric sealant and joint substrate indicated. b. Each type of nonelastomeric sealant and joint substrate indicated. 3. Notify Architect seven days in advance of dates and timeswhen test joints will be erected. 4. Test Method: Test joint sealants by hand -pull method described below: a. Install joint sealants in 60-inch- long joints using same materials and methods for joint preparation and joint -sealant installation required for the completed Work. Allow sealants to cure fully before testing. b. Make knife cuts from one side of joint to the other, followed by two cuts approximately 2 inches long at sides of joint and meeting cross cut at one end. Place a mark I inch from cross -cut end oft -inch piece. C. Use fingers to grasp 2-inch piece of sealant between cross -cut end and 1-inch mark; pull firmly at a 90-degree angle or more in direction of side cuts while holding a ruler along side of sealant. Pull sealant out of joint to the 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. d. For joints with dissimilar substrates, check adhesion to each substrate separately. Do this by extending cut along one side, checking adhesion to opposite side, and then repeating this procedure for opposite side. 5. Report whether 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. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 6. Evaluation of Preconstruction Field -Adhesion -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. CITY OF LUBBOCK - LAND APPLICATION OFFICE 07920 - 3 CDG 21108 JOINT SEALANTS D. Mockups: Before installing joint sealants, apply elastomeric sealants as follows to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution: 1. Joints in mockups of assemblies specified in other Sections that are indicated to receive elastomeric joint sealants, which are specified by reference to this Section. 1.6 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 date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminant4 or other causes. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than those allowed by joint sealant manufacturer for applications indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with adhesion are removed from joint substrates. 1.8 WARRANTY A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, 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. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range for this characteristic. 2.2 ELASTOMERIC JOINT SEALANTS CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 4 JOINT SEALANTS A. Elastomeric Sealant Standard: Comply with ASTM C 920 and other requirements indicated for each liquid -applied chemically curing sealant in the Elastomeric Joint -Sealant Schedule at the end of Part 3, including those referencing ASTM C 920 classifications for type, grade, class, and uses. B. Additional Movement Capability: Where additional movement capability is specified in the Elastomeric Joint -Sealant Schedule, provide products with the capability, when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719, to withstand the specified percentage change in the joint width existing at the time of installation and remain in compliance with other requirements of ASTM C 920 for uses indicated. C. Stain -Test -Response Characteristics: Where elastomeric sealants are specified in the Elastomeric Joint - Sealant Schedule to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. 2.3 SOLVENT -RELEASE JOINT SEALANTS A. Acrylic -Based Solvent -Release Joint -Sealant Standard: Comply with FS TT-S-00230 for each product of this description indicated in the Solvent -Release Joint -Sealant Schedule at the end of Part 3. B. Butyl -Rubber -Based Solvent -Release Joint -Sealant Standard: Comply with ASTM C 1085 for each product of this description indicated in the Solvent -Release Joint -Sealant Schedule at the end of Part 3. C. Pigmented Narrow Joint Sealant: For each product of this description indicated in the Solvent -Release Joint -Sealant Schedule at the end of Part 3 provide manufacturer's standard, solvent -release -curing, pigmented, synthetic -rubber sealant complying with AAMA 803.3 and formulated for sealing joints 3/16 inch or smaller in width. 2.4 LATEX JOINT SEALANTS A. Latex Sealant Standard: Comply with ASTM C 834 for each product of this description indicated in the Latex Joint -Sealant Schedule at the end of Part 3. 2.5 JOINT -SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, of type indicated below and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance: 1. Type C: Closed -cell material with a surface skin. C. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide sel€adhesive tape where applicable. 2.6 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant substrate tests and field tests. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 5 JOINT SEALANTS B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of r- sealants with joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions and the followng requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil -free compressed air. Porous joint surfaces include the following: a. Concrete. b. Masonry. C. Unglazed surfaces of ceramic tile. 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. a. Metal. b. Glass. C. Glazed surfaces of ceramic tile. B. Joint Priming: Prime joint substrates where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 6 JOINT SEALANTS 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and back of joints. E. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. I. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. 3.6 ELASTOMERIC JOINT -SEALANTS CITY OF LUBBOCK - LAND APPLICATION OFFICE 07920 - 7 CDG 21108 JOINT SEALANTS A. Multicomponent Nonsag Polysulfide Sealant S-1: Where joint sealants of this type are indicated, provide products complying with the following: �- 1. Products: Provide one of the following: L ' a. cm-60; W.R Meadows, Inc. b. T-2235-M; Morton International, Inc. C. T-2282; Morton International, Inc. d. Thiokol 2P; Morton International, Inc. e. GC-5 Synthacalk; Pecora Corporation. f. Two -Part Sealant; Sonnebom Building Products Div., ChemRex Inc. 2. Type and Grade: M (multicomponent) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. a. Use O Joint Substrates: Coated glass, aluminum coated with a bigh-performance coating, steel, galvanized steel, brick, ceramic tile, and wood. 6. Applications: As indicated in Schedule at end of this Section. B. Multicomponent Pourable Polysulfide Sealant S-2: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Deck O-Seal 125; W.R. Meadows, Inc. b. Deck-O-Seal 150; W.R. Meadows, Inc. C. Deck-O-Seal Two -Part; W.R. Meadows, Inc. 2.. Type and Grade: M (multicomponent) and P (pourable). 3. Class: 25. 4. Use Related to Exposure: T (traffic). 5. Uses Related to Joint Substrates: O. a. Use O Joint Substrates: Concrete. 6. As indicated in Schedule at end of this Section. C. Single -Component Nonsag Polysulfide Sealant S-3: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Deck-O-Seal One Step; W.R. Meadows, Inc. b. Thiokol IP; Morton International, Inc. C. GC-9 Synthacalk; Pecora Corporation. d. PSI-7000; Polymeric Systems, Inc. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. a. Use O Joint Substrates: Coated glass, aluminum coated with a high-performance coating, steel, galvanized steel, brick, ceramic tile, and wood. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 8 JOINT SEALANTS 6. Applications: As indicated in Schedule at end of this Section. D. Mildew -Resistant Silicone Sealant S-4: Where joint sealants of this type are indicated, provide products formulated with fungicide that are intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and temperature extremes, and that comply with the following: 1. Products: Provide one of the following: a. 786 Mildew Resistant; Dow Corning. b. Sanitary 1700; GE Silicones. C. 898 Silicone Sanitary Sealant; Pecora Corporation. d. PSI-611; Polymeric Systems, Inc. e. Tremsfl 600 White; Tremco. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: G, A, and, as applicable to joint substrates indicated, O. a. Use O Joint Substrates: Plumbing fixtures. 6. Applications: As indicated in Schedule at end of this Section. E. Multicomponent Nonsag Urethane Sealant S-5: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Vulkem 922; Mameco International. b. Dynatrol II; Pecora Corporation. C. Flexiprene 2000; Polymeric Systems, Inc. d. Sikaflex - 2c NS; Sika Corporation. e. DYmeric 511; Tremco. 2. Type and Grade: M (multicomponent) and NS (nonsag). 3. Class: 25. 4. Additional Movement Capability: 50 percent movement in extension and 50 percent in compression for a total of 100 percent movement. 5. Use Related to Exposure: NT (nontraffic). a. Use O Joint Substrates: Coated glass, color anodic aluminum, aluminum coated with a high-performance coating, steel, galvanized steel, brick, ceramic tile, and wood. 6. Applications: As indicated in Schedule at end of this Section. F. Multicomponent Pourable Urethane Sealant S-6: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Chem -Calk 550; Bostik Inc. b. Vulkem 245; Mameco International. C. Pourthane; W.R. Meadows, Inc. d. NR 200 Urexpan; Pecora Corporation. e. PSI-270SL; Polymeric Systems, Inc. f. PSI-551/RC-2; Polymeric Systems, Inc. CITY OF LUBBOCK - LAND APPLICATION OFFICE 07920 - 9 CDG 21108 JOINT SEALANTS g. Sikaflex - 2c SL; Sika Corporation. f h. SL 2; Sonnebom Building Products Div., ChemRex Inc. i. THC-900; Tremco. j. THC-901; Tremco. 2. Type and Grade: M (multicomponent) and P (pourable). 3. Class: 25. 4. Use Related to Exposure: T (traffic). a. Use O Joint Substrates: Concrete. 5. Applications: As indicated in Schedule at end of this Section. G. Single -Component Nonsag Urethane Sealant S-7: Where joint sealants of this type are indicated, provide products complying with the following: I . Products: Provide one of the following: a. Chem -Calk 900; Bostik Inc. b. Chem -Calk 915; Bostik Inc. C. Chem -Calk 945; Bostik Inc. d. Vulkem 921; Mameco International. e. PR-255; Ohio Sealants, Inc. f. Dynatrol I; Pecora Corporation. g. Flexiprene 1000; Polymeric Systems, Inc. h. PSI-901; Polymeric Systems, Inc. i. SM7100 Permathane; Schnee -Morehead, Inc. j. DyMonic; Tremco. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M, A, and, as applicable to joint substrates indicated, O. a. Use O Joint Substrates: Aluminum coated with a high-performance coating, galvanized steel, brick and wood. 6. Applications: As indicated in Schedule at end of this Section. H. Single -Component Pourable Urethane Sealant S-8: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Chem -Calk 950; Bostik Inc. b. Vulkem 45; Mameco International. C. Vulkem Nova 300 SSL; Mameco International. d. NR-201; Pecora Corporation. e. Flexiprene PSI-951; Polymeric Systems, Inc. f. SL 1; Sonnebom Building Products Div., ChemRex Inc.. 2. Type and Grade: S (single component) and P (pourable). 3. Class: 25. 4. Use Related to Exposure: T (traffic). a. Use 0 Joint Substrates: Ceramic tile, and concrete. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 07920 - 10 JOINT SEALANTS 5. Applications: As indicated in Schedule at end of this Section. 3.7 SOLVENT -RELEASE JOINT -SEALANT SCHEDULE A. Acrylic -Based Solvent -Release Sealant S-9: Where joint sealants of this type are indicated, provide products complying with the following: a. Mono 555; Tremco. 2. Applications: As indicated in Schedule at end of this Section. B. Butyl -Rubber -Based Solvent -Release Sealant S-10: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Bostik 300; Bostik Inc. b. PTI 707; H.B. Fuller Company. C. PTI 757; H.B. Fuller Company. d. NuFlex 232; NUCO Industries, Inc. e. BC-158; Pecora Corporation. f. PSI-301: Polymeric Systems, Inc. g. Sonneborn Multi -Purpose Sealant; Sonneborn Building Products Div., ChemRex, Inc. h. Tremco Butyl Sealant; Tremco. 2. Applications: As indicated in Schedule at end of this Section. C. Pigmented Narrow Joint Sealant S-11: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. PTI 200; H.B. Fuller Company. 2. Applications: As indicated in Schedule at end of this Section. 3.8 LATEX JOINT -SEALANT SCHEDULE A. Latex Sealant S-11: Where joint sealants of this type are indicated, provide products complying with the following: 1. Products: Provide one of the following: a. Chem -Calk 600; Bostik Inc. b. NuFlex 330; NUCO Industries, Inc. C. LC 160 All Purpose Acrylic Caulk; Ohio Sealants, Inc. d. AC-20; Pecora Corporation. e. PSI-701; Polymeric Systems, Inc. f. Sonolac; Sonneborn Building Products Div., ChemRex, Inc. g. Tremflex 834; Tremco. 2. Applications: As indicated in Schedule at end of this Section. 3.9 SEALANT SCHEDULE CITY OF LUBBOCK - LAND APPLICATION OFFICE 07920 - 11 CDG 21108 JOINT SEALANTS A. Exterior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-2, S-6, or S-8. C 2. Horizontal traffic joints exposed to fuel or gas spillage: Sealant types S-2, S-6 or S-8. 3. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-3, S-5, S-6 . or S-7. 4. Vertical or inclined joints such as panel, coping and control: Sealant types S-1, S-3, S-5 or S-7. 5. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-1, S-3, S-5 or S-7. 6. Threshold Bedding: Sealant type: S-10. 7. Joints in Masonry Flashing: Sealant Type S-11. 8. Joints in Sheet Metal Flashing: Sealant Type S-11. B. Interior Joints 1. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant S-1, S-3, S-5 or S-7. 2. Vertical or inclined joints such as panel, coping and control: Sealant type S-1, S-3, S-5 or S-7. 3. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-1, S-3, S-4, S-5 or S7. 4. Non-structural hollow metal doors and borrowed lites. Sealant types S-1, S-3, S-4, S-5, S-7, S-9 or S-11. 5. Non-structural perimeter seals around plumbing fixtures and joints between ceramic file and dissimilar materials: Sealant type S-4. 6. Nonstructural perimeter seals at joints between countertops, backsplashes and walls: Sealant type S-4. END OF SECTION 07920 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 08111 - 1 STANDARD STEEL DOORS AND FRAMES SECTION 08111 - STANDARD STEEL DOORS AND FRAMES a PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUN AARY A. This Section includes the following: I. Standard hollow -metal steel doors. 2. Standard hollow -metal steel frames. B. Related Sections include the following: 1. Division 8 Sections for door hardware for standard steel doors. 2. Division 9 painting Sections for field painting standard steel doors and frames. 1.3 DEFIMTIONS A. Minimum Thickness: Minimum thickness of base metal without coatings. 1.4 SUBMITTALS A.- Product Data: Include construction details, material descriptions, core descriptions, label compliance, and finishes for each type of steel door and frame specified. B. Shop Drawings: In addition to requirements below, provide a schedule of standard steel doors and frames using same reference numbers for details and openings as those on Drawings: 1. Elevations of each door design. 2. Details of doors, including vertical and horizontal edge details. 3. Frame details for each frame type, including dimensioned profiles. 4. Details and locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, accessories, joints, and connections. 7. Details of conduit and preparations for electrified door hardware and controls. C. Qualification Data: For Installer. D. Product Test Reports: Based on evaluation of comprehensive fire tests performed by a qualified testing agency, for each type of standard steel door and frame. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Testing Agency Qualifications: An independent agency qualified according to ASTM E 329 for testing indicated, as documented according to ASTM E 548. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08111 - 2 CDG 21108 STANDARD STEEL DOORS AND FRAMES C. Source Limitations: Obtain standard steel doors and frames through one source from a single manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver doors and frames palletized, wrapped, or crated to provide protection during transit and Project - site storage. Do not use nonvented plastic. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store doors and frames under cover at Project site. Place units in a vertical position with heads up, spaced by blocking, on minimum 4-inch- high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. 1. If wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4-inch space between each stacked door to permit air circulation. 1.7 PROJECT CONDITIONS A. Field Measurements:. Verify openings by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish opening dimensions and proceed with fabricating standard steel frames without field measurements. Coordinate wall construction to ensure that actual opening dimensions correspond to established dimensions. PART 2 - PRODUCTS 2.1 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Hot -Rolled Steel Sheet: ASTM A 1011/A 1011K Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled. C. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum A40 zinc -iron -alloy (galvannealed) coating designation. D. Electrolytic Zinc -Coated Steel Sheet: ASTM A 591/A 591M, Commercial Steel (CS), Class B coating; mill phosphatized. E. Supports and Anchors: After fabricating, galvanize units to be built into exterior walls according to ASTM A 153/A 153K Class B. F. Inserts, Bolts, and Fasteners: Provide items to be built into exterior walls, hot -dip galvanized according to ASTM A 153/A 153M. G. Powder -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 standard steel door frames of type indicated. CITY OF LUBBOCIC - LAND APPLICATION OFFICE 08111 - 3 CDG 21108 STANDARD STEEL DOORS AND FRAMES H. Mineral -Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool with 6- to 12-1b/cu. ft. density; with maximum flame -spread and smoke -developed indexes of 25 and 50 respectively; passing ASTM E 136 for combustion characteristics. I. Bituminous Coating: Cold -applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil dry film thickness per coat. Provide inert -type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 2.2 STANDARD STEEL DOORS A. General: Provide 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 ANSI A250.8. 1. Design: Flush panel. 2. Core Construction: Manufacturer's standard kraft paper honeycomb, polystyrene, polyurethane, mineral -board, or vertical steel -stiffener core that produces doors complying with ANSI A250.8. a. Thermal -Rated (Insulated) Doors: Where indicated, provide doors fabricated with thermal - resistance value (R-value) of not less than 6.0 deg F x h x sq. ft./Btu when tested according to ASTM C 1363. 1) Locations: Exterior doors. 3. Vertical Edges for Single -Acting Doors: Beveled edge. a. Beveled Edge: 1/8 inch in 2 inches. 4. Top and Bottom Edges: Closed with flush or inverted 0.042-inch- thick end closures or channels of same material as face sheets. 5. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." B. Exterior Doors: Face sheets fabricated from metallic -coated steel sheet. Provide doors complying with requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical -endurance level: 1. Level 2 and Physical Performance Level B (Heavy Duty), Model 1 (Full Flush) 2 (Seamless). C. Hardware Reinforcement: Fabricate reinforcement plates from same material as door face sheets to comply with the following minimum sizes: 1. Hinges: Minimum 0.123 inch thick by 1-1/2 inches wide by 6 inches longer than hinge, secured by not less than 6 spot welds. 2. Pivots: Minimum 0.167 inch thick by 1-1/2 inches wide by 6 inches longer than hinge, secured by not less than 6 spot welds. 3. Lock Face Closers, and Concealed Holders: Minimum 0.067 inch thick. 4. All Other Surface -Mounted Hardware: Minimum 0.067 inch thick. D. Fabricate concealed stiffeners and hardware reinforcement from either cold or hot -rolled steel sheet. 2.3 STANDARD STEEL FRAMES A. General: Comply with ANSI A250.8 and with details indicated for type and profile. B. Exterior Frames: Fabricated from metallic -coated steel sheet. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08111 - 4 CDG 21108 STANDARD STEEL DOORS AND FRAMES 1. Fabricate frames with mitered or coped and welded face corners and seamless face joints. 2. Frames for Level 2 Steel Doors: 0.053-inch- thick steel sheet. C. Interior Frames: Fabricated from cold -rolled steel sheet, unless otherwise indicated to comply with exterior frame requirements. 1. Fabricate frames with mitered or coped and welded face corners and seamless face joints. 2. Frames for Wood Doors: 0.053-inch- thick steel sheet. D. Hardware Reinforcement: Fabricate reinforcement plates from same material as frames to comply with the following minimum sizes: N I. Hinges: Minimum 0.123 inch thick by 1-1/2 inches wide by 6 inches longer than hinge, secured ' by not less than 6 spot welds. 2. Pivots: Minimum 0.167 inch thick by 1-1/2 inches wide by 6 inches longer than hinge, secured by not less than 6 spot welds. 3. Lock Face Closers, and Concealed Holders: Minimum 0.067 inch thick. 4. All Other Surface -Mounted Hardware: Minimum 0.067 inch thick. E. Supports and Anchors: Fabricated from electrolytic zinc -coated or metallic -coated steel sheet. F. Jamb Anchors: 1. Stud -Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch thick. G. Floor Anchors: Formed from same material as frames, not less than 0.042 inch thick, and as follows: 1. Monolithic Concrete Slabs: Clip -type anchors, with two holes to receive fasteners. 2. Separate Topping Concrete Slabs: Adjustable -type anchors with extension clips, allowing not less than 2-inch height adjustment. Terminate bottom of frames at finish floor surface. H. Fabricate concealed stiffeners and hardware reinforcement from either cold- or hot -rolled steel sheet. 2.4 STOPS AND MOLDINGS A. Fixed Frame Moldings: Formed integral with standard steel frames, minimum 5/8 inch high, unless otherwise indicated. 2.5 FABRICATION A. General: Fabricate standard steel doors and frames to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment. B. Standard Steel Doors: 1. Exterior Doors: Provide weep -hole openings in bottom of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration. C. Standard Steel Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames.---, CITY OF LUBBOCK - LAND APPLICATION OFFICE 08111 - 5 CDG 21108 STANDARD STEEL DOORS AND FRAMES i 1. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. 2. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners, unless otherwise indicated. 3. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 4. Jamb Anchors: Provide number and spacing of anchors as follows: a. Stud -Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. l Space anchors not more than 32 inches o.c. and as follows: 1) Three anchors per jamb up to 60 inches in height. 2) Four anchors per jamb from 60 to 90 inches in height. 3) Five anchors per jamb from 90 to 96 inches in height. 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof more than 96 inches in height. 5) Two anchors per head for frames more than 42 inches wide and mounted in metal - stud partitions. 5. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers as follows. Provide plastic plugs to keep holes clear during construction. a. Single -Door Frames: Drill stop in strike jamb to receive three door silencers. b. Double -Door Frames: Drill stop in head jamb to receive two door silencers. D. Hardware Preparation: Factory prepare standard steel doors and frames to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the Door Hardware Schedule and templates furnished as specified in Division 8 Section "Door Hardware." 1. Reinforce doors and frames to receive nontemplated mortised and surface -mounted door hardware. 2. Comply with applicable requirements in ANSI A250.6 and ANSIIDHI A115 Series specifications for door and frame preparation for hardware. Locate hardware as indicated on Shop Drawings or, if not indicated, according to ANSI A250.8. E. Stops and Moldings: Provide stops and moldings around glazed lites where indicated. Form corners of stops and moldings with butted or mitered hairline joints. 1. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. 2. Coordinate rabbet width between fixed and removable stops with type of glazing and type of installation indicated. 2.6 STEEL FINISHES A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Finish standard steel door and frames after assembly. B. Metallic -Coated Steel Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free of oil and other contaminants. After cleaning, apply a conversion coating suited to the organic coating to be applied over it. Clean welds, mechanical connections, and abraded areas, and apply galvanizing repair paint specified below to comply with ASTM A 780. 1. Galvanizing Repair Paint: High -zinc -dust -content paint for regalvanizing welds in steel, complying with SSPC-Paint 20. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08111 - 6 CDG 21108 STANDARD STEEL DOORS AND FRAMES C. Steel Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning'; remove dirt, oil, grease, or other contaminants that could impair paint bond. Remove mill scale and rust, if present, from uncoated steel; comply with SSPC-SP 3, "Power Tool Cleaning," or SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." D. Factory Priming for Field -Painted Finish: Apply shop primer specified below immediately after surface ` preparation and pretreatment. Apply a smooth coat of even consistency to provide a uniform dry film thickness of not less than 0.7 mils. �mm 1. Shop Primer: Manufacturer's standard, fast -curing, lead- and chromate -free primer complying with ANSI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; compatible with substrate and field -applied finish paint system indicated; and providing a sound foundation for field -applied topcoats despite prolonged exposure. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of standard steel doors and frames. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Remove welded -in shipping spreaders installed at factory. B. Prior to installation and with installation spreaders in place, adjust and securely brace standard steel door frames for squareness, alignment, twist, and plumb to the following tolerances: 1. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. 2. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. 3. Twist: Plus or minus 1/16 inch, measured at opposite face comers of jambs on parallel lines, and perpendicular to plane of wall. 4. Plumbness: Plus or minus 1/16 inch, measured at jambs on a perpendicular line from head to floor. C. Drill and tap doors and frames to receive nontemplated mortised and surface -mounted door hardware. 3.3 INSTALLATION A. General: Provide doors and frames of sizes, thicknesses, and designs indicated. Install standard steel doors and frames plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. B. Standard Steel Frames: Install standard steel frames for doors and other openings, of size and profile indicated. Comply with SDI 105. 1. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08111 - 7 CDG 21108 STANDARD STEEL DOORS AND FRAMES a. At fire -protection -rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections due to shipping or handling limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. C. Install door silencers in frames before grouting. d. Remove temporary braces necessary for installation only after frames have been properly set and secured. e. Check plumb, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances. f. Apply bituminous coating to backs of frames that are filled with mortar, grout, and plaster containing antifreezing agents. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor and secure with postinstalled expansion anchors. a. Floor anchors may be set with powder -actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Metal -Stud Partitions: Solidly pack mineral -fiber insulation behind frames. 4. Installation Tolerances: Adjust standard steel door frames for squareness, alignment, twist, and plumb to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane ofwall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Standard Steel Doors: Fit hollow -metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non -Fire -Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. C. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch. 3.4 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including standard steel doors or flames that are warped, bowed, or otherwise unacceptable. B. Clean grout and other bonding material off standard steel doors and frames immediately after installation. C. Prime -Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air -drying primer. D. Galvannealed Surfaces: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 08111 CITY OF LUBBOCK—LAND APPLICATION OFFICE 08211-1 _ CDG 21108 FLUSH WOOD DOORS SECTION 08211 - FLUSH WOOD DOORS PARTI - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contrac �includin General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Solid -core doors with wood -veneer faces. 2. Factory fitting flush wood doors to frames and factory machining for hardware. B. Related Sections: 1. Division 9 Section "Wood Stains and Transparent Finishes" for field finishing doors. 1.3 SUBMITTALS A. Product Data: For each type of door indicated. Include details of core and edge construction and trim for openings. B. ShopDrawings: Indicate location size and hand of each door; elevation of each kind of doom g > construction details not covered in Product Data; location and extent of hardware blocking; and other pertinent data. 1. Indicate dimensions and locations of mortises and holes for hardware. 2. Indicate dimensions and locations of cutouts. 3. Indicate requirements for veneer matching. C. Samples for Verification: 1. Comer sections of doors, approximately 8 by 10 inches, with door faces and edges representing actual materials to be used. a. Provide samples for each species of veneer and solid lumber required. D. Warranty: Sample of special warranty. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is certified for chain of custody by an FSC- accredited certification body. B. i Source Limitations: Obtain flush wood doors from single manufacturer. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 08211-2 FLUSH WOOD DOORS -1 C. Quality Standard: In addition to requirements specified, comply with AWI's "Architectural Woodwork Quality Standards Illustrated."T_. 1. Provide AWI Quality Certification Labels or an AWI letter of licensing for Project indicating that doors comply with requirements of grades specified. 1.5 DELIVERY, STORAGE, AND HANDLING A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Package doors individually in cardboard cartons and wrap bundles of doors in plastic sheeting. C. Mark each door on bottom rail with opening number used on Shop Drawings. 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 temperature between 60 and 90 deg F and relative humidity between 25 and 55 percent 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 A that fail in materials or workmanship within 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. Telegraphing of core construction in face veneers exceeding 0.01 inch in a 3-inch span. 2. Warranty shall also include installation and finishing that may be required due to repair or replacement of defective doors. 3. Warranty Period for Solid -Core Interior Doors: Life of installation. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Algoma Hardwoods, Inc. 2. Buell Door Company Inc. 3. VT Industries. 4. Graham; an Assa Abloy Group company. 2.2 DOOR CONSTRUCTION, GENERAL CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 08211-3 FLUSH WOOD DOORS A. Low -Emitting Materials: Provide doors made with adhesives and composite wood products that do not contain urea formaldehyde. B. WDMA I.S.1-A Performance Grade: Heavy Duty. C. Particleboard -Core Doors: 1. Particleboard: ANSI A208.1, Grade LD-1 or Grade LD-2. 2. Blocking: Provide wood blocking in particleboard -core doors as needed to eliminate through - bolting hardware. as follows: a. 5-inch top -rail blocking, in doors indicated to have closers. b. 5-inch bottom -rail blocking, in exterior doors and doors indicated to have kick, mop, or armor plates. C. 5-inch midrail blocking, in doors indicated to have exit devices. 3. Provide doors with either glued -wood -stave or structural -composite -lumber cores instead of particleboard cores for doors indicated to receive exit devices. D. Structural -Composite -Lumber -Core Doors: 1. Structural Composite Lumber: WDMA I.S.10. a. Screw Withdrawal, Face: 700 lbf. b. Screw Withdrawal, Edge: 400 lbf. 2. Edge Construction: At hinge stiles, provide laminated -edge construction with improved screw - holding capability and split resistance. Comply with specified requirements for exposed edges. 2.3 VENEERED -FACED DOORS FOR TRANSPARENT FINISH A. Interior Solid -Core Doors: 1. Grade: Custom (Grade A faces). 2. Species: Red oak. 3. Cut: Plain sliced (flat sliced). 4. Match between Veneer Leaves: Book match. 5. Assembly of Veneer Leaves on Door Faces: Center -balance match. 6. Pair and Set Match: Provide for doors hung in same opening or separated only by mullions. 7. Room Match: Match door faces within each separate room or area of building. Corridor -door faces do not need to match where they are separated by 10 feet or more. 8. Exposed Vertical Edges: Same species as faces. 9. Core: Particleboard. 10. Construction: Five plies. Stiles and rails are bonded to core, then entire unit abrasive planed before veneering. 11. WDMA I.S.1-A Performance Grade: Heavy Duty. 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. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 08211-4 FLUSH WOOD DOORS B. Factory machine doors for hardware that is not surface applied. Locate hardware to comply with DHI- WDHS-3. Comply with final hardware schedules, door frame Shop Drawings, DHIA115-W series standards, and hardware templates. 1. Coordinate with hardware mortises in metal frames to verify dimensions and alignment before factory machining. C. Openings: Cut and trim openings through doors in factory. 1. Louvers: Factory install louvers in prepared openings. 2.5 SHOP PRUVIING A. Doors for Transparent Finish: Shop prime doors with stain (if required), other required pretreatments, and first coat of finish as specified in Division 9 Section "Wood Stains and Transparent Finishes". Seal all four edges, edges of cutouts, and mortises with first coat of finish. PART 3-EXECUTION 3.1 EXAMINATION A. Examine doors and installed door frames before hanging doors. 1. Verify that frames comply with indicated requirements for type, size, location, and swing characteristics and have been installed with level heads and plumb jambs. 2. Reject doors with defects. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Hardware: For installation, see Division 8 Section "Door Hardware." B. Installation Instructions: Install doors to comply with manufacturer's written instructions and the referenced quality standard, and as indicated. C. Job -Fitted Doors: Align and fit doors in frames with uniform clearances and bevels as indicated below; do not trim stiles and rails in excess of limits set by manufacturer or permitted for fire -rated doors. Machine doors for hardware. Seal edges of doors, edges of cutouts, and mortises after fitting and machining. 1. Clearances: Provide 1/8 inch at heads, jambs, and between pairs of doors. Provide 1/8 inch from bottom of door to top of decorative floor finish or covering unless otherwise indicated. Where threshold is shown or scheduled, provide 1/4 inch from bottom of door to top of threshold unless otherwise indicated. 2. Bevel non -fire -rated doors 1/8 inch in 2 inches at lock and hinge edges. D. Factory -Fitted Doors: Align in frames for uniform clearance at each edge. 3.3 ADJUSTING CITY OF LUBBOCK—LAND APPLICATION OFFICE 08211-5 CDG 21108 FLUSH WOOD DOORS A. Operation: Rehang or replace doors that do not swing or operate freely. B. Finished Doors: Replace doors that are damaged or that do not comply with requirements. Doors may be F , repaired or refinished if work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION 08211 CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 1 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS SECTION 08411 - ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Exterior and interior aluminum -framed storefronts. a. Glazing is retained mechanically with gaskets on four sides. 2. Exterior and interior manual -swing aluminum doors. B. Related Sections include the following: 1. Division 8 Section "Door Hardware" for hardware to the extent not specified in this Section. 2. Division 8 Section "Glazing" for glazing requirements to the extent not specified in this Section. 1.3 PERFORMANCE REQUIREMENTS A. General: Provide aluminum -framed systems, including anchorage, capable of withstanding, without failure, the effects of the following: 1. Structural loads. 2. Thermal movements. 3. Movements of supporting structure including, but not limited to, story drift and deflection from uniformly distributed and concentrated live loads. 4. Dimensional tolerances of building frame and other adjacent construction. 5. Failure includes the following: a. Deflection exceeding specified limits. b. Thermal stresses transferred to building structure. C. Framing members transferring stresses, including those caused by thermal and structural movements, to glazing. d. Noise or vibration created by wind and thermal and structural movements. e. Loosening or weakening of fasteners, attachments, and other components. f. Sealant failure. g. Failure of operating units to function properly. B. Thermal Movements: Provide aluminum -framed systems that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1.4 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of product indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 2 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS B. Shop Drawings: For aluminum -framed systems. Include plans, elevations, sections, details, and attachments to other work. I. For entrances, include hardware schedule and indicate operating hardware types, functions, quantities, and locations. C. Samples for Initial Selection: For units with factory -applied color finishes. D. Samples for Verification: For each type of exposed finish required, in manufacturer's standard sizes. E. Fabrication Sample: Of each vertical -to -horizontal intersection of systems, made from 12-inch lengths of full-size components and showing details of the following: I. Joinery. 2. Anchorage. 3. Expansion provisions. 4. Glazing. 5. Flashing and drainage. F. Qualification Data: For Installer. G. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for aluminum -framed systems. H. Maintenance Data: For aluminum -framed systems to include in maintenance manuals. f 1.5 QUALITY ASSURANCE A. Installer Qualifications: Capable of assuming engineering responsibility and performing work of this Section and who is acceptable to manufacturer. 1. Engineering Responsibility: Preparation of data for aluminum -framed systems including Shop Drawings based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project and submission of reports of tests performed on manufacturer's standard assemblies. B. Product Options: Information on Drawings and in Specifications establishes requirements for systems' aesthetic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. Performance characteristics are indicated by criteria subject to verification by one or more methods including preconstruction testing, field testing, and in-service performance. 1. Do not modify intended aesthetic effects, as judged solely by Architect, except with Architect's Li approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review. H C. Accessible Entrances: Comply with the Texas Accessibility Standards. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of structural supports for aluminum -framed systems by field measurements before fabrication and indicate measurements on Shop Drawings. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 3 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating aluminum -framed systems without field measurements. Coordinate construction to ensure that actual dimensions correspond to established dimensions. PART 2 - PRODUCTS 2.1 MANUFACTURERS 1. Basis -of -Design Product: The design for aluminum -framed systems is based on Kawneer Trifab 400. 2.2 MATERIALS A. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 1. Sheet and Plate: ASTM B 209. 2. Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221. 3. Extruded Structural Pipe and Tubes: ASTM B 429. 4. Structural Profiles: ASTM B 3088 308M. 2.3 FRAMING SYSTEMS A. Framing Members: Manufacturer's standard extruded -aluminum framing members of thickness required and reinforced as required to support imposed loads. B. Brackets and Reinforcements: Manufacturer's standard high -strength aluminum with nonstaining, nonferrous shims for aligning system components. C. Fasteners and Accessories: Manufacturer's standard corrosion -resistant, nonstaining, nonbleeding fasteners and accessories compatible with adjacent materials. 1. Where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads, or vibration, use self-locking devices. 2. Reinforce members as required to receive fastener threads. D. Flashing: Manufacturer's standard corrosion -resistant, nonstaining, nonbleeding flashing compatible with adjacent materials. Form exposed flashing from sheet aluminum finished to match framing and of sufficient thickness to maintain a flat appearance without visible deflection. 1. Sill Pan flashings are to have preformed, sealed end dams to prevent water passage at ends. 2. All exposed edges are to be preformed and prefinished. E. Framing System Gaskets and Sealants: Manufacturer's standard recommended by manufacturer for joint type. 2.4 GLAZING SYSTEMS A. Glazing: As specified in Division 8 Section "Glazing." B. Glazing Gaskets: Manufacturer's standard compression types, replaceable, molded or extruded, that maintain uniform pressure and watertight seal. l CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 4 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS C. Spacers and Setting Blocks: Manufacturer's standard elastomeric types. 2.5 DOORS A. Doors: Manufacturer's standard glazed doors, for manual swing operation. 1. Door Construction: 1-3/4-inch overall thickness, with minimum 0.125-inch- thick, extruded - aluminum tubular rail and stile members. Mechanically fasten comers with reinforcing brackets that are deep penetration and fillet welded or that incorporate concealed tie rods. 2. Door Design: Medium stile; 3-1/2-inch nominal width. a. Accessible Doors: Smooth surfaced for width of door in area within 10 inches above floor or ground plane. 3. Glazing Stops and Gaskets: Square, snap -on, extruded -aluminum stops and preformed gaskets. a. Provide non -removable glazing stops on outside of door. 2.6 DOOR HARDWARE A. General: Provide heavy-duty units in sizes and types recommended by entrance system and hardware manufacturers for entrances and uses indicated. 1. Opening -Force Requirements: a. Comply with the Texas Accessibility Standards. B. Scheduled Door Hardware: Provide door hardware according to the Door Hardware Schedule at the end of Part 3. 1. References to BHMA Standards: Provide products complying with standards referenced in this Article and with requirements for description, quality, type, and function listed in the Door Hardware Schedule at the end of Part 3. C. Ball -Bearing Butts: 1. Standard: BHMA A156.1, Grade 1, radius comer. 2. Provide non -removable pins at hinges exposed to outside of door. 3. Provide nonferrous hinges where hinges are exposed to weather. 4. Quantities: a. For doors with heights up to 87 inches, provide 3 hinges per leaf. D. Locking Devices, General: Do not require use of key, tool, or special knowledge for operation. E. Mortise Auxiliary Locks: BHMA Al56.5, Grade 1. C F. Cylinders: As specified in Division 8 Section "Door Hardware." G. Strikes: Provide strike with black -plastic dust box for each latch or lock bolt; fabricated for aluminum framing. H. Operating Trim: BHMA A156.6. f__ CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 5 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS 1 I. Closers: With accessories required for a complete installation, sized as required by door size, exposure to weather, and anticipated frequency of use, and adjustable to meet field conditions and requirements for opening force. 1. Standard: BHMA A 156.4, Grade 1. J. Weather Stripping: Manufacturer's standard replaceable components. 