Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2015-R0212 - Contract - Henthorn Commrcial Construction - Memorial Civil Center Renovations - 06_25_2015
Resolution No. 2015-R0212 Item No. 5.8 June 25, 2015 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OP 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, RFP 15-12385-MAIContract No. 12385 for Lubbock Memorial Civic Center Renovations Phase Two (Including: Handicap accessible toilet rooms; new signage; millwork; ceilings; partitions; plumbing; and, lighting) by and between the City of Lubbock and Henthorn Commercial Construction. LLC, of Lubbock. Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if' fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on .tune 25. 2015 im Gerlt, Mayor Pro Tem ATTEST: pz, Rebecc Garza, City Secretary APPROVED AS TO CONTE T: Scott Snider, Assistant City Manager APPROVED AS TO FORM: Justin D. rul,-ssis ant Cify Attorney ecdocs/RES. Contract - Henthorn Conunercial Construction LLC June 15, 2015 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: June 25, 2015 CITY OF LUBBOCK SPECIFICATIONS FOR 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two CONTRACT 12385 PROJECT NUMBER: 91195.8302 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncornpany.com Phone: (806) 763-7770 2coIS�- 9DI P- CITY OF LUBBOCK Lubbock, Texas �.ti,,, w,�s �� �r�� �� �.,,. tom,. a�... ` m... ,... �_�, �...�. �_ � _. ADDENDUM (1) 1 Page Intentionally Left Blank of tILLFubbCo6k� xu ADDENDUM 1 RFP 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two Date Issued: June 4, 2015 Date Due: June 9, 2015 @ 1:00 p.m. The following items take precedence over specifications for the above named Request for Proposals. Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised of the following: 1 A revised Bid Form is aftached and must be subnutked witfi your proposal:; 2. Clarifications on Sheet E2.2 and E2.3 are noted. All requests for additional information or clarification must be submitted in writing and directed to: City of Lubbock Marta Alvarez, Director of Purchasing & Contract Management P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to malvarezOmylubbock.us THANK YOU, xw4 eA Director of Purchasing & Contract Management It is the intent and purpose of the City of Lubbock that this request permits competitive. bids. It shall be the Offeror's responsibility to advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations thereoff, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid close date. A review of such notifications will be made. June 3, 2015 RFP 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two ChapmanHarvey ARCH I T E C T S, I NC. Addendum One 1. Revised Bid Form dated June 3, 2015 is attached. Add Alternate Bid Item 4A, add the following "200 LF". 2. In keyed note 2 on Sheets E2.2 and E2.3, omit any reference to add alternate bid #1. Lighting work associated with note 2 is to be included in the Base Bid. END OF ADDENDA 612 Broadway Lubbock,Texas 79401 806.749.1153 fax 749.1866' architect; chapmanharveycom TBAE— Firm No. BR 961 Celebrating 25 years of service. PROPOSAL SUBMITTAL FORM LUMP SUM PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 15-12385-MA — Lubbock Memorial Civic Center Renovations Phase Two Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Lubbock Memorial Civic Center Renovations Phase Two 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 NO. DESCRIPTION Lump Sum 1 Contractor shall provide the renovation work for the Lubbock Memorial Civic Center. The Phase Two overall new construction scope of work includes new handicap accessible toilet rooms, new signage, millwork, ceilings, interior partitions, interior finishes, plumbing, lighting, electrical, doors and frames, hardware, painting and related miscellaneous work as further described in Section 01010, Summary of work, Project Book Base Bid item One is to include the hardware allowance described in Section 01010, Summary of Work, 1.31). PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIlMIE for completion: TOTAL CALENDAR DAYS: 1 Offeror's Initials L ADD ALTERNATE BID ITEM — Section 01030, Alternates REVISED June 3, 2015 Item No. Description Lump Sum All work related to the preparations, demolition, construction, and finishes of the back stage 1 A mezzanine extension and office space built on the new mezzanine extension, including mechanical, plumbing and electrical as shown on Sheet A5.21. All demolition work and renovation work shown on Sheets A5.12, A5.20 and related 2A plumbing, electrical and mechanical work associated with the removal of the Theatre's backstage area. All work associated with replacement of existing crushed glass with new integral colored, 3A patterned concrete in two planter beds at the lower level of the grand stair case. Refer to Sheet A0.10. All work associated with replacing and/or tightening 200 LF of loose glazing gaskets in all existing exterior glazing shown on Sheets A4.10 and A4.11.Owner may sub -contract glass 4A panel replacement at damaged locations, this work is not to be included in the Phase Two bid. Glass replacement contract is to be separate from the Phase Two gasket replacement, repair contract. All work associated with cleaning, repairing, re -texturing, priming and painting the existing 5A plaster and wood paneled walls of the Terrace Suite, Serving, Kitchen, Preparation, and Storage shown on Sheet A4.11 and listed in the Room finish Schedule on Sheet A0.21. All work associated with removing the existing quarry floor file and base, removing excess 6A thick set grout, preparing and leveling floor for new finish., and new rubber tile and base listed in the room finish schedule for the two west entrances to the Exhibit Hall: Entry E143 and Entry El65 as shown on Sheet A2.10. ADD ALTERNATE BID ITEM — Section 01030, Unit Pricing Item No. Description Unit Price 1B Unit price for repairing and painting walls, material and labor. 2B Unit price for repairing and painting ceilings, material and labor 3B Unit price for wall and floor tile installation, material and labor 4B Unit price for demolition of CMU walls and any built-in items, including hauling and clean up 5B Unit price for demolition of metal stud and gypsum wall board walls and any built-in items, including hauling and clean up. 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 (210) Days Completed by Contractor Two Hundred and Ten Days Completed by Contractor CONSECUTIVE CALENDAR OR WORKING 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 $1,000 per day for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any 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 fiirther agrees to continence 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 m Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP I5-12385-MA Before submitting your bid, please ensure you have completed and included the following documents in the order they are lasted. The contractor is only to submit (1) one original copy of every item listed. 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit :Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. 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. Contractor's signature must be original. i 4. X Clearly mark the bid number, title, due date and time and your company name and address on the .� outside of the envelope or container. 5. X Ensure your bid is RECEIVED by the City of Lubbock :Purchasing and Contract .Management - Office prior to the deadline. Late bids will not be accepted. 6. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include farm's FEDERAL TAXID number or Owner's SOCIAL SECURITYnumber. 8. x Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 9. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. HENTHORN COMMERCIAL CONSTRUCTION (Type or Print Company Name) 1 Page Intentionally Left Blank 1. 2. 1n.'. 3, 4. �.r 4 5. 6. 7. 8. .., 9. 10. 11. ...1 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS 1 I Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 15-12385-MA Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on June 9, 2015, 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: Lubbock Memorial Civic Center Renovations Phase Two After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing r 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 1:00 P.M. on June 9, 2015 and the City of Lubbock City Council will consider the proposals on TBD 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 form accented by the City Attorney and must be dated the same as the Contract Award 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 Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non mandatory pre=proposal conference on Tune 3, 2015 @ 11 OO a m in Purclasuig `Conference Room. 1625 13Street Lubbock°TX, 7940'1, Lubbock; Texas. The estimated budget for the construction phase of this nroiect is F$1,9001000. F Offerors may view the plans and specifications without charge at The Reproduction Company, i 2102 Avenue Q, Lubbock, Texas 79405 or at http://pr.theMroductioncoMpany.com/ . ONE SET OF PLANS _, AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE 1' REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and rill, specifications may be obtained at the proposer's expense. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, 'Marta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT F GENERAL INSTRUCTIONS TO OFFERORS I Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Lubbock Memorial Civic Center Renovations Phase Two per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 P.M. on June 9, 2015 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 15-12385-MA, Lubbock Memorial Civic Center Renovations Phase Two 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 on Contract Management City of Lubbock m 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. ` 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by { private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at June 3, 2015 at 11:00 A.M. in the Purchasing and Conference Room, 1625 13TH , Lubbock TX, 79401. 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 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsygc.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. w BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. s 4 5 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REOUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 2 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 r 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) y' 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. -A 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described f in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. i` 3 12 13 14 15 PROPOSER INOUIRIES AND CLARIFICATION OF REOUIREMENTS 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 and Contract Management if any langgage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Marta Alvarez, Director of Purchasing on Contract Management City of Lubbock Purchasing and Contract Management Office 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: Pdelgado@mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 210 CONSECUTIVE CALENDAR OR WORKING 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. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 4 r _ 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 x _ provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory p. . 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. s_ s 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. 1 19 PROTECTION OF THE WORK F", 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: P1. (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 t_ 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. 6 . ' 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately 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.] 26.4 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to he imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set a 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 U this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be 01 rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be bidder shall submit his bid on forms furnished by. the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly i. 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 F or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the i 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 Proposal RFP15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two "= 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. 4' (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). 4y (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be Q.d considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all -= information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the 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. TM t (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, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. The selection criteria used to t evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five S, 10 t. points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification t Ratio greater than I will not be considered. 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 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $ 1,900,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO 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 fast 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. l' 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may f 11 1 consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be 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 is i_ 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE n, 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 j COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 11 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid 011 process. Violation of this provision may result in rejection of the bidder's bid. 