1. Compression Type: Made of ASTM D 2000, molded neoprene, or ASTM D 2287, molded PVC. 2. Sliding Type: AAMA 701, made of wool, polypropylene, or nylon woven pile with nylon -fabric or aluminum -strip backing. K. Weather Sweeps: Manufacturer's standard exterior -door bottom sweep with concealed fasteners on mounting strip. L. Silencers: BHMA A156.16, Grade 1. M. Thresholds: Raised thresholds beveled with a slope of not more than 1:2, with maximum height of 1/2 inch (13 mm). 1. Standard: BHMA A156.21. 2.7 ACCESSORY MATERIALS A. Joint Sealants: For installation at perimeter of aluminum -framed systems, as specified in Division 7 Section "Joint Sealants." B. Bituminous Paint: Cold -applied asphalt -mastic paint complying with SSPC-Paint 12 requirements except containing no asbestos, formulated for 30-mil thickness per coat. 2.8 FABRICATION A. Form aluminum shapes before finishing. B. Framing Members, General: Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Means to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. 4. Physical and thermal isolation of glazing from framing members. 5. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 6. Provisions for field replacement of glazing from interior. 7. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. C. Mechanically Glazed Framing Members: Fabricate for flush glazing (without projecting stops). D. Storefront Framing: Fabricate components for assembly using shear -block system. E. Door Frames: Reinforce as required to support loads imposed by door operation and for installing hardware. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 6 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS 1. At exterior doors, provide compression weather stripping at fixed stops. 2. At interior doors, provide silencers at stops to prevent metal -to -metal contact. Install three - silencers on strike jamb of single -door frames and two silencers on head of frames for pairs of doors. I" F. Doors: Reinforce doors as required for installing hardware. 1. At pairs of exterior doors, provide sliding weather stripping retained in adjustable strip mortised into door edge. 2. At exterior doors, provide weather sweeps applied to door bottoms. G. Hardware Installation: Factory install hardware to the greatest extent possible. Cut, drill, and tap for factory -installed hardware before applying finishes. H. After fabrication, clearly mark components to identify their locations in Project according to Shop Drawings. 2.9 ALUMINUM FINISHES A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. C. Finish: Clear anodized coating, AAMA 611, Architectural Class H Clear Anodic Coating. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure non -movement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration. 6. Seal joints watertight, unless otherwise indicated. B. Metal Protection: 1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting contact surfaces with primer or by applying sealant or tape or installing nonconductive spacers as recommended by manufacturer for this purpose. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411 - 7 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS 2. Where aluminum will contact concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. C. Install components to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. D. Set continuous sill members and flashing in full sealant bed as specified in Division 7 Section "Joint Sealants" and to produce weathertight installation. E. Install components plumb and true in alignment with established lines and grades, without warp or rack. F. Install glazing as specified in Division 8 Section "Glazing." G. Entrances: Install to produce smooth operation and tight fit at contact points. 1. Exterior Entrances: Install to produce tight fit at weather stripping and weathertight closure. 2. Field -Installed Hardware: Install surface -mounted hardware according to hardware manufacturers' written instructions using concealed fasteners to greatest extent possible. H. Install perimeter joint sealants as specified in Division 7 Section "Joint Sealants" and to produce weathertight installation. I. Erection Tolerances: Install aluminum -framed systems to comply with the following maximum tolerances: 1. Location and Plane: Limit variation from true location and plane to 1/8 inch in 12 feet, 1/4 inch over total length. 2. Alignment: a. Where surfaces abut in line, limit offset from true alignment to 1/16 inch. b. Where surfaces meet at corners, limit offset from true alignment to 1/32 inch. 3. Diagonal Measurements: Limit difference between diagonal measurement to 1/8 inch. 3.3 ADJUSTING A. Entrances: Adjust operating hardware for smooth operation according to hardware manufacturers' written instructions. 1. For doors accessible to people with disabilities, adjust closers to provide a 3-second closer sweep period for doors to move from a 70-degree open position to 3 inches from the latch measured to the leading door edge. 3.4 DOOR HARDWARE SCHEDULE Door Hardware Set No. A-1 Single Door No. 10IA to have the following: 3 Ball Bearing Butt Hinges 1 Closer 1 Push/Pull 1 Lock 1 Threshold 1 1 Weatherstripping _ 1 Weather Sweep 4 ''/z" x 4", NRP Kawneer 1601BFP Norton CO-12/CP-II, #14 Kawneer MS-1850A Adams Rite 170 A x DW Pemko manufacturer's standard Kawneer manufacturer's standard Kawneer CITY OF LUBBOCK - LAND APPLICATION OFFICE 08411- 8 CDG 21108 ALUMINUM -FRAMED ENTRANCES AND STOREFRONTS Door Hardware Set No. A-2 Single Door No. 102A to have the following: 3 Ball Bearing Butt Hinges 4'/z" x 4", NRP Kawneer 1 Closer 1601BFP Norton 1 Push/Pull CO-12/CP-II, #14 Kawneer END OF SECTION 08411 CITY OF LUBBOCK - LAND APPLICATION OFFICE 08710 - 1 t CDG 21108 DOOR HARDWARE SECTION 08710 - DOOR HARDWARE PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 12 SUMMARY A. This Section includes the following: 1. Commercial door hardware for the following: a. Swinging doors. b. Other doors to the extent indicated. 2. Cylinders for doors specified in other Sections. B. Related Sections include the following: 1. Division 8 Section "Aluminum -Framed Entrances and Storefronts" for entrance door hardware, except cylinders. C. Products furnished, but not installed, under this Section include the following. Coordinating, purchasing, delivering, and scheduling remain requirements of this Section. 1. Cylinders for locks specified in other Sections. 1.3 SUBMITTALS A. Product Data: Include construction and installation details, material descriptions, dimensions of individual components and profiles, and finishes. B. Samples for Initial Selection: For each finish, color, and texture required for each type of door hardware indicated. C. Samples for Verification: Submit minimum 2-by-4-inch plate Samples of each type of finish required, except primed finish. D. Samples for Verification: For exposed door hardware of each type, in specified finish, full size. Tag with full description for coordination with the door hardware sets. Submit Samples before, or concurrent with, submission of the final door hardware sets. 1. Samples will be returned to Contractor. Units that are acceptable and remain undamaged through submittal, review, and field comparison process may, after final check of operation, be incorporated into the Work, within limitations of keying requirements. E. Qualification Data: For Installer. F. Maintenance Data: For each type of door hardware to include in maintenance manuals. Include final hardware and keying schedule. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 08710 - 2 DOOR HARDWARE G. Warranty: Special warranty specified in this Section. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by lock manufacturer. 1. Installer's responsibilities include supplying and installing door hardware and providing a qualified Architectural Hardware Consultant available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying. 2. Installer shall have warehousing facilities in Projects vicinity. 3. Scheduling Responsibility: Preparation of door hardware and keying schedules. B. Architectural Hardware Consultant Qualifications: A person who is currently certified by DIU as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. C. Source Limitations: Obtain each type and variety of door hardware from a single manufacturer, unless otherwise indicated. 1.5 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. B. Tag each item or package separately with identification related to the final door hardware sets, and include basic installation instructions, templates, and necessary fasteners with each item or package. 1.6 COORDINATION A. Templates: Distribute door hardware templates for doors, frames, and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fails in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of operators and door hardware. C. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. 2. Warranty Period: Three years from date of Substantial Completion, except as follows: a. Exit Devices: Two years from date of Substantial Completion. b. Manual Closers: 10 years from date of Substantial Completion. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08710 - 3 CDG 21108 DOOR HARDWARE PART 2 - PRODUCTS 2.1 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section and door hardware sets indicated in Part 3 "Door Hardware Sets" Article. B. Designations: Requirements for design, grade, function, finish, size, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Sets" Article. Products are identified by using door hardware designations, as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type as the basis of design required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3 "Door Hardware Schedule" Article. 2.2 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference, and as follows: 1. Master Key System: Cylinders are operated by a change key and a master key. 2. Keyed Alike: Key all cylinders to same change key. B. Keys: Nickel silver. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: "DO NOT DUPLICATE." 2. Quantity: In addition to one extra key blank for each lock, provide the following: a. Cylinder Change Keys: Three. b. Master Keys: Five. 2.3 FABRICATION A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire -rated labels and as otherwise approved by Architect. 1. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. C. Fasteners: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws according to commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat -head screws with finished heads to match surface of door hardware, unless otherwise indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 08710 - 4 DOOR HARDWARE 2.4 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2. Spacers or Sex Bolts: For through bolting of hollow -metal doors. 3. Fasteners for Wood Doors: Comply with requirements in DIE WD14S.2, "Recommended Fasteners for Wood Doors." FINISHES A. Standard: BHMA A 156.18, as indicated indoor hardware sets. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3-EXECUTION 3.1 3.2 3.3 EXAMINATION A. Examine doors and frames, 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. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION A. Steel Doors and Frames: Comply with DHI A 115 Series. 1. Surface -Applied Door Hardware: Drill and tap doors and frames according to ANSI A250.6. B. Wood Doors: Comply with DHI A115-W Series. INSTALLATION A. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise 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." B. Install each door hardware item to comply with manufacturer's 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 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 08710 - 5 DOOR HARDWARE work specified in Division 9 Sections. Do not install surface -mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 7 Section "Joint Sealants." 3.4 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 1. Independent Architectural Hardware Consultant will inspect door hardware and state in each report whether installed work complies with or deviates from requirements, including whether door hardware is properly installed 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. Door Closers: Unless otherwise required by authorities having jurisdiction, adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. B. Occupancy Adjustment: Approximately three months after date of Substantial Completion, Installer's Architectural Hardware Consultant shall examine and readjust, including adjusting operating forces, each item of door hardware as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.6 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.7 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. Refer to Division 1 Section "Demonstration and Training." 3.8 DOOR HARDWARE SCHEDULE CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 08710 - 6 DOOR HARDWARE Heading # 1 Door #'s : 101A, Each to have 1 Cylinder 1080-114-A03-6 Balance By Frame/Door Supplier Heading # 2 Door #'s : 102A, Each to have By Frame/Door Supplier Heading #3 Door #'s : 108A, 110A Each to have 3 Hinges BB1279 4'/z X 4'/z 1 Privacy Set CL3520 NZD 1 Closer DC3210 M54 1 Stop 1270CV 3 Silencer Heading # 4 Door #'s : 106A, 109A, 111A, 112A, 113A, 114A, 115A Each to have 3 Hinges BB 1279 4 '/z X 4 '/z 1 Lockset CL3551 NZD 1 Stop 1270CV 3 Silencer Heading # 5 Door #`s : 104A Each to have Clear Anodized US26D 626 689 639 US26D 626 639 3 Hinges BB 1168 4 ''/z"X 4 ''/z"NRP US26D 1 Lockset CL3551 NZD 626 1 Closer DC8210 A3 689 2 Door Viewer 976U 619 I Threshold 170 A x DW PEMKOTE 1 Door Bottom 315 CN x DW 1 Weatherstrip 294 AV Opg. 1 Latch Protector 320 END OF SECTION 08710 Corbin Hager Corbin Corbin Trimco Trimco Hager Corbin Trimco Trimco Hager Corbin Corbin Trimco Pemko Pemko Pemko Rockwood CITY OF LUBBOCK - LAND APPLICATION OFFICE 08800 - 1 CDG 21108 GLAZING SECTION 08800 - GLAZING PART 1 - GENERAL D 1.1 RELATE DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes glazing for the following products and applications, including those specified in other Sections where glazing requirements are specified by reference to this Section: 1. Windows. 2. Storefront framing. 3. Glazed entrances. 1.3 DEFINITIONS A. Glass Manufacturers: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications. B. Glass Thicknesses: Indicated by thickness designations in millimeters according to ASTM C 1036. C. Interspace: Space between lites of an insulating -glass unit. 1.4 PERFORMANCE REQUIREMENTS A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to the following: defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in construction. 1.5 SUBMITTALS A. Product Data: For each glass product and glazing material indicated. B. Glass Samples: For each type of the following products; 12 inches square. 1. Tinted glass. C. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. D. Qualification Data: For installers. E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for tinted glass coated glass and glazing gaskets. 1. For glazing sealants, provide test reports based on testing current sealant formulations within previous 36-month period. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 08800 - 2 GLAZING F. Preconstruction adhesion and compatibility test report. G. Warranties: Sample of special warranties. H. Installer Qualifications: An experienced installer who has completed glazing similar in material, design, and extent to that indicated for this Project; whose work has resulted in glass installations with a record of successful in-service performance; and who employs glass installers for this Project who are certified under the National Glass Association's Certified Glass Installer Program. I. Source Limitations for Glazing Accessories: Obtain glazing accessories through one source from a single manufacturer for each product and installation method indicated. J. Safety Glazing Products: Comply with testing requirements in 16 CFR 1201. 1. Where glazing units, including Kind FT glass and laminated glass, are specified in Part 2 articles for glazing lites more than 9 sq. ft. in exposed surface area of one side, provide glazing products that comply with Category If materials, for lites 9 sq. ft. or less in exposed surface area of one side, provide glazing products that comply with Category I or II materials, except for hazardous locations where Category II materials are required by 16 CFR 1201 and regulations of authorities having jurisdiction. K. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below, unless more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials according to manufacturer's written instructions and as needed to prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. B. For insulating -glass units that will be exposed to substantial altitude changes, comply with insulating - glass manufacturer's written recommendations for venting and sealing to avoid hermetic seal ruptures. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes. 1.8 WARRANTY A. Manufacturer's Special Warranty for Coated -Glass Products: Manufacturer's standard form, made out to Owner and signed by coated -glass manufacturer agreeing to replace coated -glass units that deteriorate as defined in "Definitions" Article, f.o.b. the nearest shipping point to Project site, within specified warranty period indicated below. 1. Warranty Period: 10 years from date of Substantial Completion. B. Manufacturer's Special Warranty on Laminated Glass: Manufacturer's standard form, made out to Owner and signed by laminated -glass manufacturer agreeing to replace laminated -glass units that deteriorate as defined in "Definitions" Article, f.o.b. the nearest shipping point to Project site, within specified warranty period indicated below. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08800 - 3 CDG 21108 GLAZING 1. Warranty Period: Five years from date of Substantial Completion. C. Manufacturer's Special Warranty on Insulating Glass: Manufacturer's standard form, made out to Owner and signed by insulating -glass manufacturer agreeing to replace insulating -glass units that deteriorate as ' defined in "Definitions" Article, f.o.b. the nearest shipping point to Project site, within specified warranty period indicated below. Warranty Period: 10 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 GLASS PRODUCTS, GENERAL A. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass lites in thicknesses as needed to comply with requirements indicated. 1. Minimum Glass Thickness for Exterior Lites: Not less than 6.0 mm. 2. Thickness of Tinted Glass: Provide same thickness for each tint color indicated throughout Project. B. Strength: Where float glass is indicated, provide annealed float glass, Kind HS heat -treated float glass, or Kind FT heat -treated float glass as needed to comply with "Performance Requirements" Article. Where heat -strengthened glass is indicated, provide Kind HS heat -treated float glass or Kind FT heat -treated float glass as needed to comply with "Performance Requirements" Article. Where fully tempered glass is indicated, provide Kind FT heat -treated float glass. C. Windbome-Debris-Impact Resistance: Provide exterior glazing that passes enhanced -protection testing requirements in ASTM E 1996 for Wind Zone 4 when tested according to ASTM E 1886. Test specimens shall be no smaller in width and length than glazing indicated for use on the Project and shall be installed in same manner as glazing indicated for use on the Project. 1. Large -Missile Test: For glazing located within 30 feet of grade. 2. Small -Missile Test: For glazing located more than 30 feet above grade. 3. Large -Missile Test: For all glazing, regardless ofheight above grade. D. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. For monolithic -glass lites, properties are based on units with lites of thickness indicated. 2. For laminated -glass lites, properties are based on products of construction indicated. 3. For insulating -glass units, properties are based on units of thickness indicated for overall unit and for each lite. 4. U-Factors: Center -of -glazing values, according to NFRC 100 and based on LBL's WINDOW 5.2 computer program, expressed as Btu/sq. ft. x h x deg F. 5. Solar Heat -Gain Coefficient and Visible Transmittance: Center -of -glazing values, according to NFRC 200 and based on LBL's WINDOW 5.2 computer program. 6. Visible Reflectance: Center -of -glazing values, according to NFRC 300. 2.2 GLASS PRODUCTS A. Float Glass: ASTM C 1036, Type I, Quality-Q3, Class I (clear) unless otherwise indicated. B. Heat -Treated Float Glass: ASTM C 1048; Type I; Quality-Q3; Class I (clear) unless otherwise indicated; of kind and condition indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08800 - 4 CDG 21108 GLAZING 1. Fabrication Process: By horizontal (roller -hearth) process with roll -wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. 2. For uncoated glass, comply with requirements for Condition A. 3. For coated vision glass, comply with requirements for Condition C (other coated glass). t" C. Uncoated Tinted Float Glass: Class 2, complying with other requirements specified. 1. Tint Color: Bronze. 2.3 GLAZING GASKETS A. Dense Compression Gaskets: Molded or extruded gaskets of profile and hardness required to maintain watertight seal, made from one of the following: 1. Neoprene complying with ASTM C 864. 2. EPDM complying with ASTM C 864. 3. Silicone complying with ASTM C 1115. 4. Thermoplastic polyolefin rubber complying with ASTM C 1115. 2.4 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard, requirements of manufacturers of glass and other glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer. C. Setting Blocks: Elastomeric material with a Shore, Type A durometer hardness of 85, plus or minus 5. D. Spacers: Elastomeric blocks or continuous extrusions of hardness required by glass manufacturer to maintain glass lites in place for installation indicated. E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side walking). F. Cylindrical Glazing Sealant Backing: ASTM C 1330, Type O (open -cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance. G. Perimeter Insulation for Fire -Resistive Glazing: Product that is approved by testing agency that listed and labeled fire-resistant glazing product with which it is used for application and fire -protection rating indicated. 2.5 FABRICATION OF GLAZING UNITS A. Fabricate glazing units in sizes required to fit openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing publications, to comply with system performance requirements. B. Clean-cut or flat -grind vertical edges of butt -glazed monolithic lites to produce square edges with slight chamfers at junctions of edges and faces. C. Grind smooth and polish exposed glass edges and comers. 2.6 GLASS TYPES CITY OF LUBBOCK - LAND APPLICATION OFFICE 08800 - 5 CDG 21108 GLAZING A. Glass Type G1: Tinted insulated glass. Fully -tempered where required by Code. ` 1. Overall Unit Thickness and Thickness of Each Lite: 1". 2. Interspace Content: Argon. 3. Outdoor Lite: Class 2 (tinted) float glass. a. Tint Color: Solar Grey. b. Annealed (Kind FT (fully tempered) where required by code). h, 4. Indoor Lite: Class 1 (clear)float glass. a. Annealed (Kind FT (fully tempered) where required by code). B. Glass Type G2: Clear fully tempered float glass. 1. Thickness: '/a". 2. Provide safety glazing labeling. a C. Glass Type G3: Tinted fully tempered float glass. 1. Thickness: '/4". 2. Provide safety glazing labeling. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine framing, glazing channels, and stops, with Installer present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, and offsets at corners. 2. Presence and functioning of weep systems. 3. Minimum required face and edge clearances. 4. Effective sealing between joints of glass -framing members. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings not firmly bonded to substrates. B. Examine glazing units to locate exterior and interior surfaces. Label or mark units as needed so that exterior and interior surfaces are readily identifiable. Do not use materials that will leave visible marks in the completed work. 3.3 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. CITY OF LUBBOCK - LAND APPLICATION OFFICE 08800 - 6 CDG 21108 GLAZING B. Adjust glazing channel dimensions as required by Project conditions during installation to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. C. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass is glass with edge damage or other imperfections that, when installed, could weaken glass and impair performance and appearance. D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. E. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. F. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. G. Provide spacers for glass lites where length plus width is larger than 50 inches. 1. Locate spacers directly opposite each other on both inside and outside faces of glass. Install correct size and spacing to preserve required face clearances, unless gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and to comply with system performance requirements. 2. 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. H. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and according to requirements in referenced glazing publications. I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. J. Set glass lites with proper orientation so that coatings face exterior or interior as specified. K. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. L. Square cut wedge-shaped gaskets at corners and install gaskets in a manner recommended by gasket manufacturer to prevent comers from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer. 3.4 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at comers and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. C. Installation with Pressure -Glazing Stops: Center glass lites in openings on setting blocks and press firmly against soft compression gasket. install dense compression gaskets and pressure -glazing stops, applying CITY OF LUBBOCK - LAND APPLICATION OFFICE 08800 - 7 CDG 21108 GLAZING - pressure uniformly to compression gaskets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. D. Install gaskets so they protrude past face of glazing stops. 3.5 CLEANING AND PROTECTION A. Protect exterior glass from damage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended in writing by glass manufacturer. C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains; remove as recommended in writing by glass manufacturer. D. Remove and replace glass that is broken, chipped, cracked, or abraded or that is damaged from natural causes, accidents, and vandalism, during construction period. E. Wash glass on both exposed surfaces in each area of Project not more than four days before date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended in writing by glass manufacturer. END OF SECTION 08800 j CITY OF LUBBOCK - LAND APPLICATION OFFICE 09111 - 1 CDG 21108 NON -LOAD -BEARING STEEL FRAMING SECTION 09111- NON -LOAD -BEARING STEEL FRAMING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes non -load -bearing steel framing members for the following applications: I. Interior framing systems (e.g., supports for partition walls, framed soffits, furring, etc.). B. Related Sections include the following: 1. Division 5 Section "Cold -Formed Metal Framing" for exterior load -bearing and exterior non -load - bearing wall studs; roof rafters and ceiling joists; 1.3 SUBMITTALS A. Product Data: For each type of product indicated. PART 2-PRODUCTS 2.1 NON -LOAD -BEARING STEEL FRAMING, GENERAL A. Framing Members, General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal, unless otherwise indicated. 2. Protective Coating: ASTM A 653/A 653M, G60, hot -dip galvanized, unless otherwise indicated. 2.2 STEEL FRAMING FOR FRAMED ASSEMBLIES A. Steel Studs and Runners: ASTM C 645. 1. Minimum Base -Metal Thickness: 0.027 inch. 2. Depth: As indicated on Drawings. B. Cold -Rolled Channel Bridging: 0.0538-inch bare -steel thickness, with minimum 1/2-inch- wide flanges. 1. Depth: 1-1/2 inches. 2. Clip Angle: Not less than 1-1/2 by 1-1/2 inches, 0.068-inch- thick, galvanized steel. 2.3 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09111 - 2 CDG 21108 NON -LOAD -BEARING STEEL FRAMING 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and 1 other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: (^, 1. Foam Gasket: Adhesive -backed, closed -cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick, in width to suit steel stud size. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow -metal frames, cast -in anchors, and structural framing, for compliance with requirements and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Installation Standard: ASTM C 754, except comply with framing sizes and spacing indicated. I. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. B. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar construction. C. Install bracing at terminations in assemblies. D. Do not bridge building control and expansion joints with non -load -bearing steel framing members. Frame both sides of joints independently. 3.3 INSTALLING FRAMED ASSEMBLIES A. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. B. Install studs so flanges within framing system point in same direction. 1. Space studs as follows: a. Single -Layer Application: 16 inches o.c., unless otherwise indicated. b. Multilayer Application: 16 inches o.c., unless otherwise indicated. C. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings, except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install runner.; track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb, unless otherwise indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09111 - 3 CDG 21108 NON -LOAD -BEARING STEEL FRAMING b. Install cripple studs at head adjacent to each jamb stud, with a minimum 1/2-inch clearance from jamb stud to allow for installation of control joint in finished assembly. C. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. .' D. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1/8 inch from the plane formed by faces of adjacent framing. END OF SECTION 09111 CITY OF LUBBOCK - LAND APPLICATION OFFICE 09250 - 1 - CDG 21108 GYPSUM BOARD SECTION 09250 - GYPSUM BOARD PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Interior gypsum board. B. Related Sections include the following: 1. Division 7 Section 'Building Insulation" for insulation and vapor retarders installed in assemblies that incorporate gypsum board. 2. Division 9 Section "Non -Load -Bearing Steel Framing" for non-structural framing and suspension systems that support gypsum board. 3. Division 9 painting Sections for primers applied to gypsum board surfaces. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For the following products: 1. Textured Finishes: Provide texture samples on same backing indicated for Work. 1.4 QUALITY ASSURANCE A. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. 1.5 STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, condensation, direct sunlight, construction traffic, and other causes. Stack panels flat to prevent sagging. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. B. Do not install interior products until installation areas are enclosed and conditioned. C. Do not install panels that are wet, those that are moisture damaged, and those that are mold damaged. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09250 - 2 CDG 21108 GYPSUM BOARD 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART 2 - PRODUCTS 2.1 PANELS, GENERAL A. Size: Provide in maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.2 INTERIOR GYPSUM BOARD A. General: Complying with ASTM C 36/C 36M or ASTM C 1396/C 1396K as applicable to type of gypsum board indicated and whichever is more stringent. B. Type X: 1. Thickness: 5/8 inch. 2. Long Edges: Tapered and featured (rounded or beveled) for prefilling. C. Moisture- and Mold -Resistant Type: With moisture- and mold -resistant core and surfaces. 1. Core: 5/8 inch, Type X. 2. Long Edges: Tapered. 2.3 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum -coated steel sheet or rolled zinc. 2. Shapes: a. Cornerbead. b. LC -Bead: J-shaped; exposed long flange receives joint compound. C. Expansion (control) joint. d. Curved -Edge Cornerbead: With notched or flexible flanges. 2.4 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints, rounded or beveled panel edges, and damaged surface areas, use setting -type taping compound. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09250 - 3 - CDG 21108 GYPSUM BOARD f.., 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting -type taping compound. a. Use setting -type compound for installing paper -faced metal trim accessories. 3. Fill Coat: For second coat, use setting -type, sandable topping compound. 4. Finish Coat: For third coat, use setting -type, sandable topping compound. . 5. Skim Coat: For final coat ofLevel 5 finish, use setting -type, sandable topping compound. 2.5 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. C. Sound Attenuation Blankets: ASTM C 665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. D. Acoustical Sealant: As specified in Division 7 Section "Joint Sealants." 2.6 TEXTURE FINISHES A. Primer: As recommended by textured finish manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow -metal frames and framing, for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than l/16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Do not place tapered edges against cut edges CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 09250 - 4 GYPSUM BOARD �- a 3.3 3.4 or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at comers of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4- to 3/8-inch- wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non -load -bearing partitions at structural abutments, except floors. Provide 1/4- to 1/2-inch- wide spaces at these locations, and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. H. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Type X: As indicated on Drawings. 2. Moisture- and Mold -Resistant Type: At ceramic tile installations. B. Single -Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing, unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing), unless otherwise indicated or required by fire -resistance -rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. 3. Fastening Methods: Apply gypsum panels to supports with steel drill screws. C. Curved Surfaces: 1. Install panels horizontally (perpendicular to supports) and unbroken, to extent possible, across curved surface plus 12-inch- long straight sections at ends of curves and tangent to them. 2. For double -layer construction, fasten base layer to studs with screws 16 inches o.c. Center gypsum board face layer over joints in base layer, and fasten to studs with screws spaced 12 inches O.C. INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. CITY OF LUBBOCK - LAND APPLICATION OFFICE i_ CDG 21108 09250 - 5 GYPSUM BOARD B. Control Joints: Install control joints according to ASTM C 840 and in specific locations approved by Architect for visual effect. C. Interior Trim: Install in the following locations: 1. Comerbead: Use at outside corners, unless otherwise indicated. 2. LC -Bead: Use at exposed panel edges. 3. Curved -Edge Comerbead: Use at curved openings. 3.5 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, rounded or beveled edges, and damaged surface areas. C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840: 1. Level 4: At panel surfaces that will be exposed to view, unless otherwise indicated. a. Primer and its application to surfaces are specified in other Division 9 Sections. 3.6 APPLYING TEXTURE FINISHES A. Surface Preparation and Primer: Prepare and apply primer to gypsum panels and other surfaces receiving texture finishes. Apply primer to surfaces that are clean, dry, and smooth. B. Texture Finish Application: Mix and apply finish using powered spray equipment, to produce a uniform texture free of starved spots or other evidence of thin application or of application patterns. C. Prevent texture finishes from coming into contact with surfaces not indicated to receive texture finish by covering them with masking agents, polyethylene film, or other means. If, despite these precautions, texture finishes contact these surfaces, immediately remove droppings and overspray to prevent damage according to texture -finish manufacturer's written recommendations. 3.7 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. B. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 09250 CITY OF LUBBOCK - LAND APPLICATION OFFICE 09511 - 1 CDG 21108 ACOUSTICAL PANEL CEILINGS t ` SECTION 09511 - ACOUSTICAL PANEL CEILINGS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes acoustical panels and exposed suspension systems for ceilings. 1.3 DEFINITIONS A. AC: Articulation Class. B. CAC: Ceiling Attenuation Class. C. LR: Light Reflectance coefficient. D. NRC: Noise Reduction Coefficient. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For components with factory -applied color finishes. C. Samples for Verification: For each component indicated and for each exposed finish required, prepared on Samples of size indicated below. 1. Acoustical Panel: Set of full-size Samples of each type, color, pattern, and texture. 2. Exposed Suspension System Members, Moldings, and Trim: Set of 12-inch- long Samples of each type, finish, and color. D. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each acoustical panel ceiling. E. Research/Evaluation Reports: For each acoustical panel ceiling and components and anchor and fastener type. F. Maintenance Data: For finishes to include in maintenance manuals. 1.5 QUALITY ASSURANCE A. Source Limitations: 1. Acoustical Ceiling Panel: Obtain each type through one source from a single manufacturer. 2. Suspension System: Obtain each type through one source from a single manufacturer. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09511 - 2 CDG 21108 ACOUSTICAL PANEL CEILINGS B. Source Limitations: Obtain each type of acoustical ceiling panel and supporting suspension system through one source from a single manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver acoustical panels, suspension system components, and accessories to Project site in original, unopened packages and store them in a fully enclosed, conditioned space where they will be protected against damage from moisture, humidity, temperature extremes, direct sunlight, surface contamination, and other causes. B. Before installing acoustical panels, permit them to reach room temperature and a stabilized moisture content. C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed and weatherproof, wet work in spaces is complete and dry, work above ceilings is complete, and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use. 1.8 COORDINATION A. Coordinate layout and installation of acoustical panels and suspension system with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, fire -suppression system, and partition assemblies. 1.9 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 2.0 percent of quantity installed. Deliver to TTMCSW Plant Operations. PART 2-PRODUCTS 2.1 ACOUSTICAL PANELS, GENERAL A. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical ratings, and light reflectances, unless otherwise indicated. 1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which face of test specimen is 15-3/4 inches away from test surface per ASTM E 795. B. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each product type. 1. Where appearance characteristics of acoustical panels are indicated by referencing pattern designations in ASTM E 1264 and not manufacturers' proprietary product designations, provide CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 09511 -3 ACOUSTICAL PANEL CEILINGS products selected by Architect from each manufacturer's full range that comply with requirements indicated for type, pattern, color, light reflectance, acoustical performance, edge detail, and size. C. Broad Spectrum Antimicrobial Fungicide and Bactericide Treatment: Provide acoustical panels treated € with manufacturer's standard antimicrobial formulation that inhibits fungus, mold, mildew, and gram - positive and gram -negative bacteria and showing no mold, mildew, or bacterial growth when tested according to ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21. 2.2 ACOUSTICAL PANELS FOR ACOUSTICAL PANEL CEILING A. Basis of Design —Armstrong "Endura" #638. 1. Color: White. 2. LR: Not less than 0.84. 3. NRC: Not less than 0.65. 4. CAC: Not less than 35. 5, Edge Detail: Tegular. 6. Thickness: 3/4 inch. 7. Size: 24 by 24 inches. B. Antimicrobial Treatment: Broad spectrum fungicide and bactericide based. 2.3 METAL SUSPENSION SYSTEMS, GENERAL A. Metal Suspension System Standard: Provide manufacturer's standard direct -hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635. B. Finishes and Colors, General: Comply with NAA1VMVs "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Provide manufacturer`s standard factory -applied finish for type of system indicated. High -Humidity Finish: Comply with ASTM C 635 requirements for "Coating Classification for Severe Environment Performance" where high -humidity finishes are indicated. C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung," unless otherwise indicated. Comply with seismic design requirements. D. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc -Coated, Carbon -Steel Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper. 2. Size: Select wire diameter so its stress at 3 times hanger design load (ASTM C 635, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.135-inch- diameter wire. E. Hold -Down Clips, Within 20 feet of exterior doorways, provide manufacturer's standard hold-down clips spaced 24 inches o.c, on all cross tees. 2.4 METAL SUSPENSION SYSTEM FOR ACOUSTICAL PANEL CEILING A. Wide -Face, Capped, Double -Web, Steel Suspension System: Main and cross runners roll formed from cold -rolled steel sheet, prepainted, electrolytically zinc coated, or hot -dip galvanized according to ASTM A 653/A 653M, not less than G30 coating designation, with prefinished 15/16-inch- wide metal caps on flanges. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 09511 - 4 ACOUSTICAL PANEL CEILINGS B. Flexible PVC wall angle at designed curved wall surfaces. 1. Basis -of -design product: Flex -Grid Angle by Trim -Tex Drywall Products. 2, Rigid PVC wall attachment angle with Flexible PVC leg to adjust to wall curve. 2.5 ACOUSTICAL SEALANT A. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard non -sag, paintable, non- staining latex sealant complying with ASTM C 834 and effective in reducing airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, including structural framing to which acoustical panel ceilings attach or abut, with Installer present, for compliance with requirements specified in this and other Sections that affect ceiling installation and anchorage and with requirements for installation tolerances and other conditions affecting performance of acoustical panel ceilings. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Measure each ceiling area and establish layout of acoustical panels to balance border widths at oTposite edges of each ceiling. Avoid using less -than -half -width panels at borders, and comply with layout shown on reflected ceiling plans. 3.3 INSTALLATION A. General: Install acoustical panel ceilings to comply with UBC Standard 25-2 and seismic design requirements indicated, per manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." B. Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing, counter -splaying, or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers at spacings required to support standard suspension system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4. Secure wire hangers to ceiling suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. Do not support ceilings directly from permanent metal forms or floor deck. Fasten hangers to cast -in -place hanger inserts, post -installed mechanical or adhesive anchors, or power -actuated fasteners that extend through forms into concrete. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 09511 - 5 ACOUSTICAL PANEL CEILINGS 6. When steel framing does not permit installation of hanger wires at spacing required, install l.; carrying channels or other supplemental support for attachment of hanger wires. 7. Do not attach hangers to steel deck tabs. 8. Do not attach hangers to steel roof deck. Attach hangers to structural members. 9. Space hangers not more than 48 inches o.c. along each member supported directly from hangers, .: unless otherwise indicated; provide hangers not more than 8 inches from ends of each member. 10. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. C. Secure bracing wires to ceiling suspension members and to supports with a minimum of four tight turns. Suspend bracing from building's structural members' as required for hangers, without attaching to permanent metal forms, steel deck, or steel deck tabs. Fasten bracing wires into concrete with cast -in - place or post -installed anchors. D. Install suspension system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. E. Install acoustical panels with undamaged edges and fit accurately into suspension system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. Arrange directionally patterned acoustical panels as follows: Install panels with pattern running in one direction parallel to long axis of space. 2. For square -edged panels, install panels with edges fully hidden from view by flanges of suspension system runners and moldings. 3. Paint cut edges of panel remaining exposed after installation; match color of exposed panel surfaces using coating recommended in writing for this purpose by acoustical panel manufacturer. 4. Install hold-down clips in areas indicated, in areas required by authorities having jurisdiction, and for fire -resistance ratings; space as recommended by panel manufacturer's written instructions, unless otherwise indicated. 3.4 CLEANING A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and suspension system members. Comply with manufacturer's written instructions for cleaning and touchup of minor finish damage. Remove and replace ceiling components that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION 09511 CITY OF LUBBOCK - LAND APPLICATION OFFICE 09651 - 1 CDG 21108 RESILIENT FLOOR TILE SECTION 09651 - RESILIENT FLOOR TILE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Resilient wall base. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of product indicated. C. Samples for Verification: Full-size units of each color and pattern of resilient floor file required. 1. Resilient Wall Base: Manufacturer's standard -size Samples, but not less than 12 inches long, of each resilient product color and pattern required. 1.4 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: Provide products identical to those tested for fire -exposure behavior per test method indicated by a testing and inspecting agency acceptable to authorities having jurisdiction. 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. Store tiles on flat surfaces. 1.6 PROJECT CONDITIONS A. Maintain temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F, in spaces to receive floor file during the following time periods: 1. 48 hours before installation. 2. During installation. 3. 48 hours after installation. B. After post -installation period, maintain 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. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09651 - 2 CDG 21108 RESILIENT FLOOR TILE 1.7 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Resilient Wall Base: 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. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles. 2.2 COLORS AND PATTERNS A. Colors and Patterns: As selected by Architect from manufacturer's frill range. 2.3 RESILIENT WALL BASE RB-I A. Wall Base: refer to Division 9, Section "Material/Finish Schedule" for selection. B. Type (Material Requirement): TS (rubber, vulcanized thermoset). C. Style: Cove (with top -set toe). D. Minimum Thickness: 0.125 inch. E. Height: 4 inches. F. Lengths: Coils in manufacturer's standard length. G. Outside Corners: Job formed. H. Inside Corners: Job formed. I. Surface: Smooth. 2.4 INSTALLATION MATERIALS A. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances, moisture content, and other conditions affecting performance. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09651 - 3 CDG 21108 RESILIENT FLOOR TILE 1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that t might interfere with adhesion of resilient products. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare substrates according to manufacturer's written recommendations to ensure adhesion of resilient products. B. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. C. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation. 1. Do not install resilient products until they are same temperature as space where they are to be installed. D. Clean substrates to be covered by resilient products immediately before installation. Proceed with installation only after unsatisfactory conditions have been corrected. 3.3 RESILIENT WALL BASE INSTALLATION A. Apply wall base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. B. Install wall base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned. C. Tightly adhere wall base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. D. Do not stretch wall base during installation. E. Job -Formed Corners: 1. Outside Comers: Use straight pieces of maximum lengths possible. Form without producing discoloration (whitening) at bends. Shave back of base at points where bends occur and remove strips perpendicular to length of base that are only deep enough to produce a snug fit without removing more than half the wall base thickness. 2. Inside Comers: Use straight pieces of maximum lengths possible. Form by cutting an inverted V- shaped notch in toe of wall base at the point where comer is formed. Shave back of base where necessary to produce a snug fit to substrate. 3.4 CLEANING AND PROTECTION A. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. Use protection methods recommended in writing by manufacturer. END OF SECTION 09651 CITY OF LUBBOCK - LAND APPLICATION OFFICE 09912 - 1 CDG 21108 PAINTING SECTION 09912 - PAINTING PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and the application of paint systems on the following interior substrates: 1. Steel. 2. Wood. 3. Gypsum board. 4. Concrete. B. Related Sections include the following: 1. Division 5 Sections for shop priming of metal substrates with primers specified in this Section. 2. Division 9 Section "Wood Stains and Transparent Finishes" for surface preparation and the application of wood stains and transparent finishes on interior wood substrates. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of topcoat product indicated. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat indicated. 1. Submit Samples on rigid backing, 12 inches x 12 inches. 2. Step coats on Samples to show each coat required for system. 3. 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. 1.4 QUALITY ASSURANCE A. Mockups: Apply benchmark samples of each paint system indicated and each color and finish selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3. a. Wall and Ceiling Surfaces: Provide samples of at least 100 sq. ft.. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 09912 - 2 PAINTING b. Other Items: Architect will designate items or areas required. 2. Apply benchmark samples after permanent lighting and other environmental services have been activated. 3. Final approval of color selections will be based on benchmark samples. a. If preliminary color selections are not approved, apply additional benchmark samples of additional colors selected by Architect at no added cost to Owner. 1.5 DELIVERY, STORAGE, AND HANDLING A. 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. 1.6 PROJECT CONDITIONS _ t 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. 1.7 EXTRA MATERIALS' A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. i 1. Quantity: Furnish an additional 5 percent, but not less than 1 gal. of each material and color applied. Deliver as directed by Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Benjamin Moore & Co. 2. ICI Paints. 3. Kelly -Moore Paints. 4. PPG Architectural Finishes, Inc. 5. Sherwin-Williams Company (The). __ll 2.2 PAINT, GENERAL �.J A. 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. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09912 - 3 CDG 21108 PAINTING 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. B. Colors: Match Architect's samples. 2.3 PRIMERS/SEALERS A. Interior Latex Primer/Sealer: MPI #50. B. Interior Alkyd Primer/Sealer: MPI #45. C. Wood -Knot Sealer: Sealer recommended in writing by topcoat manufacturer for use in paint systems indicated. 2.4 METAL PRIMERS A. Alkyd Anticorrosive Metal Primer: MPI #79. B. Quick -Drying Alkyd Metal Primer: MPI #76. 2.5 LATEX PAINTS A. Interior Latex (Eggshell): MPI #52 (Gloss Level 3). 2.6 ALKYD PAINTS A. Interior Alkyd (Low -Luster): NMI #47 (Gloss Level 5). 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 work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Wood: 15 percent. 2. Gypsum Board: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. L Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 09912-4 PAINTING 3.3 B. Remove plates, machined surfaces, and similar items already in place that 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. 2. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. C. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers 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. E. Concrete Masonry Substrates: Remove 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. F. Steel Substrates: Remove rust and loose mill scale. Clean using methods recommended in writing by paint manufacturer. G. 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. H. Aluminum Substrates: Remove surface oxidation. I. 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. J. Gypsum Board Substrates: Do not begin paint application until finishing compound is dry and sanded smooth. K. Plaster Substrates: Do not begin paint application until plaster is fully cured and dry. L. Spray -Textured Ceiling Substrates: Do not begin paint application until surfaces are dry. M. Cotton or Canvas Insulation Covering Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09912 - 5 CDG 21108 PAINTING 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before µ; final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 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 Mechanical and Electrical Work: Paint items exposed to the public and in equipment rooms and occupied spaces including, but not limited to, the following: 1. Mechanical Work: a. Uninsulated metal piping. b. Uninsulated plastic piping. C. Pipe hangers and supports. d. Tanks that do not have factory -applied final finishes. e. Visible portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets. f. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. g. Mechanical equipment that is indicated to have a factory -primed finish for field painting. 2. Electrical Work: a. Switchgear. b. Panelboards. C. Electrical equipment that is indicated to have a factory -primed finish for field painting. 3.4 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. CITY OF LUBBOCK - LAND APPLICATION OFFICE 09912 - 6 CDG 21108 PAINTING 3.5 INTERIOR PAINT SCHEDULE A. Gypsum Board: Provide the following finish systems over interior gypsum board surfaces: 1. Low -Luster Acrylic -Enamel Finish: Two finish coats over a primer. a. Primer: Interior gypsum board primer. b. Finish Coats: Interior egg shell acrylic enamel. B. Ferrous Metal: Provide the following finish systems over ferrous metal: 1. Low -Luster Alkyd -Enamel Finish: Two finish coats over a primer. a. Primer: Interior ferrous -metal primer. b. Finish Coats: Interior low -luster alkyd enamel. C. Zinc -Coated Metal: Provide the following finish systems over interior zinc -coated metal surfaces: 1. Semigloss Acrylic -Enamel Finish: Two finish coats over a primer. a. Primer: Interior zinc -coated metal primer. b. Finish Coats: Interior semigloss acrylic enamel. D. Wood Panel Substrates: Including painted plywood. 1. Alkyd System.: MPI INT 6.413. a. Prime Coat: Interior alkyd primer/sealer. b. Intermediate Coat: Interior alkyd matching topcoat. C. Topcoat: Interior alkyd (semigloss). E. Concrete Floors: Provide the following finish system over interior concrete floors: 1. Concrete Stain: Two applications. 2. Concrete Sealer: Two applications. END OF SECTION 09912 CITY OF LUBBOCK — LAND APPLICATION OFFICE 09931 - 1 CDG 21108 WOOD STAINS AND TRANSPARENT FINISHES SECTION 09931 - WOOD STAINS AND TRANSPARENT FINISHES i PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and the application of wood finishes on the following substrates: 1. Interior wood doors. 2. Interior architectural woodwork. B. Related Sections include the following: 1. Division 9 Section "Interior Painting" for surface preparation and application of standard paint systems on interior substrates. 2. Division 9 Section "Material I Finish Schedule". 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of product indicated. C. Samples for Verification: For each type of finish system and in each color and gloss of finish indicated. 1. Submit Samples on representative samples of actual wood substrates, 8 inches square. 2. Label each Sample for location and application area. D. Product List: For each product indicated, include the following: 1. Cross-reference to finish system and locations of application areas. Use same designations indicated on Drawings and in schedules. 1.4 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in its "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and finish systems indicated. CITY OF LUBBOCK — LAND APPLICATION OFFICE 09931 - 2 CDG 21108 WOOD STAINS AND TRANSPARENT FINISHES B. Mockups: Apply benchmark samples of each finish system indicated and each color selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each type of finish system and substrate. a. Vertical and Horizontal Surfaces: Provide samples of at least 3 sq. ft. b. Other Items: Architect will designate items or areas required. 2. Final approval of stain color selections will be based on benchmark samples. a. If preliminary stain color selections are not approved, apply additional benchmark samples of additional stain colors selected by Architect at no added cost to Owner. 1.5 DELIVERY, STORAGE, AND HANDLING A. 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. 1.6 PROJECT CONDITIONS A. Apply finishes only when temperature of surfaces to be finished and ambient air temperatures are between 50 and 95 deg F. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Material Compatibility: 1. Provide materials for use within each finish 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 finish system, provide products recommended in writing by manufacturers of topcoat for use in finish system and on substrate indicated. B. Stain Colors: Match Architect's samples. 2.2 WOOD FILLERS A. Wood Filler Paste: MPI #91. ( l 2.3 PRIMERS AND SEALERS A. Lacquer Sanding Sealer: MPI #84. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21108 09931 - 3 WOOD STAINS AND TRANSPARENT FINISHES 2.4 STAINS A. Interior Wood Stain (Semitransparent): MPI #90. 2.5 LACQUERS A. Lacquer (Clear Satin): UPI #85, Gloss Level 4. 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 work. 1. Maximum Moisture Content of Wood Substrates: 15 percent when measured with an electronic moisture meter. 2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes. 3. Begin finish application only after unsatisfactory conditions have been corrected and surfaces are dry. 4. Beginning application of finish system constitutes Contractor's acceptance of substrate and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "UPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be finished. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and finishing. After completing finishing operations, reinstall items that were removed; use workers skilled in the trades involved. Remove surface -applied protection if any. C. Clean and prepare surfaces to be finished according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Remove surface dirt, oil, or grease by washing with a detergent solution; rinse thoroughly with clean water and allow to dry. Remove grade stamps and pencil marks by sanding lightly. Remove loose wood fibers by brushing. 2. Remove mildew by scrubbing with a commercial wash formulated for mildew removal and as recommended by stain manufacturer. 3. Countersink steel nails, if used, and fill with putty tinted to final color to eliminate rust leach stains. D. Apply wood filler paste to open -grain woods, as defined in "MPI Architectural Painting Specification Manual," to produce smooth, glasslike finish. CITY OF LUBBOCK — LAND APPLICATION OFFICE 09931 - 4 CDG 21108 WOOD STAINS AND TRANSPARENT FINISHES 3.3 APPLICATION A. Apply finishes according to manufacturer's written instructions. 1. Use applicators and techniques suited for finish and substrate indicated. 2. Finish surfaces behind movable equipment and furniture same as similar exposed surfaces. B. Apply finishes to produce surface films without cloudiness, holidays, lap marks, brush marks, runs, ropiness, or other surface imperfections. 3.4 FIELD QUALITY CONTROL A. Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when finishes are being applied: 1. Owner will engage the services of a qualified testing agency to sample finish materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying finishes if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying materials from Project site, pay for testing, and refinish surfaces finished with rejected materials. Contractor will be required to remove rejected materials from previously finished surfaces if, on refinishing with complying materials, the two finishes are incompatible. 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 finish application, clean spattered surfaces. Remove spattered materials by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from finish application. Correct damage 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 finished wood surfaces. 3.6 INTERIOR WOOD -FINISH -SYSTEM SCHEDULE A. Wood Doors, Architectural Woodwork where indicated: I. Lacquer Over Stain and Sealer System: MPI INT 6.3F. a. Stain Coat: Interior wood stain (semitransparent). b. Seal Coat: Lacquer sanding sealer. C. One Finish Coat: Lacquer (clear satin). END OF SECTION 09931 r- CITY OF LUBBOCK - LANDAPPLICATION OFFICE 09999-1 CDG 21108 MATERIAL SCHEDULE Material Code Manufacturer's Description Flooring Finishes Stained Concrete SC I LM Scofield Company - Lithachrome Chemstain Classic, 2 applications; Seal with Cementone Clear Sealer, 2 applications Wall Finishes Paint PI Sherwin Williams — Moderate White 6140 P2 Sherwin Williams — Macadamia 6142 Hollow Metal Door HMDI Sherwin Williams - Virtual Taupe 7039 Cove Base CB] Roppe - Rubber Base, Fawn 140 Fiberglass Reinforced Panel FRPI Marlite - Silver P-145 Comer Guard CGl Stainless Steel comer guards Millwork Finishes Plastic Laminate PLl Wilsonart - Western Suede 4871-60 Solid Surface SSl Gibraltar- Chicory Cream Melange 9047ML Miscellaneous Finishes Wood Stain WS 1 Stain to match Wilsonart -Amber Cherry 7919-38 Acoustical Ceiling Tile ACTT Armstrong- Endura 2' x T, White CITY OF LUBBOCK - LAND APPLICATION OFFICE 09999-1 CDO 21108 FINISH SCHEDULE Walls Room Description Floor Base Ceiling North jEast South West Remarks 101 Entry SCI CBl ACTI P1 P1 PI P1 102 Waiting SCI CBI ACTI Pl Pl Pl PI 103 Kitchen SCI CBI ACTI PI P1 P2 PI P2accent wall 104 Dining SCI CBI ACTI PI PI P2 PI P2accent wall 105 Reception SCI CBI ACTI P I pi P 1 P2 P2 accent wall 106 File Storage SCI CBl ACTI PI P1 PI PI 107 Hallway SCI CBI ACTI PI Pl PI Pl 108 Women SCl CBI ACTI FRPI FRPI FRPI FRPI 109 Mechanical SCI CBI ACTI P1 P1 PI Pl 110 Men SCI CBI ACTI FRPI FRPI FRPI FRPI ill Janitor Closet SCI CBI ACT I P l P I P I P I FRP I at mop basin 112 Office SCI CBI ACTI PI P1 PI PI 113 Office SCI CBI ACTI Pl P1 PI PI 114 Office SCI Cl3l ACTI Pl Pl PI Pl 115 Mech/Elec SCI CBl ACTI PI PI PI P1 Millwork Notes: WS l General finish for millwork cabinetry unless otherwise noted. PLl Finish for millwork counter tops in Reception 105 and Offices SSFI Finish for millwork counter top in Kitchen 103 CITY OF LUBBOCK - LAND APPLICATION OFFICE 09999-2 CDG 21108 FINISH SCHEDULE Walls Room IDesuiption lFloor jBase ICeiling INorth jEast South 1west Remarks General Notes: WSJ General finish for interior wood doors and window sills HMD1 General finish for hollow metal doors and frames CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 10520 - 1 FIRE -PROTECTION SPECIALTIES SECTION 10520 - FIRE -PROTECTION SPECIALTIES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Portable fire extinguishers. 2. Fire -protection cabinets for the following: a. Portable fire extinguishers. 1.3 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for fire -protection cabinets. 1. Fire Extinguishers: Include rating and classification. 2. Fire -Protection Cabinets: Include roughing -in dimensions, details showing mounting methods, relationships of box and trim to surrounding construction, door hardware, cabinet type, trim style, and panel style. B. Samples for Initial Selection: For fire -protection cabinets with factory -applied color finishes. C. Samples for Verification: For each type of exposed factory -applied color finish required for fire - protection cabinets, prepared on Samples of size indicated below. 1. Size: 6 by 6 inches square. D. Maintenance Data: For fire extinguishers to include in maintenance manuals. 1.4. QUALITY ASSURANCE A. Source Limitations: Obtain fire extinguishers and fire -protection cabinets through one source from a single manufacturer. B. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." C. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1. Provide fire extinguishers approved, listed, and labeled by FMG. CITY OF LUBBOCK - LAND APPLICATION OFFICE 10520 - 2 CDG 21108 FIRE -PROTECTION SPECIALTIES 1.5 COORDINATION A. Coordinate size of fire -protection cabinets to ensure that type and capacity of fire extinguishers indicated are accommodated. 1. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of portable fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 MATERIALS A. Stainless -Steel Sheet: ASTM A 666, Type 304. B. Tempered Float Glass: ASTM C 1048, Kind FT, Condition A, Type I, Quality q3, 3 mm thick, Class 1 (clear). 2.3 PORTABLE FIRE EXTINGUISHERS A. Available Manufacturers: 1. JL Industries, Inc. 2. Kidde Fymetics. 3. Larsen's Manufacturing Company. B. General: Provide fire extinguishers of type, size, and capacity for each fire -protection cabinet indicated. 1. Valves: Manufacturer's standard. 2. Handles and Levers: Manufacturer's standard. 3. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appendix B. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 10520 - 3 FIRE -PROTECTION SPECIALTIES C. Multipurpose Dry -Chemical Type in Steel Container: (FEC-1): UL-rated 4-A:60-B:C, 10-lb nominal capacity, with monoammonium phosphate -based dry chemical in enameled -steel container. 2.4 FIRE -PROTECTION CABINET: A. Available Manufacturers: 1. JL Industries, Inc. 2. Kidde Fyrnetics. 3. Larsen% Manufacturing Company. B. Cabinet Type: Suitable for fire extinguisher. C. Cabinet Construction: Nonrated. D. Cabinet Material: Stainless -steel sheet. E. Semirecessed Cabinet: Cabinet box partially recessed in walls of shallow depth to suit style of trim indicated; with one-piece combination trim and perimeter door frame overlapping surrounding wall surface with exposed trim face and wall return at outer edge (backbend). 1. Rolled -Edge Trim: 2-1/2-inch backbend depth. F. Cabinet Trim Material: Stainless -steel sheet. G. Door Material: Stainless -steel sheet. H. Door Style: Fully glazed panel with frame. I. Door Glazing: Tempered float glass (clear). J. Door Hardware: Manufacturer's standard door -operating hardware of proper type for cabinet type, trim style, and door material and style indicated. 1. Provide projecting lever handle with cam -action latch. 2. Provide continuous hinge, of same material and finish as trim, permitting door to open 180 degrees. K. Accessories: 1. Mounting Bracket: Manufacturer's standard steel, designed to secure fire extinguisher to fire - protection cabinet, of sizes required for types and capacities of fire extinguishers indicated, with plated or baked -enamel finish. 2. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Architect. a. Identify fire extinguisher in fire -protection cabinet with the words "FIRE EXTINGUISHER" 1) Location: Applied to cabinet glazing. 2) Application Process: Silk-screened. 3) Lettering Color: Red. 4) Orientation: Vertical. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 10520 - 4 FIRE -PROTECTION SPECIALTIES L. Finishes: 1. Stainless Steel: No. 4 finish. 2.5 FABRICATION A. Fire -Protection Cabinets: Provide manufacturer's standard box (tub), with trim, frame, door, and hardware to suit cabinet type, trim style, and door style indicated. 1. Weld joints and grind smooth. B. Cabinet Doors: Fabricate doors according to manufacturer's standards, from materials indicated and coordinated with cabinet types and trim styles selected. 1. Fabricate door frames with tubular stiles and rails and hollow -metal design, minimum 1/2 inch thick. 2. Miter and weld perimeter door frames. C. Cabinet Trim: Fabricate cabinet trim in one piece with corners mitered, welded, and ground smooth. 2.6 FINISHES, GENERAL A. Comply with NAAMIVI's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Finish fire -protection cabinets after assembly. D. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.7 STEEL FINISHES A. Surface Preparation: Clean surfaces of dirt, oil, grease, mill scale, rust, and other contaminants that could impair paint bond using manufacturer's standard methods. B. Baked -Enamel Finish: Immediately after cleaning and pretreating, apply manufacturer's standard two - coat, baked -enamel finish consisting of prime coat and thermosetting topcoat. Comply with paint manufacturers written instructions for applying and baking to achieve a minimum dry film thickness of 2 mils. 2.8 STAINLESS -STEEL FINISHES A. General: Remove tool and die marks and stretch lines or blend into finish. 1. Grind and polish surfaces to produce uniform, directionally textured, polished finish indicated, free of cross scratches. Run grain with long dimension of each piece. CITY OF LUBBOCK - LAND APPLICATION OFFICE 10520 - 5 CDG 21108 FIRE -PROTECTION SPECIALTIES B. Bright, Directional Polish: No. 4 finish. C. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave i- surfaces chemically clean. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine walls and partitions for suitable framing depth and blocking where semi -recessed cabinets will be installed. B. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged units. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Prepare recesses for semi -recessed fire -protection cabinets as required by type and size of cabinet and trim style. 3.3 INSTALLATION A. General: Install fire -protection specialties in locations and at mounting heights indicated or, if not indicated, at heights indicated below: 1. Fire -Protection Cabinets: 54 inches above finished floor to top of cabinet. B. Fire -Protection Cabinets: Fasten fire -protection cabinets to structure, square and plumb. 1. Unless otherwise indicated, provide recessed fire -protection cabinets. If wall thickness is not adequate for recessed cabinets, provide semi -recessed fire -protection cabinets. 2. Fasten mounting brackets to inside surface of fire -protection cabinets, square and plumb. 3.4 ADJUSTING AND CLEANING A. Remove temporary protective coverings and strippable films, if any, as fire -protection specialties are installed, unless otherwise indicated in manufacturer's written installation instructions. B. Adjust fire -protection cabinet doors to operate easily without binding. Verify that integral locking devices operate properly. C. On completion of fire -protection cabinet installation, clean interior and exterior surfaces as recommended by manufacturer. D. Touch up marred finishes, or replace fire -protection cabinets that cannot be restored to factory -finished appearance. Use only materials and procedures recommended or furnished by fire -protection cabinet manufacturer. CITY OF LUBBOCK - LAND APPLICATION OFFICE 10520 - 6 CDG 21108 FIRE -PROTECTION SPECIALTIES E. Replace fire -protection cabinets that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 10520 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 10801 - 1 TOILET AND BATH ACCESSORIES SECTION 10801 - TOILET AND BATH ACCESSORIES PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Public -use washroom accessories. 2. Underlavatory guards. 3. Custodial accessories. B. Owner -Furnished, Contractor Installed Material: 1. Soap Dispensers 2. Paper Towel Dispensers 3. Toilet Paper Dispensers 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include the following: 1. Construction details and dimensions. 2. Anchoring and mounting requirements, including requirements for cutouts in other work and substrate preparation. 3. Material and finish descriptions. 4. Features that will be included for Project. 5. Manufacturer's warranty. B. Samples: Full size, for each accessory item to verify design, operation, and finish requirements. 1. Approved full-size Samples will be returned and may be used in the Work. C. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each accessory required. 1. Identify locations using room designations indicated on Drawings. D. Maintenance Data: For toilet and bath accessories to include in maintenance manuals. 1.4 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. CITY OF LUBBOCK - LAND APPLICATION OFFICE 10801 - 2 CDG 21108 TOILET AND BATH ACCESSORIES B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. 1.5 WARRANTY A. Special Mirror Warranty: Manufacturer's standard form in which manufacturer agrees to replace mirrors that develop visible silver spoilage defects and that fail in materials or workmanship within specified warranty period. I. Warranty Period: 15 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MATERIALS A. Stainless Steel: ASTM A 666, Type 304, 0.0312-inch minimum nominal thickness, unless otherwise indicated. B. Steel Sheet: ASTM A 1008/A 1008M, Designation CS (cold rolled, commercial steel), 0.0359-inch minimum nominal thickness. C. Galvanized Steel Sheet: ASTM A 653/A 653M, with G60 hot -dip zinc coating. D. Galvanized Steel Mounting Devices: ASTM A 153/A 153M, hot -dip galvanized after fabrication. E. Fasteners: Screws, bolts, and other devices of same material as accessory unit and tamper -and -theft resistant where exposed, and of galvanized steel where concealed. F. Chrome Plating: ASTM B 456, Service Condition Number SC 2 (moderate service). G. Mirrors: ASTM C 1503, Mirror Glazing Quality, clear -glass mirrors, nominal 6.0 mm thick. H. ABS Plastic: Acrylonitrile-butadiene-styrene resin formulation. 2.2 FABRICATION A. General: Fabricate units with tight seams and joints, and exposed edges rolled. Hang doors and access panels with full-length, continuous hinges. Equip units for concealed anchorage and with corrosion - resistant backing plates. B. Keys: Provide universal keys for internal access to accessories for servicing and resupplying. Provide minimum of six keys to Owner's representative. PART 3 - EXECUTION 3.1 INSTALLATION A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. LCITY OF LUBBOCK - LAND APPLICATION OFFICE 10801- 3 CDG 21108 TOILET AND BATH ACCESSORIES B. Grab Bars: Install to withstand a downward load of at least 250 lbf, when tested according to method in ASTM F 446. 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation. Replace damaged or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces according to manufacturer's written recommendations. 3.3 TOILET AND BATH ACCESSORY SCHEDULE Toilet 108 1 ea. Paper Towel Dispenser Owner furnished, contractor installed. 1 ea. Toilet Paper Dispenser Owner furnished, contractor installed. 1 ea. Soap Dispenser Owner furnished, contractor installed. 1 ea. 36" Grab Bar B-6806 x 36 Bobrick 1 ea. 42" Grab Bar B-6806 x 42 Bobrick 1 ea. Framed Mirror B-165 1836 Bobrick 1 ea. Under Lav Guard Truebro Toilet 110 1 ea. Paper Towel Dispenser Owner furnished, contractor installed. 1 ea. Toilet Paper Dispenser Owner furnished, contractor installed. 1 ea. Soap Dispenser Owner furnished, contractor installed. 1 ea. 36" Grab Bar B-6806 x 36 Bobrick 1 ea. 42" Grab Bar B-6806 x 42 Bobrick 1 ea. Framed Mirror B-165 1836 Bobrick 1 ea. Under Lav Guard Truebro Note: Accessories for accessible shower to be included as part of shower unit and Contractor installed. Kitchen 103 1 ea. Paper Towel Dispenser Owner furnished, contractor installed. Janitor Closet 111 1 ea. Mop & Broom Holder B-224 END OF SECTION 10801 Bobrick r, CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 1 CDG 21108 METAL BUILDING SYSTEMS R SECTION 13125 - METAL BUILDING SYSTEMS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. t 1.2 SUMMARY A. Section Includes: 1. Structural -steel framing. 2. Metal roof panels. ` 3. Metal wall panels. 4. Metal soffit panels. 5. Thermal insulation. 6. Accessories. B. Related Sections: 1. Division 7 Section 'Building Insulation". 1.3 DEFINITIONS A. Terminology Standard: See MBMA`s "Metal Building Systems Manual" for definitions of terms for metal building system construction not otherwise defined in this Section or in referenced standards. 1.4 SUBMITTALS A. Product Data: For each type of metal building system component. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: 1. Structural -steel -framing system. 2. Metal roof panels. 3. Metal wall panels. 4. Metal soffit panels. 5. Insulation and vapor retarder facings. 6. Flashing and trim. 7. Accessories. B. Shop Drawings: For the following metal building system components. Include plans, elevations, sections, details, and attachments to other work. 1. Anchor -Bolt Plans: Submit anchor -bolt plans and templates before foundation work begins. Include location, diameter, and projection of anchor bolts required to attach metal building to foundation. Indicate column reactions at each location. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 13125 -2 METAL BUILDING SYSTEMS Structural -Framing Drawings: Show complete fabrication of primary and secondary framing; U include provisions for openings. Indicate welds and bolted connections, distinguishing between shop and field applications. Include transverse cross -sections. 3. Metal Roof and Wall Panel Layout Drawings: Show layouts of metal panels including methods of support. Include details of edge conditions, joints, panel profiles, comers, anchorages, trim, flashings, closures, and special details. Distinguish between factory- and field -assembled work; show locations of exposed fasteners. a. Show wall -mounted items including doors and louvers. 4. Accessory Drawings: Include details of the following items, at a scale of not less than 1-1/2 inches per 12 inches: a. Flashing and trim. b. Gutters. C. Downspouts. d. Louvers. C. Samples for Initial Selection: For units with factory -applied color finish. D. Samples for Verification: For each type of exposed finish required, prepared on Samples of sizes indicated below: 1. Metal Panels: Nominal 12 inches long by actual panel width. Include fasteners, closures, and other exposed panel accessories. 2. Flashing and Trim: Nominal 12 inches long. Include fasteners and other exposed accessories. 3. Accessories: Nominal 12-inch- long Samples for each type of accessory. E. Delegated -Design Submittal: For metal building systems indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. F. Qualification Data: For qualified erector manufacturer and professional engineer. G. Metal Building System Certificates: For each type of metal building system, from manufacturer. 1. Letter of Design Certification: Signed and sealed by a qualified professional engineer. Include the following: a. Name and location of Project. b. Order number. C. Name of manufacturer. d. Name of Contractor. e. Building dimensions including width, length, height, and roof slope. f. Indicate compliance with AISC standards for hot -rolled steel and AISI standards for cold - rolled steel, including edition dates of each standard. g. Governing building code and year of edition. h. Design Loads: Include dead load, roof live load, collateral loads, roof snow load, deflection, wind loads/speeds and exposure, seismic design category or effective peak velocity -related acceleration/peak acceleration, and auxiliary loads (cranes). i. Load Combinations: Indicate that loads were applied acting simultaneously with concentrated loads, according to governing building code. j. Building -Use Category: Indicate category of building use and its effect on load importance factors. CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 3 CDG 21108 METAL BUILDING SYSTEMS k. AISC Certification for Category MB: Include statement that metal building system and components were designed and produced in an AISC-Certified Facility by an AISC- Certified Manufacturer. H. Erector Certificates: For each product, from manufacturer. I. Manufacturer Certificates: For each product, from manufacturer. J. Material Test Reports: For each of the following products: 1. Structural steel including chemical and physical properties. 2. Bolts, nuts, and washers including mechanical properties and chemical analysis. 3. Tension -control, high -strength, bolt -nut -washer assemblies. 4. Shop primers. 5. Nonshrink grout. K. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for insulation and vapor -retarder facings. Include reports for thermal resistance, fire -test -response characteristics, water -vapor transmission, and water absorption. L. Warranties: Sample of special warranties. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer and member of MBMA. 1. AISC Certification for Category MB: An AISC-Certified Manufacturer that designs and produces metal building systems and components in an AISC-Certified Facility. 2. Engineering Responsibility: Preparation of Shop Drawings and comprehensive engineering analysis by a qualified professional engineer. B. Erector Qualifications: An experienced erector who specializes in erecting and installing work similar in material, design, and extent to that indicated for this Project and who is acceptable to manufacturer. C. Source Limitations: Obtain metal building system components, including primary and secondary framing, metal panel assemblies, and roof covering from single source from single manufacturer. D. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1M, "Structural Welding Code - Steel." 2. AWS D1.3, "Structural Welding Code - Sheet Steel." E. Structural Steel: Comply with AISC 360, "Specification for Structural Steel Buildings," for design requirements and allowable stresses. F. Cold -Formed Steel: Comply with AISI's 'North American Specification for the Design of Cold -Formed Steel Structural Members" for design requirements and allowable stresses. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver components, sheets, panels, and other manufactured items so as not to be damaged or deformed. Package metal panels for protection during transportation and handling. CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 4 CDG 21108 METAL BUILDING SYSTEMS " B. Unload, store, and erect metal panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal panels horizontally on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal panels to ensure dryness, with positive slope for drainage of water. Do not store metal panels in contact with other materials that might cause staining, denting, or other surface damage. 1.7 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when weather conditions permit metal panels to be installed according to manufacturers' written instructions and warranty requirements. 1.8 COORDINATION A. Coordinate sizes and locations of concrete foundations and casting of anchor -bolt inserts into foundation walls and footings. Concrete, reinforcement, and formwork requirements are specified in Division 3 Section "Cast -in -Place Concrete." B. Coordinate installation of roof curbs equipment supports and roof penetrations, which are specified in Division 7 Section "Roof Accessories." C. Coordinate metal panel assemblies with rain drainage work, flashing, trim, and construction of supports and other adjoining work to provide a leakproof; secure, and noncorrosive installation. 1.9 WARRANTY A. Special Warranty on Metal Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. B. Special Warranty on Standing -Seam Roof Panel Weathertightness: Written warranty, signed by manufacturer agreeing to repair or replace standing -seam roof panel assemblies that fail to remain weathertight within specified warranty period. I. Warranty Period: 20 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 METAL BUILDING SYSTEMS A. Description: Provide a complete, integrated set of metal building system manufacturer's standard mutually dependent components and assemblies that form a metal building system capable of CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 5 CDG 21108 METAL BUILDING SYSTEMS withstanding structural and other loads, thermally induced movement, and exposure to weather without failure or infiltration of water into building interior. 1. Provide metal building system of size and with bay spacings, roof slopes, and spans indicated. B. Primary -Frame Type: See plan. C. Secondary -Frame Type: Manufacturer's standard purlins and joists and flush -framed girts. D. Eave Height: Refer to plans. E. Bay Spacing: Refer to plans. F. Roof Slope: Refer to plans. G. Roof System: Manufacturer's mechanically seamed, standing -seam metal roof panels with field -installed insulation. H. Exterior Wall System: Manufacturer's standard tapered -rib, exposed -fastener metal wall panels with field -installed insulation. 2.2 METAL BUILDING SYSTEM PERFORMANCE A. Delegated Design: Design metal building system, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Structural Performance: Metal building systems shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated according to procedures in MBMA's "Metal Building Systems Manual." 1. Design Loads: As indicated on Drawings. 2. Deflection Limits: Design metal building system assemblies to withstand design loads with deflections no greater than the following: a. Purlins and Rafters: Vertical deflection of 1/240 of the span. b. Girts: Horizontal deflection of 1/240 of the span. C. Metal Roof Panels: Vertical deflection of 1/240 of the span. d. Metal Wall Panels: Horizontal deflection of 1/240 of the span. e. Design secondary -framing system to accommodate deflection of primary framing and construction tolerances, and to maintain clearances at openings. 3. Drift Limits: Engineer building structure to withstand design loads with drift limits no greater than the following: a. Lateral Drift: Maximum of 11400 of the building height. 4. Metal panel assemblies shall withstand the effects of gravity loads and loads and stresses within limits and under conditions indicated according to ASTM E 1592. C. Seismic Performance: Metal building systems shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. D. Thermal Movements: Allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 6 CDG 21108 METAL BUILDING SYSTEMS 2.3 components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculations on surface temperatures of materials due to both solar heat gain and nighttime - sky heat loss. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. E. Wind -Uplift Resistance: Provide metal roof panel assemblies that comply with UL 580 for Class 90. STRUCTURAL -STEEL FRAMING A. Primary Framing: Manufacturer's standard primary -framing system, designed to withstand required loads and specified requirements. Primary framing includes transverse and lean-to frames; rafter, rake, and canopy beams; sidewall, intermediate, end -wall, and corner columns. 1. General: Provide frames with attachment plates, bearing plates, and splice members. Factory drill for field -bolted assembly. Provide frame span and spacing indicated. a. Slight variations in span and spacing may be acceptable if necessary to comply with manufacturer's standard, as approved by Architect. 2. Rigid Clear -Span Frames: See plan. 3. Frame Configuration: See plan. 4. Exterior Column Type: Uniform depth. 5. Rafter Type: Uniform depth. 6. Portal Frames: See plan. 7. 'X' Bracing: See plan. 8. Pinned bases at columns B. Secondary Framing: Manufacturer's standard secondary framing, including purlins, girts, eave struts, flange bracing, base members, gable angles, clips, headers, jambs, and other miscellaneous structural members. Unless otherwise indicated, fabricate framing from either cold -formed, structural -steel sheet or roll -formed, metallic -coated steel sheet, prepainted with coil coating, to comply with the following: 1. Purlins: C- or Z-shaped sections; fabricated from built-up steel plates, steel sheet, or structural - steel shapes; minimum 2-1/2-inch- wide flanges. a. Depth: As needed to comply with system performance requirements. 