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: littp://www.wdol.gov/dba.aspx 12 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the s web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay ($[( to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 1. TEXAS GOVERNMENT CODE 4 2269 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. flj; (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. PROPOSAL SUBMITTAL FORM I Page Intentionally Left Blank PROPOSAL SUBMITTAL FORIM LUMP SUM PROPOSAL CONTRACT DATE: JUNE 9, 2 015 PROJECT NrUMBER: RFP 15-12385-MA — Lubbock Memorial Civic Center Renovations Phase Two Proposal of HENTHORN COMMERCIAL CONSTRUCTION, LLC . (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Lubbock Memorial Civic Center Renovations Phase Two 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. NO. DESCRIPTION I:ump Sum 1 Contractor shall provide the renovation work for the Lubbock Memorial Civic Center. The Phase 1'wo overall new construction scope of work includes new handicap accessible toilet rooms, new signage, millwork, ceilings, interior � partitions, interior finishes, plumbing, lighting, electrical, doors and frames, 1 hardware, painting and related miscellaneous work as further described in ! Section 01010, Summary of Work, Project Book. Base Bid Item One is to include the hardware allowance described in Section 01010 Summary of Work.1.3D. PROPOSED CONSTRUCTIONN TIME: Offeror's initials 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: Z `t d l r ADD ALTERNATE, BID rrEM — Section 01030, Alternates REVISED June 3, 2015 Item No. Description Lump Sum IA All work related to the preparations, demolition, construction, and finishes of the back stage mezzanine extension and office space built on the new mezzanine extension, including qq 59S mechanical, plumbing and electrical as shown on Sheet A5.21. All demolition work and renovation work shown on Sheets A5.12, A5.20 and related 2A plumbing; electrical and mechanical work associated with the removal of the Theatre's (��, Q backstage area. i 1 All work associated with replacement of existing crushed glass with new integral colored, 3A patterned concrete in two planter beds at the lower level of the grand stair case. Refer to I q' Sheet A0.10. All work associated with replacing and/or tightening 200 LF of loose glazing gaskets in all existing exterior glazing shown on Sheets A4.10 and A4.11.Owner may sub -contract glass 4A panel replacement at damaged locations. this work is not to be included in the Phase Two I3 1-E bid. Glass replacement contract is to be separate frotn the Phase 7Fwo gasket replacement, repair contract. All work associated with cleaning, repairing, re -texturing, printing and painting the existing 5A plaster and wood paneled walls of the Terrace Suite, Serving, Kitchen, Preparation, and -7 C30 Storage shown on Sheet A4.11 and listed in the Room finish Schedule on Sheet A0.21. r All work associated with removing the existing quarry floor the and base, removing excess 6A thick set grout, preparing and leveling floor for new finish, and new rubber tile and base listed in the room finish schedule for the two west entrances to the Exhibit Hall: Entry E143 and Entry El65 as shown on Sheet A2.10. Ant} ALTERNATE HYD TTF.M — Section 01030_ IT it Pricing Item INTO. Description Unit Price 113 Unit price for repairing and painting walls, material and labor. 3 �� 2D Unit price for repairing and painting ceilings, material and labor 4. - Pq 313 Unit price for wall and floor the installation, material and labor ' "� 9R--- 4B Unit price for demolition of C�IU walls and any built-in items, including hauling and clean 414 �- UP 5B Unit price for demolition of metal stud and gypsum wall board walls and any built-in items, • Q-4 -- including hauling and clean up. `, 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 (210) Days Completed by Contractor Two Hundred and Ten Days Completed by Contractor CONSECUTIVE CALENDAR OR WORKING 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 $1,000 per day for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any 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 {{: lg Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Critesas—C-beek—or-Cer=tifiied—C-ttcek--for DOB fS--or a Proposal Bond in the sum of One Million Nine Hundred Thousand Dollars ($1,900,000 ), which it is agreed shall he 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 Loral Government Code 252.043(g), a Date .June 15, 2015 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 Authorized Signature SUBMITTAL FORM PRIOR TO PROPOSAL OPF.NINC. � (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 6/9/2015 v Addenda No. Date Addenda No. ry� _ Date Addenda No. Date Heath Davidson (Printed or'ryped Name) Henthom Commercial Construction, LI_C Company 2011 Ave C. Address Lubbock Lubbock City, County Texas 79404 State Zip Code Telephone: 80.6 - 687-3084 Fax: 806 - 209-0220 Email: heath@henthomeommercial.com FEDERAL TAX ID or SOCIAL SECURITY No. 26-4058489 NIAVBE Firm: woman Black American Native American l4ispanicAmcrican AsianPacificAmeric:m Orher(S cifv) FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Finn/individual: Date of Award by City Council (for bids over S50.000):r..^ «, Date P.OJContmct Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THERFP NUMBER, TILE CLOSING DATE &ND TIME, AND YOUR COMPANY NAME AND ADDRESS. 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 b the OWNER. Bidders are to provide any additional information requested b the OWNER. Y q Y In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the ' lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As HENTHORN COMMERCIAL CONSTRUCTION LLC. Business Address of Principle Office 2011 AVE. C Telephone Numbers Main Number 806-687-3084 Fax Number 806-209-0220 Web Site Address www.henthorncommercial.com Form of Business (Check One) X I A Corporation A Partnership An Individual Date of Incorporation 4-1-2008 State of Incorporation Chief Executive Officer's Name MIKE HENTHORN President's Name MIKE HENTHORN Vice President's Name(s) Business Address N/A Average Number of Current Full Time Average Estimate of Revenue for Employees 1 12 the Current Year 1 $38 MILLION 6 V, Contractor's Organizational Experience Organization Doing Business As HENTHORN COMMERCIAL CONSTRUCTION LLC. Business Address of Regional Office 2011 AVE. C LUBBOCK TX 79404 Name of Regional Office Manager KATHY VAR_ NER Telephone Numbers Main Number 806-687-3084 Fax Number 806-209-0220 Web Site Address www.henthorncommercial.com e 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 N/A 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 8 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? NO If yes provide full details in a separate attachment. See attachment No. 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 litigation? NO 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? NO If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doing Business As HENTHORN COMMERCIAL CONSTRUCTION LLC. Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. PROJECT MANAGER - HEATH DAVIDSON SUPERINTENDENT - TERRY SALVIS BOOKKEEPER - KATHY VARNER Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. SEE " RESUMES" TAB ® a 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 HEATH DAVIDSON TYLER HENTHORN Project Superintendent TERRY SALVIS BRYAN WALTERS Project Safety Officer BRYAN WALTERS RHETT DAWSON Quality Control Manager I BRYAN WALTERS RHETT DAWSON 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. 8 f f. Proposed Project Managers Organization Doing Business As HENTHORN COMMERCIAL CONSTRUCTION, LL� Name of Individual HEATH DAVIDSON Years of Experience as Project Manager 6 Years of Experience with this organization 3 Number of similar projects as Project Manager 2 Number of similar projects in other positions 2 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Reference Contact Information(listing names indicates ap oval to contactingthe names individuals as a reference Name CHAD PRICE Name LARRY VIGIL Title/ Position OWNERS REP Title/ Position OWNER Organization CITY OF LUBBOCK Organization DOMINOS Telephone 806-775-3000 Telephone 806- E-mail E-mail Project GODEKE LIBRARY I Project NEW DOMINO Candidate role on Proiect PROJECT MANAGER Candidates role I on Proiect PROJECT MANAGER Name of Individual TYLER HENTHORN Years of Experience as Project Manager 13 Years of Experience with this organization 8 Number of similar projects as Project Manager 8 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date Name FRED CURNUTT Name SHANNYN TAGGART Title/ Position OWNERS REP Title/ Position OWNER Organization Organization COWBOY CHICKEN 806-794-1100 Telephone 325-236-4169 —Telephone E-mail E-mail Project COL SOUTH FUELING STATION Project COWBOY CHICKEN Candidate role on Project PROJECT MANAGER Candidate role on Project PROJECT MANAGER 9 Proposed Project Superintendent Organization Doing Business As Name of Individual HENTHORN COMMERCIAL CONSTRUCTION, LL TERRY SALVIS Years of Experience as Project Superintendent 15 Years of Experience with this organization 1 Number of similar projects as Superintendent 5 Number of similar projects in other positions 4 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 contactingthe names individuals as a reference Name CRUZ CASTILLO Name DARRELL BENDER Title/ Position OWNER Title/ Position OWNER Organization JSA ARCHITECTS Organization BENDER CHEVROLET Telephone 432-362-6565 Telephone 575-760-3436 E-mail E-mail Project I ODESSA HIGH SCHOOL Project I NEW DEALERSHIP CLOVIS Candidate role on Project Name of Individual SUPERINTENDENT Candidate role on Project BRYAN WALTERS SUPERINTENDENT Years of Experience as Project Superintendent 10 Years of Experience with this organization 1 Number of similar projects as Superintendent 15 Number of similar projects in other positions 10 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ' • 1XIMEEM11111 Mwelfill• Name K e Franke • Name Jeff Bright • • Title/ Position Architect Title/ Position Assistant Superintendent Organization Kinney Franke Architects Organization San Angelo ISD Telephone 325-653-2900 Telephone 325- 47- 38 E-mail K e kinne ranke.com E-mail Project Central High School Project San Angelo ISD School Bond Candidate role on Project Project Manager Candidate role on Project Project Manager/Superintendent 10 fl I� V I - I Proposed Project Safety Officer Organization Doing Business As Name of Individual HENTHORN COMMERCIAL CONSTRUCTION, Ll- see "BRYAN WALTERS" above 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 al 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 RHETT DAWSON Years of Experience as Project Safety Officer 13 Years of Experience with this organization 6 Number of similar projects as Safety Officer 8 Number of similar projects in other positions 14 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date IMIJEEIM Name TROY MULCHER Name MARK WILLIAMSON Title/ Position OWNER Title/ Position OWNER Organization ABC BANKS Organization WEST TEXAS STATE BANK Telephone 806-831-3669 Telephone 325-573-5441 E-mail E-mail Project ABC BANKS Project WEST TEXAS STATE BANK Candidate role on Project SAFETY OFFICER Candidate role on Project SAFETY OFFICER Proposed Project Quality Control Manager Organization Doing Business As Name of Individual HENTHORN COMMERCIAL CONSTRUCTION, LL see 'BRYAN WALTERS" above 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 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 Candidate role on Project see "RHETT DAWSON" above 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 iEMISM.MINIMUM Name 1121001HRIUMM11120 Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Protect Candidate role on Project Candidate role on Project 12 I" Contractor's Project Experience and Resources Organization Doing Business As HENTHORN COMMERCAIL CONSTRUCTION, LLC. 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 ro osed for use on this project, Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bull Lease SKYTRAK MOVING MATERIALS X SISSOR LIFT FRAMING X r What work will the organization complete using its own resources? CONCRETE, DEMO, REPAIRS, CLEANING, DIVISION 10 ITEMS, DOORS AND HARDWARE What work does the organization propose to subcontract on thisproject? MECHANICAL, ELECTRICAL, PLUMBING, TILE WORK 13 Contractor's Subcontractors and Vendors Organization Doing Business As I HENTHORN COMMERCIAL CONSTRUCTION, LLC. PPMrovide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name I Work to be Provided I Est. Percent I HUB/MWBE of Contract Firm see 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. Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary Furnish Fumish HUB/M Vendor Name Equipment / Material Provided Only and WBE Install I Firm see 14 " For this section, please see the "QUALIFICATIONS" tab in the binder. " Current Projects and Project Completed within the last 10 Years Attachment A Project Owner Project Name General Description of Project_ Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent TSafety 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 eference 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 15 H H H H 0 HENTHORN COMMERCIAL CONSTRUCTION 2011 Ave. C Lubbod4Texas 806.781.2148 Henthorn Commercial Construction, a Texas L.L.C., was formed in June of 2008. Although the company name is new, the owners of the company, Tyler and Michael Henthorn, are not new to the commercial construction industry. Listed in this document is a summary of the background and experience of Michael Henthom. Work Experience Henthorn Commercial Construction, LLC. '— Lubbock, TX Owner Caprock Construction Company — Lubbock, TX Co -Owner and licensed general contractor since 1985 2008 - Present 1985 — 2007 Responsibilities: Design and construction of new restaurants and major restaurant renovations. Design and construction of various commercial office and retail facilities (see project history listed below). West Texas Diner, ltd. - Lubbock, TX Co-owner 2001 — Present Responsibilities: All aspects of the daily, weekly and monthly operations of 4 Home Plate Diner restaurants. Manage above restaurant level supervisors in day-to-day operations. IBM Corporation — Lubbock, TX Systems Engineer/Account Representative, General Systems Division iF'Y��if~�:il Responsibilities: Sales and implementation of computers and accounting software in companies throughout West Texas and Eastern New Mexico. Specialized in manufacturing, construction, agri-business and state and local governments. Specific Experience More than 22 years budgeting and managing commercial construction projects, including managing sub -contractors as well as my own tradesmen. Extensive experience interfacing with corporate architectural and engineering departments as well as private architectural firms. Reasonably proficient in AutoCad drafting and design. Approach restaurant design and construction from an owner/operator's point of view. Currently employee crews that can accomplish framing (wood and steel), drywall installation and finish, trim and finish carpentry including cabinetry, painting and wall coverings and concrete placing and finishing. Work with a wide variety of suppliers on a national level to accomplish successful completion of commercial restaurant projects. Henthorn Commercial Construction resume -- Page 2 Consulting TriCon National Facilities Council — Louisville, KY 1985 —1992 Responsibilities: Met quarterly with TriCon architectural/engineering representatives and national franchise representatives to analyze, critique and advise concerning restaurant design and construction of TriCon branded restaurants. Reviewed and analyzed plans of various other national restaurant chains. Served 2 three-year terms by invitation. Worked with Luigi Salvaneski (facility and planning consultant for McDonald's Corp.) and Steve Gogul (head of facility planning and real estate acquisitions for Burger King). ri YUM! Brands National Building Council - Louisville, KY 2006 — 2008 Responsibilities: Meet bi-annually with YUM! Brand architects, engineers and other independent general contractors to analyze and critique all aspects of YUM! Brand restaurant design and construction. Help to develop standard plans to be built by the entire corporate system. Marketplace Community Development Corporation 2004 — Present Responsibilities: Meet quarterly or as required with the board of MCDC to advise on all aspects of development of and construction on a 64 acre tract of land at 45th and Milwaukee in Lubbock, TX. Served as owner's representative during the construction of 28,000 square foot church facility on this tract. ADDENDUM Henthorn Commercial Construction is licensed as a general contractor in Lubbock, TX. We will obtain licenses in additional municipalities on an as needed basis. Neither Henthorn Commercial Construction nor Caprock Construction Company has ever failed to complete any project that they have been awarded. Neither Henthorn Commercial Construction, Caprock Construction Company or any of their principles have or have ever had any judgments or liens filed against them. We have never been involved in a suit or arbitration regarding any aspect of our construction work. PROJECT HISTORY _. FOR MICHAEL HENTHORN NEW CONSTRUCTION KFC/Long John Silvers Restaurant 7601 82"d Street Lubbock, TX 3,000 sq. ft. retail restaurant Owner: West Texas Foods, Inc. Lubbock, TX 79424 City View Christian Fellowship 4501 Milwaukee Lubbock, TX 26,000 sq. ft. worship and education center Owner: City View Christian Fellowship Lubbock, TX 79407 KFC/Long John Silvers Restaurant 509 Lubbock Road Brownfield, TX 3,000 sq. ft. retail restaurant Owner: West Texas Foods, Inc. Lubbock, TX 79424 Stan's Car Stereo 7908 University Ave. Lubbock, TX 2,000 sq. ft, Audio retail store and shop Owner: B & S Edwards Properties Lubbock, TX 79424 U Weinerschnitzel 1204 50th Street Lubbock, TX 1,400 sq. ft. retail restaurant Owner: B & S Edwards Properties Lubbock, TX 79424 St. Luke's United Methodist Church 3708 45th Street Lubbock, TX Completed 12/2007 Architect: YUM! Brands A&E (Chris Byars) Louisville, KY Completed 7/2006 Owner's representative/consultant Architect: PS Dewberry & Assoc. (Susan Wright) Plano, TX Completed 11/2005 Architect: YUM! Brands A&E (Ann Whittington) Louisville, KY Completed 12/2004 Designer: Michael Henthorn Lubbock, TX Completed 8/2004 Architect: Galardi Group Los Angeles, CA Completed 9/2000 7,500 sq. ft. addition and remodel Owner: St. Luke's United Methodist Church Lubbock, TX 79415 Project History — Page 2 KFC Restaurant 6411 191h Street Lubbock, TX 2,700 sq. ft. retail restaurant Owner: West Texas Foods, Inc. Lubbock, TX 79407 Comet Cleaners 1518 John Ben Sheppard Parkway Odessa, TX 2,300 sq. ft. retail dry cleaner and plant Owner: B & S Edwards Properties Lubbock, TX 79424 Architect: Cox/Dirks Architects (Bill Cox) Lubbock, TX Completed 11/2000 Designer: Michael Henthorn Lubbock, TX Completed 10/1999 Designer: Michael Henthorn Lubbock, TX - 1984 —1999 Nine design/build retail restaurant projects in Lubbock, Midland, Odessa, Big Spring and Plainview. Details available upon request. 1982 — 2008 26 major commercial remodel or demo and rebuild projects, office and retail finish -outs and high end residential projects. Details available upon request. r 2011 Ave. C HENTHORN Lubbock, Texas " COMMERCIAL CONSTRUCTION 806-470"6169 !'J -.a1 1.'l1.i'1. 11 ' TYLER HENTHORN OBJECTIVE Our ultimate goal is to provide a quality service to respected clients while maintaining both a business and personal relationship through integrity, commitment and the overall craftsmanship of each project. WORK EXPERIENCE Henthorn Commercial Construction, Lubbock, Tx Dec 2008- Present Owner/Partner My family and I moved back to Lubbock in December of 2008, and I have since started a partnership with my Father, Mike Henthorn, forming Henthorn Commercial Construction. Mike has been building small to medium commercial properties in Lubbock for 25 years. I have been building larger commercial building for 6 years. We currently employee a crew of seven, that individually have over 20 years in the construction industry. These tradesmen are proficient in all areas from concrete to the finish carpentry. We believe through our professionalism, timeliness and the ability to be financially responsible on our projects, we will have many loyal long-term clients. Turner Construction Company, Philadelphia, Pa July 2007- Nov 2008 Project Manager/Superintendent ■ We moved to Philadelphia in June of 2007, was hired by Turner in July 2007 and assigned a Superintendent position in the Special Projects Division. Our team's focus was the health care industry. While employed by Turner I completed a $1.5 million dollar outpatient surgery renovation, a $3.5 million dollar 411, floor Cath Lab renovation and a $3.9 million dollar CT/MRI addition and expansion in Berlin, NJ. Throughout all these projects, I played the roles of both the Superintendent and Project Manger, from buying out the jobs, to the day to day operations of the jobs, to closing them out Also, I had as many as two collage interns working with me during the two of these projects. 11 Lee Lewis Construction Inc., Lubbock, Tx June 2004- July 2007 Sroerintendent ■ Responsibilities include: Project Superintendent for both ground up and renovation construction, field supervision including coordination of sub -contractors, maintaining schedules, safety reports, and Storm Water Pollution Prevention Plan maintenance and in charge of weekly progress meetings. Supervised over $8 million dollars in projects at one time, including work on the Texas Tech University campus. Caprock Construction Co., Lubbock, Tx January 2001- May 04 Superintendent/ Carpenter ■ Provided field supervision and physical participation in construction of restaurants (both new construction and renovations); management of blue prints/ contract documents; assistance in accounting and budget maintenance of each projects; material take -off and purchasing. Texas Tech University - Jerry S. Rawls College of Business BBA General Business — May 2004 Graduation COMPUTER SKILLS Proficient in PC software including Microsoft Word, PowerPoint, Excel, Email, Internet Explorer, CAD, Primavera Contractor and Expedition, Prolog, Microsoft Project CONSTRUCTION SKILLS REFERENCES Proficient in employee and sub -contractor management, maintaining schedules, field supervision, maintaining contractor/owner relationships, building layout including the use of many construction instruments. Experience in footing excavation, structural and site concrete work, rough and finish carpentry waterproofing and sealant installation, interior drywall and layout, MEP coordination and installation of various specialties. OSHA 30-hr certified. Project Management skills include: hiring subcontractors, designing schedules, organizing all pre - construction meeting, proper procedures for generating RF-I's and submittal reviews, maintaining weekly budget reports, purchasing, organize owner -architect -GC meeting and maintaining meeting minutes throughout the entire project and closing out projects. (as-builts, operations and manuals, warranties, subs guarantees, and any necessary training) Available Upon Request *Project experience list attached* 1 [,i r�_, HE i ry OR 2011 AveC Lubbock,, TX 79404 IF COMMERCIAL CONSTRUCTION (806) 626-4582 E-mail: - rhettghenthomcommercial.com Objective: Stnnmary: Education: RHETT J. DAWSON • To pursue a well established position while achieving goals set by the company and myself. • Four months experience as a project manager, cost estimator, superintendent, designer for Henthom Commercial Construction • Two years & eight months experience as a project manager and quality control manager, cost estimator, and superintendent for Nations Construction Management. • One year and seven months experience as a project manager and cost estimator for T-MAK Construction (a site development and underground utility company) • Four years experience as an architectural designer & owners representative for Graham Brothers Entertainment working on receiving my architectural license • During high school and college, I managed my time as a carpenter, an employee for Lowe's Home Improvement, and an employee for The Home Depot • Bachelors Degree in the School of Architecture at the University of Texas Tech • High School Diploma from Amarillo High School, graduated class of 1996 • Bachelor of Science in Architecture — 5 year degree, May 2003 • University of Texas Tech in Lubbock, Texas • Graduated with a 3.0 on a 4.0 scale • 10 hour OSHA certification course completion — Construction Safety & Health Work Experience: • Henthorn Commercial Construction o Project Manager / Cost Estimator / Superintendent in Lubbock, TX o Dated from August 2010 to present o Currently completing new Chapel on existing church in Lubbock, TX as project manager and superintendent Cost: $1 million. o Designed Golf Headquarters retail store while coordinating with Engineers and City of Lubbock o Completed interior finish -outs in retail, physician clinics, etc. in Lubbock, TX. Cost: $1 Ok - $80k Nations Construction Management o Project Manager / Quality Control Manager out of Houston, TX o Dated from December 27, 2007 to August 2010 o Currently completing La Quinta Inn & Suites in Lubbock, TX as project manager/cost estimator/superintendent — a 42 Unit addition to an existing hotel while in operation valued. Cost: $2.2 million. o Completed 360 Unit apartments for the Dallas Housing Authority (DHA) with community & multipurpose facilities and courtyards as the project manager. Cost: $20.1 million. o Completed Allegiance Medical Center remodel in Midland, TX as the project manager/cost estimator — 100,000+ sf facility built in the 1970's that had to be remodeled and updated to current codes. Cost: $532,000 o Completed Raider Ranch project as project manager/superintendent - an assisted/independent living gated community on the west side of Lubbock valued at $58 million. o Completed project in Amarillo, TX at B&W Pantex DOE site as project manager/superintendent working with Department of Energy engineers, inspectors involved in project managers, and safety while on a site a restricted area on a nuclear facility that security police officers (SPO's) will operate and facilitate from valued at $5.8 million. T-MAK Construction o Project Manager / Cost Estimator in Corpus Christi, TX o Dated from March 15, 2005 to December 22, 2006 o Estimated & managed several projects that ranged from $396,000 to $2.3 million I o Work primarily with superintendents, civil engineers, city officials, owners, and general contractors o Involved with eight subdivisions, an apartment complex, Goliad City drainage Improvements, Kingsville Naval Base, Delmar College, Texas State Bank, and a strip mall. Graham Brothers Entertainment o Architectural Designer out of Odessa, TX o Dated from March 2001 to March 2005 o Participated on a wide scale of multi -million dollar projects o Had to communicate with several city officials, architects, and engineers in different cities and states. There were approximately five remodels and four new projects. • The Home Depot o Team Leader in Lubbock, TX o Dated from August 1999 to March 2001 o Worked my way up from floor sales associate to the department leader while attending college • Lowe's Home Improvement o Salesman in Amarillo, TX o Dated from June 1998 to July 1999 o Worked as a sales associate in Lumber & Hardware while attending Junior College at Amarillo College for 1 '/z years • Hollingsworth Construction o Carpenter in Amarillo, TX o Dated from May 1994 to June 1998 o Lay -out of large scale homes and framing t • Computer Skills o Microsoft Windows XP Professional o Microsoft Word, Excel, Project, Power Point, & Outlook o AutoCAD Architectural Desktop 2002 o ArchiCAD 9 Activities: • Goal oriented for my family and church • Joined Phi Gamma Delta (Fiji) Fraternity while attending Texas Tech • Involved in sports References: • John Czapski Nations Construction Management (281) 638-3400 o Previous Employer Houston, TX • Roger Gearhart Graham Brothers Entertainment (432) 557-9920 o Previous Employer Midland, TX • Monty White Graham Brothers Entertainment (512) 303-0537 o Previous Work Associate Bastrop, TX • Jack Lewis Pantex (806) 358-7019 o Personal Friend Amarillo, TX • Richard Miller Gene Messer Ford (806) 433-1988 o Father -in -Law Amarillo, TX • Tim Akard T-MAK Construction (361) 438-7210 o Previous Employer Corpus Christi, TX f , HENTHORN Lubbock, Texas COMMERCIAL CONSTRUCTION 806-438.428S E-mail — heath@heatho acommer-dal.com OBJECTIVE HEATH DAVIDSON Highly motivated professional with management and hands on experience in the field of construction. I have over twelve years' experience, working in the various aspects of the industry. Self-employed business owner for over six years, and master carpenter dealing with all day to day operations. A leader who has excellent people relation skills, with the ability to control and manage employees. Proven solid work ethic, attention to detail, and commitment to delivering the highest quality product. Exceptional problem -solving, analytical, creative thinking and project visualization skills. Thrive on daily challenges and ongoing project evolution. Ready to develop and succeed in a commercial company. WORK EXPERIENCE ■ HENTHORN COMMERCIAL CONSTRUCTION, LLC. LUBBOCK, TX MAY 2013-PRESENT Daily operations with the entire commercial construction project from ground up, dealing with owners to sub -contractors. Supervising the construction process dealing with all areas that need attention to assure a project is completed on or before the deadline. Dealing in all types of businesses from restaurants to banks making the most and creating best product possible. ■ OWNER -OPERATOR, CUSTOM CREATIONS CARPENTRY LUBBOCK, TX 2006-2013 Dealing mainly in high -end remodeling and new construction, controlling all aspects from the initial proposal to paying sub -contractors. Elegant home cabinetry and woodworking is the main focus, but also have completed many commercial jobs with the same pro6 iency. Designed, drew, and built all cabinets, trim, or construction tasked on every project completed. Also hold great pride in managing employees, subs, keeping customers informed and untroubled. Consistently met tight deadlines and or do whatever is necessary to complete the projects without loss. • CONSTRUCTION FOREMAN, LD CONSTRUCTION LUBBOCK, TX, 2000-2003/2005-2008 Spent time building many different types of structures, from outdoor pergolas to commercial offices. Trusted with many high dollar jobs and the deadlines they include. Duties included, cabinet constriction, shop maintenance, framing, material take -offs, demolition, safety, managing - time and people. Trusted with project efficiency and work quality. ■ ON -SITE SUPERVISOR ASSISTANT, DR HORTON, INC AUSTIN, TX 2003-2005 Was responsible for coordinating and checking on sub -contractors for efficiency and completion. A direct liaison to the construction supervisor, providing updates, conflict resolution, and all information pertaining to new home production. Assisted manager with anything required for the company or housing production, including materials, managing equipment, logistics, and all punch lists needed to complete the current project. ■ FLOOR SALES, FOOTACTION USA, INC. LUBBOCK, TX 1996-2000 Mainly responsible for selling shoes, clothing and accessories directly to the customer. Also in charge of stock room shipments, keeping track of inventory, and stocking all items brought in. Maintaining store cleanliness as well as appearance was a goal for me. Pride in your work shows character as an employee. South Plains College 1998-2000 Studied Mass Comm. Texas Tech University 2000-2003 EhTT/Communication Wolfforth Fire Academy 2008-2009 Fire Fighter I & II Certification COMPUTER SKILLS Proficient in PC software including Microsoft Word, PowerPoint, Excel, Email, Internet Explorer, Microsoft Project Also proficient in Apple software, Pages, Notes, LionOS, CONSTRUCTION SKILLS REFERENCES Proficient in all carpentry areas, fine woodworking details, to elegant cabinetry and furniture. Experience most aspects of remodeling from framing to tile. I have been a contractor on many jobs from commercial construction to kitchen remodeling. Available Upon Request *Project experience list attached* HENTHORN Lubbock,Avenue C 0 LubTX 79404 COMMERCIAL CONSTRUCTION P: (806) 687-3084 F: (806) 209-0220 E-mail: - branCoftnthorncommercial.eom Summary: Education: Bryan M. Walters • Six Months experience as a project manager, cost estimator, superintendent, and quality control manager for Henthom Commercial Construction and Development. • Twelve years' experience as a Project Executive, Regional Project Manager, Project Manager, Assistant project manager, superintendent, and Quality Control Manager for Lee Lewis Construction. • Bachelors Degree in the School of Business from Wayland Baptist University. • High School Diploma from Frenship High School 1998 • Bachelor of Business from Wayland Baptist University • Graduated with a 3.0 on a 4.0 scale • Construction Estimating Institute, Siesta Key Florida • 10 hour OSHA certification course completion — Construction Safety & Health • Walmart SWPPP Certified Work Ext)erience: • Henthorn Commercial Construction Projects o Esplanade at City View • 100,000sgft shopping center, Valued at 14,000,000.00 o Mainstay Hotel and Suites • 4 Story Hotel, Valued at 5,000,000.00 o UM C EMS Station #5 • Interior and exterior renovation, Valued at I50,000.00 • Lee Lewis Construction Projects o Howard. College New Buildings San Angelo • 75,000sgft of new classrooms, Valued at 12,000,000.00 o Central High School Phase 1,2,and 3 San Angelo • Renovations and Additions to CHS, Valued at 50,000,000.00 o Lakeview High School Addition San Angelo • New Science building, Valued at 5,000,000.00 o Bradford Elementary San Angelo 0 Renovation and Addition, Valued at 10,000,000.00 f - _ o Centennial Village Residence Hall ASU San Angelo • 527 bed dormitory, Valued at 25,000,000.00 o ASU Hardiman Center San Angelo • New administration, Valued at 8,000,000.00 1 o Grace Clinic Lubbock TX E (g o TTU HSC Clinical Tower Research Center o TTU HSC Messer-Racz International Paint Center o TTU Center for Addiction and Recovery o TTU Child Development Center ` o TTU Experimental Science Building o TTU West Stadium Building o WTAM Performing Arts Center o Andrews ISD Natatorium and Gymnasium o Lubbock ISD Renovations and Various Campuses References: • Lee Lewis Lee Lewis Construction (806) 797-8400 o Previous Employer Lubbock, TX • Liz Longren Lee Lewis Construction (806) 797-8400 o Previous Employer Lubbock, TX • Kye Franke Kinny Franke Architecture (325) 653-2900 o Previous Work Associate San Angelo, TX • Gary Donaldson Gary Donaldson Architecture (325) 655-4805 o Previous Work Associate San Angelo, TX • Jeff Bright SAISD Superintendent . (325) 947-3700 _ o Previous Work Associate San Angelo, TX HENTHORN CONSTRUCTION- PROJECT EXPERIENCE 11 Seminole Memorial Hospital Renovations Seminole, TX Project Description: The work completed on this project involved four different areas of the hospital. The first phase was renovation of the existing fitness center, which consisted of men's and woman's locker room finish outs, new AHU, paint and flooring. The second phase was an addition to the Assisted Living Center. We added on a 750 sq. ft dinning room and pantry to match the existing one. The third phase in- volved a clinic lobby upgrade. We upgraded the reception desk, added a wall with a privacy door to the patient moms, paint and sliding reception windows. On the final phase, we had an existing Dr.'s clinic which we demoed all the walls and added back 4 patient room, 2 nurses stations, 3 bathrooms, a lobby, break room and Dr. Office. All of which took new MrAC, plumbing and electrical. Role: General Contractor Construction Value: $430,000 Completion Date: September 18th, 2009 Project Delivery: Lump Sum Type of Construction: Renovation and Addition Owner: Betsy Briscoe, CEO f Seminole Memorial Hospital i, 209 NW 8th St Seminole,'I'X 79360 (432) 758-3641 Architect Reference Information: Rob Nanz Parkhill, Smith and Cooper 4222 85th Lubbock, TX 79423 806-473-3547 La Quinta Inn and Suites Addition Lubbock, TX Project Description: Construction of a 42 room, 24,500 sq. ft addition to the existing La Quinta on the North loop. This addition was a 2 story wood structure with the most up to date finishes per the La Quinta corporation. We had to tie in to the existing hotel allwhile not disturbing the regular operations of the hotel. This project was completed on time and within budget Role: General Contractor Construction Value: $2,200,00 Completion Date: May 2010 Project Delivery: Lump Sum Owner. John Sellers Northub Development Group 1500 Broadway Lubbock, TX 79401 806-722-0660 Architect Reference Information: Brian Rumsey Cross Architects 1255 West 15th St. Plano, TX 75075 972-398-6644 Cl H H 0 ru n H f HENTHORN CONSTRUCTION- PROJECT EXPERIENCE Lakeridge UMC Chapel Addition Lubbock, TX Project Description: The work completed on this project involved demo of an existing courtyard on the West side of the existing church to build the 5,700 sq ft Chapel Addition. This also included tying into the existing building. The interior construction involves a lot of ornamental woodwork along with wooden trusses and tongue and groove cedar vaulted ceiling. The exterior is constructed of brick and an MS system with a detached prayer and meditation room. This project was completed under the contracted sched- uled time and budget. Role: General Contractor Construction Value: $1,200,000 Completion Date: March 20th, 2011 Project Delivery: Lump Sum Type of Construction: Renovation and Addition Owner. Lakeridge UMC Leonard Winn 4701 82nd Lubbock, TX 79423 806-794-4015 Battery Joe Lubbock, TX Architect Reference Information: Todd Martin JDMA Architects 1402 Ave. N Lubbock, TX 79401 806-744-4490 Project Description: This 3,311 sq ft stand alone building is constructed of a pre-engineered metal building with EFIS and rock exterior. The interior has many fur down details constructed of metal framing and sheetrock. Also, there is a 2 door garage bay for a car battery changing station on the West side. This project includes all MEP's and all site work is concrete paving. This project was completed under the contract- ed time and within the owners budget. Role: General Contractor Construction Value: $400,000 Completion Date: August 2011 Project Delivery: Lump Sum Type of Construction: Ground up Owner. Architect Reference Information: Grant Gafford Marshall Hunn 6223 82nd Hunn Designs Lubbock, TX 79423 1402 Slide Rd 806-790-1692 Lubbock, TX 79424 806-794-6700 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE ' McCombs Physical Therapy Clinic Renovations Lubbock, TX Project Description: This project was and interior renovation of existing retail space in Rockridge Plaza. New and old con- struction were combined to create a spacious clinic where the McCombs could treat there patents with the equipment necessary. Role: General Contractor Construction Value: $25,000 Completion Date: 2011 Project Delivery: Lump Sum Type of Construction: Renovation Owner. Amanda and Spencer McCombs 5217 82nd Lubbock Tx KFC / Long John Silvers Lubbock, TX Architect Reference Information: Henthom Construction Project Description: This state of the art 2,900 sq 8 quick service restaurant was a ground up project on West 82nd in Lub- bock, Tx. The building was designed and built by Mike Henthorn with the approval of the YUM[ Brand specifications. All of the FFE was ordered and installed by Henthom. This project was finished 2 months early and had a substantial cost savings. Role: General Contractor Construction Value: $750,000 Completion Date: Dec. 2007 Project Delivery: Lump Sum Type of Construction: Ground up Owner: Architect Reference Information: West Texas Foods Design Build by Mike Henthom Ben Edwards Lubbock, Tx Lubbock,Tx 806-781-2148 806-794-7533 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE SharWs Cuts for Kids Lubbock, TX Project Description: The construction on this project consisted of a 2,181 sf Tenant Finish -Out in the Sagewood Plaza Shopping Center. New construction was used for salon stations, wash areas, and private party rooms. This project was brought in earlier than the scheduled date and at the required budget Role: General Contractor Construction Value: $57,000 Completion Date: 2012 Project Delivery: Lump Sum Type of Construction: Interior Finish out Owner: Architect Reference Information: Russ Swim Sharky's INC. ' S 5412 Slide Rd Lubbock, Tx 806-470-3391 I JCPennys Exterior Renovations Lubbock, TX Project Description: Due to weather related damages to the south face of the JC Penny building at South Plains Mall, HCC was asked to make improvements to the exterior facade to match the existing stucco while maintaining public access to the public. This project consisted of re -framing a portion of the exterior wall, match- ing the existing stucco pattern & color, and new metal fascia and flashing details. This project was on - time and at budget. Role: General Contractor Construction Value: $16,000 Completion Date: 2012 Project Delivery: Lump Sum Type of Construction: Renovation Owner: South Plains Mall 6009 Slide Rd Lubbock, TX Architect Reference Information: South Plains Mall 1 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE ' Platinum Bank Lubbock, TX Project Description: This 11,000 sq ft 1 st floor facility consisted of a complete demolition and renovation of the entire space at South Loop 289 & Slide Road. Platinum Bank sought for a more spacious, richer look with an additional main entry for the this location. With the unique architectural design, the look that Plati- num was seeking was captured. Upon the start of constriction of the 1st floor interior space, the com- plete exterior facade was renovated with the entire site parking & landscape. The new look of the .inte- rior & exterior of this facility met all expectations. Role: General Contractor Construction Value: $2,560,000 Completion Date: 2013 Project Delivery: Lump Sum Type of Construction: Renovation Owner: Platinum Bank 6502 Slide Rd Lubbock, Tx Greg Garrett KFC Lubbock, TX Architect Reference Information: PSC 4222 85 th Lubbock, Tx 806-473-2200 Project Description: This state of the art 2,900 sq ft quick service restaurant was a ground up project on 80nd in Lubbock, Tx. The building was designed and built by Mike Henthorn with the approval