2. Girts: C- or Z-shaped sections; fabricated from built-up steel plates, steel sheet, or structural -steel shapes. Form ends of Z-sections with stiffening lips angled 40 to 50 degrees from flange, with minimum 2-1/2-inch- wide flanges. a. Depth: As required to comply with system performance requirements. 3. Eave Struts: Unequal -flange, C-shaped sections; fabricated from built-up steel plates, steel sheet, or structural -steel shapes; to provide adequate backup for metal panels. 4. Flange Bracing: Minimum 2-by-2-by-1/8-inch structural -steel angles or 1-inch diameter, cold - formed structural tubing to stiffen primary -frame flanges. 5. Sag Bracing: Minimum 1-by-l-by-1/8-inch structural -steel angles. 6. Base or Sill Angles: Minimum 3-by-2-inch zinc -coated (galvanized) steel sheet. 7. Purlin and Girt Clips: Manufacturer's standard clips fabricated from steel sheet. Provide galvanized clips where clips are connected to galvanized framing members. 8. Secondary End -Wall Framing: Manufacturer's standard sections fabricated from structural -steel sheet. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 13125 - 7 METAL BUILDING SYSTEMS 9. Framing for Openings: Channel shapes; fabricated from cold -formed, structural -steel sheet or structural -steel shapes. Frame head and jamb of door openings and head, jamb, and sill of other openings. 10. Miscellaneous Structural Members: Manufacturer's standard sections fabricated from cold - formed, structural -steel sheet; built-up steel plates; or zinc -coated (galvanized) steel sheet; designed to withstand required loads. C. Bolts: Provide plain -finish bolts for structural -framing components that are primed or finish painted. Provide zinc -plated bolts for structural -framing components that are galvanized. D. Materials: 1. W-Shapes: ASTM A 992/A 992M; ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529K Grade 50 or 55. 2. Channels, Angles, M-Shapes, and S-Shapes: ASTM A 36/A 36M; ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529M, Grade 50 or 55. 3. Plate and Bar: ASTM A 36/A 36M; ASTM A 572/A 572M, Grade 50 or 55; or ASTM A 529/A 529M, Grade 50 or 55. 4. Steel Pipe: ASTM A 53/A 53M, Type E or S, Grade B. 5. Cold -Formed Hollow Structural Sections: ASTM A 500, Grade B or C, structural tubing. 6. Structural -Steel Sheet: Hot -rolled, ASTM A 1011/A 1011M, Structural Steel (SS), Grades 30 through 55, or High -Strength Low -Alloy Steel (HSLAS), Grades 45 through 70; or cold -rolled, ASTM A 1008/A 1008M, Structural Steel (SS), Grades 25 through 80, or High -Strength Low - Alloy Steel (HSLAS), Grades 45 through 70. 7. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grades 33 through 80 or High -Strength Low -Alloy Steel (HSLAS), Grades 50 through 80; with G60 coating designation; mill phosphatized. 8. Metallic -Coated Steel Sheet Prepainted with Coil Coating: Steel sheet, metallic coated by the hot - dip process and prepainted by the coil -coating process to comply with ASTM A 755/A 755M. a. Zinc -Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grades 33 through 80 or High -Strength Low -Alloy Steel (HSLAS), Grades 50 through 80; with G90 coating designation. b. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Structural Steel (SS), Grade 50 or 80; with Class AZ50 coating. Non -High -Strength Bolts, Nuts, and Washers: ASTM A 307, Grade A, carbon -steel, hex -head bolts; ASTM A 563 carbon -steel hex nuts; and ASTM F 844 plain (flat) steel washers. a. Finish: Plain. 10. High -Strength Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy -hex steel structural bolts; ASTM A 563 heavy -hex carbon -steel nuts; and ASTM F 436 hardened carbon -steel washers. a. Finish: Plain. 11. Unheaded Anchor Rods: ASTM A 36/A 36M, ASTM A 307, Grade A. a. Configuration: Straight. b. Nuts: ASTM A 563 heavy -hex carbon steel. C. Plate Washers: ASTM A 36/A 36M carbon steel. d. Washers: ASTM F 436 hardened carbon steel. e. Finish: Plain. 12. Headed Anchor Rods: ASTM F 1554, Grade 36. f .1 CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 8 CDG 21108 METAL BUILDING SYSTEMS a. Configuration: Straight. b. Nuts: ASTM A 563 heavy -hex carbon steel. C. Plate Washers: ASTM A 36/A 36M carbon steel. d. Washers: ASTM F 436 hardened carbon steel. e. Finish: Plain. 13. Threaded Rods: ASTM A 36/A 36M. a. Nuts: ASTM A 563 heavy -hex carbon steel. b. Washers: ASTM F 436 hardened carbon steel. C. Finish: Plain. E. Finish: Factory primed. Apply specified primer immediately after cleaning and pretreating. 1. Apply primer to primary and secondary framing to a minimum dry film thickness of 1 mil. a. Prime secondary framing formed from uncoated steel sheet to a minimum dry film thickness of 0.5 mil on each side. 2. Prime galvanized members with specified primer after phosphoric acid pretreatment. 3. Primer: SSPC-Paint 15, Type I, red oxide. 2.4 METAL ROOF PANELS A. Standing -Seam Roof Panels: Manufacturer's standard panels complying with the following: 1. Vertical -Rib Roof Panels: Fabricate standing -seam panels from metallic -coated steel sheets prepainted with coil coating, factory formed to provide 16-inch coverage; with 2-inch-high, inverted-L, vertical ribs at panel edges, with intermediate stiffening ribs symmetrically spaced. Design panels for mechanical attachment to roof purlins using concealed clips in side laps. Factory apply sealant at each interlocking joint. Comply with the following. a. Material: Aluminum -zinc alloy -coated steel sheet, 0.028-inch nominal thickness. 1) Exterior Finish: Fluoropolymer. 2) Color: As selected by Architect. b. Joint Type: Mechanically seamed type. C. Clip System: Fixed. B. Materials: 1. Metallic -Coated Steel Sheet: Restricted -flatness steel sheet, metallic coated by the hot -dip process and prepainted by the coil -coating process to comply with ASTM A 755/A 755M. a. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40; structural quality. b. Surface: Smooth, flat finish. C. Finishes: 1. Exposed Coil -Coated Finish: CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 13125 - 9 METAL BUILDING SYSTEMS a. Two -Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. 2.5 METAL WALL PANELS A. Tapered -Rib -Profile, Exposed -Fastener Metal Wall Panels: Formed with raised, trapezoidal major ribs and intermediate stiffening ribs symmetrically spaced between major ribs; designed to be installed by lapping side edges of adjacent panels and mechanically attaching panels to supports using exposed fasteners in side laps. 1. Material: Aluminum -zinc alloy -coated steel sheet, 0.028-inch nominal thickness. a. Exterior Finish: Fluoropolymer. b. Color: As selected by Architect. 2. Major -Rib Spacing: 12-inches on center. 3. Panel Depth: 1-1/2 inches. 4. Panel Width: 36-inches. B. Materials: 1. Metallic -Coated Steel Sheet: Restricted -flatness steel sheet, metallic coated by the hot -dip process and prepainted by the coil -coating process to comply with ASTM A 755/A 755M. a. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40; structural quality. b. Surface: Smooth, flat finish. C. Finishes:. 1. Exposed Coil -Coated Finish: a. 'Iwo -Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. 2.6 METAL SOFFIT PANELS A. Soffit Panels: Manufacturer's standard panels complying with the following: 1. Flat Panels: Fabricate from 50-ksi steel sheets, factory formed to provide flat panel with 12-inch coverage. Panel shall be 1-inch'deep. Design side laps for mechanical attachment to structure by CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 10 CDG 21108 METAL BUILDING SYSTEMS interlocking panel edges and securing panels with concealed fasteners. Factory apply sealant at each interlocking joint. Comply with the following: a. Finishes: Finish panel surfaces to match adjacent panels as follows: 1) Soffit Panels: Match finish and color of wall panels. 2.7 THERMAL INSULATION A. Unfaced, Glass -Fiber Blanket Insulation: ASTM C 665, Type I (blankets without membrane facing), consisting of fibers; with maximum flame -spread and smoke -developed indexes of 25 and 50 respectively; passing ASTM E 136 for combustion characteristics. Provide thermal resistance as indicated on the drawings. B. Reinforced Foil -Faced, Glass -Fiber Blanket Insulation: ASTM C 665, Type III (reflective faced), Class A (faced surface with a flame -spread index of 25 or less; Category I (membrane is a vapor barrier), faced with foil scrim kraft. Provide thermal resistance as indicated on the drawings. C. Retainer Strips: 0.025-inch nominal -thickness, formed, metallic -coated steel or PVC retainer clips colored to match insulation facing. D. Vapor -Retarder Tape: Pressure -sensitive tape of type recommended by vapor -retarder manufacturer for sealing joints and penetrations in vapor retarder. 2.8 DOORS AND FRAMES A. Swinging Personnel Doors and Frames: As specified in Division 8 Section "Steel Doors and Frames." 2.9 ACCESSORIES A. General: Provide accessories as standard with metal building system manufacturer and as specified. Fabricate and finish accessories at the factory to greatest extent possible, by manufacturer's standard procedures and processes. Comply with indicated profiles and with dimensional and structural requirements. 1. Form exposed sheet metal accessories that are without excessive oil -canning, buckling, and tool marks and that are true to line and levels indicated, with exposed edges folded back to form hems. B. Roof Panel Accessories: Provide components required for a complete metal roof panel assembly including copings, fasciae, corner units, ridge closures, clips, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal roof panels unless otherwise indicated. C. Wall Panel Accessories: Provide components required for a complete metal wall panel assembly including copings, fasciae, mullions, sills, comer units, clips, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal wall panels unless otherwise indicated. 1. Closures: Provide closures at eaves and rakes, fabricated of same material as metal wall panels. 2. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 3. Closure Strips: Closed -cell, expanded, cellular, rubber or crosslinked, polyolefin-foam or closed - cell laminated polyethylene; minimum 1-inch- thick, flexible closure strips; cut or premolded to CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 13125 - 11 METAL BUILDING SYSTEMS match metal wall panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. D. Flashing and Trim: Formed from 0.022-inch nominal -thickness, metallic -coated steel sheet or aluminum - zinc alloy -coated steel sheet prepainted with coil coating; finished to match adjacent metal panels. 1. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. 2. Opening Trim: Formed from 0.022-inch nominal -thickness, metallic -coated steel sheet or aluminum -zinc alloy -coated steel sheet prepainted with coil coating. Trim head and jamb of door openings, and head, jamb, and sill of other openings. E. Gutters: Formed from 0.022-inch nominal -thickness, metallic -coated steel sheet or aluminum -zinc alloy - coated steel sheet prepainted with coil coating; finished to match roof fascia and rake trim. Match profile of gable trim, complete with end pieces, outlet tubes, and other special pieces as required. Fabricate in minimum 96-inch- long sections, sized according to SMACNA's "Architectural Sheet Metal Manual." 1. Gutter Supports: Fabricated from same material and finish as gutters. 2. Strainers: Bronze, copper, or aluminum wire ball type at outlets. F. Downspouts: Formed from 0.022-inch nominal -thickness, zinc -coated (galvanized) steel sheet or aluminum -zinc alloy -coated steel sheet prepainted with coil coating; finished to match metal wall panels. Fabricate in minimum 10-foot- long sections, complete with formed elbows and offsets. 1. Mounting Straps: Fabricated from same material and finish as gutters. G. Pipe Flashing: Premolded, EPDM pipe collar with flexible aluminum ring bonded to base. H. Materials: 1. Fasteners: Self -tapping screws, bolts, nuts, self-locking rivets and bolts, end -welded studs, and other suitable fasteners designed to withstand design loads. Provide fasteners with heads matching color of materials being fastened by means of plastic caps or factory -applied coating. a. Fasteners for Metal Roof Panels: Self -drilling or self -tapping, zinc -plated, hex -head carbon -steel screws, with a stainless -steel cap or zinc -aluminum -alloy head and EPDM sealing washer. b. Fasteners for Metal Wall Panels: Self -drilling or self -tapping, zinc -plated, hex -head carbon -steel screws, with EPDM sealing washers bearing on weather side of metal panels. C. Fasteners for Flashing and Trim: Blind fasteners or self -drilling screws with hex washer head. d. Blind Fasteners: High -strength aluminum or stainless -steel rivets. 2. Corrosion -Resistant Coating: Cold -applied asphalt mastic, compounded for 15-mil dry film thickness per coat. Provide inert -type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. 3. Nonmetallic, Shrinkage -Resistant Grout: ASTM C 1107, factory -packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time. 4. Metal Panel Sealants: a. Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene-compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape of manufacturer's standard size. CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 12 CDG 21108 METAL BUILDING SYSTEMS b. Joint Sealant: ASTM C 920; one -part elastomeric polyurethane or polysulfide; of type, grade, class, and use classifications required to seal joints in metal panels and remain ,} weathertigbt; and as recommended by metal building system manufacturer. 2.10 FABRICATION A. General: Design components and field connections required for erection to permit easy assembly. I. Mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals. 2. Fabricate structural framing to produce clean, smooth cuts and bends. Punch holes of proper size, shape, and location. Members shall be free of cracks, tears, and ruptures. B. Tolerances: Comply with I%MNWs "Metal Building Systems Manual" for fabrication and erection tolerances. C. Primary Framing: Shop fabricate framing components to indicated size and section, with baseplates, bearing plates, stiffeners, and other items required for erection welded into place. Cut, form, punch, drill, and weld framing for bolted field assembly. 1. Make shop connections by welding or by using high -strength bolts. 2. Join flanges to webs of built up members by a continuous, submerged arc -welding process. 3. Brace compression flange of primary framing with steel angles or cold -formed structural tubing between frame web and purlin web or girt web, so flange compressive strength is within allowable limits for any combination of loadings. 4. Weld clips to frames for attaching secondary framing. 5. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2. Shop prime primary framing with specified primer after fabrication. D. Secondary Framing: Shop fabricate framing components to indicated size and section by roll -forming or break -forming, with baseplates, bearing plates, stiffeners, and other plates required for erection welded into place. Cut, form, punch, drill, and weld secondary framing for bolted field connections to primary framing. 1. Make shop connections by welding or by using non -high -strength bolts. 2. Shop Priming: Prepare uncoated surfaces for shop priming according to SSPC-SP 2. Shop prime uncoated secondary framing with specified primer after fabrication. E. Metal Panels: Fabricate and finish metal panels at the factory to greatest extent possible, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements. Comply with indicated profiles and with dimensional and structural requirements. 1. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of metal panel. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with erector present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 13 CDG 21108 METAL BUILDING SYSTEMS B. Before erection proceeds, survey elevations and locations of concrete- and masonry -bearing surfaces and locations of anchor rods, bearing plates, and other embedments to receive structural framing, with erector present, for compliance with requirements and metal building system manufacturer's tolerances. C. Proceed with erection only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition. B. Provide temporary shores, guys, braces, and other supports during erection to keep structural framing secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural framing, connections, and bracing are in place unless otherwise indicated. 3.3 ERECTION OF STRUCTURAL FRAMING A. Erect metal building system according to manufacturer's written erection instructions and erection drawings. B. Do not field cut, drill, or alter structural members without written approval from metal building system manufacturer's professional engineer. C. Set structural framing accurately in locations and to elevations indicated, according to RISC specifications referenced in this Section. Maintain structural stability of frame during erection. D. Base and Bearing Plates: Clean concrete- and masonry -bearing surfaces of bond -reducing materials, and roughen surfaces prior to setting plates. Clean bottom surface of plates. 1. Set plates for structural members on wedges, shims, or setting nuts as required. 2. Tighten anchor rods after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of plate before packing with grout. 3. Promptly pack grout solidly between bearing surfaces and plates so no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply with manufacturer's written installation instructions for shrinkage -resistant grouts. E. Align and adjust structural framing before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact with framing. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. 2. Make allowances for difference between temperature at time of erection and mean temperature when structure will be completed and in service. F. Primary Framing and End Walls: Erect framing level, plumb, rigid, secure, and true to line. Level baseplates to a true even plane with full bearing to supporting structures, set with double -nutted anchor bolts. Use grout to obtain uniform bearing and to maintain a level base -line elevation. Moist -cure grout for not less than seven days after placement. 1. Make field connections using high -strength bolts installed according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for bolt type and joint type specified. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 3.4 a. Joint Type: Snug tightened or pretensioned. i, 13125 - 14 METAL BUILDING SYSTEMS G. Secondary Framing: Erect framing level, plumb, rigid, secure, and true to line. Field bolt secondary framing to clips attached to primary framing. 1. Provide rake or gable purlins with tight -fitting closure channels and fasciae. 2. Locate and space wall girts to suit openings such as doors and windows. 3. Locate canopy framing as indicated. 4. Provide supplemental framing at entire perimeter of openings, including doors, windows, louvers, ventilators, and other penetrations of roof and walls. H. Bracing: Install bracing in roof and sidewalls where indicated on erection drawings. 1. Tighten rod and cable bracing to avoid sag. 2. Locate interior end -bay bracing only where indicated. I. Framing for Openings: Provide shapes of proper design and size to reinforce openings and to carry loads and vibrations imposed, including equipment furnished under mechanical and electrical work. Securely attach to structural framing. J. Erection Tolerances: Maintain erection tolerances of structural framing within AISC 303, METAL PANEL INSTALLATION, GENERAL A. Examination: Examine primary and secondary framing to verify that structural -panel support members and anchorages have been installed within alignment tolerances required by manufacturer. 1. Examine roughing -in for components and systems penetrating metal panels, to verify actual locations of penetrations relative to seams before metal panel installation. B. General: Anchor metal panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Field cut metal panels as required for doors, windows, and other openings. Cut openings as small as possible, neatly to size required, and without damage to adjacent metal panel finishes. a. Field cutting of metal panels by torch is not permitted unless approved in writing by manufacturer. 2. Install metal panels perpendicular to structural supports unless otherwise indicated. 3. Flash and seal metal panels with weather closures at perimeter of openings and similar elements. Fasten with self -tapping screws. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Locate metal panel splices over, but not attached to, structural supports with end laps in alignment. 6. Lap metal flashing over metal panels to allow moisture to run over and off the material. C. Lap -Seam Metal Panels: Install screw fasteners using power tools with controlled torque adjusted to compress EPDM washers tightly without damage to washers, screw threads, or metal panels. Install screws in predrilled holes. 1. Arrange and nest side -lap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply metal panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 15 CDG 21108 METAL BUILDING SYSTEMS D. Metal Protection: Where dissimilar metals contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with corrosion -resistant coating, by applying rubberized - asphalt underlayment to each contact surface, or by other permanent separation as recommended by metal roof panel manufacturer. E. Joint Sealers: Install gaskets, joint fillers, and sealants where indicated and where required for weatherproof performance of metal panel assemblies. Provide types of gaskets, fillers, and sealants indicated; or, if not indicated, provide types recommended by metal panel manufacturer. 1. Seal metal panel end laps with double beads of tape or sealant the full width of panel. Seal side joints where recommended by metal panel manufacturer. 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." 3.5 METAL ROOF PANEL INSTALLATION A. General: Provide metal roof panels of full length from eave to ridge. 1. Install ridge caps as metal roof panel work proceeds. Provide weatherseal under ridge cap. 2. Flash and seal metal roof panels with closures at eaves and rakes with rubber, neoprene, or other closures to exclude weather. B. Standing -Seam Metal Roof Panels: Fasten metal roof panels to purlins with concealed clips at each lapped joint, at location and spacing recommended by manufacturer. 1. Install factory -caulked cleats at standing -seam joints. Machine -seam cleats to the panels to provide a weathertight joint. Protect factory finishes from damage. 2. Provide sealant tape at lapped joints of metal roof panels and between panels and protruding equipment, vents, and accessories. . 3. Apply a continuous ribbon of sealant tape to weather -side of fastenings on end laps and on side laps of nesting -type metal panels, on side laps of ribbed or fluted metal panels, and elsewhere as needed to make metal panels weatherproof to driving rains. 4. At metal panel splices, nest panels with minimum 6-inch end lap, sealed with butyl -rubber sealant and fastened together by interlocking clamping plates. C. Metal Roof Panel Installation Tolerances: Shim and align metal roof panels within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. Avoid "panel creep" or application not true to line. 3.6 METAL WALL PANEL INSTALLATION A. General: Install metal wall panels in orientation, sizes, and locations indicated on Drawings. Install panels perpendicular to girts, extending full height of building, unless otherwise indicated. Anchor metal wall panels and other components of the Work securely in place, with provisions for thermal and structural movement. 1. Unless otherwise indicated, begin metal panel installation at comers with center of rib lined up with line of framing. 2. Shim or otherwise plumb substrates receiving metal wall panels. 3. Rigidly fasten base end of metal wall panels and allow eave end free movement due to thermal expansion and contraction. Predrill panels. 4. Flash and seal metal wall panels with weather closures at eaves, rakes, and at perimeter of all openings. Fasten with self -tapping screws. 5. Install screw fasteners in predrilled holes. f CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 16 CDG 21108 METAL BUILDING SYSTEMS 3.7 3.8 3.9 6. Install flashing and trim as metal wall panel work proceeds. 7. Apply elastomeric sealant continuously between metal base channel (sill angle) and concrete, and elsewhere as indicated; or, if not indicated, as necessary for waterproofing. 8. Align bottom of metal wall panels and fasten with blind rivets, bolts, or self -drilling or self - tapping screws. 9. Provide weatherproof escutcheons for pipe and conduit penetrating exterior walls. B. Metal Wall Panels: Install metal wall panels on exterior side of girts. Attach metal wall panels to supports with fasteners as recommended by manufacturer. C. Installation Tolerances: Shim and align metal wall panels within installed tolerance of 1/4 inch in 20 feet, non -accumulative, on level, plumb, and on location lines as indicated, and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. THERMAL INSULATION INSTALLATION A. General: Install insulation concurrently with metal panel installation, in thickness indicated to cover entire surface, according to manufacturer's written instructions. 1. Set vapor -retarder -faced units with vapor retarder toward warm side of construction unless otherwise indicated. Do not obstruct ventilation spaces except for firestopping. 2. Tape joints and ruptures in vapor retarder, and seal each continuous area of insulation to the surrounding construction to ensure airtight installation. 3. Install factory -laminated, vapor -retarder -faced blankets straight and true in one-piece lengths, with both sets of facing tabs sealed, to provide a complete vapor retarder. 4. Install blankets straight and true in one-piece lengths. Install vapor retarder over insulation, with both sets of facing tabs sealed, to provide a complete vapor retarder. B. Blanket Roof Insulation: Comply with the following installation method: 1. Between-Purlin Installation: Extend insulation and vapor retarder between purlins. Carry vapor retarder facing tabs up and over purlin, overlapping adjoining facing of next insulation course maintaining continuity of retarder. Hold in place with bands and crossbands below insulation. 2. Retainer Strips: Install retainer strips at each longitudinal insulation joint, straight and taut, nesting with secondary framing to hold insulation in place. C. Blanket Wall Insulation: Extend insulation and vapor retarder over and perpendicular to top flange of secondary framing. Hold in place by metal wall panels fastened to secondary framing. 1. Retainer Strips: Install retainer strips at each longitudinal insulation joint, straight and taut, nesting with secondary framing to hold insulation in place. DOOR AND FRAME INSTALLATION A. General: Install doors and frames plumb, rigid, properly aligned, and securely fastened in place according to manufacturers' written instructions. Coordinate installation with wall flashings and other components. Seal perimeter of each door frame with elastomeric sealant used for metal wall panels. ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21108 13125 - 17 METAL BUILDING SYSTEMS 1. Install components required for a complete metal roof panel assembly, including trim, copings, ridge closures, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. 2. Install components for a complete metal wall panel assembly, including trim, copings, corners, seam covers, flashings, sealants, gaskets, fillers, closure strips, and similar items. 3. Where dissimilar metals contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with corrosion -resistant coating, by applying rubberized -asphalt underlayment to each contact surface, or by other permanent separation as recommended by manufacturer. B. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. 1. Install exposed flashing and trim that is without excessive oil -canning, buckling, and tool marks and that is true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather -resistant performance. 2. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped or bayonet -type expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with mastic sealant (concealed within joints). C. Gutters: Join sections with riveted -and -soldered or lapped -and -sealed joints. Attach gutters to eave with gutter hangers spaced as required for gutter size, but not more than 36 inches o.c. using manufacturer's standard fasteners. Provide end closures and seal watertight with sealant. Provide for thermal expansion. D. Downspouts: Join sections with 1-1/2-inch telescoping joints. Provide fasteners designed to hold downspouts securely 1 inch away from walls; locate fasteners at top and bottom and at approximately 60 inches o.c. in between. 1. Provide elbows at base of downspouts to direct water away from building. 2. Tie downspouts to underground drainage system indicated. E. Louvers: Locate and place louver units level, plumb, and at indicated alignment with adjacent work. 1. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect metal surfaces and to make a weathertight connection. 2. Provide perimeter reveals and openings of uniform width for sealants and joint fillers. 3. Protect galvanized- and nonferrous -metal surfaces from corrosion or galvanic action by applying a heavy coating of corrosion -resistant paint on surfaces that will be in contact with concrete, masonry, or dissimilar metals. 4. Install concealed gaskets, flashings, joint fillers, and insulation as louver installation progresses, where weathertight louver joints are required. Comply with Division 7 Section "Joint Sealants" for sealants applied during louver installation. F. Pipe Flashing: Form flashing around pipe penetration and metal roof panels. Fasten and seal to panel as recommended by manufacturer. 3.10 CLEANING AND PROTECTION A. Repair damaged galvanized coatings on galvanized items with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. CITY OF LUBBOCK - LAND APPLICATION OFFICE 13125 - 18 CDG 21108 METAL BUILDING SYSTEMS B. Touchup Painting: After erection, promptly clean, prepare, and prime or reprime field connections, rust spots, and abraded surfaces of prime -painted structural framing, bearing plates, and accessories. 1. Clean and prepare surfaces by SSPC-SP 2, "Hand Tool Cleaning," or by SSPC-SP 3, "Power Tool Cleaning." 2. Apply a compatible primer of same type as shop primer used on adjacent surfaces. C. Touchup Painting: Cleaning and touchup painting are specified in Division 9 painting Sections. D. Metal Panels: Remove temporary protective coverings and strippable films, if any, as metal panels are installed. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. 1. Replace metal panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. E. Louvers: Clean exposed surfaces that are not protected by temporary covering, to remove fingerprints and soil during construction period. Do not let soil accumulate until final cleaning. 1. Restore louvers damaged during installation and construction period so no evidence remains of corrective work. If results of restoration are unsuccessful, as determined by Architect, remove damaged units and replace with new units. a. Touch up minor abrasions in finishes with air-dried coating that matches color and gloss of, and is compatible with, factory -applied finish coating. END OF SECTION 13125 I I f I I C I I I I I. i I. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 MECHANICAL TABLE OF CONTENTS Division Section Title. Pa es DIVISION 15 - MECHANICAL 15010........... GENERAL MECHANICAL PROVISIONS............................................................................................ 7 15020 ........... TESTING................................................................................................................................................. 1 15060 ........... PIPING..................................................................................................................................................... 3 15250 ........... INSULATION.......................................................................................................................................... 2 15400 ........... PLUMBING............................................................................................................................................. 2 15650 ........... AIR CONDITIONING............................................................................................................................. 2 15804 .......... VENTILATING....................................................................................................................................... 1 15840 ........... DUCTWORK........................................................................................................................................... 2 By: Carl W. Wampler, P.E. BSA Consulting Engineers, PLLC_ 14302 Slide Road Lubbock, TX 79424-6655 Ph: 806-762-0419; Fax: 806-780-0129 Texas Firm Registration No. F-4415 License No. 97056 CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21018 SECTION 15010 - GENERAL NCHANICAL PROVISIONS PART 1 - GENERAL 1.1 DESCRIPTION 15010-1 GENERAL MECHANICAL PROVISIONS A. The work covered by this section of the specifications includes the furnishing of all materials and labor as required for the installation of the plumbing, heating, ventilating and air conditioning systems, all as shown on the drawings, as herein specified, or both. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 13 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. This Contractor shall submit six (6) copies of all submittal data covering proposed equipment to the Architect for approval prior to installation. All equipment shall be submitted at one time in a bound folder with an index of submittal. 1.4 REGULATIONS A. All work shall be done in strict accordance and compliance with State and Local Laws, together with regulations of the particular Utility Companies concerned. B. Obtain permits as required by the local authorities. 1.5 CLARIFICATION A. The Engineer shall provide, with reasonable promptness, written responses to requests from the Contractor for clarification and interpretation of the requirements of the Contract Documents. However, if the Contractor's requests for information, clarification or interpretation are, inthe Engineers professional opinion, for information readily apparent from reasonable observation of field conditions or a review of the Contract Documents, or are reasonably inferable therefrom, the Engineer shall be entitled to compensation from the Contractor for the Engineer's time spent responding to such requests. 1.6 DEFECTS A. Contractors shall promptly report to the Engineer any defects or suspected defects in the contract documents of which the Contractor becomes aware, so that the Engineer may take measures to minimize the consequences of such a defect. Failure by the Contractor to notify the Engineer shall relieve the Engineer or Owner of the costs of remedying the defects above the sum such remedy would have cost had prompt notification been given when such defects were first discovered. 1.7 COMPLETION A. If the Contractor asks for a final inspection and the project is not complete enough to prepare a normal punch list as determined by the Engineer, the Engineer shall be compensated for time and travel for subsequent site visits. 1.8 DRAWINGS A. The drawings and the specifications are numbered consecutively. Each Contractor shall check these 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 and/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. B. The plans accompanying these specifications are intended to show the general arrangement and the extent of the work contemplated. The Contractor shall inspect the site before bidding to verify the actual conditions CITY OF LUBBOCK - LAND APPLICATION OFFICE 15010-2 CDG 21018 GENERAL MECHANICAL PROVISIONS involved as no allowance will be made for unforeseen conditions. The exact location and arrangement of all parts shall be determined after equipment has been approved by the Architect and as directed by the Architect. All materials or labor necessary to complete the work in accordance with the intent of these specifications shall be furnished by each Contractor without additional charge as if called for in these specifications or shown on the plans. C. Should the particular equipment which any bidder.proposes to install require other space conditions, supports or clearances other than those indicated on the drawings, he shall arrange for such items 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. D. This Contractor shall verify all existing conditions that may effect his work including exact location and size of all plumbing lines, direction of flow, ductwork, existing equipment and connection points. Any discrepancies from conditions shown on the drawings shall be reported to the Architect before bidding and the bid price shall include the cost to correct any discrepancies to provide a complete and workable system. E. This Contractor shall thoroughly lay out all his work and check all conditions to insure that the work as shown on the Drawings can be installed without modifications. No material shall be fabricated or delivered to the job until these conditions have been determined. F. The Owner or Owner's Representative reserves the rightto make changes during construction, ifrequired, and no allowances will be made for prefabricated material or on j ob materials which can not be used due to actual conditions. 1.9 APPROVAL OF MATERIALS A. Where manufacturer's names are mentioned in these specifications, it has been done, in most cases, in order to establish a standard. The products of others than the particular manufacturers mentioned will be acceptable, if of suitable type and construction, but any substitution must be of quality as good as, or better than, the named article. B. If the Contractor elects to substitute other equipment or materials for that specified by name, he shall be fully responsible for all coordination with other trades involved. Any expense incurred because ofmodifications to accommodate larger sizes, larger electrical service, fuel piping requirements resulting from such substitution shall be borne by the Contractor substituting other equipment. C. Upon being awarded the Contract for the work under one of the following sections, the Contractor shall, within thirty (30) days, submit for approval a complete list of the materials which he proposes to use. The list shall give the manufacturer's names and designations corresponding to every item and where submitted materials are different from that specified by name, the submission shall be accompanied by a complete descriptive literature and/or any supplementary data and drawings, necessary to give full and complete details for the completed installation. D. Any item on this list which is rejected because of unsuitability or inferior quality, must be replaced by an acceptable item within two (2) weeks following notification of the Contractor of such rejection. If no satisfactory material is submitted within two (2) weeks, then the Architect reserves the right to notify the Contractor as to the type and make of materials he will be required to furnish.. Six (6) copies of the material and the equipment list shall be famished by the Contractor in neat and firmly bound brochures for approval. 10 PRECEDENCE A. Order of precedence shall be observed in laying -out the conduit in order to fit the material into the space above the ceiling and in the chases and walls. The installation shall be coordinated with the work of all other trades. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function bends and offsets would not impair. 1.11 COOPERATION ' CITY OF LUBBOCK - LAND APPLICATION OFFICE 15010-3 CDG 21018 GENERAL MECHANICAL PROVISIONS A. Each contractor shall cooperate with the General Contractor and all other contractors to properly coordinate their work, to avoid interference and delays, and arrange all parts of the work so as to harmonize in service and appearance with all other parts. 1.12 . INTERFERENCES A. The plans are generally diagrammatic and the Contractor must harmonize the work of the different trades so that interference between piping, equipment, architectural and structural work will be avoided. All necessary offsets in piping, fittings, etc., required to properly install the work must be kept as close as possible to walls, ceiling, columns, etc., so as to take up the minimum amount of space, and all offsets, fittings, etc., required to accomplish it must be furnished and installed by the contractor without additional cost to the Owner. B. Exact locations of mechanical equipment may be varied a reasonable amount by the Architect before installation without additional cost to the Owner. C. All equipment and controls shall be so located and arranged that all parts will be available for proper maintenance. PART2-PRODUCTS 2.1 MATERIALS AND WORKMANSHIP A. Materials shall be new, unless otherwise specified, and of the quality specified. Materials shall be. free from any defects. Materials and equipment for which the Underwriters' Laboratories have established as standard, shall be listed by the Underwriters' Laboratories, Inc., and shall bear their label. B. Each Contractor shall be responsible for transportation of his materials to the j ob and shall be responsible for the storage and protection of same. This will be provided until final acceptance of the job. C. Each Contractor shall provide protection against weather, so as to maintain all materials and equipment free from injury and damage. All new work likely to be damaged shall be covered during the day and at the end of each day. D. Each Contractor will furnish all necessary scaffolding, tackle, tools, appurtenances and all labor required for the safe and expeditious execution of this contract. E. The workmanship shall be in all respects, the highest grade and all construction in accordance with the best practice of the trade. PART 3 - EXECUTION 3.1 VERIFICATION OF PLANS AND SPECIFICATIONS A. It shall be the responsibility of all parties concerned to carefully examine the plans and specifications relating to this work for completeness, accuracy and clarity. Any conflict, errors or clarification requests shall be immediately brought to the attention of the Engineer for written interpretation or instructions. No claims for increased compensation for additions, changes or alterations will be considered unless written authority is granted by the Engineer. Otherwise, any additional materials and/or labor due to additions, alterations and changes necessary to meet existing conditions shall be furnished under this contract. 1.2 SOUND ISOLATION A. To prevent sound transmission and vibration, all operating equipment shall be isolated from the building construction by means of mountings designed to obtain the b ghest efficiency of sound isolation. Isolator sizes and methods of installation shall be in accordance with recommendations of Chapter 47 of the 2007 ASHRAE Handbook "HVAC Applications." 3.3 HANGERS AND SUPPORTS A. The Contractor for the work covered by each section of these specifications shall furnish and install all foundations and supports required by equipment included in his work. i` CITY OF LUBBOCK - LAND APPLICATION OFFICE 15020-1 CDG 21018 TESTING SECTION 15020 - TESTING PART 1 -GENERAL 1.1 DESCRIPTION A. Provide specified testing and testing as required by governing authorities. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. PART 2 - PRODUCTS 2.1 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit a certificate signed by the job superintendent certifying that all tests have been satisfactorily completed. PART 3 - EXECUTION 3.1 MECHANICAL SYSTEMS A. All testing required under the contract of the plumbing contractor or heating and ventilating and air conditioning contractor shall be approved by the Engineer before acceptance. Soil or waste piping located underground shall be tested before backfilling. Provide the necessary valves for cutting off existing work not to be tested. B. The contractor shall perform the various tests as specified and as required by State and Local Authorities. The Contractor shall furnish all fuel and materials necessary for making tests. C. Any leaks or defective material found shall be repaired and replaced, and tests shall be repeated until no further leaks or defects are indicated. D. Drainage System: The entire drainage and venting system shall have all necessary openings plugged to permit the entire system to be filled with water to the level of the highest vent stack without showing a drop of greater than four inches (4"). Where a portion of the system is to be tested, the test shall be conducted in the same manner as described for the entire system, except that a vertical stack ten feet (10') above the highest horizontal line to be tested may be installed and filled with water to maintain sufficient pressure, or a pump 1 may be used to supply the required pressure. The pressure shall be maintained for four (4) hours. E. All Domestic Hot and Cold Water System: Upon completion of any part of the roughing -in and setting of fixtures, the entire hot and cold water piping system shall be tested at a hydrostatic pressure of not less than 100 lbs. per square inch gauge, stand proof tight at this pressure for not less than eight (8) hours. Each particular part of the hot and cold water system shall be tested as above specified. F. Air Balancing: All supply and return air registers shall be balanced by the Contractor to supply CFM shown, and results of all tests, together with type of equipment used, shall be submitted to the Architect's office at completion of the job, and if the Architect deems it necessary, this Contractor shall perform such tests as may be necessary to illustrate to the satisfaction of the Architect that equipment installed performs properly. END OF SECTION 15020 CITY OF LUBBOCK - LAND APPLICATION OFFICE 15060-1 CDG 21018 PIPING SECTION 15060 - PIPING PART l - GENERAL 1.1 DESCRIPTION A. This contract shall include the furnishing and installation of all Iabor and material necessary to complete all plumbing and gas fitting as shown on the drawings and as herein specified. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.3 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be famished as part of this project. PART2-PRODUCTS 2.1 PIPING GENERALLY A. Type of piping for the various systems shall be as specified under specific headings B. Pipe ends shall be square cut. Ends of pipes shall be reamed and shall be wiped -clean to remove cuttings. Before installation, pipe shall be stood on end and rapped sharply to remove cuttings and other foreign material from interior. Pipe shall be thoroughly cleaned inside and outside. C. Screwed joints shall be made with best linseed oil and graphite or "Jointite" used on male threads only. Omit compound on two (2) end starting threads. D. Pipe shall be accurately cut to fit. Bending or springing of pipe will not be permitted. E. The various service pipes, valves, fittings, etc., running parallel with each other and near together shall be in line with each other and shall be kept a sufficient distance from each other and other work, to permit not less than 1/2" between finished coverings on the different services. F. No unions are to be placed in any pipe in a location which will be inaccessible after completion of the building unless so shown on drawings or specified. Unions must be installed on each side of all special valves, regulators, etc., and one (1) side of all check valves, thermostatic traps, and at all pieces of equipment such as pumps, condensers, tanks, etc., so that such equipment may be readily disconnected. G. Each Contractor shall furnish all foundations, structural or pipe supports indicated or called for specifically, or that may be required to support his particular equipment and material, unless hangers are definitely indicated as being furnished by others. All horizontal runs of piping shall be securely supported by pipe hangers spaced not more than 10' apart, and closer when necessary to prevent sagging. Soil pipe shall be supported every 5'. H. Perforated strap hangers will not be allowed for any part of hangers. 1. Swing joints, offsets, and anchors shall be provided in piping where required to provide for and control expansion or contraction of pipe. J. All piping, except waste piping, shall be installed above finished first floor slab, unless otherwise noted on the Drawings. 2.2 MATERIALS A. Locations for various kinds of pipe materials shall be in accordance with the schedule following: CITY OF LUBBOCK - LAND APPLICATION OFFICE 15060-2 CDG 21018 PIPING Plastic DWV pipe and fittings: a. Sanitary drainage piping unless designated otherwise. b. Aboveground vent and drainage piping. Type L hard drawn copper with brass solder fittings: a. Aboveground domestic water piping within the building 4" and smaller in size. Type K hard drawn copper with brass solder fittings: a. Refrigerant piping PART 3 - EXECUTION 3.1 COPPER WATER PIPING A. Pipe and tubing shall be cut accurately to measurements established at the building by the Contractor and shall be worked into place without springing or forcing. Care shall be taken not to weaken the structural portions of the building. Piping aboveground shall be run parallel with the lines of the building unless otherwise shown or noted on the drawings. Branches from service lines may be taken off top of main, bottom of main, or side of main, using such crossover fittings as may be required by structural or installation conditions. Service pipes, valves, and fittings shall be kept a sufficient distance from other work and not less than 1/2" between finished covering on the different services. No water piping shall be buried in floors unless specifically indicated on the drawings or approved. Changes in sizes shall be made with reducing fittings. The use of long screws and bushing will not be permitted. Where contractor connects copper to galvanized steel piping or hot water heaters, furnish and install insulating couplings. B. Drains indicated on the drawings in connection with the water distribution system shall be 1/2" brass plugs. Additional drains shall be installed at low points on the hot-water and cold -water piping, and all piping shall grade down to the drains. C. Allowance shall be made throughout for expansion and contraction or tubing. Horizontal runs oftubing over 50' in length shall be anchored to the wall or to the supporting construction about midway on the run to force expansion, evenly divided, toward the ends. D. Air chambers shall be provided on both hot and cold supplies near each faucet or control valve, as applicable, and where not definitely shown on the drawings shall consist of a 12" length of tubing of the same diameter as the branch supply, fitted with a cap. E. Tubing shall be cut square, and burrs shall be removed. Both inside of fittings and outside oftubing shall be well cleaned with steel wool before sweating. Care shall be taken to prevent annealing of fittings and tubing when making connections. All joints shall be made with fittings. Joints for aboveground soldered fittings shall be made with a non -corrosive paste flux and solid string silver solder, and all underground joints shall be made with silfos only. Cored solder will not be permitted. Threaded swing joints shall be provided on all branch connections to mains and risers to provide for expansion and contraction of tubing. 95-5 solder shall be used to make joints extending to fixture only. F. Underground piping shall be a minimum of 24" below finish and/or natural grades. 3.2 SANITARY PIPING A. Horizontal soil and waste pipes shall be given a grade of V4" per foot where possible, but in no case less than 1/8" per foot. All main vertical soil and waste stacks shall be extended full size to and above the roof lines as vents, except where otherwise specifically indicated. Where practicable, two or more vent pipes shall be connected together and extended as one pipe through the roof. Vent pipes in roof spaces shall be run as close a possible to the under side of the roof, with horizontal piping pitched down to stacks without forming traps in pipes, using fittings as required. Vertical vent pipes may be connected into one (1) main vent riser above vented fixtures. Where circuit vent or wet vent from any fixture is connected to a vent line serving other fixtures, the connection shall be at least three feet (3') above the floor on which the fixtures are located to prevent the use of any vent line as a waste. Horizontal waste lines receiving the discharge from two (2) or more fixtures shall be provided with end vents unless separate venting of fixtures is noted. Branch connections to exterior downspouts shall terminate three inches (3") above finished grade. The cast-iron hub -and -spigot or no hub pipe inside of buildings shall be extended six inches (6") above ground where the lowest floor is self-supporting. This Contractor shall connect waste line from building to manhole as shown on the drawings. CITY OF LUBBOCK - LAND APPLICATION OFFICE 15060-3 CDG 21018 PIPING B. Changes in pipe size on waste, soil, and drain lines shall be made with reducing fittings of recessed reducers. Changes in direction shall be made by the appropriate use of 45 degrees wyes, half wyes, long -sweep bends unless otherwise directed, except that sanitary tees may be used on vertical stacks, and short 1/4 bends of elbows may be used in soil and waste lines where the change in direction of flow is from the horizontal to the vertical, and on the discharge from water closets. C. Joints shall be made as recommended by the pipe manufacturer. 3.3 GAS PIPING A. Gas piping shall be installed parallel with the building and water piping. In finished rooms, piping shall be run concealed in a vented space. Gas piping shall not be run under floor slabs, unless specifically noted, and then shall be in Orangeburg or PVC airtight vented sleeves with metal fitting in an approved manner. B. Joints for steel pipe shall be made with graphite and oil or an approved graphite compound applied to the male thread only. After cutting and before threading, all pipe shall be reamed and shall have burrs removed. Threads shall be full cut, and not more than three (3) threads on the pipe shall remain exposed. Caulking of threaded joints to stop or prevent leaks will not be permitted. Joints for polyethylene pipe shall be made with heat fusion couplings as recommended by the manufacturer. C. Underground piping shall be a minimum of 3 0 " below finish and/or natural grade. A 16 ga. copper tracer wire shall be buried with all nonmetallic piping and stubbed out at each end. D. Make final connection to all items of equipment, as shown and required, using unions and shut-off valves in each location. Provide a flexible line of minimal length at each piece of equipment. 3.4 DOMESTIC HOT AND COLD WATER AND GAS VALVES AND FITTINGS A. Valves and fittings for all domestic cold water and hot water services shall be as follows: I. Valves shall be ball valves. 2. Gas service stops shall be Crane No. 1228. 3. Swing check valves 3" and smaller shall be Crane No. 137. Swing checks larger than 3" shall be Crane No. 14493. 4. Lift check valves 3" and smaller shall be Crane No. 366E. 3.5 PIPE HANGERS AND FIXTURE SUPPORTS A. Pipe hangers and fixture supports shall be fin-nished and set, and the Contractor shall be responsible for their proper and permanent locations. B. Horizontal runs of copper tubing shall be supported by approved steel plastic coated hangers spaced not more than 8' o.c. Horizontal runs of drainage and vent pipes shall be supported by adjustable expansion pipe hangers having bolted hinged loops and turnbuckles, or an approved equal. Hangers on drainage and vent pipe shall be spaced not more than 10' o.c. Hanger and collars shall be of size proportionate to the weight of the pipe supported. C. Fixtures and equipment shall be supported and fastened in a satisfactory manner. Where secured to concrete or brickwork walls, they shall be fastened with. brass anchor bolts. Anchor bolts shall be 1/4" brass bolts with 20 threads to the inch and of sufficient length to extend at least 3" into solid concrete or brickwork, fitted with loose tubing or sleeves of proper length to bring expansion sleeves in the solid concrete or brick wall. Where secured to tile walls or partitions, they shall be fastened with 1/4" brass toggle or through bolts. Where through bolts are used, they shall be provided with plates or washers at back, set so that heads, nuts, and washers will be concealed by plaster. Bolts and nuts shall be hexagon, and exposed bolts, nuts, and screw heads shall be provided with chromium plated brass washers. D. Copper pipe hangers shall be similar to Grinnell No. 260 with plastic coating for non -insulated water piping and Grinnell No. 300 for insulated water piping. Drainage and vent pipe hangers shall be similar to Grinnell No. 590. END OF SECTION 15060 CITY OF LUBBOCK - LAND APPLICATION OFFICE 15250-1 CDG 21018 INSULATION SECTION 15250 - INSULATION PART -GENERAL 1.1 DESCRIPTION A. This contract includes furnishing and installing all insulation specified herein. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.3 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2-PRODUCTS 2.1 PIPE AND DUCT INSULATION A. All insulation required underthe Plumbing contract and Heating and Air Conditioning Contract shall be equal to and as manufactured by Knauf Fiber Glass, or Johns -Manville, and shall be applied in accordance with the manufacturer's directions and recommendations. B. Insulation: 1. Water Piping Within Building Lines - Shall be insulated with 1" thick fiber glass pipe insulation with a factory applied all service jacket with self-sealing lap. 2. Pipe Fittings - Insulate pipe fittings with Manville Zestons according to manufacturer's recommendation. 3. Condensate Drain Lines - Shall be insulated with Johns -Manville Aerotube, 1/2" thick, or approved equal. Secure joints with #57 adhesive. 4. Overhead Heating and Air Conditioning Sheet Metal Ducts Above Ceilings -Shall be insulated with 3/4 lb. per cubic foot fiber glass duct wrap with aluminum foil Kraft vapor barrier, and shall be secured to ductwork with an approved adhesive and be sealed and stapled in place. 5. Contractor at his option may use interior duct liner in lieu of exterior insulation. Duct liner shall be Certainteed #150 Ultralite Duct Liner, or approved equal, 1-1/2 lb. per cubic ft. density with vinyl spray one side. All transverse j oints shall be protected against air erosion by properly sealing all edges and securing with sheet metal clips. Duct liner shall be secured with mastic, 100% coverage and clips 18" on center. All exposed rectangular ducts shall be lined. 6. All PVC or CPVC piping exposed to a return air plenum shall be wrapped with fiber glass duct wrap. 7. All insulation for mechanical systems shall comply with the International Energy Conservation Code. C. Where insulation is indicated to be applied inside of ducts, exterior insulation will not be required. D. Where insulation occurs inside of ducts, allowance shall be made in sheet metal ductwork to accommodate the total insulation thickness. Duct dimensions indicated represent net inside clearances. E. Condensate lines shall be insulated with 1" thick fiber glass pipe insulation with a factory applied all service jacket with self sealing lap. 2.2 EQUAL MATERIALS CONSIDERATION A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 2.3 SMOKE AND FLAME SPREAD CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21018 15250-2 INSULATION A. All duct and pipe insulation shall have a flame spread no greater than 25 and a smoke developed rating no greater than 50. PART 3 - EXECUTION 3.1 INSULATION A. All insulation shall be applied to clean surfaces and in accordance with the manufacturer's recommendations. END OF SECTION 15250 CITY OF LUBBOCK - LAND APPLICATION OFFICE - 15400 1 CDG 21018 PLUMBING SECTION 15400 - PLUMBING PART1 -GENERAL 1.1 DESCRIPTION A. This contract will include the furnishings and installation of all labor and material necessary to complete all plumbing and gas fittings as shown on the drawings and as herein specified as follows: 1. Water supply and service. 2 System of sanitary drainage, venting and connection to all fixtures as shown on the drawings. 3. Furnishing and installation of all fixtures as shown on the drawings and as herein specified. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.3 SUBMITTAL A. All submittals required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2-PRODUCTS 2.1 EQUAL MATERIAL CONSIDERATION A. Approval of equipment other than that specified does not relieve the Contractor from the responsibility of modifying the equipment if necessary to meet Structural, Architectural, Electrical, or Mechanical conditions as detailed and specified on the drawings. 2.2 TRAPS A. Each fixture and piece of equipment requiring connections at the drainage system shall be equipped with a trap. Traps installed on hub -and -spigot pipe shall be extra -heavy cast-iron. Traps installed on threaded pipe shall be recess drainage pattern. All floor drains shall be equipped with a deep seal trap. 2.3 CLEANOUTS A. Cleanouts shall be the same size as the pipe, except that cleanout plugs larger than 4" will not be required. Cleanouts and access covers at finished walls and exterior walls shall be Wade Co. 8570-R N.B. cover and at finished floors shall be Wade Co. 8550-5 with Wade No 8300-S #2, N.B. cover, or the approved equal. Omit access covers for cleanouts in other locations. All wall covers shall be cadmium plated, and all floor cleanouts shall be polished nickel bronze flush with finish floor. Cleanouts exterior to the building shall be Wade Co. 7100-X with 9" x 9" access cover set flush with finish grade in 16" x 16" concrete pad, or as detailed on the drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. Utilities: This Contractor shall fumish and install, and shall pay for connections to water, gas, and sewer piping, all in accordance with requirement of the local service companies concerned. B. Cross Connections and Interconnections: No plumbing fixtures, device or piping shall be installed which will provide a cross connection or interconnection between a distributing supply for drinking or domestic purposes and a polluted supply such as a drainage system of a soil or waste into the water supply system. Provide and CITY OF LUBBOCK - LAND APPLICATION OFFICE 15400-2 CDG 21018 PLUMBING install backflow prevention devices as required by local code. C. The Contractor shall provide all necessary material and labor to connect to the Plumbing System all fixtures and equipment shown on the drawings having plumbing connections and which are furnished and installed by others or are specified in other sections of these specifications. D. The Contractor shall carefully investigate the structural and fmish conditions affecting all his work and shall arrange such work accordingly, furnishing such fittings, traps, valves, and accessories as may be required to meet such conditions. Where pipes extend through concrete members, this Contractor shall core all such members and slabs, unless sleeves have been provided. Chipping concrete will not be allowed, and if any coring of the concrete members is necessary, this contractor shall call it to the Architect's attention before doing same. E. Pipe openings shall be closed with caps or plugs during installation. Fixtures and equipment shall be tightly covered and protected against dirt, water and chemical or mechanical injury. At the completion of the work the fixtures, materials, and equipment shall be thoroughly cleaned. END OF SECTION 15400 CITY OF LUBBOCK - LAND APPLICATION OFFICE 15650-1 CDG 21018 AIR CONDITIONING EtSECTION 15650 -AIR CONDITIONING PART 1 - GENERAL 1.1 DESCRIPTION A. Contractor shall furnish and install where shown on the drawings, complete Summer -Winter, indoor and outdoor mounted air conditioning systems as shown on the drawings and as herein specified. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.3 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be famished as part of this project. 1.4 REBATES AND INCENTIVES A. Any and all rebates or incentives offered by utility companies or equipment manufacturers shall go directly to the Owner. PART 2 - PRODUCTS . 2.1 AIR CONDITIONING UNITS A. All units shall be of the same manufacturer and shall have capacities and efficiency ratings as scheduled. B. Other equipment than that scheduled shall have seven day prior approval. 2.2 FURNACE COIL & CONDENSING UNITS A. This Contractor shall famish and install summer and winter heating, air conditioning and ventilation unit complete with indoor furnace, evaporator, filters, and outdoor condensing unit. The system shall be as manufactured by Trane Co., Lennox Industries, or approved equal. All equipment shall be by the same manufacturer. The unit shall be complete with all controls, filters and adapters to make a complete operable system. B. The furnace shall be gas fired and the high efficiency type (minimum 90%) with capacities as listed on the drawings. The entire furnace assembly shall be A.G.A. certified. The heat exchanger assembly shall consist of primary and secondary units for high efficiency operation. The heating section shall have a spark igniter, flame sensor, and combustion air and gas intake manifolds. The primary heat exchanger shall be constructed of aluminized steel with the secondary heat exchanger constructed of stainless steel. The cabinet shall be constructed of heavy gauge cold rolled steel with a baked -on enamel finish. The heat exchanger section shall be lined with 1-1/2 lb. density foil -faced fiberglass insulation. Furnaces shall be complete with multiple speed L direct drive blowers statically and dynamically balanced. The blower assembly shall slide out for easy servicing. The filter section shall consist of polyurethane media and shall be cleaned by washing or € vacuuming. C. The evaporator coil shall be for vertical installations and mounted in a cabinet of galvanized steel with baked enamel finish completely lined with fiberglass insulation. The cabinet shall have a deep corrosion resistant drain pan with dual drain connections. The coil shall be constructed of ripple -edge aluminum fins mechanically bonded to copper tubes. The metering device shall be a thermostatic expansion valve and shall be rated in accordance with ARI Standard 210. D. The air cooled condensing unit shall be for outdoor installations and shall be complete with all controls and wiring. The cabinet shall be constructed ofgalvanized steel with a baked enamel finish. The compressor and control box shall be located in a separate compartment lined with fiberglass insulation and have a removable panel for service access. The condensing unit shall be designed for vertical air discharge and shall have non- CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21018 15650-2 AIR. CONDITIONING corrosive PVC coated steel condenser fan guard and condenser coil guard. The compressor shall be hermetically sealed with built-in protection devices for protection from excessive current and temperatures. The compressor shall be suction cooled, overload protected and equipped with a crankcase heater and the entire running gear shall be spring mounted. The coil section shall be constructed ofrippled-edged aluminum fins mechanically bonded to copper tubes. The condenser fans shall have a direct drive motor inherently protected and totally enclosed. Other accessories forthe condensing unit shall include refrigerant dryers, high pressure switch, start controls, expansion valve kit, timed -off controls and low ambient controls. The entire unit shall be rated in accordance with ARI Standard 210-81 and shall be U.L. listed. 2.3 TEMPERATURE CONTROLS A. Basic Unit Control System: 1. Each unit shall be equipped with a positive fan start device on a call for heat. 2. The condensing units shall be furnished with time off cycle devices to prevent short cycling of the compressors. They shall also have high- low pressure cutouts, 3 leg overload protection and internal thermostats in the compressor to limit winding and discharge temperature to safe limits. 3. Refrigerant control shall be by thermostatic expansion valves. 4. In addition to the above, contactors, relays and safety devices necessary for a complete operational system shall be furnished. 5. Provide Honeywell TB8220U programmable thermostats as indicated on the drawings. 2.4 WARRANTIES A. All heating and air conditioning equipment shall have a five year warranty on compressors, 10 years on heat exchangers and 1 year on all other parts. PART 3 - EXECUTION 3.1 SOUND ISOLATION A. Isolators sizes and methods of installation shall be in accordance with recommendations of the equipment manufacturer. 3.2 ADJUSTMENT A. Upon completion of work the Contractor shall balance the system so that the quantity and proper velocity of air is delivered at each outlet uniformly as indicated on the drawings to within ten percent (10%). Necessary adjustment shall be made to the system to produce these quantities of air, and to eliminate any objectional drafts or noise which might exist. Balance adjustments shall be made upstream ofthe ceiling diffuser, leaving the O.B.D.'s in the grille necks fully open. O.B.D's in exhaust grille necks may be used for system balance. B. When balancing has been completed, the Contractor shall provide the Architect with all necessary data, readings, and velocities at each outlet to substantiate that the systems are balanced and providing the necessary quantities of air as shown on the drawings. C. If the Architect deems it necessary, the Contractor shall rebalance air units and correct conditions to the satisfaction of the Architect and Owner. END OF SECTION 15650 CITY OF LUBBOCK - LAND APPLICATION OFFICE 15804-1 CDG 21018 VENTILATING SECTION 15804 - VENTILATING PART1-GENERAL 1.1 REQUIREMENTS A. Conform with applicable provisions ofthe General Conditions, Special Conditions and General Requirements. B. The work covered by this section of the specifications shall include the famishing of all labor and materials as required for the installation of a complete ventilating system and its related work. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.3 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01340. B. Submit manufacturer's data for approval on all materials to be famished as part of this project. PART 2 - PRODUCTS 2.1 EXHAUST SYSTEM A. Furnish and install an exhaust system all as shown on the drawings. B. Provide exhaust ducts, properly flashed and waterproofed as shown. C. All inline or ceiling mounted exhaust fans shall be Cook, Greenheck, Acme, or approved equal, of size and capacity as shown on the drawings. Fan housing shall have a baked powder painted finish. All units shall be equipped with a backdraft damper, and all exhaust ducts shall extend to the outside, properly flashed and waterproofed. Ceiling mounted fans shall have aluminum grilles. D. All roof -mounted exhaust fans shall be aluminum construction as manufactured by Greenheck, Cook, Acme, or approved equal. Fans shall be complete with bird screens, disconnect switches, roof curbs, and backdraft dampers. Roof curbs shall be fabricated to accommodate any roof pitch. E. Fan shaft bearings, for belt drive fans, shall be heavy duty regreaseable ball type in cast iron housings. F. All direct drive fans shall be furnished with speed controllers for system balance. PART 3 - EXECUTION 3.1 INSTALLATION A. The exhaust systems shall be installed complete with all ductwork, fans and controls as shown on the drawings. B. All roof mounted units shall be mounted on roof curbs and secured by sheetmetal screws. C. Exhaust fans shall be controlled by wall mounted switches, interlocked with light switches, or controlled by temperature sensing devices, all as scheduled on the drawings. End of Section 15804 CITY OF LUBBOCK - LAND APPLICATION OFFICE 15840-1 CDG 21018 DUCTWORK SECTION 15840 - DUCTWORK PARTI-GENERAL 1.1 DESCRIPTION A. The work covered by this section of the specifications includes the furnishings of all material and labor as required for the installation of a complete duct system, as shown on the drawings and as herein specified. 1.2 RELATED DOCUMENTS A. Refer to other applicable clauses and regulations for other requirements. 1.3 SUBMITTAL A. All submittal required by this section shall be submitted in accordance with Section 01300. B. Submit manufacturer's data for approval on all materials to be furnished as part of this project. PART 2 - PRODUCTS 2.1 LOW VELOCITY - LOW PRESSURE DUCTWORK A. All ductwork shall be of the sizes indicated on the drawings, shall be straight and smooth on the inside with neatly finished airtight joints. The ducts shall be installed as to be completely free of vibration. Metal duct slip joints shall be made with an inside radius of not less than the width of the duct, except that Factory Fabricated Air Turns shall be used where a sharper turn must be made or where otherwise indicated on the drawings. All takeoffs to registers shall be made with Factory. Fabricated Deflectrols, or approved equal, and all major branches where noted on the plans shall have sputters with an accessible operating handle and locking device, Young Model No. 917 right angle gear and No. 1 ceiling regulator, or approved equal. B. All ductwork shall be constructed of galvanized iron sheets fabricated and installed in accordance with SMACNA HVAC Duct Construction Standards for Low Velocity Systems. C. Air turns shall be as manufactured by Barber-Cohnan, or approved equal. No job -built turning vanes will be used on this job. Where insulation is applied inside of ducts, turning vanes shall be installed inside of insulation. D. After all ducts are installed, all dirt and debris shall be removed from inside of ducts. E. Ductwork for round ducts shall conform to the latest edition ASHRAE guide. F. All duct construction seam comers and connections shall be sealed with white "Permagum Slugs" as manufactured by Virginia Chemicals, Inc. G. All ductwork shall be made airtight and reinforced as required for pressures as shown on the drawings. H. - All dimensions indicated shall be sheet metal dimensions. Allowance shall be made for internal insulation as it occurs, unless otherwise noted on the drawings. 2.2 ACCESS DOORS A. Access doors in ductwork shall be 2" smaller in height than duct dimensions and 12" wide and located in accessible locations on both sides of all fire and smoke dampers. Doors in vertical position shall be equal to Ventlok insulated type, complete with all hinges, hardware and air seal. Doors in horizontal position shall be job built complete with sash lock, two (2) per side, and rubber air seal, all as manufactured by Ventlok, or approved equal. CITY OF LUBBOCK - LAND APPLICATION OFFICE CDG 21018 15840-2 DUCTWORK 2.3 ZONE VOLUME CONTROL DAMPERS A. Volume control dampers shall be furnished and installed where shown on the drawings for all air unit zone ducts with locking operator installed on bottom side of ducts. B. Dampers shall be the opposed blade type with corner bracing for stiffening as manufactured by Young Regulator Co., Model No. 817, or approved equal, of size shown on the drawings. 2.4 FIBER DUCTWORK A. Fiber ductwork will not be used on this job anywhere. 2.5 LOW PRESSURE FLEXIBLE CONNECTIONS A. Furnish and install flexible connections of 30 ounce woven glass fabric from discharge and return openings of equipment to ductwork. The flexible connections shall be of a type that is airtight, equal to Ventfabrics "Ventglas", and shall be installed in such a manner that the air flow is not restricted nor the connection leaks air. At least 1" slack shall be allowed in connection to insure that no vibration is transmitted from fans to ductwork. B. Fabric connections shall be UL approved. PART 3 - EXECUTION 3.1 INSTALLATION A. All duct systems shall be installed in a workmanlike manner and shall provide a complete and working system. B. Hangers for ductwork shall be galvanized steel straps and/or electro-plated zinc orhot-dipped galvanized after threading, threaded rods, minimum of 3/8" diameter. C. Hangers shall be spaced a maximum of 8'-0" on center. D. When threaded hanger rods are used, bearing plate shall be on channel and/or angle, hot -dipped galvanized after cutting, and drilling of hanger rod holes. E. Hangerrods shall be secured to channels and/or angle by galvanized washer, nut, and locketnut. Hanger rods shall be suspended from super -structure. F. Ductwork may be supported using a load rated cable suspension system equal to Gripple Hang -Fast. 3.2 CLEANING A. After installation is complete, all equipment shall be thoroughly cleaned. Filters shall be cleaned and/or replaced with new. Damaged paint shall be sanded and touched -up, All damaged insulation shall be replaced. END OF SECTION 15840 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 ELECTRICAL TABLE OF CONTENTS ivision...... Section Tide...................................................................................................................................... Pages DIVISION 16 - ELECTRICAL 16010 ........... GENERAL PROVISIONS FOR ELECTRICAL.................................................................................... 6 16050 ........... BASIC ELECTRICAL MATERIALS AND METHODS........................................................................ 4 16060 ........... GROUNDING AND BONDING............................................................................................................. 5 16072 ........... ELECTRICAL SUPPORTS..................................................................................................................... 7 16075........... ELECTRICAL IDENTIFICATION......................................................................................................... 6 16120 ........... CONDUCTORS AND CABLES............................................................ ....................... :......................... 6 16130 ........... RACEWAYS AND BOXES.................................................................................................................... 11 16140 ........... WIRING DEVICES................................................................................................................................. 6 16145........... LIGHTING CONTROL DEVICES.......................................................................................................... 5 16410 ........... ENCLOSED SWITCHES AND CIRCUIT BREAKERS........................................................................ 6 16442 ........... PANELBOARDS..................................................................................................................................... 8 16511........... INTERIOR LIGHTING............................................................................................................................ 9 By: Monty Bradshaw, P.E. BSA Consulting Engineers, PLLC 14302 Slide Road Lubbock, TX 79424-6655 Ph: 806-780-7475; Fax: 806-780-0129 Texas Firm Registration No. F-4415 License No. 86435 No Text CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 16010 - GENERAL PROVISIONS FOR ELECTRICAL PART 1 - GENERAL 16010 - 1 GENERAL PROVISIONS FOR ELECTRICAL 1.01 RELATED DOCUMENTS: A. General: Drawings and general provisions of the Contract, including General and Supplementary Conditions, Special Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 ELECTRICAL LINES: A. General: In general, the electrical lines to be installed under these Specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of electrical lines and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. All conduit shall be installed concealed in new walls or into existing walls as required. B. General Construction: The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. C. Field Conditions: The electrical Drawings do not give exact details as to elevations of electrical lines, exact locations, etc., and do not show all the offsets, and other installation details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to avoid all obstruction, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. D. Locations of Electrical Devices: The electrical Drawings show diagrammatically the locations of the various electrical outlets and apparatus and the method of circuiting and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general Drawings and to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at the building, and in cooperation with other sections, and in all cases shall be subject to the approval of the Architect. It is assumed the Architect/Owner reserves the right to make any reasonable change in location of any outlet, switch, receptacle, fixture or panelboard or apparatus before installation (within a 20 feet radius of location shown on drawings) -or after installation if an obvious conflict exists, without additional cost to the Owner. E. Space Requirements: The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment that any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Architect before submitting his bid. 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. F. Working Drawings: The Contractor shall- submit scale working drawings of all his apparatus and equipment which in any way varies from these Specifications and Drawings. The Architect shall check these variations from the Specifications and Drawings before the work is- started. Before the work proceeds, the contractor shall correct any interference with the structural conditions. G. Order of Precedence: Order of precedence shall be observed in laying -out the conduit in order to fit the material into the space above the ceiling and in the chases and walls. The installation shall be coordinated with the work of all other trades. The following order shall govern unless designated otherwise by the Architect or Owner: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function bends and offsets would not impair. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16010 - 2 CDG 21018 GENERAL PROVISIONS FOR ELECTRICAL H. Equipment Connections: Conduits serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. I. Exceptions and Inconsistencies: Exceptions and inconsistencies in Drawings and Specifications shall be brought to the Architect's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. J. Intent of Drawings and Specifications: The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. K. Examination of Drawings and Specifications: Each bidder shall examine the Drawings and Specifications for the General Construction. If these documents show any item requiring work under Division 16 and that work is not indicated on the respective Electrical drawings, he shall notify the Architect in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Drawings in accordance with the Specifications. 1.03 DIMENSIONS: A. General: Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration before proceeding with the work. 1.03 INSPECTION OF SITE: A. General: The accompanying Drawings do not indicate completely the existing electrical installations. The bidders for the work under these sections of the Specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. B. Utilities: Any overhead, underground or other type mechanical, electrical communication service of any nature damaged by the construction shall be restored to working condition during and after construction to the satisfaction of the Owner. The Owner will make every effort to assist the Contractor, but the location of services shall be the responsibility of the General Contractor and Electrical Contractor. 1.04 ELECTRICAL VMUNG: A. Description: All electric wiring of every character, both for power supply, for pilot and control, for temperature control, etc. will be done under Division 16 of these Specifications. Every electrical current consuming device furnished as a part of this project, or fiunished by the Owner and installed in this project, shall be completely wired up under Division 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. 1.06 PROGRESS OF WORK: A. General: The Contractor shall keep himself fully informed as to the progress ofthe work and do his work at the proper time without waiting for notification from the Architect or Owner. 1.07 MANUFACTURER'S DIRECTIONS: A. General: All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16010 - 3 CDG 21018 GENERAL PROVISIONS FOR ELECTRICAL 1.08 MATERIALS AND WORKMANSHIP: A. Materials: All materials shall be new'unless otherwise specified and of the quality specified. Materials shall be free from defects and undamaged. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc. and shall bear their label. B. Samples: The Architect reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Architect's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, and similar items and shall not be applicable to major manufacturers' items of equipment. C. Transportation: The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. D. Appurtenances: The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. E. Workmanship: The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.09 PROTECTION OF APPARATUS: A. General: The Contractor shall at all times take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the. cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the uncompleted building with tarpaulins or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Architect will be sufficient cause for the rejection of the pieces of apparatus in question. 1.10 PERMITS, FEE, ETC.: A. General: The Contractor under each section of these Specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including electric services. If any charges are made by any of the utility companies due to the work on this project, the Contractor shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these Specifications. 1.11 TESTING: A. General: The Contractor under each division shall at his own expense perform the various tests as 1- specified and required by the Architect and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. 1.12 LAWS, CODES AND ORDINANCES: A. General: All work shall be executed in strict accordance with all local, state and. national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these Specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16010 - 4 CDG 21018 GENERAL PROVISIONS FOR ELECTRICAL 1.13 TERMINOLOGY: A. "Furnish, Provide, Install": Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Materials: Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. "Shall": The use of the word "shall" conveys a mandatory condition to the contract. D. "Section": "This section" • always refers to the section in which the statement occurs. E. "Project": "The project" includes all work in progress during the construction period. F. Multiple Items: In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.14 COOPERATION: A. General: The contractor for the work under each section of these Specifications shall coordinate his work with the work described in all other sections of the Specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these Specifications shall be handicapped, hindered or delayed at any time. 1.15 COORDINATION OF TRADES: A. General: The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details B. Ceiling Mounted Items: Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. C. Electrical Items: All items specified under Divisions 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.16 CUTTING AND PATCHING: A. General: The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors or ceilings required to install all work specified under that section or to repair any defects that appear up to the.expiration of the guarantee. All of this cutting shall be done under the supervision of the Architect and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. Contractor shall notify roofing contractor before making any openings in roof and shall not proceed with cutting any roof openings without Architect's permission. B. Structural Members: No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Architect to do such cutting. C. Patching: The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any part of the work installed hereunder. D. Coordination: Before bidding, the Contractor shall review and coordinate the cutting and patching required with all trades. E. Existing Surfaces: In all spaces where new work under Division 16 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to match existing conditions. Workmen skilled in the affected trade shall do all cutting and patching. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16010 - 5 CDG 21018 GENERAL PROVISIONS FOR ELECTRICAL F. Masonry Walls: Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. All structural members, supports, etc. shall be of the size, shape, and installed as directed by the Architect. 1.17 PAINTING: A. General: Painting for Division 16 shall be as follows: 1. If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half -flat -half -enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. 2. Paint all exposed conduit, boxes, cabinets, hangers and supports, and miscellaneous metal. 