of the YLJMI Brand specifications. All of the FM was ordered and installed by Henthorn. Role: General Contractor Construction Value: $860,000 f Completion Date: 2007 Project Delivery: Lump Sum Type of Construction: Ground up H Owner: Architect Reference Information: West Texas Foods Design Build by Mike Henthorn Ben Edwards Lubbock, Tx 806-794-7533 l HENTHORN CONSTRUCTION- PROJECT EXPERIENCE American Bank of Commerce Lubbock, TX Project Description: This project was a 10,325 sq ft complete interior demolition and remodel. The existing structure re- mained while the interior was remodeled in 3 phases in order to keep the bank in operation during construction. New offices, bathrooms, kitchen/break room, sever room, tellers station and conference room were built and updated to the owners request. This project was completed on time and under budget with very little disturbance to the owner and its clients. Role: General Contractor Construction Value: $1,325,475.00 Completion Date: 2012 Project Delivery: Lump Sum Type of Construction: Complete interior demo and remodel Y Owner. Troy Melcher 3714 50th ( Lubbock, Tx t 806-831-3669 I Architect Reference Information: Grimes and Associates 21103 FM 179 Wolfforth, Tx 806-790-8809 American Bank of Commerce Wolfforth, TX Project Description: Just as the ABC in Lubbock, this 20,205 sq ft branch in Wolfforth, Tx was a complete interior shell out and remodel. The idea of the owner was to make both branches look identical from the Interior. We accomplished this goal. Having 4 different phases, which included a basement, had its challenges but was done with very little disturbance to the owner and its clients. Also, both banks were done simultaneously and completed on time and under budget. Role: General Contractor Construction Value:$1,325,475.00 Completion Date: 2012 Owner: Architect Reference Information: Troy Melcher Grimes and Associates 3714 50th 21103 FM 179 Lubbock, Tx Wolfforth, Tx 806-831-3669 806-790-8809 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE 11 All State Insurance Lubbock, TX Project Description: This is a ground -up 3,150 SF restaurant in Levelland, TX. The exterior fagade is the first of the new Prototype utilizing Brick, Stone, Metal panels, and EIFS. The new design has a contempo- rary feel with the updated lighting and artwork throughout the Lobby Areas. This project was complete under budget and ahead of schedule. Role: General Contractor Construction Value: $615,221.00 Completion Date: 2013 Project Delivery: Lump Sum Type of Construction: Complete interior demo and remodel Owner: Steven Tisdale 4917 S Loop 289 Lubbock, Tx 79423 806-239-5990 Wesley Foundation Fil 111 Architect Reference Information: Built for Dreams 3416 Joliet Ave. Lubbock,'Tx79413 806-771-6806 y Project Description: The Wesley Foundation project consisted of a small facelift to the existing buildings interior and exterior. We repaired the concrete to slope away from the building and rebuilt their chain link fence. The original hardwood floors were refinished to a beautiful even color throughout the main floor. The paint was updated along the second floor, stairwell and base- ment. The basement had a complete remodel to bring it up to current standards and to help with the Wesley Foundation Ministry as this is the major area the Texas Tech students would congregate. The project was a success and we are set to do the next phase as it comes about. Owner. Wesley Foundation, Al Martin 2420 15th St. Lubbock, Tx 79401 806-762-8749 Architect Reference Information: Henthom Design Build HENTHORN CONSTRUCTION- PROJECT EXPERIENCE PEOPLES BANK - NEW OPERATIONS CENTER Lubbock, TX Project Description: This was a 10,422 sq ft addition and renovation to the existing bank. The project consisted of new construction of executive offices as well as renovating the existing ones. It has a conference room in the center of the bank that is sound proof and surrounded by glass walls. Also, there was a huge board room/ entertainment room that is used for events that the bank and other organizations put on. Role: General Contractor Construction Value: $2,350,000 Completion Date: September 2013 Project Delivery: Lump Sum Type of Construction: Addition and remodel of interior Owner: Architect Reference Information: LPeoples Bank, Larry Allen MWM Architects 6820 Wayne Ave. 2574 74th St Lubbock, Tx 79424 Lubbock, Tx 806-794-7533 806-745-7707 F I RFC Restaurant Levelland, TX Project Description: This is a ground -up 3,150 SF restaurant in Levelland, TX. The exterior facade is the first of the new Prototype utilizing Brick, Stone, Metal panels, and EIFS. The new design has a contemporary feel with updated lighting and artwork throughout the Lobby Areas. This project was complete under budget and ahead of schedule. Role: General Contractor Construction Value: $825,000 Completion Date: October 2013 Project Delivery: Lump Sum Type of Construction: Ground up Construction Owner: West Texas Foods, Ben Edwards 3714 50th Lubbock, Tx 806-831-3669 Architect Reference Information: Yum Brand Inc. 1900 Colonel Sanders Ln. Louisville, KY 40213 502-874-8300 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE 1 PIZZA HUT Lubbock, TX Project Description: This is a 1,625 SF tenant finish -out at 19'b & Quaker in Lubbock, TX. This facility is a pick-up/ delivery for the areas near Texas Tech University. This project was complete under budget and on time. Role: General Contractor Construction Value: $270,000 Completion Date: July 2013 Project Delivery: Lump Sum Type of Construction: Finish Out Owner. Campiza Foods, Matt Camp 4418 74th St, Lubbock, Tx 79424 806-785-5300 KFC Restaurant Levelland, TX (i Architect Reference Information: I 1 Cox Dirks Architects u 1710 15th St. Lubbock, Tx 79401 806-762-1226 Project Description: This is a ground -up 3,150 SF restaurant in Levelland, TX. The exterior facade is the first of the new Prototype utilizing Brick, Stone, Metal panels, and EIFS. The new design has a contemporary feel with updated lighting and artwork throughout the Lobby Areas. This project was complete under budget and ahead of schedule. Role: General Contractor Construction Value: $825,000 Completion Date. October 2013 Project Delivery: Lump Sum Type of Construction: Ground up Construction Owner: West Texas Foods, Ben Edwards 3714 50th Lubbock, Tx 806-831-3669 Architect Reference Information: Yung Brand Inc. 1 1900 Colonel Sanders In. Louisville, KY 40213 502-874-8300 �_1 I HENTHORN CONSTRUCTION- PROJECT EXPERIENCE 1. LA MADELEM'S Lubbock, TX Project Description: This is 6,892 tenant finish -out at 19'h & Quaker in Lubbock, TX. This is the first of Franchise for the La Madeleine Restaurants. The restaurant has an incredible feel with the large wood beams throughout, stone pass -through fireplace, exquisite Bakery Theater, and the cleanliness of the Kitchen with the all the stainless steel wall panels and equipment. This project was complete at budget and ahead of schedule. Role: General Contractor Construction Value: $725,000 Completion Date: January 2014 Project Delivery: Lump Sum Type of Construction: Finish Out Owner. Iy Buddy Beach 4406 19th St. Ste. B Lubbock, Tx 79424 806-686-3942 I Architect Reference Information: Cox Dirks Architects 1710 15th St. Lubbock, Tx 79401 806-762-1226 STEAK and SHAKE RESTAURANT Lubbock, TX Project Description: This project was a 3,838 sq ft ground up restaurant with a 50's style diner look. Half wood and half metal construction with many high end finishes and an open floor plan for people to view their meals being made with an amazing shake station for all to enjoy. Building the first franchise in the West Texas was a pri- vledge and have plans to build more. Project finished on time and on budget. Role: General Contractor Construction Value: $1,100,000 Completion Date: January 2014 Project Delivery: Lump Sum Type of Construction: Ground up Construction Owner. Gill Holdings LLC, Rajeev Gill 3714 50th Lubbock, Tx 806-831-3669 Architect Reference Information: FRCH Architects 1900 Colonel Sanders Ln. Louisville, KY 40213 502-874-8300 HENTHORN CONSTRUCTION- PROJECT EXPERIENCE CAPITAL FARM CREDIT Levelland, TX Project Description: This is a ground -up 2,890 SF credit facility in Levelland, TX. The interior has a warm feel with the use of dark rick colors for the stained concrete, granite countertops, with stained knotty alder wood doors & trim. This project was complete at budget and ahead of schedule. Role: General Contractor Construction Value: $585,000 Completion Date: November 2013 Project Delivery: Lump Sum Type of Construction: Ground Up Construction Owner: Capital Farm Credit 707 E. Hwy 114 Levelland, Tx 79336 806-894-6155 Architect Reference Information: Grimes & associates 21103 FM 179 Wolfforth, Tx 79382 806-863-2462 SHERWIN WILLIAMS PAINT CENTER Lubbock, TX Project Description: A 5,000 sq ft ground up metal building with a brick and EFIS fagade. Sherwin Williams new "green" design for all the paint centers includes a 2,000 sq ft sales and office area and a 3,000 sq ft warehouse. This project was delivered on time and on budget. Role: General Contractor Construction Value: $900,000 Completion Date: January 2014 Project Delivery: Lump Sum Type of Construction: Ground up Construction Owner: Architect Reference Information: SG3, LLC HR Modem Works Architects 9805 Slide Rd. 714 82nd Ste. B Lubbock, Tx 79424 Lubbock, Tx 79424 806-535-3704 806-543-7246 HENTHORN CONSTRUCTION- MUNICIPAL EXPERIENCE CITY OF LUBBOCK SOUTH FUELING STATION December 2014 Renovations and new fueling stations for the City of Lubbock. $936,000 { Leslie Cox Architect: Fred Curnutt 806-775-3000 EHT 806-794-1100 CITY OF LUBBOCK BUSINESS PARK PUMP HOUSE December 2014 Masonry and metal building to house pump equipment for the City of Lubbock. $162,500 Mark Deerwood Architect: Bill Noonan 806-741-1446 PSC 806-473-2200 CITIBUS RENOVATIONS September 2014 Renovations of existing building for Citibus $360,000 Chris Mandrel Architect: Chapman Harvey 806-775-3000 806-749-1153 fl, GODEKE LIBRARY CITY OF LUBBOCK January 2015 Addition and finish out of new building for City of Lubbock library $583,000 Chad Price Architect: Cox Dirks 806-775-3000 806-762-1226 LUBBOCK EMERGENCY ADMIN AND 911 BUILDING August 2015 Ground up Admin Building and backup 911 call center. FEMA rated building $2,850,000 Michael Grossie CEO TYLER HENTHORN — HEALTHCARE EXPERIENCE High Plains Surgical Center LUBBOCK, TEXAS Project Description: This 43,480-sf Surgical Center contains areas for ambulatory surgical services, Gamma Knife® sur- gery as well as pain management services, and a sleep lab. Also included in this project is the Cove- nant Health Systems Institute for Neurosciences. Role: Project Superintendent (finish -out only - replaced original supt.) Construction Value: $7,000,000 Completion; December 2006 Project Delivery: CM @ Risk Type of Construction: New Construction Owner. Architect: Joe McKay I4IPD, Ltd. JDMA 4607 20th Street 1402 Ave. N Lubbock, Texas Lubbock, Texas 79401 (806) 744 4490 Texas Tech University Health Sciences Center Clinical Tower and Research Center LUBBOCK, TEXAS Project Description: The Clinical Tower/Research Center is being constructed at the northeast comer of the existing Health Sciences Center building. The project consists of approximately 125,000-SF of new construction and 24,000 -SF of renovated space in the existing Health Sciences Center 011SC). The primary purpose of the building is to house outpatient clinics what will consist of Family Practice, Internal Medicine, Pediatrics, OB/Gyn, along with public areas and minimal ancillary support areas. The building will consist of 4 floors plus a base- ment level. Role: Field Engineer (for structure only) Construction Value: $26,000,000 Completion: To be Completed July 2007 Project Delivery: Cm at Risk Type of Construction: New Construction Owner. Michael Ellicott Vice Chancellor Texas Tech University P.O. Box 42014 Lubbock, Texas 79409 Architect: Leland Turner FKP Inc. 8 Greenway Plaza Houston, Texas 77046-0899 1 'I'YI.ER HENTHORN —HEALTHCARE EXPERIENCE Virtua Health 4th Floor Cath Lab MOUNT HOLLY, NJ Project Description: The 4th floor at Virtua Memorial Hospital in Mount Holly, NJ, was all patient rooms. The 5,000 sq ft re- model included demo of the entire 4th floor all electrical, plumbing, medgas and mechanical included. It now includes four operating rooms, two CAT scam rooms, new lobby, patient holding area and all new equipment including a new AHU. The total cost of the project was $4,300,000 million dollars and was turned over on time and under budget Role: Superintendent Construction Value: 14,300,000 Completion Date: May 2008 Project Delivery: GMP Type of Construction: Remodel Owner. Architect Reference Information: Rob Taylor Mark Dill Virtua Health Ewing Cole Architect Inc. 174 Madison Ave. 100 N 6th #6 Mount Holly, N j 08060 Philadelphia, Pa 19106 (609) 267-0700 i.: L Virtua Health CT/MRI Addition and Expansion BERLIN, NJ Project Description: This project included a 4,000 sq ft radiology addition, a 2,000 sq ft addition to the existing building and a 2,000 sq ft expansion to the existing loading dock. The new radiology building consisted of a basement, both a CT and MRI room, patient holding areas, control rooms, nurses station, offices and a mechanical room. All of this work had to be completed as not to disturb the normal operations of the hospital. This projectwas turned in on time and under budget. Role: Project Manager/ Superintendent Construction Value: $3,900,000 Completion Date: October 2008 Project Delivery: GMP Type of Construction: New Construction Owner: Architect Reference Information: Pat Giordano Denise Thompson Virtua Health Francis Cauffman Architects 174 Madison Ave. 2120 A h Mount Holly, Nj 08060 Philadellpphiaa,, Pa 19106 (G09) 267-0700 (215) 923-2020 I " TYLER HENTHORN — HEALTHCARE EXPERIENCE ACS Outpatient Surgical Center MOUNT HOLLY, NJ Project Description: The ACS is an existing building that was bought from Virtua Health Systems by a group of Doctors that practiced there. We were given a month to remodel the interior operating rooms, nurses sta- tion, recovery rooms, mammogram room, and the front lobby. The building was a quick 12,000 sq ft, $1.5 million dollar renovation that was completed on time and under budget even in the short amount of time. Role: Superintendent Construction Value: $1,500,000 Completion Date: September 2007 Project Delivery: Lump Sum Type of Construction: Renovation Owner: Architect Reference Information: Rob Taylor Mark Dill Virtua Health Ewing Cole Architect Inc. 174 Madison Ave. 100 N 6th #6 Mount Holly, Nj 08060 Philadelphia, Pa 19106 (609) 267-0700 BRYAN WALTERS — HEALTHCARE EXPERIENCE Clinical Towers at TTUHSC Project Manager and Quality Control Director International Pain Center at TTUHSC Project Manager and Quality Control Director Grace Clinic Quality Control Director Center for Addiction and Recovery Project Manager and Quality Control Director Medical Clinic in Pecos TX Quality Control Director Experimental Science Building Project Manager and Quality Control Director South Plains Surgical Center Quality Control Director Wilshire Assisted Living Center Project Manager and Quality Control Director City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contract (Original Signature) TYLER HENTHORN Contractor (Print) CONTRACTOR'S BUSINESS NAME: HENTHORN COMMERCIAL CONSTRUCTION (Print or Type) .. CONTRACTOR'S FIRM ADDRESS: 2011 AVE. C LUBBOCK, TEXAS 79404 LLC. NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. PROPOSAL RFP 15-12385-MA Civic Center Interior Renovations Page Intentionally Left Blank 1 ti__J 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. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or 5 regulations, and similar regulatory agencies of other states of the United States. Citations include notices of F 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 death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. -�-� Offeror's Initials 1 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. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting infonnation: .83 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature VICE PRESIDENT Title 2 '3 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. COMPANYNAME: HENTHORN COMMERCIAL CONSTRUCTION, LLC. FEDERAL TAX ID or SOCIAL SECURITY No. 2 6- 4 0 5- 8 4 8 9 Signature of Company Official: TYLER HENTHORN Printed name of company official signing Date Signed: 6 - 9 -15 Page Intentionally Left Blank PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ° 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ g. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: (PRINT NAME OF COMPANY) PROPOSAL RFP 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ACM Millwork LBK Millwork ° `X 2. Overhead Door LBK Coiling Doors ° X 3. Hallgren Co. LBK Frames, Doors, HW ° X 4. A&J Painting LBK Painting x 0 5. Hub City Mechanical LBK HVAC Mechanical 0 X 6. Hub City Plumbing LBK Plumbing ° x 7. Brightstar Electric LBK Electrical ° x 8. Yates Flooring Co. LBK Flooring/ Tile ° X 9. Danny Madrid Masonry LBK Masonry x ° 10. WW Steel LBK Steel Products ° 11. Collins Tile LBK Bathroom Tile ° 12. M and M Steel Fab. LBK Steel Erection ° 'K 13. ° ° 14. ° ° 15. ° ° 16. ° ° SUBMITTED BY: (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO PROPOSAL RFP 15-12294-PD Civic Center Interior Renovations Page Intentionally Left Blank 1-1 1 9 I PAYMENT BOND Page Intentionally Left Blank THE GUARANTEE 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact your agent at: The Guarantee Company of North America USA One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 Texas Consumer Notice "ISO IMPORTANTE Para obtener informacion o para someter una q ueja: Puede comunicarse con su agent al 3 You may call The Guarantee Company of North America Usted puede Ilamar al numero de telefono gratis de USA's toll -free telephone number for information or to make a The Guarantee Company of North America USA's complaint at: 1-866-328-0567 para informacion o para someter una queja al: 1-866-328-0567 4 You may also write to The Guarantee Company of North America USA at: One Towne Square, Suite 1470 Southfield, Michigan 48076 Web: www.gcna.com E-mail: Info@gcna.com Fax: 248-750-0431 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-91 04 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Usted tambien puede escribir a to The Guarantee Company of North America USA: One Towne Square, Suite 1470 Southfield, Michigan 48076 Web: www.cicne.com E-mail: Info@gcna.com Fax: 248-750-0431 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1 - 800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-91 04 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx. us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento JD 1). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adj unto. CS0083 Texas Consumer Notice 07/12/12 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENTCODE (CONTRACTS MORE THAN $50,000) Bond #75113405 KNOW ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction, LLC (hereinafter calked the Principal(s), as Principal(s), and The Guarantee Company of North America USA (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter calked the Obligee), in the amount of TWO MILLION THREE HUNDRED TWENTY-TWO THOUSAND NINE HUNDRED SIXTY DOLLARS ($2,322.960) 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 day of , 2015, for PROPOSAL RFP 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to hire or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 6th day of July 2015. The Guarantee Company of North America USA Surety *By: ,...--� (Title) hnny Moss, Attorney -in -fact Henthorn Commercial Construction, LLC (Com any fName) rr By: ;: V1 boal (Printed Narpe) , (Tid V, The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johnny Moss an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process maybe had in matters arising out of such suretyship. The Guarantee Company of North America USA Surety By: zLe..'_ Johdiy Moss, Attorney -in -fact Approved as to form: City of Lubbock By: --T- Cit * Note: h signed by an o icer 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. The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Approved j City of Lut By. City A -, *Note: If showing th copy of po' M 3 Page Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Bond #75113405 KNOW ALL MEN BY THESE PRESENTS, that Henthorn Commercial Construction, LLC (hereinafter called the Principal(s), as Principal(s), and The Guarantee Company of North America USA (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 MILLION THREE HUNDRED TWENTY-TWO THOUSAND NINE HUNDRED SIXTY DOLLARS ($2,322.960) 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 day of June.25, 2015, for PROPOSAL RFP 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this . 6th day of July , 2015. The Guarantee Comppvrpf North America USA Surety By: (Ti Johnny oss, Attorney -in -fact Henthom Commercial Construction LLC (Company Name) By: &A powdsotA (Printed N e) ydc I , J-- (Signature) No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Johnny Moss 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. The Guarantee Company of North America USA Surety *By: �..._ { t e) Johnny Moss, Attorney -in -fact Approved as to Form City of L ck By: ity ttorne * 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. THE The Guarantee Company of North America USA GUARANTEE Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint Tony Fierro, Johnny Moss, Jay Jordan, Mistie Beck, Robert G. Kanuth, Jeremy Barnett, Jade Porter, Jarrett Willson of Rockwall, Texas Tony Fierro, Mistie Beck, Robert J. Shuya, Jade Porter, Johnny Moss of El Paso, Texas K & S Group, Inc. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31st day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attomey-in-fact and revoke the authority given, except as provided below 3. - In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. �er"T rn� IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. % THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, Sr. Vice President, COO Randall Musselman, Secretary County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai } Notary Public, State of Michigan County of Oakland a _ My Commission Expires February 27, 2018 '' Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North. America USA offices the day and year above written. I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which ��is��still in full forceandeffect. , *ep o IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this &gday of j e.-1 C 2,0 1 , o� Z' (J c \L7J � �� 4 r � �Rn,"" Randall Musselman, Secretary STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THE called the Principal(s), as Pri PRESENTS, that Henthorn Commercial Construction, LLC (hereinafter ), and (hereinafter called the Surety(s), as Se ty(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TVM MILLION THREE HUNDRED TWENTY-TWO THOUSAND NINE HUNDRED SIXTY DOLLARS 2.322.960), lawful money of the United States for the payment whereof, the said Principal and Surety bind emsely Is, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by th e presents. WHEREAS, the Principal has entered int a certain written contract with the Obligee, dated day of June 25, 2015, for PROPOSAL RFP 15-12385- Lubbock Memorial Civic Center Renovations Phase Two and said Principal under the law is required before commenc g the work provided for in said contract to execute a bond in the amount of said contract which contract is ereby referred to and made a part hereof as E fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGA ON IS SUCH, that if the said Principal a shall faithfully perform the work in accordance with the plans, specificat ns and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the\ned ection 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be dccordance with the provisions of said article to the same extent as if it were copied at length here IN WITNESS WHEREOF, the said Principal (s) and Surety (s) haveled this instrument this _ day of , 2015. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) e The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby desl tes an agent resident in Lubbock County to whom any requisite notices in be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: CityAttorney Y * Note: If signed by an officer of the Sure Company, there must be on file a certified extract from the by-laws showing that this person has authority to si ' uch obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 3 CERTIFICATE OF INSURANCE Page Intentionally Left Blank CONTRACTORCHECKLIST !' A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (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 CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY i BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF _a THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S e RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE ova OPERATIONS. k. REQUIRED WORKERS' COMPENSATION COVERAGE ; I__ "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 proj ect; C provide the contractor, prior to the end of the coverage period, a new certificate of coverage 1 ( ) p ,p g g showing extension of coverage, if the coverage period shown on the current certificate of 1 _I 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 1 i (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom. it contracts, to perform as required by 1.' paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they j are providing services. I CONTRACT I Page Intentionally Left Blank r- - CONTRACT 12385 1-7 4 k r�F r STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25" day of June 2015 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 Henthorn Commercial Construction, LLC 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 RFP 15-12385-MA Lubbock Memorial Civic Center Renovations Phase Two 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. Henthorn Commercial Construction, LLC's proposal dated June 9th, 2015 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. CONTRACTOR: Henthorn Commercial Construction, LLC. By: PRINTED NAME: lea-f ; o TITLE: �ro1�Lt Ms�oeev COMPLETE ADDRESS: Company f r4� ov-yN Co w•r%^. Cons{, I LLC Address :10 11 A vc. City, State, zip LuWao cl -TY -79 ti 0 ATTEST: Corporate Secretary Jim Gent, Mayor Pro Tem ATTEST. a City Se kary APPROVED AS TO FORM: Mitc it st stan City Attorney I Fl Page Intentionally Left Blank H I GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank 1 GENERAL CONDITIONS OF THE AGREEMENT 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. r 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 , who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Freddy Chavez, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". -11 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). �.l 7 a 10 11 12. 13. 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 j�j last business address known to the party who gives the notice. 1 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. 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. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and .... Contractor shall keep one copy of same consistently accessible on the job site. t_ 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. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any I orders b an subordinate engineer, supervisor or inspector, the Contractor may within fifteen 15 calendar days Y Y g p p � Y () Y 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 v 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 UNDERSTANDINGgg It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION - Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether 4 Owner's Representative has previously accepted the work. If any such work should be covered without approval 2 or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. 