3. Generally, painting is required on all surfaces such that no exposed bare metal is visible. 1.18 LARGE APPARATUS: A. General: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor involved and placed in the space before the enclosing structure is completed. 1.19 INSTALLATION DRAWINGS: A. General: It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. 1.20 RECORD DRAWINGS ("As-Builts"): Comply with the following: 1. Submit to Architect two set(s) of marked -up Record Prints, two set(s) of Record CAD Drawing files, two set(s) of Record CAD Drawing plots, and three copies printed from record CAD plots. Plot and print each Drawing, whether or not changes and additional information were recorded. 2. All CAD files shall be provided in either AutoCad Version 2008 or AutoCad LT2008. 3. Electronic Media: CD-R. 4. Record Product Data: Submit one copy of each Product Data submittal. Where Record Product Data is required as part of operation and maintenance manuals, submit marked -up Product Data as an insert in manual instead of submittal as Record Product Data. 1.21 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT: A. General: The shop drawings for all equipment are hereby made a part of these Specifications. The Contractor under each section of the Specifications shall rough -in for the exact item to be furnished on the job, whether in another section of the Specifications or by the Owner. The Contractor shall refer to all drawings and other sections of the Specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B. Discrepancies: Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Architect and finally connect as directed by the Architect. Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. 1.22 TEMPORARY POWER AND LIGHTING A. General: Engage the appropriate local utility company to install temporary service. Where company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with company recommendations. CITY OF LUBBOCK—LAND APPLICATION OFFICE 16010 - 6 CDG 210I8 GENERAL PROVISIONS FOR ELECTRICAL B. Arrange with company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. C. Provide adequate capacity at each stage of construction. Prior to temporary utility availability, provide trucked -in services. D. Obtain easements to bring temporary utilities to the site where the Owner's easements cannot be used for that purpose. E. Use Charges: Cost or use charges for temporary facilities are not chargeable to the Owner or Architect. Neither the Owner nor Architect will accept cost or use charges as a basis of claims for Change Orders. F. Temporary Electric Power Service: Provide weatherproof, grounded electric power service and distribution system of sufficient size, capacity, and power characteristics during construction period. Include meters, transformers, overload -protected disconnects, automatic ground -fault interrupters, and main distribution switch gear. All temporary power for construction will be provided by Contractor. Owner will pay bills when submitted for payment. G. Install electric power service underground, except where overhead service must be used. H. Power Distribution System: Install wiring overhead and rise vertically where least exposed to damage. Where permitted, power wiring circuits not exceeding 125 Volts, ac 20 Ampere rating, and lighting circuits may be nonmetallic sheathed cable where overhead and exposed for surveillance. All circuits must be ground -fault circuit interrupter protected. I. Electrical Outlets: Provide properly configured, NEMA-polarized outlets to prevent insertion of 110- to 120-Volt plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. Provide four gang_outlets, spaced so 100 foot cords can reach any areas. Provide separate 120 VAC, 20 amp GFCI circuit for each four gang outlet. J. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. K. Temporary Lighting: When overhead floor or roof deck has been installed, provide temporary lighting with local switching: 1. Install and operate temporary lighting that will fulfill security and protection requirements without operating the entire system. Provide temporary lighting that will provide adequate illumination for construction operations and -traffic conditions. L. Lamps and Light Fixtures:* Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. M. Provide five 100-W incandescent lamps per 500 sq. ft. (45 sq. m), uniformly distributed, for general lighting, or equivalent illumination. N. Provide three 100-W incandescent lamps every 50 feet (15 m) in traffic areas. O. Install exterior -yard site lighting that will provide adequate illumination for construction operations, traffic conditions, and signage visibility when the work is being performed. END OF SECTION 16010 CITY OF LUBBOCK — LAND APPLICATION OFFICE 16050 - 1 CDG 21018 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Electrical equipment coordination and installation. 2. Sleeves for raceways and cables. 3. Sleeve seals. 4. Common electrical installation requirements. 1.3 DEFINITIONS A. ATS: Acceptance Testing Specifications. B. EPDM: Ethylene-propylene-diene terpolymer rubber. C. NBR: Acrylonitrile-butadiene rubber. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. 1.5 QUALITY ASSURANCE A. Test Equipment Suitability and Calibration: Comply with NETA ATS, "Suitability of Test Equipment" and "Test Instrument Calibration." 1.6 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: 1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2. To provide for ease of disconnecting the equipment with minimum interference to other installations. 3. To allow right of way for piping and conduit installed at required slope. 4. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the worldng and access space of other equipment. CITY OF LUBBOCK— LAND APPLICATION OFFICE 16050 - 2 _ a CDG 21018 BASIC ELECTRICAL MATERIALS AND METHODS B. Coordinate installation of required supporting devices and set sleeves in cast -in -place concrete, masonry walls, and other structural components as they are constructed. C. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or otherwise concealed. Access doors and panels are specified in Division 8 Section "Access Doors and Frames." D. Coordinate electrical testing of electrical, mechanical, and architectural items, so equipment and systems that are functionally interdependent are tested to demonstrate successful interoperability. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 SLEEVES FOR RACEWAYS AND CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch thickness as indicated and of length to suit application. D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." E. All wall sleeves shall have bushings installed to protect cables, etc. 2.3 SLEEVE SEALS 4 J A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. i_ 1. Manufacturers: a. Advance Products & Systems, Inc. b. Calpico, Inc. Li C. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 3. Pressure Plates: Plastic. Include two for each sealing element.' CITY OF LUBBOCK — LAND APPLICATION OFFICE 16050 - 3 CDG 21018 BASIC ELECTRICAL MATERIALS AND METHODS 4. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall - mounting items. C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. E. Right of Way: Give to raceways and piping systems installed at a required slope. 3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate concrete slabs, concrete or masonry walls, or fire -rated floor and wall assemblies. B. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." C. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. D. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. E. Rectangular Sleeve Minimum Metal Thickness: 1. For sleeve cross-section rectangle perimeter less than 50 inches and no side greater than 16 inches, thickness shall be 0.052 inch. I For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches and 1 or more sides equal to,'or greater than, 16 inches, thickness shall be 0.138 inch. F. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. G. Extend sleeves installed in floors 2 inches above finished floor level. H. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed. I. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16050 - 4 r CDG 21018 BASIC ELECTRICAL MATERIALS AND METHODS J. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 7[JI Section "Joint Sealants" for materials and installation. K. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. Comply with Division 7 Section "Through -Penetration Firestop Systems." L. Aboveground, Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. J Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. ? M. Underground, Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. 3.3 SLEEVE -SEAL INSTALLATION A. Install to seal underground, exterior wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.4. FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 7 Section "Through -Penetration Firestop Systems." 3.5 FIELD QUALITY CONTROL A. Inspect installed sleeve and sleeve -seal installations and associated firestopping for damage and faulty work. END OF SECTION 16050 in CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 16060 - GROUNDING AND BONDING' PART 1- GENERAL 16060 - 1 GROUNDING AND BONDING 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes methods and materials for grounding systems and equipment. 1.3 _ SUBMITTALS A. Product Data: For each type of product indicated. B. Other Informational Submittals: Plans showing dimensioned as -built locations of grounding features specified in Part 3 "Field Quality Control" Article, including the following: 1. Ground rods. 2. Grounding arrangements and connections for separately derived systems. 3. Grounding for sensitive electronic equipment. C. Qualification Data: For testing agency and testing agency's field supervisor. D. Field quality -control test reports. E. Operation and Maintenance Data: For grounding to include the following in emergency, operation, and maintenance manuals: 1. Instructions for periodic testing and inspection of grounding features at grounding connections for separately derived systems based on NFPA 70B. a. Tests shall be to determine if ground resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if they do not. b. Include recommended testing intervals. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association to supervise on -site testing specified in Part 3. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16060 - 2 CDG 21018 GROUNDING AND BONDING B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, 'Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with UL 467 for grounding and bonding materials and equipment. PART 2-PRODUCTS 2.1 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. C. Bare Grounding Conductor and Conductor Protector for Wood Poles: 1. No. 4 AWG minimum, soft -drawn copper. 2. Conductor Protector: Half -round PVC or wood molding. If wood, use pressure -treated fir or cypress or cedar. D. Grounding Bus: Rectangular bars of annealed copper, 1/4 by 2 inches in cross section by 24 inches, unless otherwise indicated; with insulators. 2.2 CONNECTORS A. Listed and labeled by a nationally recognized testing laboratory acceptable to authorities having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and'Pipes: Copper or copper alloy, bolted pressure -type, with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. 2.3 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel; 3/4 inch by10 feet in diameter. CITY OF LUBBOCK—LAND APPLICATION OFFICE CDG 21018 PART 3 - EXECUTION 3.1 APPLICATIONS 16060 - 3 GROUNDING AND BONDING A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger, unless otherwise indicated. B. Underground Grounding Conductors: Install bare tinned -copper conductor, No. 210 AWG minimum. 1. Bury at least 24 inches below grade. 2. Duct -Bank Grounding Conductor: Bury 12 inches above duct bank when indicated as part of duct -bank installation. C. Isolated Grounding Conductors: Green -colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Install bus on insulated spacers 1 inch, minimum, from wall 12 inches above finished floor, unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, down to specified height above floor, and connect.to horizontal bus. E. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. . 4. Connections to Structural Steel: Welded connectors. 3.2 EQUIPMENT GROUNDING A. Install insulated green color equipment grounding conductors with the following items, in addition to those required byNFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. 'Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal -clad cable runs. 8. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. 4. Computer and Rack -Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch -circuit runs from equipment -area power panels and power - distribution units. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16060 - 4 CDG 21018 GROUNDING AND BONDING B. Air -Duct Equipment Circuits: Install insulated equipment grounding conductor to duct -mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping. C. Water Heater, Heat -Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat -tracing cable. Bond conductor to heater units, piping, connected equipment, and components. D. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated. E. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a separate insulated equipment grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated. F. Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. 1. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch grounding bus. 2. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. G. Metal Poles Supporting Outdoor Lighting Fixtures: equipment grounding conductor in addition to conductors. 3.3 INSTALLATION Install grounding electrode and a separate insulated grounding conductor installed with branch -circuit A. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade, unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating, if any. 2. For grounding electrode system, install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. C. Bonding Straps and Jumpers: Install in locations accessible for inspection. and maintenance, except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16060 - 5 GROUNDING AND BONDING Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. Use exothermic -welded connectors for outdoor locations, but if a .disconnect -type connection is required, use a bolted clamp. D. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: - Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building only when metal water line extends more than five feet from the building. Refer to National Electrical Code for additional requirements. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug -type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. E. Grounding for Steel Building Structure: Install a driven ground rod at.base of each comer column and at intermediate exterior columns at distances not more than 60 feet apart. 3.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground -resistance level is specified,. at service disconnect enclosure grounding terminal, and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance not less than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall -of -potential method according to IEEE 81. 3. Prepare dimensioned drawings locating each test well, ground rod and ground rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. B. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity 500 kVA and Less: 10 ohms. 2. Power Distribution Units or Panelboards Serving Electronic Equipment: 1 ohm(s). C. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. END OF SECTION 16060 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 16072 - ELECTRICAL SUPPORTS PART 1 - GENERAL 16072 - 1 ELECTRICAL SUPPORTS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Seismic restraints for electrical equipment and systems. 3. Construction requirements for concrete bases. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. IBC: International Building Code. C. IMC: Intermediate metal conduit. D. NBC: National Building Code. E. OSHPD: Office of Statewide Health Planning and Development. F. RMC: Rigid metal conduit. G. SBC: Standard Building Code. H. Seismic Restraint: A structural support element such as a metal framing member, a cable, an anchor bolt or stud, a fastening device, or an assembly of these items used to transmit seismic forces from an item of equipment or system to building structure and to limit movement of item during a seismic event. I. UBC: Uniform Building Code. 1.4 SUBMITTALS A. Product Data: Illustrate and indicate style, material, strength, fastening provision, and finish for each type and size of electrical support and seismic -restraint component used. 1. Tabulate types and sizes of seismic restraints, complete with report numbers and rated strength in tension and shear as evaluated by an agency acceptable to authorities having jurisdiction. 2. Annotate to indicate application of each product submitted and compliance with requirements. B. Shop Drawings: Indicate materials and dimensions and identify hardware, including attachment and anchorage devices, signed and sealed by a qualified professional engineer. Professional engineer CITY OF LUBBOCK — LAND APPLICATION OFFICE 16072 - 2 CDG 21018 ELECTRICAL SUPPORTS qualification requirements are specified in Division 1 Section "Quality Requirements." Include the following: 1. Fabricated Supports: Representations of field -fabricated supports not detailed on Drawings. 2. Seismic Restraints: Detail anchorage and bracing not defined by details or charts on Drawings. Include the following: a. Design Analysis: To support selection and arrangement of seismic restraints. Include calculations of combined tensile and shear loads. b. Details: Detail fabrication and arrangement. Detail attachments of restraints to the restrained items and to the structure. Show attachment locations, methods, and spacings. Identify components, list their strengths, and indicate directions and values of forces transmitted to the structure during seismic events. C. Preapproval and Evaluation Documentation: By an agency acdeptable to authorities having jurisdiction, showing maximum ratings of restraint items and the basis for approval (tests or calculations). C. Coordination Drawings: Show coordination of seismic bracing for electrical components with other systems and equipment in the vicinity, including other supports and seismic restraints. D. Welding certificates. E. Field quality -control test reports. 1.5 QUALITY ASSURANCE A. Comply with seismic -restraint requirements in the UBC unless requirements in this Section are more stringent. B. Testing of Seismic Anchorage Devices: Comply with testing requirements in Part 3 and in Division 16 Section "Electrical Supports and Seismic Restraints." C. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." PART 2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed under this Project, with a minimum structural safety factor of five times the applied force. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16072 - 3 CDG 21018 ELECTRICAL SUPPORTS B. Steel Slotted Support Systems: Comply with MFMA-3, factory -fabricated components for field l _ assembly. 1. Manufacturers: a. Cooper B-Line; a division of Cooper Industries. b. ERICO International Corporation. C. Allied Support Systems; Power -Strut Unit. d. GS Metals Corp. e. Michigan Hanger Co., Inc.; O-Strut Div. f. National Pipe Hanger Corp. g. Thomas & Betts Corporation. h. Unistrut; Tyco International, Ltd. i. Wesanco, Inc. 2. Finishes: a. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA 3. b. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-3. C. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-3. 3. Channel Dimensions: Selected for structural loading and applicable seismic forces. C. Raceway and Cable Supports: As described in NECA 1. D. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Support for Conductors in Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non -armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron. F. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. G. Mounting, Anchoring, and Attachment. Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement.concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: 1) Hilti, Inc. 2) ITW Construction Products. 3) MKT Fastening, LLC. 4) Simpson Strong -Tie Co. Inc. 2. Mechanical -Expansion Anchors: Insert -wedge -type, stainless steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 2.3 2.4 a. Manufacturers: 1) Cooper B-Line; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc 3) Hilti, Inc. 4) ITW Construction Products. 5) MKT Fastening, LLC. 6) Powers Fasteners. 16072 - 4 ELECTRICAL SUPPORTS 3. Concrete Inserts: Steel or malleable -iron slotted -support -system units similar to MSS Type 18; complying with MFMA-3 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head, high strength. Comply with ASTM A 325. 6. Toggle Bolts: All -steel springhead type. 7. Hanger Rods: Threaded steel. SEISMIC -RESTRAINT COMPONENTS A. Rated Strength, Features, and Application Requirements for Restraint Components: As defined in reports by [an agency acceptable to authorities having jurisdiction]. 1. Structural Safety Factor: Strength in tension, shear, and pullout force of components used shall be at least five times the maximum seismic forces to which they will be subjected. B. Angle and Channel -Type Brace Assemblies: Steel angles or steel slotted -support system components; with accessories for attachment to braced component at one end and to building structure at the other end. C. Cable Restraints: ASTM A 603, zinc -coated, steel wire rope attached to steel or stainless -steel thimbles, brackets, swivels, and bolts designed for restraining cable service. 1. Manufacturers: a. Amber/Booth Company, Inc. b. Loos & Co., Inc. C. Mason Industries, Inc. 2. Seismic Mountings, Anchors, and Attachments: Devices as specified in Part 2 "Support, Anchorage, and Attachment Components" Article, selected to resist seismic forces. 3. Hanger Rod Stiffener: Reinforcing steel angle clamped to hanger rod, of design recognized by an agency acceptable to authorities having jurisdiction. 4. Bushings for Floor -Mounted Equipment Anchors: Neoprene units designed for seismically rated rigid equipment mountings, and matched to type and size of anchor bolts and studs used. 5. Bushing Assemblies for Wall -Mounted Equipment Anchorage: Assemblies of neoprene elements and steel sleeves designed for seismically rated rigid equipment mountings, and matched to type and size of attachment devices used. FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16072 - 5 CDG 21018 ELECTRICAL SUPPORTS B. Materials: Comply with requirements in Division 5 Section "Metal Fabrications" for steel shapes and plates. PART 3 - EXECUTION 3.1 APPLICATION A. Comply with NECA 1 for application of hangers and supports for electrical equipment and systems, except if requirements in this Section are stricter. B. All electrical conduit/raceways shall be supported independently of piping and/or mechanical supports and racks. Shared pipe supports shall not be acceptable. C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 114 inch in diameter. D. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single -bolt conduit clamps using spring friction action for retention in support channel. E. Spring -steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.2 SUPPORT AND SEISMIC -RESTRAINT INSTALLATION A. Comply with NECA 1 for installation requirements, except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Install seismic -restraint components using methods approved by the evaluation service providing required submittals for component. D. Strength of Support and Seismic -Restraint Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static and seismic loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. E. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. CITY OF LUBBOCK— LAND APPLICATION OFFICE CDG 21018 16072 - 6 ELECTRICAL SUPPORTS 5. Instead of expansion anchors, powder -actuated driven threaded studs provided with lock washers and nuts may be used in existing standard -weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight -aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers; and other devices on slotted -channel racks attached to substrate by means that meet seismic -restraint strength and anchorage requirements. F. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.3 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Division 5 Section "Metal Fabrications" for site -fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately, in location, alignment, and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 3.4 CONCRETE BASES A: Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and seismic criteria at Project. B. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so expansion anchors will be a minimum of 10 bolt diameters from edge of the base. 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around full perimeter of the base. 2. Install epoxy -coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. 5. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 6. Use 3000-psi, 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 3 Section "Cast -in -Place Concrete." 3.5. INSTALLATION OF SEISMIC -RESTRAINT COMPONENTS A. Install bushing assemblies for anchor bolts for floor -mounted equipment, arranged to provide resilient media between anchor bolt and mounting hole in concrete base. B. Install bushing assemblies for mounting bolts for wall -mounted equipment, arranged to provide resilient media where equipment or equipment -mounting channels are attached to wall. C. Restraint Cables: Provide slack within maximums recommended by manufacturer. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16072 - 7 CDG 21018 ELECTRICAL SUPPORTS D. Attachment to Structure: If specific attachment is not indicated, anchor bracing to structure at flanges of beams, upper truss chords of bar joists, or at concrete members. 3.6 ACCOMMODATION OF DIFFERENTIAL SEISMIC MOTION A. Make flexible connections in runs of raceways, cables, wireways, cable trays, and busways where they cross expansion and seismic -control joints, where adjacent sections or branches are supported by different structural elements, and where they terminate with connection to electrical equipment that is anchored to a different structural element from the one supporting them as they approach equipment. 3.7 FIELD QUALITY CONTROL A. Testing: Test pullout resistance of seismic anchorage devices. 1. Provide evidence of recent calibration of test equipment by a testing, agency acceptable to authorities having jurisdiction. ' 2. Schedule test with Owner, through Architect, before connecting anchorage device to restrained component (unless post connection testing has been approved), and with at least seven days' advance notice. 3. Obtain Architect's approval before transmitting test loads to structure. Provide temporary load - spreading members. 4. Test at least four of each type and size of installed anchors and fasteners selected by Architect. 5. Test to 90 percent of rated proof load of device. 6. If a device fails test, modify all installations of same type and retest until satisfactory results are achieved. B. Record test results. END OF SECTION 16072 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 16075 - ELECTRICAL IDENTIFICATION PART 1 - GENERAL 16075 -1 ELECTRICAL IDENTIFICATION 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Identification for raceway and metal -clad cable. 2. Identification for conductors and communication and control cable. 3. Underground -line warning tape. 4. Warning labels and signs. 5. Instruction signs. 6. Equipment identification labels. 7. Miscellaneous identification products. 1.3 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. - Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. C. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. 1A QUALITY ASSURANCE A. Comply with ANSI Al3.1 and ANSI C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.145. 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in the Contract Documents, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual, and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16075 - 2 CDG 21018 ELECTRICAL IDENTIFICATION C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 - PRODUCTS 2.1 RACEWAY AND METAL -CLAD CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. B. Color for Printed Legend: 1. Power Circuits: Black letters on an orange field. 2. Legend: Indicate system or service and voltage, if applicable. C. Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches wide; compounded for outdoor use. 2.2 CONDUCTOR AND COMMUNICATION- AND CONTROL -CABLE IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. B. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. C. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self- locking nylon tie fastener. 2.3 UNDERGROUND -LINE WARNING TAPE A. Description: Permanent, bright -colored, continuous -printed, polyethylene tape. 1. Not less than 6 inches wide by 4 mils thick., 2. Compounded for permanent direct -burial service. 3. Embedded continuous metallic strip or core.. 4. Printed legend shall indicate type of underground line. 2.4 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Metal -Backed, Butyrate Warning Signs: Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396-inch galvanized -steel backing; and with colors, legend, and size required for application. 1/4-inch grommets in comers for mounting. Nominal size, 10 by 14 inches. C. Warning label and sign shall include, but are not limited to, the following legends: CITY OF LUBBOCK — LAND APPLICATION OFFICE 16075 - 3 CDG 21018 ELECTRICAL IDENTIFICATION 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF 1 ' ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.5 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. in. and 1/8 inch thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 2.6 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. 2.7 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Cable Ties: Fungus -inert, self -extinguishing, 1-piece; self-locking, Type 6/6 nylon cable ties. 1. Minimum Width: 3/16 inch. 2. Tensile Strength: 50 lb, minimum. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black, except where used for color -coding. B. Paint: Paint materials and application requirements are specified in Division 9 painting Sections. C. Fasteners for Labels and Signs: Self -tapping, stainless -steel screws or stainless -steel machine screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 APPLICATION A. Accessible Raceways and Metal -Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A: Identify with orange self-adhesive vinyl tape applied in bands. B. Accessible Raceways and Cables of Auxiliary Systems: Identify'the following systems with color -coded, self-adhesive vinyl tape applied in bands or spray painted: 1. Fire Alarm System: Red. 2. Fire -Suppression Supervisory and Control System: Red and yellow. 3. Combined Fire Alarm and Security System: Red and blue. 4. Security System: Blue and yellow. 5. Mechanical and Electrical Supervisory System: Green and blue. 6. Telecommunication System: Green and yellow. 7. Control Wiring: Green and red. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16075 - 4 CDG 21018 ELECTRICAL IDENTIFICATION C. Power -Circuit Conductor Identification: For primary and secondary conductors No. 1/0 AWG and larger in vaults, pull and junction boxes, manholes, and hndholes use color -coding conductor tape. Identify source and circuit number. of each set of conductors. For single conductor cables, identify phase in addition to the above. D. Branch -Circuit Conductor Identification: Where there are conductors for more than three branch circuits in same junction or pull box, use color -coding conductor tape. Identify each ungrounded conductor according to source and circuit number. E. Conductors to Be Extended in the Future: Attach write -on tags to conductors and list source and circuit number. F. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, signal, sound, intercommunications, voice, and data connections. 1. Identify, conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and Operation and Maintenance Manual. G. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting; communication, and control wiring and optical fiber cable. Install underground -line warning tape for both direct -buried cables and cables in raceway. H. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Comply with 29 CFR 1910.145 and apply self-adhesive warning labels. Identify system voltage with black letters on an orange background. Apply to exterior of door, cover, or other access. 1. Equipment with Multiple Power or Control Sources: Apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. 2. Equipment Requiring Workspace Clearance According to NFPA 70: Unless otherwise indicated, apply to door or cover of equipment but not on flush panelboards and similar equipment in finished spaces. I. Instruction Signs: 1. Operating Instructions: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. J. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 1. Labeling Instructions: 16075 - 5 ELECTRICAL IDENTIFICATION a. Indoor Equipment: Engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch- high label; where 2 lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. C. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Self-adhesive labels will not be acceptable. All labels shall be secured with the appropriate screws or rivots designed for the application. 2. Equipment to Be Labeled: a. Panelboards, electrical cabinets, and enclosures. b. Access doors and panels for concealed electrical items. C. Electrical switchgear and switchboards. d. Transformers. e. Emergency system boxes and enclosures. f. Motor -control centers. g. Disconnect switches. h. Enclosed circuit breakers. i. Motor starters. j. Push-button stations. k. Contactors. 1. Remote -controlled switches, dimmer modules, and control devices. In. Voice and data cable terminal equipment. n. Master clock and program equipment. o. Fire -alarm control panel and annunciators. P. Security and intrusion -detection control stations, control panels, terminal cabinets, and racks. q. Monitoring and control equipment. r. Uninterruptible power supply equipment. S. Terminals, racks, and patch panels for voice and data communication and for signal and control functions. 3.2 INSTALLATION A. At all roof mounted HVAC equipment the contractor shall label the disconnect switch serving the equipment with the electrical panel and circuit designation feeding the equipment and the actual room number that the respective roof equipment serves., i.e. — "RTU #1; Panel "HA-1,3,5' ; Classroom 101". B. Verify identity of each item before installing identification products. C. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. D. Apply identification devices to surfaces that require finish after completing finish work. E. Attach nonadhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate. F. System Identification Color Banding for Raceways and Cables: Each color band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate CITY OF LUBBOCK— LAND APPLICATION OFFICE 16075 - 6 CDG 21018 ELECTRICAL IDENTIFICATION bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. G. Color -Coding for Phase and Voltage Level Identification, 600 V and Less: Use the colors listed below for ungrounded service, feeder, and branch -circuit conductors. 1. Color shall be factory applied or, for sizes larger than No. 10 AWG if authorities having jurisdiction permit, field applied. 2. Colors for 208/120-V Circuits: a. Phase A: Black b. Phase B: Red. C. Phase C: Blue. 3. Colors for 480/277-V Circuits: a. Phase A: Brown. b. Phase B: Orange. C. Phase C: Yellow. 4. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. H. Underground -Line Warning Tape: During back filling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. I. Painted Identification: Prepare surface and apply paint according to Division 9 painting Sections. END OF SECTION 16075 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 16120 - CONDUCTORS AND CABLES PART 1 - GENERAL 16120 -1 CONDUCTORS AND CABLES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUNDAARY A. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 3. Sleeves and sleeve seals for cables. 1.3 DEFINITIONS A. EPDM: Ethylene-propylene-diene teipolymer rubber. B. NBR: Acrylonitrile-butadiene rubber. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Qualification Data: For testing agency. C. Field quality -control test reports. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on -site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16120 - 2 CDG 21018 CONDUCTORS AND CABLES 1.6 COORDINATION A. Set sleeves in cast -in -place concrete, masonry walls, and other structural components as they are constructed. PART 2 - PRODUCTS 2.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation, 4. Senator Wire & Cable Company. 5. Southwire Company. B. Copper Conductors: Comply with NEMA WC 70. C. Conductor Insulation: Comply with NEMA WC 70 for Types TH N THWN.- D. Multiconductor Cable: Comply with NEMA WC 70 for armored cable, Type AC metal -clad cable with ground wire and Type MC with ground wire. For use as light fixture whips only with length not to exceed 6 feet per location. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-7JGedney, EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5, Tyco Electronics Corp. B. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. No butt splices will be allowed. 2.3 SLEEVES FOR CABLES A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch thickness as indicated and of length to suit application. D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." CITY OF LUBBOCK - LAND APPLICATION OFFICE 16120 - 3 CDG 21018 CONDUCTORS AND CABLES 2.4 SLEEVE SEALS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc. B. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Plastic. Include two for each sealing element. 3. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIlUNG METHODS A. Service Entrance: Type THHN-THWN, single conductors in raceway. B. Exposed Feeders: Type I HN-THWN, single conductors in raceway. C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN THWN, single conductors in raceway. D. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THl3N-THWN, single conductors in raceway. E. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway. F. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway. G. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. H. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless -steel, wire - mesh, strain relief device at terminations to suit application. I. Class 1 Control Circuits: Type THHN-THWN, in raceway. 1-, CITY OF LUBBOCK — LAND APPLICATION OFFICE 16120 - 4 CDG 21018 CONDUCTORS AND CABLES J. Class 2 Control Circuits: Type TWIN-TI3WN, in raceway. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated. B. Use manufacturer -approved pulling compound or lubricant where necessary, compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. C. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Support cables according to Division 16 Section "Electrical Supports and Seismic Restraints." F. Identify and color -code conductors and cables according to Division 16 Section "Electrical Identification." 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified inUL 486A and UL 48613. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. 3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. C. Use pipe sleeves for all wall cable penetrations unless penetration arrangement requires rectangular sleeved opening. D. Rectangular Sleeve Minimum Metal Thickness: 1. For sleeve rectangle perimeter less than 50 inches and no side greater than 16 inches, thickness shall be 0.052 inch. 2. For sleeve rectangle perimeter equal to, or greater than, 50 inches and 1 or more sides equal to, or greater than, 16 inches, thickness shall be 0.138 inch. E. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 F. Extend sleeves installed in floors 2 inches above finished floor level. 16120 - S CONDUCTORS AND CABLES G. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and cable unless sleeve seal is to be installed or unless seismic criteria require different clearance. H. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. I. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and cable, using joint sealant appropriate for size, depth, and location of joint according to Division 7 Section "Joint Sealants." J. Fire -Rated Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at cable penetrations. Install sleeves and seal with Fiestop materials according to Division 7 Section "Through -Penetration Firestop Systems." K. Roof -Penetration Sleeves: Coordinate roof penetrations with Architect and roofing contractor. Refer to Architectural for exact requirements. L. Aboveground Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical 'sleeve seals. M. Underground Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between cable and sleeve for installing mechanical sleeve seals. 3.6 SLEEVE -SEAL INSTALLATION A. Install to seal underground exterior -wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for cable material and size. Position cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.7 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly according to Division 7 Section "Through -Penetration Firestop Systems." 3.8 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. B. Tests and Inspections: 1. After installing conductors and cables and before electrical circuitry has been energized, test (Meg Ohm) service entrance and feeder conductors for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in META Acceptance Testing Specification. Certify compliance with test parameters. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16120 - 6 CDG 21018 CONDUCTORS AND CABLES C. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. D. Remove and replace malfunctioning units and retest as specified above. END OF SECTION 16120 CITY OF LUBBOCK—LAND APPLICATION OFFICE CDG 21018 SECTION 16130 - RACEWAYS AND BOXES PART 1- GENERAL 16130 - 1 RACEWAYS AND BOXES 1.1 RELATED DOCUMLNTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. ENT: Electrical nonmetallic tubing. C. EPDM: Ethylene-propylene-diene terpolymer rubber. D. FMC: Flexible metal conduit. E. IMC: Intermediate metal conduit. F. LFMC: Liquidtight flexible metal conduit. G. LFNC: Liquidtight flexible nonmetallic conduit. H. NBR: Acrylonitrile-butadiene rubber. 1. RNC: Rigid nonmetallic conduit. 1.4 SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged -cover enclosures, and cabinets. B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work. 1. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring, including the following: a. Duct entry provisions, including locations and duct sizes. b. Frame and cover design. C. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. e. Joint details. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 { 16130 - 2 RACEWAYS AND BOXES C. Samples for Initial Selection: For wireways, nonmetallic wireways and surface raceways with factory - applied texture and color finishes. D. Samples for Verification: For each type of exposed finish'required for wireways, nonmetallic wireways and surface raceways, prepared on Samples of size indicated below. E. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit groups with common supports. F. Manufacturer Seismic Qualification Certification: Submit certification that enclosures and cabinets and their mounting provisions, including those for internal components, will withstand seismic forces defined in Division 16 Section "Electrical Supports and Seismic Restraints." Include the following: 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. a. The term "withstand" means "the cabinet or enclosure will remain in place without separation of any parts when subjected to the seismic forces specified." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. G. Qualification Data: For professional engineer and testing agency. H. Source quality -control test reports. 1.5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. PART 2 - PRODUCTS 2.1 METAL CONDUIT AND TUBING A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. A1flex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri-Flex Co. 6. Manhattan/CDT/Cole-Flex. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16130 - 3 RACEWAYS AND BOXES 7. Maverick Tube Corporation. 8. O-Z Gedney; a unit of General Signal. 9. Wheatland Tube Company. B. Rigid Steel Conduit: ANSI C80.1. C. IMC: ANSI C80.6. D. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. E. EMT: ANSI C80.3. F. FMC: Zinc -coated steel. G. LFMC: Flexible steel conduit with PVC jacket. H. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. 2. Fittings for EMT: Steel, set -screw or compression type. 3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness, 0.040 inch, with overlapping sleeves protecting threaded joints. I. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity. 2.2 NONMETALLIC CONDUIT AND TUBING A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc.; Anaconda Metal Hose: 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp.; Pipe & Plastics Group. 6. Condux International, Inc. 7. ElecSYS, Inc. 8. Electri-Flex Co. 9. Lamson & Sessions; Carlon Electrical Products. 10. Manhattan/CDT/Cole-Flex. 11. RACO; a Hubbell Company. 12. Thomas & Betts Corporation. B. ENT: NEMA TC 13. C. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated. D. LFNC: UL 1660. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16130 - 4 CDG 21018 RACEWAYS AND BOXES E. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material. F. Fittings for LFNC: UL 514B. 2.3 OPTICAL FIBER/COMMUNICATIONS CABLE RACEWAY AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Amco Corporation. 2. Endot Industries Inc. 3. IPEX Inc. 4. Lamson & Sessions; Carlon Electrical Products. B. Description: Comply with UL 2024; flexible type, approved for plenum installation. 2.4 METAL WMWAYS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper B-Line, Inc. 2. Hoffman. 3. Square D; Schneider Electric. B. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, unless otherwise indicated. C. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Screw -cover type. E. Finish: Manufacturer's standard enamel finish. 2.5 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Cooper Crouse -Hinds; Div. of Cooper Industries, Inc. 2. EGS/Appleton Electric. 3. Erickson Electrical Equipment Company. 4. Hoffman. 5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 6. O-Z/Gedney; a unit of General Signal. 7. RACO; a Hubbell Company. 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet Division. 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The). 13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary. B. Sheet Metal Outlet and Device Boxes: NEMA OS 1. 1. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16130 - 5 CDG 21018 RACEWAYS AND BOXES 1 C. Cast -Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with gasketed cover. D. Metal Floor Boxes: Cast metal, fully adjustable, rectangular. E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. F. Cast -Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover. G. Hinged -Cover Enclosures: NEMA 250, Type 1, with continuous -hinge cover with flush latch, unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. H. Cabinets: 1. NEMA 250, Type 1, galvanized -steel box with removable interior panel and removable front, - finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 2.6 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. Description: Comply with SCTE 77. 1. Color of Frame and Cover: Gray. 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper -resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." 6. Conduit Entrance Provisions: Conduit -terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. 7. Handholes 12 inches wide by 24 inches long and larger shall have inserts for cable racks and pulling -in irons installed before concrete is poured. B. Fiberglass Handholes and Boxes with Polymer -Concrete Frame and Cover: Sheet -molded, fiberglass - reinforced, polyester -resin enclosure joined to polymer -concrete top ring or frame. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. C. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. 2.7 SLEEVES FOR RACEWAYS A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16130 - 6 CDG 21018 RACEWAYS AND BOXES B. Cast -Iron Pipe Sleeves: Cast or fabricated "wall pipe,"' equivalentto ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch thickness as indicated and of length to suit application. D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." E. All wall sleeves shall have bushings installed to protect cables, etc. 2.8 SLEEVE SEALS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc. B. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Plastic. Include two for each sealing element. 3. Connecting Bolts and Nuts: Carbon steel with corrosion -resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.9 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to MST standards. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION i A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit. 2. Concealed Conduit, Aboveground: EMT. 3. Underground Conduit: RNC, Type EPC-40-PVC, direct buried. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. u CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. 6. Application of Handholes and Boxes for Underground Wiring: 16130 - 7 RACEWAYS AND BOXES a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off -Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Fiberglass enclosures with polymer -concrete frame and cover, SCTE 77, Tier 15 structural load rating. b. Fandholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Heavy-duty fiberglass units with polymer -concrete frame and cover, SCTE 77, Tier 8 structural load rating. C. Handholes and Pull Boxes Subject to Light -Duty Pedestrian Traffic Only: Fiberglass - reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf vertical loading. B. Comply with the following indoor applications, unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: Rigid steel conduit. 2. Exposed, Not Subject to Severe Physical Damage: Rigid steel conduit. 3. Exposed and Subject to Severe Physical Damage: Rigid steel conduit. Includes raceways in the following locations: a. Loading dock b. Corridors used for traffic of mechanized carts, forklifts, and pallet -handling units. C. Mechanical rooms. d. Roofs. 4. Concealed in Ceilings and Interior Walls and Partitions: EMT. 5. Connection -to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric - Solenoid, or Motor -Driven Equipment): FMC, except use LFMC in damp or wet locations. 6. Damp or Wet Locations: Rigid steel conduit. 7. Raceways for Optical Fiber or Communications Cable in Spaces Used for Environmental Air: Plenum -type, optical fiber/communications cable raceway or EMT. 8. Raceways for Optical Fiber or Communications Cable Risers in Vertical Shafts: Riser -type, optical fiber/communications cable raceway or EMT. 9. Raceways for Concealed General Purpose Distribution of Optical Fiber or Communications Cable: General -use, optical fiber/communications cable raceway or EMT. 10. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel in damp or wet locations. C. Minimum Raceway Size: 1/2-inch trade size. D. Raceway Fittings: Compatible with raceways and suitable for use and location. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 3.2 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16130 - 8 CDG 21018 RACEWAYS AND BOXES D. Support raceways as specified in Division 16 Section "Electrical Supports and Seismic Restraints." E. Arrange stub -ups so curved portions of bends are not visible above the finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated. All conduits shall be concealed. Surface mounted conduits and/or raceways will not be allowed unless authorized by the Architect and Owner. H. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Change from ENT to RNC, Type EPC-40-PVC, rigid steel conduit, or IMC before rising above the floor. I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG. K. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. L. Raceways for Optical Fiber and Communications Cable: Install raceways, metallic and nonmetallic, rigid l .j and flexible, as follows: 1. 3/4-Inch Trade Size and Smaller: Install raceways in maximum lengths of 50 feet. 2. 1-Inch Trade Size and Larger: Install raceways in maximum lengths of 75 feet. 3. Install with a maximum of two 90-degree bends or equivalent for each length of raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements. M. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the } following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. ) 2. Where otherwise required by NFPA 70. - i_ N. Expansion -Joint Fittings for RNC: Install in each run of aboveground conduit that.is located where environmental temperature change may exceed 30 deg F, and that has straight -run length that exceeds 25 feet. 1. Install expansion joint fittings for each of the following locations, and provide type and quantity of fittings that accommodate temperature change listed for location: CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16130 - 9 RACEWAYS AND BOXES a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. C. Indoor Spaces: Connected with the Outdoors without Physical Separation: 125 deg F temperature change. d. Attics: 135 deg F temperature change. 2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change. 3. . Install each expansion joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at the time of installation. O. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for recessed and semirecessed lighting fixtures, equipment subject to vibration, noise. transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. P. Recessed Boxes in Masonry Walls: Saw -cut opening for box in center of cell of masonry block, and install box flush with surface of wall. Q. Set metal floor boxes level and flush with finished floor surface. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct -Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Division 2 Section "Earthwork" for pipe less than 6 inches in nominal diameter. 2. Install backfillas specified in Division 2 Section "Earthwork." 3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 2 Section "Earthwork." 4. Install manufactured duct, elbows for stub -ups at poles and equipment and at building entrances through the -floor, unless otherwise indicated. Encase elbows for stub -up ducts throughout the length of the elbow. 5. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. For stub -ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a *minimum of 60 inches from edge of equipment pad or foundation. install insulated grounding bushings on terminations at equipment. 6. Warning Tape: Bury warning tape approximately 12 inches above direct -buried conduits along the centerline of conduit. CITY OF LUBBOCK—LAND APPLICATION OFFICE CDG 21018 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES 3.5 16130 -10 RACEWAYS AND BOXES A. Install handholes and boxes level and plumb and with orientation.and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade. D. Install handholes and boxes with bottom below the frost line, 18" below grade. E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to *be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. F_ Field -cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 7 Section "Through -Penetration Firestop Systems." B. Concrete Slabs and Walls: Install sleeves for penetrations unless core -drilled holes or formed openings are used. Install sleeves during erection of slabs and walls. C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. D. Rectangular Sleeve Minimum Metal Thickness: 1. For sleeve cross-section rectangle perimeter less than 50 inches and no side greater than 16 inches, thickness shall be 0.052 inch. 2. For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches and 1 or more sides equal to, or greater than, 16 inches, thickness shall be 0.138 inch. E. Fire -Rated Assemblies: Install sleeves for penetrations of fire -rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. F. Extend sleeves installed in floors 2 inches above finished floor level. G. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway unless sleeve seal is to be installed or unless seismic criteria require different clearance. H. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. I. Interior Penetrations of Non -Fire -Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 7 Section "Joint Sealants" for materials and installation. CITY OF LUBBOCK— LAND APPLICATION OFFICE 16130 -11 CDG 21018 RACEWAYS AND BOXES J. Fire -Rated -Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors -- at raceway penetrations. Install sleeves and seal with firestop materials. Comply with Division 7 Section "Through -Penetration Firestop Systems." K. Roof -Penetration Sleeves: Coordinate with Architect and roofing contractor. Refer to Architectural for requirements.. L. Aboveground, Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. M. Underground, Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch annular clear space between raceway and sleeve for installing mechanical sleeve seals. 3.6 SLEEVE -SEAL INSTALLATION A. Install to seal underground, exterior wall penetrations. B. Use type and number of sealing elements recommended by manufacturer for raceway material and size. Position raceway in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.7 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to restore original fire -resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 7 Section "Through -Penetration Firestop Systems." 3.8 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 16130 CITY OF LUBBOCK — LAND APPLICATION OFFICE 16140 - 1 CDG 21018 WIRING DEVICES SECTION 16140 - WIRING DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUM14A[tY A. This Section includes the following: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Twist -locking receptacles. 3. Hospital grade receptacles 4. Snap switches. S. Wall -switches. 6. Pendant cord -connector devices. 7. Cord and plug sets. 1.3 DEFINITIONS A. EW: Electromagnetic interference. B. GFCI: Ground -fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch -circuit conductor. D. RFI: Radio -frequency interference. -- E. UTP: Unshielded twisted pair. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. C. Samples: One for each type of device and wall plate specified, in each color specified. D. Field quality -control test reports. f E. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing label warnings and instruction manuals that include labeling conditions. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16140 - 2 CDG 21018 WIRING DEVICES 1.5 QUALITY ASSURANCE A, Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. 1.6 COORDINATION A. Receptacles for Owner -Furnished Equipment: Match plug configurations. 1. Cord and Plug Sets: Match equipment requirements. PART 2-PRODUCTS 2.1 MANUFACTURERS A. - Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names may be used in other Part 2 articles. Only these manufacturers" shall be acceptable: 1. Leviton Mfg. Company Inc. (Leviton). 2. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper). 3. • Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour). 4. _ Hubbell Wiring Devices; Hubbell Incorporated (Hubbell). 2.2 STRAIGHT BLADE RECEPTACLES A. Heavy Duty Industrial Grade Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 configuration 5-20R, and UL 498. 1. Products: Subject to compliance with requirements: a. Leviton; 5362A (duplex). B. Hospital -Grade, Duplex Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 configuration 5-20R, and UL 498 Supplement SD. All receptacles installed in corridors shall be hospital grade. 1. Products: Subject to compliance with requirements: a. Leviton; 8300 (duplex). CCITY OF LUBBOCK — LAND APPLICATION OFFICE 16140 - 3 CDG 21018 WIRING DEVICES C. Heavy Duty Isolated -Ground, Duplex Convenience Receptacles: 1. Products: Subject to compliance with requirements: a. Leviton; 5380-IG. 2. Description: Straight blade, 125 V, 20 A; NEMA WD 6 configuration 5-20R. Equipment grounding contacts shall be connected only to the green grounding screw terminal of the device and with inherent electrical isolation from mounting strap. Isolation shall be integral to receptacle construction and not dependent on removable parts. 2.3 GFCI RECEPTACLES A. General Description: Straight blade, industrial grade, non -feed -through type. Comply with NEMA WD 1, NEMA WD 6, UL 498, and UL 943, Class A, and include indicator light that is lighted when device is tripped. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A-- 1. Products: Subject to compliance with requirements: a. Leviton; 6899. 2.4 PENDANT CORD -CONNECTOR DEVICES A. Description: Matching, locking -type plug and receptacle body connector; NEMA WD 6 configurations L5-20P and I.5-20R, heavy-duty grade. 1. Body: Nylon with screw -open cable -gripping jaws and provision for attaching external cable grip. 2. External Cable Grip: Woven wire -mesh type made of high -strength galvanized -steel wire strand, . matched to cable diameter, and with attachment provision designed for corresponding connector. 2.5 CORD AND PLUG SETS A. Description: Match voltage and current ratings and number of conductors to requirements of equipment being connected. L Cord: Rubber -insulated, stranded -copper conductors, with Type SOW -A jacket; with green - insulated grounding conductor and equipment -rating ampacity plus a minimum of 30 percent. 2. Plug: Nylon body and integral cable -clamping jaws. Match cord and receptacle type for connection. 2.6 SNAP SWITCHES A. Comply with NEMA WD 1 and UL 20. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16140 - 4 CDG 21018 WIRING DEVICES B. Switches, 120/277 V, 20 A: 1. Products: Subject to compliance with requirements: a. Leviton; 1221-2 (single pole), 1222-2 (two pole), 1223-2 (three way), 1224=2 (four way). C. Pilot Light Switches, 20 A: 1. Products: Subject to compliance with requirements: a. Leviton; 1221-PLR for 120 V, 1221-7PLR'for 277 V. 2. Description: Single pole, with neon -lighted handle, illuminated when switch is "ON." 2.7 FLOOR SERVICE FITTINGS A. Type: Cast iron, modular, flush -type, dual -service units suitable for wiring method used. B. Compartments: Barrier separates power from voice and data communication cabling. C. Service Plate: Rectangular, solid brass with satin finish. D. Power Receptacle: NEMA WD 6 configuration 5-20R, gray finish, unless otherwise indicated E. Voice'and Data Communication Outlet: Two modular, keyed, color -coded, RJ-45 Category 5e jacks for UTP cable. F. Floor box shall be of Walker/Wiremold or Hubbell manufacture. 2.8 WALL PLATES A. Single and combination types to match corresponding wiring devices. 1. Plate -Securing Screws: Metal with head color to match plate finish. 2. Material for Finished Spaces: Smooth, high -impact thermoplastic (non -breakable). 3. Material for Unfinished Spaces: Smooth, high -impact thermoplastic (non -breakable). 4. Material for Damp Locations: Cast aluminum with spring -loaded lift cover, and listed and labeled for use in "wet locations." B. Wet -Location, Weatherproof Cover Plates: NEMA 250, complying with type 3R weather-resistant,'die- cast aluminum with lockable cover. 2.9 FINISHES A. Color: Wiring device catalog numbers in Section Text do not designate device color. 1. Wiring Devices Connected to Normal Power System: Light almond on light colored walls/finishes and brown or black as needed on dark colored walls/finishes, unless otherwise indicated or required by NFPA 70 or device listing. Verify all color selections with Architect during submittal review. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16140 - 5 CDG 21018 WIRING DEVICES 2. Wiring Devices Connected to Emergency Power System: Red, unless otherwise indicated or required by NFPA 70 or device listing. Verify all color selections with Architect during submittal review. 3. Isolated -Ground Receptacles: As specified above, with Orange triangle on face. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: 1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before'they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. C. Pigtailing existing conductors is permitted provided the outlet box is large enough. D. Device Installation: 1. Replace all devices that have been in temporary use during construction or that show signs that they were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding -head screw terminals. Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by the manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device mounting screws in yokes, allowing metal -to -metal contact. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16140 - 6 WIRING DEVICES E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles up, and on horizontally mounted receptacles to the right. F. Device Plates: Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. G. Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. 3.2 IDENTIFICATION A. Comply with Division 16 Section "Electrical Identification." 1. Receptacles: Identify panelboard and circuit number from which served. Use durable wire markers or tags inside outlet boxes. 3.3 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated LED indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION 16140 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 16145 - LIGHTING CONTROL DEVICES PART 1 - GENERAL 16145 - 1 LIGHTING CONTROL DEVICES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following lighting control devices: 1. Indoor occupancy sensors. 2. Lighting contactors. 1.3 DESCRIPTION: A. This section of the specification includes the furnishing, installation, connection -and testing of the occupancy sensors, power packs and relays required to form a complete, operative, coordinated system that also interfaces with the building BAS (EMS) system. It shall include, but not be limited to, occupancy sensors, power packs, relays, etc. and wiring as shown on the drawings and specified herein. Provide all components as recommended by manufacturer and/or as may be required for a complete and operable installation. 1.4 DEFINITIONS A. LED: Light -emitting diode. B. PIR: Passive infrared. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation locations and installation details for occupancy and light -level sensors. 1. -Interconnection diagrams showing all field -installed wiring. 2. 1/8" scale drawings showing all locations of occupancy sensors and power packs coordinated to avoid conflicts with all ceiling mounted devices shown (lights, HVAC diffusers, speakers, etc.). Submitted drawings shall show all ceiling mounted items. C. Field quality -control test reports. D. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16145 - 2 LIGHTING CONTROL DEVICES 1.6 . QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.7 COORDINATION - A. Coordinate layout and installation of ceiling -mounted devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, smoke detectors, fire - suppression system, and partition assemblies. PART 2-PRODUCTS 2.1 INDOOR OCCUPANCY SENSORS A- Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Novitas, Inc. 2. Sensor Switch, Inc. 3. Watt Stopper (The). B. General Description: Wall- or ceiling -mounting, solid-state units with a separate relay unit and power pack 1. Operation: Unless otherwise indicated, turn lights on when covered area is occupied and off when unoccupied; with a time delay for turning lights off, adjustable over a minimum range of 1 to 15 minutes. 2. Sensor Output: Contacts rated to operate the connected relay, complying with UL 773A. Sensor shall be powered from the relay unit. 3. Relay Unit: Dry contacts rated for 20-A ballast load at 120- and 277-V ac, for 13-A tungsten at 120-V ac, and for 1 hp at 120-V ac. Power supply to sensor shall be 24-V dc, 150-mA, Class 2 power source as defined by NFPA 70. 4. Mounting: a. Sensor: Suitable for mounting in any position on a standard outlet box. b. Relay: Externally mounted through a 1/2-inch knockout in a standard electrical enclosure. C. Time -Delay and Sensitivity Adjustments: Recessed and concealed behind hinged door. 5. Indicator: LED, to show when motion is being detected during testing and normal operation of the sensor. 6. Wall bypass Switch: Override the on function in case of sensor failure. 7. Power packs: UL listed with 5 year warranty. Fully self-contained with transformer and relay_. Plenum rated. C. PIP, Type: Wall or Ceiling mounting; detect occupancy by sensing a combination of heat and movement in area of coverage. 1. Detector Sensitivity: Detect occurrences ' of 6-inch- minimum movement of any portion of a human body that presents a target of not less than 36 sq. in.. 2. Detection Coverage (Room): Detect occupancy anywhere in a circular area of 1000 sq. ft. when mounted on a 96-inch- high ceiling. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16145 - 3 LIGHTING CONTROL DEVICES 3. Detection Coverage (Corridor): Detect occupancy within 90 feet when mounted on a 10-foot- high ceiling. D. Ultrasonic Type: Wall or Ceiling mounting; detect occupancy by sensing a change in pattern of reflected ultrasonic energy in area of coverage. I. Detector Sensitivity: Detect a person of average size and weight moving not less than 12 inches in either a horizontal or a Vertical manner at an approximate speed of 12 inches/s. 2. Detection Coverage (Small Room): Detect occupancy anywhere within a circular area of 600 sq. ft. when mounted on a 96-inch- high ceiling. 3. Detection Coverage (Standard Room): Detect occupancy anywhere within a circular area of 1000 sq. ft. when mounted on a 96-inch- high ceiling. 4. Detection Coverage (Large Room): Detect occupancy anywhere within a circular area of 2000 sq. ft. when mounted on a 96-inch- high ceiling. 5. Detection Coverage (Corridor): Detect occupancy anywhere within 90 feet when mounted on a 10-foot- high ceiling in a corridor not wider than 14 feet. E. Dual -Technology Type: Wall or Ceiling mounting; detect occupancy by using a combination of PIR and ultrasonic detection methods in area of coverage. Particular technology or combination of technologies that controls on -off functions shall be selectable in the field by operating controls on unit. I. Sensitivity Adjustment: Separate for each sensing technology. 2. Detector Sensitivity: Detect occurrences of 6-inch- minimum movement of any portion of a human body that presents a target of not less than 36 sq. in., and detect a person of average size and weight moving not less than 12 inches in either a horizontal or a vertical manner at an approximate speed of 12 inches/s. 3. Detection Coverage (Standard Room): Detect occupancy anywhere within a circular area of 1000 sq..ft. when mounted on a 96-inch- high ceiling. 2.2 LIGHTING CONTACTORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Square D; Schneider Electric. 2. Cutler -Hammer (Eaton). B. Description: Electrically operated and mechanically held, combination type with nonfused disconnect, complying with NEMA ICS 2 and UL 508. 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high -inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Fault Current Withstand Rating: Equal to or exceeding the available fault current at the point of installation. 3. Enclosure: Comply with NEMA 250. 4. Provide with control and pilot devices as scheduled, matching the NEMA type specified for the enclosure. C. HAS (EMS) Interface: Provide hardware interface as required to enable the BAS (EMS) to monitor and control lighting contactors, 1. Monitoring: On -off status. 2. Control: On -off operation. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16145 - 4 CDG 21018 LIGHTING CONTROL DEVICES 2.3 CONDUCTORS AND CABLES A. Power Wiring to Supply Side of Remote -Control Power Sources: Not 'smaller than No. 12 AWG. Comply with requirements in Division 16 Section "Conductors and Cables." B. Classes 2 and 3 Control Cable: Multiconductor cable with stranded -copper conductors not smaller than No. 18 AWG. Comply with requirements in Division 16 Section "Conductors and Cables." C. Class 1 Control Cable: Multiconductor cable with stranded -copper conductors not smaller than No. 14 AWG. Comply with requirements in Division 16 Section "Conductors and Cables." PART 3 - EXECUTION 3.1 SENSOR INSTALLATION A. Install and aim sensors in locations to achieve not less than 90 percent coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions. 3.2 CONTACTOR INSTALLATION A. Mount electrically held lighting contactors with elastomeric isolator pads, to eliminate structure-bome vibration, unless contactors are installed in an enclosure with factory -installed vibration isolators. 3.3 WIRING INSTALLATION A. Wiring Method: Comply with Division 16 Section "Conductors and Cables." Minimum conduit size shall be 1/2 inch. B. Wiring within Enclosures: Comply with NECA 1. Separate power -limited and nonpower-limited conductors according to conductor manufacturer's written instructions. C. Size conductors according to lighting control device manufacturer's written instructions, unless otherwise indicated. D. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. 3.4 IDENTIFICATION A. Identify components and power and control wiring according to Division 16 Section "Electrical Identification." 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaries controlled by photoelectric and occupancy sensors at each sensor. B. Label time switches and contactors with a unique designation. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16145 - 5 CDG 21018 LIGHTING CONTROL DEVICES 3.5 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. After installing time switches and sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements. 2. Operational Test: Verify operation of each lighting control device, and adjust time delays. B. Lighting control devices that fail tests and inspections are defective work 3.6 ADJUSTING A. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on -site assistance in adjusting sensors to suit occupied conditions. Provide up to two visits to Project during other -than -normal occupancy hours for this purpose. 3.7 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel (eight (8) hours minimal training) to adjust, operate, and maintain lighting control devices. Refer to Division 1 Section "Demonstration and Training." END OF SECTION 16145 CITY OF LUBBOCK — LAND APPLICATION OFFICE 16410 - 1 CDG 21018 ENCLOSED SWITCHES AND CIRCUIT BREAKERS SECTION 16410 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following individually mounted, enclosed switches and circuit breakers: 1. Fusible switches. 2. Nonfusible switches. 3. Molded -case circuit breakers. 4. Molded -case switches. 5. Enclosures. 1.3 DEFINITIONS A. GFCI: Ground -fault circuit interrupter. B. HD: Heavy duty. C. RMS: Root mean square. D. SPDT: Single pole, double throw. 1.4 SUBMITTALS A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. 1. Enclosure types and details for types other than NEMA 250, Type 1. 2. Current and voltage ratings. 3. Short-circuit current rating. 4. UL listing for series rating of installed devices. 5. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. B. Shop Drawings: Diagram power, signal, and control wiring. C. ' Manufacturer Seismic Qualification Certification: Submit certification that enclosed switches and circuit breakers, accessories, and components will withstand seismic forces defined in Division 16 Section "Electrical Supports and Seismic Restraints." Include the following: CITY OF LUBBOCK — LAND APPLICATION OFFICE 16410 - 2 CDG 21018 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1. Basis of Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation, a. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to,the seismic forces specified." b. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements, D. Qualification Data: For testing agency. E. Field quality -control test reports including the following: 1. Test_ procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. F. Manufacturer's field service report. G. Operation and Maintenance Data: For enclosed switches and circuit breakers to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 Section " Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. 2. Time -current curves, including selectable ranges for each type of circuit breaker. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on -site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. D. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. e, CITY OF LUBBOCK — LAND APPLICATION OFFICE 16410 - 3 CDG 21018 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.6 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions, unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F and not exceeding 104 deg F. 2. Altitude: Not exceeding 6600 feet. 1.7 COORDINATION A. Coordinate layout and installation of switches, circuit breakers, and components with other construction, including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. PART 2-PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FUSIBLE AND NONFUSMLE SWITCHES A. Manufacturers: 1. Square D/Group Schneider. 2. Cutler -Hammer (Eaton). 3. General Electric (GE). B. Fusible Switch, 1200 A and Smaller: NEMA KS 1, Type HD, with clips or bolt pads to accommodate specified fuses, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C. Nonfusible Switch, 1200 A and Smaller. NEMA KS 1, Type HD, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. D. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded, and bonded; and labeled for copper and aluminum neutral conductors. 3. Auxiliary Contact Kit: Auxiliary set of contacts arranged to open before switch blades open. 11, CITY OF LUBBOCK — LAND APPLICATION OFFICE 16410 - 4 CDG 21018 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 2.3 MOLDED -CASE CIRCUIT BREAKERS AND SWITCHES A. Manufacturers: , 1. Square D/Group Schneider. 2. Cutler -Hammer (Eaton). 3. General Electric (GE). B. Molded -Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents. 1. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit - breaker frame sizes 250 A and larger. 2. GFCI Circuit Breakers: Single- and two -pole configurations with 30-mA trip sensitivity. C. Electronic Trip Circuit Breakers: Field -replaceable rating plug, rms sensing, with the following field - adjustable settings: 1. Instantaneous trip. �? 2. Long- and short -time pickup levels. 0 j 3. Long- and short -time time adjustments. 1 4. Ground -fault pickup level, time delay, and I'-t response. D. Molded Case Circuit Breaker Features and Accessories: 1. Standard frame sizes, trip ratings, and number of poles. 2.' Lugs: Mechanical style suitable for number, size, trip ratings, and conductor material. 3. Application Listing: Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment. 4. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time - delay settings, push -to -test feature, and ground -fault indicator. rill E. Molded -Case Switches: Molded -case circuit breaker with fixed, high -set instantaneous trip only, and short-circuit withstand rating equal to equivalent breaker frame size interrupting rating. F. Molded -Case Switch Accessories: 1. Lugs: Mechanical style suitable for number, size, trip ratings, and material of conductors. 2. Application Listing: Type HACR for heating, air-conditioning, and refrigerating equipment. 2.4 ENCLOSURES A. NEMA AB 1 and NEMA KS 1 to meet environmental conditions of installed location. 1. Outdoor Locations: NEMA 250, Type 3R 2. Kitchen Areas: NEMA 250, Type 4X, stainless steel. 3. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. 4. Hazardous Areas Indicated on Drawings: NEMA 250, Type 7C. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16410 - 5 CDG 21018 ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 3 - EXECUTION 3.1 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with applicable portions ' of NECA 1, NEMA PB 1. 1, and NEMA PB 2.1 for installation of enclosed switches and circuit breakers. B. Mount individual wall -mounting switches and circuit breakers with tops at uniform height, unless otherwise indicated. Anchor floor -mounting switches to concrete base. C. Comply with mounting and anchoring requirements specified in Division 16 Section "Electrical Supports and Seismic Restraints." 3.3 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs as specifiedin Division 16 Section "Electrical Identification." B. Enclosure Nameplates: Label each enclosure with engraved metal or laminated -plastic nameplate as specified in Division 16 Section "Electrical Identification." 3.4 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust field -assembled components and equipment installation, including connections, and to assist in field testing. Report results in writing. B. Prepare for acceptance testing as follows: 1. Inspect.mechanical and electrical connections. 2. Verify switch and relay type and labeling verification. 3. Verify rating of installed fuses. 4. Inspect proper installation of type, size, quantity, and arrangement of mounting or anchorage devices complying with manufacturer's certification. C. Perform the following field tests and inspections and prepare test reports: 1. Test mounting and anchorage devices according to requirements in Division 16 Section "Electrical Supports and Seismic Restraints." 2. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded -case circuit breakers. Certify compliance with test parameters. 3. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16410 - 6 CDG 21018 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 3.5 ADJUSTING A. Set field -adjustable switches and circuit -breaker trip ranges as directed by manufacturer. B. The switchgear manufacturer shall be responsible for recommending the trip settings on all solid state circuit breakers. 3.6 CLEANING A. On completion of installation, vacuum dirt and debris from interiors; do not use compressed air to assist in cleaning. B. Inspect exposed surfaces and repair damaged finishes. END OF SECTION 16410 CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 -1 CDG 21018 PANELBOARDS SECTION 16442 - PANELBOARDS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Distribution panelboards. 2. Lighting and appliance branch -circuit panelboards. 1.3 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground -fault circuit interrupter. C. RFL Radio -frequency interference. D. RMS: Root mean square. E. SPDT: Single pole, double throw. 1.4 SUBMITTALS A. Product Data: For each type of panelboard, overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. Include the following: a. Enclosure types and details for types other than NEMA 250, Type 1. b. Bus configuration, current, and voltage ratings. C. Short-circuit current rating of panelboards and overcurrent protective devices. d. UL listing for series rating of installed devices. e. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 2. Wiring Diagrams: Power, signal, and control wiring. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 1.5 16442 - 2 PANELBOARDS C. Manufacturer Seismic Qualification Certification: Submit certification that panelboards, overcurrent protective devices, accessories, and components will withstand seismic forces defined in Division 16 Section "Electrical Supports and Seismic Restraints." Include the following: 1. Basis of Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. a. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified." b. _ The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. D. Qualification Data: For testing agency. E. Field quality -control test reports including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. F. Panelboard Schedules: For installation in panelboards. Contractor shall submit final versions after load balancing to Architect and Owner. All final panel schedules shall be submitted in electronic format (Xcel or Word) on CD-R. G. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 Section " Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time -current curves, including selectable ranges for each type of overcurrent protective device. QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on -site testing specified in Part 3. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 - 3 CDG 21018 PANELBOARDS C. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories through one source from a single manufacturer. D. Product Options: Drawings indicate size, profiles, and dimensional requirements of panelboards and are g based on the specific system indicated. Refer to Division 1 Section "Product Requirements." E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. F. Comply with NEMA PB 1. G. Comply with NFPA 70. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions, unless otherwise indicated: 1. Ambient Temperature: Not exceeding 104 deg F. 2. Altitude: Not exceeding 6600 feet. B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 6600 feet. 1.7 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, and encumbrances to workspace clearance requirements. B. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. 1.8 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Six spares for each type of panelboard cabinet lock. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 - 4 CDG 21018 PANELBOARDS 1. Panelboards, Overcurrent Protective Devices, Controllers, Contactors, and Accessories: a. Square D/Schneider. b. Cutler -Hammer (Eaton). C. General Electric (GE) 2.2 MANUFACTURED UNITS A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces defined in Division 16 Section "Electrical Supports and Seismic Restraints." B. Enclosures: Flush- and surface -mounted cabinets. NEMA PB 1, Type 1. 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250, Type 3R. b. Kitchen Areas: NEMA 250, Type 4X, stainless steel. C. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. d. Hazardous Areas Indicated on Drawings: NEMA 250, Type 7C. 2. Front: Secured to box with concealed trim clamps. For surface -mounted fronts, match box dimensions; for flush -mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Finish: Manufacturer's standard enamel finish over corrosion -resistant treatment or primer coat. 5. Directory Card: With transparent protective cover, mounted in metal frame, inside panelboard door. C. Phase and Ground Buses: . 1. Material: Hard -drawn copper, 98 percent conductivity. 2. Equipment Ground Bus: Adequate for 'feeder and branch -circuit equipment ground conductors; bonded to box. 3. Isolated Equipment Ground Bus: Adequate for branch -circuit equipment ground conductors; insulated from box. 4. Extra -Capacity Neutral Bus: Neutral bus rated 200 percent of phase bus and UL listed as suitable for nonlinear loads. D. Conductor Connectors: Suitable for use with conductor material. 1. Main and Neutral Lugs: Mechanical type. 2. Ground Lugs and Bus Configured Terminators: Compression type. 3. Feed -Through Lugs: Mechanical type suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 4. Extra -Capacity Neutral Lugs: Rated 200 percent of phase lugs mounted on extra -capacity neutral bus. E. Service Equipment Label: UL labeled for use as service equipment for panelboards with main service disconnect switches. F. Future Devices: Mounting brackets, bus connections, and necessary appurtenances required for future installation of devices. All scheduled spaces shall be fully prepared spaces. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 - 5 CDG 21018 PANELBOARDS 2.3 PANELBOARD SHORT-CIRCUIT RATING A. UL label indicating series -connected rating with integral or remote upstream overcurrent protective devices. Include size and type of upstream device allowable, branch devices allowable, and UL series - connected short-circuit rating. 4 B. Fully rated to interrupt symmetrical short-circuit current available at terminals. 2.4 DISTRIBUTION PANELBOARDS A. Doors: Secured with vault -type latch with tumbler lock; keyed alike. Omit for fused -switch panelboards. B. Main Overcurrent Protective Devices: Circuit breaker. C. Branch Overcurrent Protective Devices: 1. For Circuit -Breaker Frame Sizes 125 A and Smaller: Bolt -on circuit breakers. 2. For Circuit -Breaker Frame Sizes Larger Than 125 A: Bolt -on circuit breakers; plug-in circuit breakers where individual positive -locking device requires mechanical release for removal. 2.5 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Branch Overcurrent Protective Devices: Bolton circuit breakers, replaceable without disturbing adjacent units. B. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. 2.6 OVERCURRENT PROTECTIVE DEVICES A. Molded -Case Circuit Breaker: UL 489, with interrupting capacity to meet available fault currents. All circuit breakers rated 250 A or larger shall be electronic trip circuit breakers. 1. Thermal -Magnetic Circuit Breakers: Inverse time -current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit - breaker frame sizes 250 A and larger. 2. Electronic trip circuit breakers with rms sensing; field -replaceable rating plug or field replicable electronic trip; and the following field -adjustable settings: a. Instantaneous trip. b. Long- and short -time pickup levels. C. Long- and short -time time adjustments. d. Ground -fault pickup level, time delay, and IZt response. 3. GFCI Circuit Breakers: Single- and two -pole configurations with 30-MA trip sensitivity. B. Molded -Case Circuit -Breaker Features and Accessories: Standard frame sizes, trip ratings, and number of poles. 1. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. 2. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 - 6 CDG 21018 PANELBOARDS 3. Ground -Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time - delay settings, push -to -test feature, and ground -fault indicator. 4. Multipole units enclosed in a single housing or factory -assembled to operate as a single unit. PART 3 - EXECUTION 3.1 INSTALLATION A. Install panelboards and accessories according to NEMA PB LL B. Comply with mounting and anchoring requirements specified in Division 16 Section "Electrical Supports and Seismic Restraints." C. Mount tol- of trim 74 inches above finished floor, unless otherwise indicated. D. Mount plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish. E. Install overcurrent protective devices and controllers. 1. Set field -adjustable switches and circuit -breaker trip ranges as directed by manufacturer. 2. The switchgear manufacturer shall be responsible for recommending the trip settings on all solid state circuit breakers. Switchgear manufacturer shall be responsible for providing complete coordination study as required to provide all circuit breaker settings. F. Install filler plates in unused spaces. G. Stub four 1-inch empty conduits from panelboard into accessible ceiling space or space designated to be ceiling space in the future. Stub four 1-inch empty conduits into raised floor space or below slab not on grade. H. Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing. 3.2 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 16 Section "Electrical Identification." B. Create a directory to indicate installed circuit loads after balancing panelboard loads. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. C. Panelboadd Nameplates: Label each panelboard with engraved metal or laminated -plastic nameplate mounted with corrosion -resistant screws. 3.3 CONNECTIONS A. Ground equipment according to Division 16 Section "Grounding and Bonding." B. Connect wiring according to Division 16 Section "Conductors and Cables." CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 - 7 CDG 21018 PANELBOARDS 3.4 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. B. Set field -adjustable circuit -breaker trip ranges as directed by manufacturer's field service representative. C. The switchgear manufacturer shall be responsible for recommending the trip settings on all solid state circuit breakers. Switchgear manufacturer shall be responsible for providing complete coordination study as required to provide all circuit breaker settings. 3.5 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. B. Perform the following field tests and inspections and prepare test reports: 1. Perform each electrical test and visual and mechanical inspection stated in NETA ATS, Section 7.5 for switches and Section 7.6 for molded -case circuit breakers. Certify compliance with test parameters. 2. Correct malfunctioning units on -site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. C. Load Balancing: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. 1. Measure as directed during period of normal. system loading. 2. Perform load -balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. D. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scanning of each panelboard. Remove panel fronts so joints and connections are accessible to portable scanner. 1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each panelboard 11 months after date of Substantial Completion. 2. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Record of Infrared Scanning: Prepare a certified report that identifies panelboards checked and describes scanning results. include notation of deficiencies detected, remedial action taken, and observations after remedial action. CITY OF LUBBOCK — LAND APPLICATION OFFICE 16442 - 8 CDG 21018 PANELBOARDS 3.6 CLEANING A. On completion of installation, inspect interior and exterior of panelboards. Remove paint splatters and other spots. Vacuum dirt and debris; do not use compressed air to assist in cleaning. Repair exposed surfaces to match original finish. END OF SECTION 16442 CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 SECTION 165 11 - INTERIOR LIGHTING PART 1- GENERAL 16511 - 1 INTERIOR LIGHTING 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SU GAARY A. This Section includes the following: 1. Interior lighting fixtures, lamps, and ballasts. 2. Emergency lighting units. 3. Exit signs. 4. Lighting fixture supports. 1.3 DEFINITIONS A. BF: Ballast factor. B. CRI: Color -rendering index. C. CU: Coefficient of utilization. D. HID: High -intensity discharge. E. LER: Luminaire efficacy rating. F. Luminaire: Complete lighting fixture, including ballast housing if provided. G. RCR: Room cavity ratio. 1.4 SUBMITTALS A. Product Data: For each type of lighting fixture, arranged in order of fixture designation. Include data on features, accessories, finishes, and the following: 1. Physical description of lighting fixture including dimensions. 2. Emergency lighting units including battery and charger. 3. Ballast. 4. Energy -efficiency data. 5. Air and Thermal Performance Data: For air -handling lighting fixtures. Furnish data required in "Submittals" Article in Division 15 Section "Diffusers, Registers, and Grilles." 6. Sound Performance Data: For air -handling lighting fixtures. Indicate sound power level and sound transmission class in test reports certified according to standards specified in Division 15 Section "Diffusers, Registers, and Grilles." 7. Life, output, and energy -efficiency data for lamps. CITY OF LUBBOCK— LAND APPLICATION OFFICE 16511 - 2 CDG 21018 INTERIOR LIGHTING 8. Photometric data, in IESNA format, based on laboratory tests of each lighting fixture type, outfitted with lamps, ballasts, and accessories identical to those indicated for the lighting fixture as applied in this Project. a. For indicated fixtures, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaining fixtures shall be certified by the manufacturer. b. Photometric data shall be certified by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program (NVLAP) for Energy Efficient Lighting Products. B. Shop Drawings: Show details of nonstandard or custom lighting fixtures. Indicate dimensions, weights, methods of field assembly, components, features, and accessories. 1. Wiring Diagrams: Power and control wiring. C. Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Lighting fixtures. 2. Suspended ceiling components. 3. . Structural members to which suspension systems for lighting fixtures will be attached. 4. Other items in finished ceiling including the following: a.. Air outlets and inlets. b. Speakers. C. Sprinklers. d. Smoke and fire detectors. e. Occupancy sensors. f. Access panels. 5. Perimeter moldings. D. Samples for Verification: Interior/exterior lighting fixtures may be designated for sample submission by Engineer. When requested each sample shall include the following: 1. Lamps: Specified units installed. 2. Accessories: Cords and plugs. E. Product Certificates: For each type of ballast for bi level and dimmer -controlled fixtures, signed by product manufacturer. F. Qualification Data: For agencies providing photometric data for lighting fixtures. G: Field quality -control test reports. H. Operation and Maintenance Data: For lighting equipment and fixtures to include in emergency, operation, and maintenance manuals. I. Warranties: Special warranties specified in this Section. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 1.5 QUALITY ASSURANCE 16511 - 3 INTERIOR LIGHTING A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.7. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. D. FMG Compliance: Lighting fixtures for hazardous locations shall be listed and labeled for indicated class and division of hazard by FMG. E. Mockups: Provide interior lighting fixtures for room or module mockups, complete with power and control connections. 1. Obtain Architect's approval of fixtures for mockups before starting installations. 2. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work 3. Approved fixtures in mockups may become part of the completed Work if undisturbed at time of - Substantial Completion. 1.6 COORDINATION A. Coordinate layout and installation of lighting fixtures and suspension system with other construction that penetrates ceilings or is supported by them, including HVAC equipment, fire -suppression system, and partition assemblies. 1.7 WARRANTY A. Special Warranty for Emergency Lighting Batteries: Manufacturer's standard form in which manufacturer of battery -powered emergency lighting unit agrees to repair or replace components of rechargeable batteries that fail in materials or workmanship within specified warranty period. ' 1. Warranty Period for Emergency Lighting Unit Batteries: Five years from date of Substantial Completion. 2. Warranty Period for Emergency Fluorescent Ballast and Self -Powered Fait Sign Batteries: Five years from date of Substantial Completion.. B. Special Warranty for Ballasts: Manufacturer's 'standard form in which ballast manufacturer agrees to repair or replace ballasts that fail in materials or workmanship within specified warranty period. 1. Warranty Period for Electronic Ballasts: Five years from date of Substantial Completion. 2. Warranty Period for Electromagnetic Ballasts: Three years from date of Substantial Completion. C. Special Warranty for T8 Fluorescent Lamps: Manufacturer's standard form, made out to Owner and signed by lamp manufacturer agreeing to replace lamps that fail in materials or workmanship, fo.b. the nearest shipping point to Project site, within specified warranty period indicated below. Warranty Period: One year(s) from date of Substantial Completion. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 PART 2 - PRODUCTS 2.1 MANUFACTURERS 16511 -4 INTERIOR LIGHTING A. In Interior Lighting Fixture Schedule where titles below are column or row headings that introduce lists, the following requirements apply to product selection: 1. Basis -of -Design Product: The design for each lighting fixture is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. Substitute lighting manufacturers shall submit lighting fixtures submittal data to the engineer for review and approval ten (10) calendar days prior to the bid date. 2.2 LIGHTING FIXTURES AND COMPONENTS, GENERAL REQUIREMENTS A. Recessed Fixtures: Comply with NEMA LE 4 for ceiling compatibility for recessed fixtures. B. Incandescent Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5A. C. Fluorescent Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5 and NEMA LE 5A as applicable. D. HID Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5B. E. Metal Parts: Free of burrs and sharp corners and edges. F. Sheet Metal Components: Steel, unless otherwise indicated. Form and support to prevent warping and sagging. G. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. H. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces:. 75 percent. 4. Laminated Silver Metallized Film: 90 percent. I. Plastic Diffusers, Covers, and Globes: 1. Acrylic Lighting Diffusers: 100 percent virgin acrylic plastic. High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. a. Lens Thickness: At least 0.156 inch minimum unless different thickness is indicated. b. UV stabilized. 2. Glass: Annealed crystal glass, unless otherwise indicated. �l CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 2.3 BALLASTS FOR LINEAR FLUORESCENT LAMPS 16511 - 5 INTERIOR LIGHTING A. Electronic Ballasts: Comply with ANSI C82.11; instant -start type, unless otherwise indicated, and designed for type and quantity of lamps served. Ballasts shall be designed for full light output unless dimmer or bi-level control is indicated. 1. Sound Rating: A: 2. Total Harmonic Distortion Rating: Less than 10 percent. 3. Transient Voltage Protection: IEEE C62.41, Category A or better. 4. Operating Frequency. 20 kHz or higher. 5. Lamp Current Crest Factor: 1.7 or less. 6. BF: 0.85 or higher. 7. Power Factor: 0.98 or higher. 8. Parallel Lamp Circuits: Multiple lamp ballasts shall comply with ANSI C 82.11 and shall be connected to maintain full light output on surviving lamps if one or more lamps fail. B. Electromagnetic Ballasts: Comply with ANSI C82.1; energy saving, high -power factor, Class P, and having automatic -reset thermal protection. 1. Ballast Manufacturer Certification: Indicated by label. C. Single Ballasts for Multiple Lighting Fixtures: Factory -wired with ballast arrangements and bundled extension wiring to suit final installation conditions without modification or rewiring in the field. D. Ballasts for Low -Temperature Environments: 1. Temperatures 0 Deg F and Higher: Electronic type rated for 0 deg F starting and operating temperature with indicated lamp types. 2. Temperatures Minus 20 Deg F and Higher: Electromagnetic type designed for use with indicated lamp types. E. Ballasts for Low Electromagnetic -Interference Environments: Comply with 47 CFR, Chapter 1, Part 18, Subpart C, for limitations on electromagnetic and radio -frequency interference for consumer equipment. F. Ballasts for Bi-Level Controlled Lighting Fixtures: Electronic type. 1. Operating Modes: Ballast circuit and leads provide for remote control of the light output of the associated lamp between high and low-level and off. a. High -Level Operation: 100 percent of rated lamp lumens. b. Low -Level Operation: 30 percent of rated lamp lumens. 2. Ballast shall provide equal current to each lamp in each operating mode. 3. Compatibility: Certified by manufacturer for use with specific bi-level control system and lamp type indicated. 2.4 BALLASTS FOR COMPACT FLUORESCENT LAMPS A. Description: Electronic programmed rapid -start type, complying with ANSI C 82.11, designed for type and quantity of lamps indicated. Ballast shall be designed for full light output unless dimmer or bi-level control is indicated: 1. Lamp end -of -life detection and shutdown circuit. 2. Automatic lamp starting after lamp replacement. CITY OF LUBBOCK - LAND APPLICATION OFFICE 16511 - 6 CDG 21018 INTERIOR LIGHTING 3. Sound Rating: A. 4. Total Harmonic Distortion Rating: Less than 20 percent. 5. Transient Voltage Protection: IEEE C62.41, Category A or better. 6. Operating Frequency: 20 kHz or higher. 7. Lamp Current Crest Factor: 1.7 or less. 8. BF: • 0.95 or higher, unless otherwise indicated. 9. Power Factor: 0.98 or higher. 10. Interference: Comply with 47 CFR, Chapter 1, Part 18, Subpart C, for limitations on electromagnetic and radio -frequency interference for nonconsumer equipment. 11. Ballast Case Temperature: 75 deg C, maximum. 2.5 EMERGENCY FLUORESCENT POWER UNIT A. Internal Type: Self-contained, modular, battery -inverter unit, factory mounted within lighting fixture body and compatible with ballast. Comply with UL 924. 1. Emergency Connection: Operate 1 fluorescent lamp(s) continuously at an output of 1100 lumens each, Connect unswitched circuit to battery -inverter unit and switched circuit to fixture ballast. 2. Night -Light Connection: Operate one fluorescent lamp continuously. 3. Test Push Button and Indicator Light: Visible and accessible without opening fixture or entering ceiling space. a. Push Button: Push -to -test type, in unit housing, simulates loss of normal power and demonstrates unit operability. b. Indicator Light: LED indicates normal power on. Normal glow indicates trickle charge; bright glow indicates charging at end of discharge cycle. - 4. Battery: Sealed, maintenance -free, nickel -cadmium type. 5. Charger. Fully automatic, solid-state, constant -current type with sealed power transfer relay. 6. Remote Test: Switch in hand-held remote device aimed in direction of tested unit initiates coded infrared signal. Signal reception by factory -installed infrared receiver in tested unit triggers simulation of loss of its normal power supply, providing visual confirmation of either proper or failed emergency response. 7. Integral Self -Test: Factory -installed electronic device automatically initiates code -required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and flashing red LED. 2.6 BALLASTS FOR HID LAMPS A. Electromagnetic Ballast for Metal Halide Lamps: Comply with ANSI C82.4 and UL 1029. Include the following features, unless otherwise indicated: 1. Ballast Circuit: Constant -wattage autotransformer or regulating high -power -factor type. 2. Minimum Starting Temperature: Minus 22 deg F for single -lamp ballasts. 3. Normal Ambient Operating Temperature: 104 deg F. 4. Open -circuit operation that will not reduce average life. 5. Low -Noise Ballasts: Manufacturers' standard epoxy -encapsulated models designed to minimise audible fixture noise. B. High -Pressure Sodium Ballasts: Electromagnetic type, with solid-state igniter/starter. Igniter -starter shall have an average life in pulsing mode of 10,000 hours at an igniter/starter-case temperature of 90 deg C. 1. Minimum Starting Temperature: Minus.40 deg F. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 2. Open -circuit operation shall not reduce average lamp life. 2.7 EXIT SIGNS 16511 - 7 INTERIOR LIGHTING A. Description: Comply with UL 924; for sign colors, visibility, luminance, and lettering size, comply with authorities having jurisdiction. B. Internally Lighted Signs: 1. Lamps for AC Operation: LEDs, 70,000 hours minimum rated lamp life. 2. Self -Powered Exit Signs (Battery Type): Integral automatic charger in a self-contained power pack. a. Battery: Sealed, maintenance -free, nickel -cadmium type. b. Charger: Fully automatic, solid-state type with sealed transfer relay. C. Operation: Relay. automatically energizes lamp from battery when circuit voltage drops to 80 percent of nominal voltage or below. - When normal voltage is restored, relay disconnects lamps from battery, and battery is automatically recharged and floated on charger. d. Test Push Button: Push -to -test type, in unit housing, simulates loss of normal power and demonstrates unit operability: e. LED Indicator Light: Indicates normal power on. Normal glow indicates trickle charge; bright glow indicates charging at end of discharge cycle. f. Remote Test: Switch in hand-held remote device aimed in direction of tested unit initiates coded infrared signal. Signal reception by factory -installed infrared receiver in tested unit triggers simulation of loss of its normal power supply, providing visual confirmation of either proper or failed emergency response. g. Integral Self -Test: Factory -installed electronic device automatically initiates code -required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and flashing red LED. . 2.8 FLUORESCENT LAMPS A. Low -Mercury Lamps: Comply with EPA's toxicity characteristic leaching procedure test; shall yield less than 0.2 mg of mercury per liter when tested according. to NEMA LL 1. B. T8 rapid -start low -mercury lamps, rated 32 W maximum, nominal length of 48 inches, 2950 initial lumens (minimum), CRI 82 (minimum), color temperature 4100 K, and average rated life 20,000 hours, unless otherwise indicated. C. Compact Fluorescent Lamps: 4-Pin, low mercury, CRI 80 (minimum), color temperature 4100 K, average rated life of 10,000 hours at 3 hours operation per start, and suitable for use with dimming ballasts, unless otherwise indicated. 1. 26 W: T4, double or triple tube, rated 1800 initial lumens (minimum). 2. 32 W: T4, triple tube, rated 2400 initial lumens (minimum). 3. 42 W: T4, triple tube, rated 3200 initial lumens (minimum). 4. 55 W: T4, triple tube, rated 4300 initial lumens (minimum). CITY OF LUBBOCK — LAND APPLICATION OFFICE 16511 - 8 CDG 21018 INTERIOR LIGHTING 2.9 HID LAMPS A. High -Pressure Sodium Lamps: ANSI C78.42, CRI 21 (minimum), color temperature 1900 K, and average rated life of 24,000 hours, minimum. 1. Dual -Arc Tube Lamps: Arranged so only one of two arc tubes is lighted at one time and, when power is restored after an outage, the cooler arc tube, with lower internal pressure, lights instantly, providing an immediate 8 to 15 percent of normal light output. B. Metal -Halide Lamps: ANSI C78.1372, with a minimum CRI 65, and color temperature 4000 K. 2.10 LIGHTING FIXTURE SUPPORT COMPONENTS A. Comply with Division 16 Section "Electrical Supports and Seismic Restraints" for channel- and angle - iron supports and nonmetallic channel and angle supports. B. Single -Stem Hangers: 1/2-inch steel tubing with swivel ball fittings and ceiling canopy. Finish same as fixture. C. Twin -Stem Hangers: Two, 1/2-inch steel tubes with single canopy designed to mount a single fixture. Finish same- as fixture. D. Wires: ASTM A 641/A 641M, Class 3, soft temper, zinc -coated steel, 12 gage. E. Wires for Humid Spaces: ASTM A 580/A 580M, Composition 302 or 304, annealed stainless steel, 12 gage. F. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod. G. Hook Hangers: Integrated assembly matched to fixture and line voltage and equipped with threaded attachment, cord, and locking -type plug. PART 3 - EXECUTION 3.1 INSTALLATION A. Lighting fixtures: Set level, plumb, and square with ceilings and walls. Install lamps in each fixture. B. Support for Lighting Fixtures in or on Grid -Type Suspended Ceilings: Use grid as a support element. 1. Install a minimum of two ceiling support system rods or wires for each fixture. ' Locate not more than 6 inches from lighting fixture comers. 2. Support Clips: Fasten to lighting fixtures and to ceiling grid members at or near each fixture comer with clips that are UL listed for the application. 3. Fixtures of Sizes Less Than Ceiling Grid:' Install as indicated on reflected ceiling plans or center in acoustical panel, and support fixtures independently with at least two 3/4-inch metal channels . spanning and secured to ceiling tees. 4. Install at least one independent support rod or wire from structure to a tab on lighting fixture. Wire or rod shall have breaking strength of the weight of fixture at a safety factor of 3. CITY OF LUBBOCK — LAND APPLICATION OFFICE CDG 21018 16511 - 9 INTERIOR LIGHTING C. Suspended Lighting Fixture Support: 1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging. 2. Stem -Mounted, Single -Unit Fixtures: Suspend with twin -stem hangers. 3. Continuous Rows: Use tubing or stem for wiring at one point and tubing or rod for suspension for each unit length of fixture chassis, including one at each end. D. Adjust aimable lighting fixtures to provide required light intensities and to provide the beam spread as requested by Owner and/or Engineer. Final aiming of light fixtures shall be performed in presence of Owner and Engineer. E. Connect wiring according to Division 16 Section "Conductors and Cables." All fixtures shall be wired independently of other fixtures thru J-boxes. "Daisy chaining" of light fixture wiring together shall not be allowed. 3.2 FIELD QUALITY CONTROL A. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery and retransfer to normal. B. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. END OF SECTION 16511 —a. c�..�.,,me,««:m:.x„ rp.„.„�..�:m,, �a rp w^'^«ae� ^^^Mr .x.sn�...-W w�a.,,,...�.,,p {n.,.� ,�»++«-,-+p •--�---..„«..y SrE TI SMPLANAWOETAU STRUCTURAL SF FOLNMIN MW MAU S2 FORMIN MIMS S3 hTFAA:TIAALOETAU L71O.�i.iFOflLAA,gF1 ypC Yeli Lf$' I/-O%III1CIfeKQOIIWR ]N16 mvxs ma�uAsuvweu Rdaa-Rvi tll6pelCleM lMC IITN wwdo save IAlW 9A@fIRl02 ! I091aL YJ@,le1Ye ,1®LY�@IIP02 IeYtA�[ I eYt ALDS[ ®11M Ieie l7 M>a AdR�l� 1 Mu6t A dAlIP02 l esr drloivnoioa alive CITY OF LUBBOCK LAND APPLICATION OFFICE 4602 EAST 19TH STREET LUBBOCK, TEXAS INDEX OF SHEETS ARCHITECTURAL Al MOM ROOKPUN A2 FPSI FU=FLAK A3 FS EMCBMMM M F1 w FLAN AS F9 SM HA'ATM AA WAl;ECM A7 Ll1.MOfl BMA71M AM WrAU AS C=SCHE UP AID DUALS A9 AJITOETAL.S C 0 N D R A Y DESIGN GROUP INC. 1402 AVENUE N LUBBOCK TEXAS 79401 W&74&6180 FAX SM748.6183 MECHANICAL W RA{6FOftA1L SCFf371LE W FNACPLA1�8d�1A MAU ELECTRICAL EI LIWW FLAB BILE aF0VaADCOMWWAWfiM N p Electrical &Mechanical EngineersRjf SUREND ANCONSULTING R LA�Consulting APPI MMECD Q CRmFOnp PI1.0 ,v.....,� .ew. itl023W Rd LubbmkTX794 i" s 9107 Km ft Avenue Phan: W6.793A W anmWnncomWft cam Firm ftgWmt No. RSSSS GET FAAAEEFI COO PflDJ MM C2W@ DATE o9bD/2o11 r^9A e I� kg AA,,Oa uwo PaucAnoH ovFTCE C 0 NDRAY DESIGN GROUP, INC. o o p 2 '�. ouwwowwc. urau 48O2 EAST 787H STREET LUBBOCK, TEXAS �fcf �rc�acf fc if •c�, i[faf rffcr �1 L C � ,� ue F >� t>e +s• --t.— i i r—- __ 1 I I ___ ________�_t 1 f 4ri I � L yy hw°,tYx rt— ---__ i ew� —__—____ r 1 I q I pp yppyyyy�a C.iT et]Ala] :1 tl2 UC]Aa_V r 2 I Art s..]w,rt' eras-nwve' em I { r 1 1 —_-- no snag t-- eex r— r ee 1 wear 1 1 L nro• C/ !/ V lJ V U ISM $ a g a I R Z q ak I I� Z� I IT 6 zx a Ailli i ia�< , lip i. poll Al 12 ;5 �1 p e If� ne w Lueeoac LAND APPLICTION AOFFlCE C 0 N D R A Y DSSION GROUP, INC. o o .' �`� *•w� �� 2 1 4502 EAST I - STREET LUBBOCII, TEXAS ]]s] ar[[�t ■ �wwao uR l.,.r4 s ad H z z u r/1 VJit; ill �14LAND .1 A' C1 OF LUBBOCK APPLICATON OFFICE 4602 EAST 19TN STREET LUBSOCK. TEXAS C 0 N D R A Y DESIGN GROUP. INC. III.'It ... . l.1/Ott, 11.11 /ll/1 o g W-1 Tyltp �+ranmw )I1-I..I®0 w��rFr Hill 11 r$ q r t ;i6 4 Y `i kill p y Jill as ¢it YYBY Y it til�: [ !p fr��$# " H# t x t� $ �Q!� Q t !t AZ, i a •! ! Ag5§ p ! g [ !�} 9!; g " t ; $ stn_t$� g ! kt!k 3g�eOL ''��ytSL >t > ��Ei # # �a! H�(i 8sk k ! & ¢ ptk gr 4k�ki k k Lii� n �3 s �; 4� R$ R� ? #RnRC y ii �'i� FQa ? gR 0.A 3it7 7777 q g Y KKC[[Cr fii6Sf ite R x i& eQQp! �4 y4 e`SC v i 1H 9L Ell I Y N p P r P po X ', — ► P `� t I l $ t �$ [ a it i $ I `, 8'8EE! toILI RR `lE 7Ij[ k dgpl� i�SRHE � 7yi �¢ y n rt i $ S 4i IL IL l � Yy jg 888A 7 I iifn� t iddl[ .v i r its � bb , f° k a � $ CITY OF LUBSOCK C 0 N D R A Y 8 44 $$�i" LAND APPLICATOM y,/ ION y� y�A�g9 DESIGN GROUP, INC. "� �'�-+w�� C,-=r t S W 4E02 UST 19TH STREET �..I ......... "�.; 9 LUBBOCK. TEXAS u....[.nn. ,. u. ��1'9�R Ella 1.11! lYtll '1t.11.1 5vxaz I LSV m 133a1s HLEI 15v3 ZOBY I pg�mgap I 41 p '�NIK'Ja0va *K0189r0�I¢j X Y 11 Q m o ✓ , XX)MM340 AID z a Midi L s lilt H RQOR ,aa 1�� � .01;7 � 1 Mimi 11 p I 'II I an. un. U 0 Q 0 0 ooeso !Ili N �s i Olt it } c I an oaC N R AY MxWkW �. ow DN INV N! CA71 DESIGN GRO NR � w�Eww y E8 a�6 4602 CAST TSTREET LUBBOCK. TDH9 ...:.. [.rt . rrro oo., rrr.t rr.o� 5 ®® o®®a I MOON t, " if q elei 6�3 '�• CITY or LUBeoac LAND APPUCAnoN OPFTCE CONDRAY D 9 6 1 C N CBODP, INC. G� ,,;," $�•�,�„ n �+ 4602 EAST 19TH STREET LUBsom TEXAS ��t: tr[f uc■ f.ttoac, �[f tf /fft� wnmm �.eot'�' 'o �w W 1$ F �� i� BB "" e y O0 e®o a®a il lot 4 6 i I CITY OF LUSSOCK LAND APPLICAnON OFFlCE C 0 N D RAYgY9 DRBION OBOUP, INC. 4602 EAST tiles smEEl LUBBOCKTEXAS 14e] arl.el [ l[e[ee[, 00A00000 a ° jagal aTT oc LUBBOCK C 0 N D R A Y yyc LAA"UCATION OMCE DEEIGF GBODP, INC F1C�—*�� M%= ; spoil'"! B 1� 4602 EAST 197H STREET LUBBOCK, TEXAS 1[[ M.,I l[[..ec, 7[[A[ 771" S Y6 ([[[) 71[-1177 ® ®0®®®®®®000 09 OAO 9 j w �DD �a �" 0�641 :� cP4� 8 LAND A 8„.. C 0 N D R A Y DESIGN GROUP, INC. . VJ 1 ri .� 4002 EAST 19TH STREET -IAlt..t■ LUBBOCK. TExAS t.... a t.'CM 704.1mc yy F� st a s i p t ee 1 � I 1 .4� 0 D/ Vi/ 8 9CITY a R• iQIiF y h� tl4ugg OF LUBBOCK LAND APPUCAnON OFFICE�ro-T-`" C O N D R A Y D3SION as0UP, INC. a ♦ ap? '�iii"YYY 4802 EAST 14TF1 STREET LUBBOM TEXAS ��.. ..t..��uwewn,wuaw�y i���ec., r...t 11,.i ,...mow. ICI ■ [ [ 99 77 8 36• $tl lSiY CITY OF LUBBOCK LAND APPLICATION OFFICE 4602 EAST 197H STREET CONDRAY DESIGN GROUP, INC. I[[t Lr[[vc+ � o EMUddt�ikA G p iro,"Iw..� 4� 4`ARTHEI. ONfNNt1IIRMO 8a0i01n�1[lOtm$ �` ,L � ••' � L `.` �' i LUBBOCK, TEXAS [r[[[c [, I[aLf /r1[I 'm�wsn°Iwnw -" �/ uw• J•9- f PC a� 11' n € ga�� arr of ueeoa C N D RAY LAND APPUCATION OFFlCE D E S I C H GROUP , I H C. S • yToss j A 4802 EAST STREET i......... ■ MORtNS LUBBOCUMMUL ENOINEEAIN6 CN. T 8OE%AS a...Oea, I[a..>.a.. an -S A I...)... -a... MjaLw=-- l [fill sd QQQ( jr flit II U 1 1 1 1 1 1 1 J !1 i � = 0 elk I [if IF fill IF gR r } E i Y f ii lid " IV � 9 S @$e.k' s is � Y EROpt �$ i CITY CE "'.."T.LUBBOCK LANo Aaauor-Fl C 0 N DRAY D'S S I C N CROUP , 1 N C. o..,aw... �+ +".e.�. ,...Y 46O2 EAST tfiTH STREET LUBBOCK, TEXAS fot artff[ f fffffcf, itt•[ tffft Iffft tff-flff OARIHELEN©INEERING g-�nsnmNB owt�W� amaa rwss A.�1 Elm �i Y Q al N Q 3 SV%31 ')YJ098f11H161ls" LOGYll1XWY3lT telyppA@@00 4 96lF�0 C Rlof✓•N 41m14f9 7 © Howl jo Al aHv9 H�OB9nl !O u4 41^ *1 1 s O m i5� gi J 91 I I If » m i"• ` 140 a i a9�gE��g am os -f B— C 0 N D RAY o o urao Avru ,, or�cE �„[y„A DESICN CROUP. INC. NE NG 4602 EAST 19TH STREET 1111 [f[t[[ • CAHSX OLUUTI�NS ENGINEERING asw Y LUBBOCK. TEXAS Moat. ttut nt[i tN (t[t17[t- M v�wurtmmz- r - 1111111111101101101101101 ---------------- ------ 1111111111011011011011011 1111111111111111110110110110110 I li yC I CTY OF' LU13SOCK PUC LAND AP ATION OFFICE C 0 NDRAY D E S I GN GROUP, INC. ca CLARTHEL ENGINEEIRING "435 4602 CAST 19 STREET LUBBOCK, TEXAS IAV lubbcb400w ck ADDENDUMV RFP 11-10150-RH Construction of Lubbock Land Application Site Office DATE ISSUED: SEPTEMBER 2, 2011 CLOSE DATE & T M: SEPTEMBER 14, 2011 @ 3:00 PAL The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH . Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the change of Completion Days from (120) one hundred twenty to (190) one hundred eighty consecutive calendar days. Submittal form has been revised to reflect change and MUST BE SUBMITTED WITH PROPOSAL. 2. Contractor Checklist -Amended to include Contractor's Statement of Qualifications, Attached and MUST BE SUBMITTED WITH PROPOSAL 3. Contractor's Statement of Qualifications, Attached and MUST BE SUBMITTED WITH PROPOSAL. All requests for_additional information.; or clarification must be submitted in writing and directed to City of Lubbock Robin Holder, Senior Buyer Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2129 or Emailed to rholder@,mylubbock.us THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing et Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. PROPOSAL SUBMITTAL LUMP SUM PROPOSAL CONTRACT DATE: RFP Number: 11-10150-RH-Construction of Lubbock Land Application Site Office Proposal of _ called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for "Construction of Lubbock Land Application Site Office" 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 construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. l l_J G L l Offeror's Initial Offeror hereby agrees to commence the work on the above project on a date to be specified in a written r "Notice to Proceed" of the Owner and to substantially complete the project within (180) One Hundred and Eighty 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 $200 (Two -Hundred Dollars) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. _1 t The proposed number of consecutive calendar days to substantial completion: The proposed number of consecutive calendar days to final completion: 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 City of Lubbock, TX Purchasing and Contract Management RFP 11-10150-RH "REVISED" Contractor's Checklist Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original of every item listed. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal 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 Offeror binds himself on acceptance of his proposal 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. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late proposals will not be accepted. 6. Complete and submit the CONTRACTORS STATEMENT OF QUALIFICATIONS 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Proposal. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firin's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) 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. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgment 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 funds 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. IComplete the following information for your organization: Contractor's General Information Organization Doing Business As Business Address of Principle Office Telephone Numbers Main Number Fax Number Web Site Address Form of Business (Check One) If a Corporation Date of Incorporation A Corporation A Partnership An Individual State of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization State whether partnership is general or limited If an Individual Name Business Address Identify all individuals not previously rt amount of ri r over the organization Indicators of r Average Number of Current Full Time Average Estimate of Revenue for Employees the Current Year Contractor's Organizational Experience Organization Doing Business As Business Address of Regional Office Name of Regional Office Manager Telephone Numbers Main Number Fax Number Web Site Address Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: As a General Contractor I I As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? 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 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 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 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 defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As Proposed P• Or-anization Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Experience of 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 Project Superintendent Project Safety Officer Quality Control Manager If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Prirnary Candidate 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 Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates a roval to contacting 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 Project Alternate Candidate Name of Individual Candidates role on Project 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 Percent of Time Used for this Project Estimated Project 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 Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates a royal to contacting 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 Project CandidateAlternate Name of Individual Candidate role on Project Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ContactReference . . _ narnes-indicates approval to contacting Name Name Title(Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role -r on Project L� i- Proposed Project Safety Officer Organization Doing Business As Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information(listing names indicates ap val to contacting 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 Project Alternate Candidate Name of Individual Candidate role on Project 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 Project Estimated Project Completion Date Contact Name Inilorination (listing narnes indicates approvalReference Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project Candidate role on Project 7 Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual 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 this Project Estimated Project Completion Date Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project Candidate role on Project Alternate Caiididate Name of Individual 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 this Project Estimated Project Completion Date FIRRVIR RR• Name • • • • . Name • Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As 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 this project. 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. Meeting HUB / MWBE Participation Goal Provide a list of major equipment proposed for use on this project. Attach Additional Information if necess Equipment Item Primary Use on Project Own B ill Lease Division of Work between Organization and SUbcontractoi, What work will the or anization complete using its own resources? What work does the organization propose to subcontract on this roject? Contractor's Subcontractors and Vendors Organization Doing Business As Project• • Provide a list of subcontractors that will provide more than 10 percent of the work as on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if nec Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Project Owner I IProject Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name 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 Proiect Information Project Owner Project Name General Description of Project Project• Budget History Schedule Performance Amount of Bid Amount Date Days y Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Reference Contact• .n (listing names indicates approval to contacting Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Sure issues / Disputes Resolved Number of Issues Resolved or Pending Resolution by Arbitration, Liti-ation or Dispute Total Amount involved in Resolved Issues Review Boards Number of Issues Total Amount involved in Pending Resolved Issues ADDENDUM #2 RFP 11-10150-RH Construction of Lubbock Land Application Site Office DATE ISSUED: SEPTEM 3ER 9, 2011 CLOSE DATE & TIME: SEPTEMBER 14, 2011 @ 3:00 P. VL The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the listed change in drawings. The floor plan at rooms 108 Women, 110 Men, 111 Janitor Closet, and 112 Office has been revised. Refer to attached Supplemental Drawings SDI, SD2, SD3, SD4, SD-M1, SD-M3, SD -El, and SD-E2 for changes. 2. In answer to a question requesting clarification on ceiling heights: All ceiling heights are to be 9'-0" AFF, except in 109 Mech, 108 Women, and 110 Men, which are to have 8'-0" ceilings. All requests: ior; additional. information or clarification must be submitted_in ;writing and.: directed to` City of Lubbock, Purchasing and Contract Management Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be E-mailed to rholder@mylubbock.us or faxed to (806)775-2164. THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing Ft Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. f4lo um CITY OF LUBBOCK LAND APPLICATION OFFICE %"'` _,� SDI: F'3ESTROOM MODIFICATIONS -SHEET Al �= CCONDDRAY DESIGN GROUP INC I PREFABRICA TED ACCESSIBLE SHOWER UNIT. REFER TO PLUMBING. OZ ACCESSIBLE BENCH. REFER TO SD4. i 2 OFFI E o 111 JANITOR CLOSET 107 HALLWAY 1 2 1io MEN rn rn -- -� o, �o 1 r88 J WOMEN CMEC�HIL I TOFECL. MECH CrrY OIL LUBBOCK LAND APPLICATION OFRCE SCALE.- 114" = 1 '-V CONDRAY DESGN GROUP, W. 114 OFFICE PROD. NO. 21108 DA TE.• 0910712011 CEI��IC ,MX� � * SCALE. 114" = 1=0" MKI 1 Y DD :SAME NO GRCOCP INC. 2x4 FLUORESCENT LIGHT FIXTURE ® SUPPL Y GRILLE NRETURN AIR GRILLE ® EXHAUST FAN/AIR RETURN DRYWALL FURR-DOWN ABOVE SHOWER OPENING. V PREFAB SHOWER CEILING WITH LIGHT FIXTURE. PROJ. NO. 21108 DATE.• 0910712011 4'-0" CLEAR BENCH MILLWORK ELEVATION N�1 MIA WRATM SECTI©�►' P.LAM FINISH ON (2) LAYERS OF 3/4" EXTERIOR PLYWOOD. O 112" RADIUS CORNER. O3 BENCH SUPPORT BRACKETS. COY OF LUBBOCK LAND APPLICATION OFFICE SD4. 'ACCESSIBLE E DRESSING BENCH SCALE. 3/4" = 1' 0" CONDRAY DD 1 SQN GROUP, aNC. i_...1 PROD. NO. 21108 DA TE• 0910712011 i Arc � • ��i+1 m m0 M00 BR*96§HAW i• �.864 5 CIS OF LUBBOCK E Sao: LAN® APPUCAT ION OFFICE q(��c t SD —El: RESTROOM M®®IFBCATI S — SKEET El SCALE. 1/4'= IV' CDGPROJ. N0. 21108 DATE.• OW12011 ESA CONSULTING ENGINEERS, PLLC AW �- CliY OF LUBBOCK LAND APPLICATION OFFICE " . % I SD-E2: RESTR MODPCATIONS SHEET E2 SCALE: 114'a V-0' CDGPROJ. Na 21108 DATE 09/7/2011 BSA CONSULTM ENGWEERS, PLLLC Y•V-r1 S �M 1 RESTF'���TOO �� MnDD IFIC �-.TI:� NS SH ET P�'! i PROU NO. :S_j. CONSULTING ENINEEPS PLLC nr-r CITY OF LUBBOCK ��am.A; J 0 ; I 12x 1 Ci4�2L��11N. � �VIfAMf'LEf�� 97056 A /CET1S�,��+~ 9 5- /1 SCALE.• 1/4' = 1'-0' g �II� fl p p I� CDG PROJ. NO. 21108 BSA C®NSU� u NG Eu �IGWEERS, i1- LLC WE 091712011 C_ 0lu 1 roo- cibboofck TEXAS ADDENDUM #3 RFP 11-10150-RH Construction of Lubbock Land Application Site Office DATE ISSUED: SEPTEM 3ER 12, 2011 CLOSE DATE & TIME: SEPTEMBER 14, 2011 @ 3:00 P.M. The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the engineer's ADDENDUM No. 3, attached. All requests for additional information or clarification must be submitted in venting and directed to City of Lubbock, Purchasing and Contract Management Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be E-mailed to rholder(i4mylubbock.us or faxed to (806)775-2164. THANK YOU, Boddie lfdde4 Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It sha l be the bidder's responsibility to advise the City of Lubbock Director of Purchasing l't Contract Management if any laneuaee, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. 1.-7 i r--77 !^"�^1 _ L....... Prniprt infnrmatinn Project Owner Project Name General Description of Project PI-oJect Budget and Scliedule Perfonnance Budget History Schedule Performance Amount % of Bid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Key • .ject Personnel Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. ContactReference •rmation (listin- nanies indicatesapproval to contacting Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager SuLety Issues / Disputes Resolved oi- Pending Resolution bv Ai-bitration, Liti-ation or Dispute Review Boai-ds Number of Issues Total Amount involved in Number of Issues Total Amount involved in Resolved Resolved Issues I I Pending Resolved Issues Tfil CAR 1fV. WAMPLEF .d.. 97056 A f- 5- It CITY OF LUBBOCK LAN® APPLCAT ION OFFICE -M3: RESTROOM MODIFICATIONS - SHEET M3 CITY OF LUBBOCK LAND APPLICATION OFFICE LUBBOCK, TEXAS BSA Consulting Engineers, PLLC Texas Firm Registration No. F-4415 BSA Project No. 2011-041 ADDENDUM September 12, 2011 �B�ZADSHAIli m0 QMI N........... I ................ $ 0 C` -. 864r15 NOTICE TO BIDDERS: The following shall be incorporated in and become a part of the original Drawings and Specifications of the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal. Electrical Items: Item 1: On the drawings, Sheet ME1, for clarification, the two 2" communication service conduits shall be stubbed out as indicated with pull strings installed. The communications service and associated service fees shall not be included in this contract. Item 2: On the drawings, Sheet E3, Electrical Riser Diagram, on the building exterior adjacent to the meter base, provide and install a 200A-3P fused main service disconnect switch (Nema 3R) with three 200 amp fuses. Install conductors (keyed note #5) from meter base to disconnect switch. Install the #2 grounding electrode (keyed note #7) at new disconnect switch location and not at Panel "A". From disconnect switch to Panel "A" install 4 #3/0 & #6 Gr. in a 2" conduit. Lastly, change Panel "A" to a main lugs only panel. End of BSA Addendum 1 hib-ytick DATE ISSUED: SEPTEMBER 13, 2011 ADDENDUM #4 RFP 11-10150-RH Construction of Lubbock Land Application Site Office ORIGINAL CLOSE DATE & TIME: SEPTEMBER 14, a 3:00 PM NEW CLOSE DATE & TIME: SEPTEMBER 16, 2011 @ 2:00 P.M. The following items take precedence over specifications for the above named Request for Proposal 11-10150-RH. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidders' attention is directed to the engineer's ADDENDUM No. 4, attached. 2. Also, please be aware that close date has been extended until Friday September 16`h, and the time has been adjusted to 2:00 pm, rather than 3:00pm. 3. Bidders must acknowledge receipt of all addendums. All requests for additional information or, clarification must be submitted in writing' and directed to City of Lubbock, Purchasing and Contract Management Robin Holder, Senior Buyer P.O. Box 2000 Lubbock, Texas 79457 Questions may be E-mailed to rholder@mylubbock.us or faxed to (806)775-2164. THANK YOU, Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing Et Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I CITY OF LUBBOCK LAND APPLICATION OFFICE �F � % %LUBBOCK, TEXAS lb .. •' t•� .�'�►ati 1 ` ♦^• BSA Consulting Engineers, PLLC "' :••.••••»•••...........N Texas Firm Registration No. F-4415 CARL W. WAMPLI;R N.S............. N ....... .. N BSA Project No. 2011-041 9705 ADDENDUM September 13, 2011 NOTICE TO BIDDERS: The following shall be incorporated in and become a part of the original. Drawings and Specifications of the above identified project. Please acknowledge receipt of this Addendum by noting it on your Proposal. Mechanical Items: Item 1: In the Specifications, 15060-2.2-A, add the following: "4. Standard weight black steel pipe, Schedule 40, with screwed malleable fittings: a. Aboveground gas piping within building to 3'-0" outside the building line. 5. Polyethylene Plastic Pipe: a. Underground gas piping to within 3' of the building. 6. Schedule 40 PVC pipe snd fittings: a. Site domestic water piping to 3' outside of the building." Item 2: On the drawings, sheet M1, in Kitchen 103, extend a'/z" water line in the east wall, below the window, to a recessed wall box with a shut-off valve, for the ice machine. End of BSA Addendum