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 f._. by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following -, methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (151/6) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the ' Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, i-- damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or.unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the t " General Conditions of the contract documents, from an underwriter authorized to do business in the State of i` Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 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. & CompletedOper""anions Hazard Personal;Injury 8c Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $ 1,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with N coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability l coverage's. E. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least the statutory limit. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (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. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that a materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. a 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: F11 (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 FI project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance 10 carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the 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 11 (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; ' (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-77I3 or 5I2-804- 4000 (www.tdi.state. h.it to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the 1 12 - 29. 30. 31 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; (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. 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. 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. 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 t ,_ 13 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 i thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering._ 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of 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. E� 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 $1,000 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 i Contractor shall be in default after the time stipulated for substantially completing the work. 14 r` 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 of $1,000 PER DAY, not as a penalty, _= but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. F 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 15 securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for i 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 agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the j 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 r. 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. e--= 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 4' the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial i- 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 5 retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express 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. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st 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. ILj 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of 17 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 d__' the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of. (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. 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. 18 g{i tw- After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have } been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, 1 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 19 l,, 49 50 51 52. 53 Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 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. 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. 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. 20 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination -- charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. 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. i 58. NON -ARBITRATION 21 t: The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). P 22 DAVIS-BACON WAGE DETERMINATIONS 0 I Page Intentionally Left Blank General Decision Number: TX150146 01/02/2015 TX146 Superseded General Decision Number: TX20140146 State: Texas Construction Type: Building County: Anderson County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family .q homes or apartments up to and including 4 stories). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification -- listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 ASBE0021-002 05/01/2013 Publication Date O1/02/2015 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR ........................$ 21.52 7.15 ---------------------------------------------------------------- BOIL0587-003 01/01/2013 Rates Fringes 22.71 63 --Boilermaker--------------------$ ---------------------- ------------ CARP0551-007 04/01/2014 Rates Fringes CARPENTER (Form Work Only) ....... $ 21.97 7.98 -------------------------- -------------------------------------- * IRON0263-019 12/01/2013 Rates Fringes -= Ironworker, reinforcing and structural .......................$ 22.70 5.35 ------------------------------------------------------ LABO0154-022 05/O1/2008 _ Rates Fringes t" l Laborers: (Mason Tender - Cement/Concrete).................$ 14.25 2.90 ---------------------------------------------------------------- ! PLUM0286-004 06/01/2013 Rates Fringes Plumber .........................$ 27.03 10.40 ---------------------------------------------------------------- SUTX2009-001 04/20/2009 Rates Fringes BRICKLAYER .......................$ 18.00 0.00 CARPENTER, Includes Acoustical Ceiling i Installation, Batt Insulation, and Metal Stud Installation (Excludes Drywall Hanging, and Form Work) ............................$ 15.13 2.63 CEMENT MASON/CONCRETE FINISHER ... $ 12.09 0.00 DRYWALL HANGER ...................$ 13.89 1.00 ELECTRICIAN ......................$ 18.06 4.87 LABORER: Common or General ...... $ 12.19 0.00 LABORER: Landscape & Irrigation .......................$ 8.50 0.22 LABORER: Mason Tender - Brick ... $ 12.02 0.00 LABORER: Mortar Mixer ........... $ 12.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.67 0.47 OPERATOR: Bulldozer .............$ 13.00 0.35 OPERATOR: Crane .................$ 21.33 0.00 OPERATOR: Forklift ..............$ 14.58 0.00) OPERATOR: Loader (Front End) .... $ 10.54 0.00 PAINTER: Brush, Roller and Spray ............................$ 11.75 0.00 1.1 ROOFER ...........................$ 13.64 1.80 y. SHEET METAL WORKER ...............$ 17.00 0.00 TILE SETTER.. ..............$ 15.00 0.00 TRUCK DRIVER .....................$ 10.68 0.34 ----- ----------------------------------------------------------- tt' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Irv` Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the E cited type(s) of construction in the area covered by the wage (- determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers e A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. t Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates �} the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. i Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ., The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative ¢" Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION :g A Page Intentionally Left Blank EXHIBIT A 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. 0 Page Intentionally Left Blank Project Book Memorial Civic Center Renovations Phase Two 1501 Mac Davis Lane Lubbock, Texas CHA, Inc. Project 1227 May 20, 2015 Chapman Harvey Architects, Inc. 612 Broadway Lubbock, Texas 79401 806-749-1153 fax 749-1866 Set No.. May 20, 2015 City of Lubbock Memorial Civic Center Renovations Phase Two 1501 Mac Davis Lane Lubbock, Texas I U May 20, 2015 Chapman Harvey Architects, Inc. CHA, Inc. Project 1227 Table of Contents Additional Documents prepared by the City of Lubbock Contract Conditions Application and Certificate for Payment G702 - 1992 Continuation Sheet G703 - 1992 Certificate of Substantial Completion G704 - 2000 Contractor's Affidavit of Payment of Debts and Claims G706 - 1994 Performance Bond PerB - 1 Payment Bond PayB - 1 Division 1 General Reauirements 01010 Summary of Work 01030 Alternates, Unit Pricing 01040 Coordination and Meetings 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities 01600 Material and Equipment C 2015 Chapman Harvey Architects, Inc. Unauthoriuddupkationprohibited. TABLE OF CONTENTS TC- 1 May 20, 2015 01700 Contract Closeout Division 2 Site Work 02050 Demolition Division 3 Concrete 03300 Concrete Work Division 4 Masonry 04230 Reinforced Unit Masonry Division 5 Metals 05500 Metal Fabrications 05510 Metal Stairs 05720 Handrails Systems 05722 Steel Handrail Systems Division 6 Wood and Plastic 06100 Rough Carpentry 06400 Architectural Millwork Division 7 Thermal and Moisture Protection 07213 Batt and Blanket Insulation 07900 Joint Sealers Division 8 Doors and Windows 08100 Hollow Metal Frames 08111 Steel Doors 08211 Flush Wood Doors 08361 Overhead Coiling Doors 08700 Finish Hardware 08800 Glazing Division 9 Finishes 09260 Gypsum Board Systems 09311 Tile Finish 09511 Suspended Acoustical Ceilings 09650 Resilient Flooring 09721 Epoxy Quartz Flooring 09900 Painting Division 10 Specialties 10155 Toilet Compartments 10440 Signs 10800 Toilet Accessories C 2015 Chapman Harvey Architects, Inc Unauthorized duplication prohibited TABLE OF CONTENTS TC - 2 May 20, 2015 Division 11 Equipment NOT USED Division 12 Furnishin&s NOT USED Division 13 Special Construction NOT USED Division 14 Conve i�ng Systems NOT USED Division 15 Mechanical 15010 General Mechanical Provisions 15020 Testing 15060 Piping 15250 Insulation 15400 Plumbing 15840 Ductwork 15870 Grills, Registers and Ceiling Diffusers Division 16 Electrical 16050 Basic Electrical Materials and Methods 16060 Grounding and Bonding 16073 Hangers and Supports for Electrical Systems 16075 Electrical Identification 16120 Conductors and Cables 16130 Raceways and Boxes 16140 Wiring Devices 16511 LED Interior Lighting C 2015 Chapman Harvey Architects, Inc. Unauthorized duplication prohibited. TABLE OF CONTENTS TC - 3 l'-AIATM Document G702 -1992 Application and Certificate for Payment TO OWNER: City of Lubbock PROJECT: Memorial Civic Center Renovations APPLICATION NO: 001 Distribution to: Phase Two PERIOD TO: OWNER: CONTRACT FOR: General Construction ARCHITECT: FROM VIA CONTRACT DATE: CONTRACTOR: CONTRACTOR: ARCHITECT: PROJECT NOS: 1227 FIELD: OTHER: CONTRACTOR'S APPLICATION FOR PAYMENT The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment has been completed in accordance Application is made for payment, as shown below, in connection with the Contract. with the Contract Documents, that all amounts have been paid by the Contractor for Work for Continuation Sheet, AIA Document 0703, is attached, which previous Certificates for Payment were issued and payments received from the Owner, and 1. ORIGINAL CONTRACT SUM........................................................................ $ 0.00 that current payment shown herein is now due. 2. NET CHANGE BY CHANGE ORDERS........................................................ $ 0.00 CONTRACTOR: 3. CONTRACT SUM TO DATE (Line 1 t 2).................................................... $ 0.00 By: Date: 4. TOTAL COMPLETED & STORED TO DATE (Column G on G703) .......... $ 0.00 State of: 5. RETAINAGE: County of: a. 0 % of Completed Work Subscribed and sworn to before (Column D + E on G703) $ 0.00 ' me this day of b. 0 % of Stored Material (Column F on G703) $ 0.00 Total. Retainage (Lines 5a + 5b or Total in Column I of G703) ................ $ 0.00 6. TOTAL EARNED LESS RETAINAGE........................................................... $ 0.00 (Line 4 Less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT ..................................... $ 0.00 (Line 6 from prior Certificate) 8. CURRENT PAYMENT DUE......................................................................... I 770A 9. BALANCE TO FINISH, INCLUDING RETAINAGE (Line 3 less Line 6) $ 0.00 I-IANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months by Owner $ 0.0 $ 0.0 otal approved this Month $ 0.0 $ 0.0 TOTALS $ 0.0 $ 0.0 NET CHANGES by Change Order $ 0.0 Notary Public: My Commission expires: ARCHITECT'S CERTIFICATE FOR PAYMENT In accordance with the Contract Documents, based on on -site observations and the data comprising this application, the Architect certifies to the Owner that to the best of the Architect's knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AMOUNT CERTIFIED .................................... .................................. I........... $ 0.00 (Attach arp/anralion ifantown cerlffred dn'lfers from the armor nt applied. Initial all figures on this Application and on the Continuation Sheet that are changed to conform with the annount certified.) ARCHITECT: By: Date: This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment arc without prejudice to any rights of the Owner or Contractor under this Contract. AIA Document G702TM —1992. Copyright © 1953, 1963, 1965, 1971, 1978, 1983 and 1992 by The American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the taw. This document was produced by AIA software at 19:10:53 on 03/25/2015 under Order No.9840668914_1 which expires on 04/18/2015, and is not for resale. User Notes: (1496675686) � Document Gl03TM �P/i -1992 Continuation Sheet AIA Document, G702"M-1992, Application and Certification for Payment, or G736T"-2009, APPLICATION NO: 001 Project Application and Projcct Certificate for Payment, Construction Manager as Adviser Edition, APPLICATION DATE: containing Contractor's signed certification is attached. In tabulations below, amounts are in US dollars. PERIOD TO: Use Column I on Contracts where variable retainage for line items may apply. ARCHITECT'S PROJECT NO: 1227 A B C D I E F G H I ITEM NO. DESCRIPTION OF WORK SCHEDULED VALUE WORK COMPLETED MATERIALS PRESENTLY STORED (NOT IN D OR E) TOTAL COMPLETED AND STORED TO DATE (D+E+F) % (G _ C) BALANCE TO FINIS14 (C - G) RETAINAGE (IF VARIABLE RATE) FROM PREVIOUS APPLICATION (D + E) THIS PERIOD 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0,00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 % 0.00 0.00 0 * 001 0.00 0.001 0.00 0.001 0.00 % 0.001 0.00 GRAND TOTAL $0.001 $0.001 $0.001 $0.00 $0.00 0.00 % so.001 $0.00 AIA Document G703*" -1992. Copyright© 1963, 1965, 1966, 1967,1970, 1978, 1983 and 1992 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 19:11:23 on 03/25/2015 under Order No.9840668914 1 which expires on 0411812015, and is not for resale. User Notes: (1279612472) -®m— AIA Document G704TM - 2000 (y Certificate of Substantial Completion PROJECT: PROJECT NUMBER: 1227/ OWNER: ❑ Name and address) CONTRACT FOR: General Construction Memorial Civic Center Renovations - CONTRACT DATE: ARCHITECT: El Phase Two CONTRACTOR: ❑ TO OWNER: TO CONTRACTOR: FIELD: ❑ Name and address) (,dame and address) OTHER: ❑ City of Lubbock I PROJECT OR PORTION OF THE PROJECT DESIGNATED FOR PARTIAL OCCUPANCY OR USE SHALL INCLUDE: The Work performed under this Contract has been reviewed and found, to the Architect's best knowledge, information and belief, to be substantially complete. Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of the Project or portion designated above is the date of issuance established by this Certificate, which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below: Warranty Date of Commencement ARCHITECT BY DATE OF ISSUANCE A list of items to be completed or corrected is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Unless otherwise agreed to in writing, the date of commencement of warranties for items on the attached list will be the date of issuance of the final Certificate of Payment or the date of final payment. Cost estimate of Work that is incomplete or defective: S0.00 The Contractor will complete or correct the Work on the list of items attached hereto within Zero (0) days from the above date of Substantial Completion. CONTRACTOR BY DATE The Owner accepts the Work or designated portion as substantially complete and will assume fill possession at (time) on (date). OWNER BY DATE The responsibilities of the Owner and Contractor for security, maintenance, (teat, utilities, damage to the Work and insurance shall be as follows: (IVote: Owner's and Contractor's legal and insurance counsel should determine and review insurance requirements and coverage.) AIA Document G704" — 2000. Copyright© 1963, 1978, 1992 and 2000 by The American Institute of Architects. All rights reserved. WARNING: This AIA* 1 Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAo Document, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 19:11:48 on 03/25/2015 under Order No.9a40668914_1 which expires on 04/18/2015, and is not for resale. User Notes: (1328890470) TM Document G706 -1 94 Contractor's Affidavit of Payment of Debts and Claims PROJECT, (Name and address) Memorial Civic Center Renovations - Phase Two TO OWNER: (Name and address) City of Lubbock STATE OF: COUNTY OR ARCHITECT'S PROJECT NUMBER: 1227 CONTRACT FOR: General Construction CONTRACT DATED: OWNER: U ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: ❑ OTHER: ❑ The undersigned hereby certifies that, except as listed below, payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: SUPPORTING DOCUMENTS ATTACHED HERETO 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. AIA Document G707, Consent of Surety, may be used for this purpose Indicate Attachment ❑ Yes ® No CONTRACTOR: (Name and address) M The follolring supporting documents should be attached (Signature of authorized representative) hereto if required by the Owner:• 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers, to the extent required by the Owner, accompanied by a list thereof. 3. Contractor's Affidavit of Release of Liens (ALA Document G706A). (Printed name and title) Subscribed and sworn to before me on this date: Notary Public: My Commission Expires: AIA Document G70610 —1994. Copyright O 1970 and 1994 by The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAa Document, or any portion of it, 1 may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 19:12:06 on 03/25/2015 under Order No.9840668914_1 which expires on 04/1812015, and is not for resale. User Notes: (1667585354) AIA Document A312 - 2010 Performance Bond CONTRACTOR: (Nance, legal status and address) OWNER: (Nance, legal statics and address) City of Lubbock SURETY: (Name, legal status and principal place of business) CONSTRUCTION CONTRACT Date: Amount: $ Description: (Name and location) Memorial Civic Center Renovations - Phase Two BOND Date: (Not earlier than Construction Contract Date) Amount: $ !Modifications to this Bond: L� None See Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Name and Title: Title: (Any additional signatures appear on the last page of this Peiforniance Bond) (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party.) ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A312TM — 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA° Document is protected Init. by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software / at 19:10:24 on 03/25/2015 under Order No.9840668914_1 which expires on 0411812015, and is not for resale. User Notes: (1850037044) March 30, 2015 SECTION 07213 BATT, BLANKET, AND RIGID INSULATION PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 RELATED WORK A. Provide unfaced acoustic batt insulation in partitions where shown on the drawings. 1.3 RELATED SECTIONS A. Section 06100: Rough Carpentry. 1.4 QUALITY ASSURANCE A. Thermal Resistivity: Where thermal resistivity properties of insulation materials are designated by r-values they represent the rate of heat flow through a homogenous material exactly 1 inch thick, measured by test method included in referenced material standard or otherwise indicated. They are expressed by the temperature causing one BTU to flow through one square foot per hour at mean temperatures indicated. B. Fire Performance Characteristics: Provide insulation materials which are identical to those whose fire performance characteristics as listed for each material or assembly of which insulation is a part, have been determined by testing, per methods indicated below, by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. C. Contractor shall be an established firm regularly engaged in installation of wall insulations for the past five years. 1.5 REFERENCE STANDARDS A. Surface Burning Characteristic: ASTM E 84. B. Fire Resistance Ratings: ASTM E 119. C. Combustion Characteristics: ASTM E 136. D. Thermal Performance: ASTM C653. E. Acoustical Performance: ASTM C665. 1.6 SUBMITTALS A. Submit manufacturer's specifications and installation instructions for each type of insulation required. Include data substantiating that materials comply with specified requirements. B. Certified Test Reports: With product data, submit copies of certified test reports showing compliance with specified performance values, including R-values (aged values for plastic 6;�I PXV.P''o�bi`�' BATT, BLANKET, AND RIGID INSULATION 07213 - 1 March 30, 2015 insulations), densities, compression strengths, fire performance characteristics, perm ratings, water absorption ratings, and similar properties. 1.7 DELIVERY, STORAGE AND HANDLING A. Protect insulations from physical damage and from becoming wet, soiled, or covered with ice or snow. Comply with manufacturer's recommendations for handling, storage, and protection during installation. All materials damaged from above instances will not be used and will be disposed of properly from the site. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Batt Insulation: 1. Owens/Coming Corporation. 2. CertainTeed B. Substitutions: 1. In accordance with Section 01600. 2.2 MATERIALS A. Sound attenuation batts to be equal to Owens/Corning un-faced batt for 3 1/2 inch thick cavity, flame spread 10, smoke developed of 10 compiant with the International Building Code. B. Mechanical Anchors shall be the type and size shown or, if not shown, as recommended by the insulation manufacturer for the type of application shown and condition of substrate. PART 3 EXECUTION 3.1 INSPECTION A. Inspect cavity wall surfaces prior to starting insulation work. Proceeding with installation constitutes acceptance of the substrate. B. The installer must examine the substrate and the conditions under which the insulation work is to be performed and notify the contractor in writing of unsatisfactory conditions. Do not proceed with the insulation work until substrate is satisfactory. 3.2 INSTALLATION A. Comply with manufacturer's instructions for the particular conditions of installation in each case; including method of support or anchorage to the substrate, as appropriate for each application indicated. If printed instructions are not available or do not apply to the project conditions, consult the manufacturer's technical representative for specific recommendations before proceeding with the work. B. Extend insulation full thickness as shown over entire surface to be insulated. Cut and fit tightly around obstructions. END OF SECTION bw�i e@2�P'.W. .ti '"` BATT, BLANKET, AND RIGID INSULATION 072I3 - 2 0 H f SECTION 07900 JOINT SEALERS PART1 GENERAL 1.1 RELATED DOCUMENTS March 30, 2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Provide caulking in conjunction with interior painting operations and as otherwise indicated on drawings for interior caulking. B. Perform all work required to complete the joint preparation, joint packing or filler, priming, caulking and sealing indicated by the drawings and specified herein. Furnish all supplementary items necessary. C. In fire rated partitions, install only fire resistant sealants. 1.3 RELATED SECTIONS A. Section 04230 — Reinforce Unit Masonry B. Section 08100 - Hollow Metal Frames. C. Section 09900 - Painting. 1.4 QUALITY ASSURANCE A. Applicator Qualifications: 1. Minimum two year's experience in applying sealants and approved by manufacturer. B. Manufacturer's Representative: 1. Arrange for technical representative to be on project site to advise installer of proper procedures and precautions for use of materials and to check installation. 1.5 REFERENCE STANDARDS A. FS TT-S-00230C, Type II Sealing Compound: Elastomeric Type, Single Component. B. FS TT-S-001543A Sealing compound: Silicone Rubber Base. C. FS TT-S-00227E, Type I, Class A Joint Sealant: Self Levelling. D. ASTM C834 Standard Specification for latex sealing compounds. 1.6 SUBMITTALS A. Submit the following: 1. Product Data: a. Manufacturer's specifications, recommendations and installation instructions for sealant, backing, and related materials. 2. Samples: G.11lgAIB"P#'_'i o P 5 55"Inc JOINT SEALERS 07900 - 1 Much 30.2015 a. Color charts for selection by Owner. b. Fumish samples of custom colors. 3. Certification: a. Letter of certification from manufacturer or certified test laboratory report that materials are chemically compatible with each other and with substrate. b. Letter from manufacture that certifies material's fire resistant qualities. C. When requested by the architect, submit samples of cured sealants and a 6 inch long sample of each type ofjoint backup. 1.7 DELIVERY AND STORAGE A. Deliver materials in unopened containers as packaged by the manufacturer. Store in a manner to protect materials from the weather. 1.8 WARRANTY A. Warrant, in writing, materials and workmanship against air and water leakage for a five-year period. B. Provide written warranty of materials fire resistance and accepted use in at least a one hour fire resistant assembly. PART2 PRODUCTS 2.1 PRODUCTS A. Pecora Chemical corporation. B. Sonneborn Building Products. C. W.R. Grace and Company. D. General Electric Company. E. Products Research and Chemical Corporation. F. Substitutions: In accordance with Section 01600. 2.2 MATERIALS A. Polysulfide (Type I): 1. Two-part conforming to FS TT-S-00227E, Class A, Type I (self -leveling) or Type 2 (nonsag) as recommended by manufacturer. 2. Color: As selected by architect. 3. Acceptable products: a. Synthacalk GC-5, Pecora Corp. b. 350, PRC. C. Sonolastic, Sonnebom-Contech, Inc. B. Chlorosulfonated Polyurethane (Type 2) 1. One part conforming to FS TT-S-230C. 2. As selected by architect. 3. Acceptable products: a. Synthacalk, Pecora. 6201,t wragonJu"pGca� obi pm5'� �`� t"` JOINT SEALERS 07900 - 2 March 30, 2015 C. Polyurethane (Type 3): 1. Two-part conforming to FS TT-S-0000227E, Class A, Type I or II. 2. Color: As selected by architect. 3. Acceptable products: a. NR-200, Pecora. b. No. 200, PRC. C. Sonolastic Paving Joint Sealant, Sonneborn-Contech. d. THC-900/901, Tremco. D. Polyurethane (Type 4): 1. One -part conforming to FS TT-S-000230C, Class A, Type II. 2. Color: Custom color as selected by architect. 3. Acceptable products: a. No. 6000, PRC. b. NP 1, Sonneborn - Contech. C. Dymonic, Tremco. E. Silicone (Type 5): 1. One part rubber based silicone conforming to FS TT-S-001543, Class A, Type 1. 2. Color: Custom color as selected by architect. 3. Acceptable products: a. 790 Building Sealant, Dow Corning. b. Silproof, General Electric. C. Proglaze, Tremco. F. Acrylic, Solvent Cure (Type 6): 1. One -part, FS TT-S-00230. 2. Acceptable products: a. Unicrylic, Pecora. b. Permacryl, Schnee -Moorhead Chemicals, Inc. C. Mono, Tremco Manufacturing Company. G. Nondrying, Nonskinning (Type 7): 1. One -part sealing compound. 2. Acceptable products: a. GC-55, Noncuing, Goal Chemical. b. BR-96, Pecora. C. Curtain Wall Sealant, Tremco. H. Bitumen Impregnated Sealant (Type 8): 1. Precompressed bitumen impregnated foam joint sealant. 2. Size: As recommended by manufacturer for joint condition as rain seal. 3. Acceptable product: Emseal compressed, Emseal Corporation. I. Backer Rod: Closed cell expanded polyurethane or polyethylene "Denver" foam, compatible with sealant; sized and shaped to control depth of sealant; and to maintain 20% to 50% compression of material. J. Joint Cleaners and Primers: As recommended by sealant manufacturer. K. Bond Breaker: Pressure sensitive adhesive polyethylene tape. L. Masking Tape: Pressure sensitive adhesive paper tape. M. Sealant Tape: (' b Igo '2�`p'�t S,'6aa,Inc JOINT SEALERS 07900 - 3 c_ i_ March 30, 2015 1. Compressible adhesive -cohesive tape of cross -linked butyl polyisobutylene rubber that accommodates variations and movement, sized as necessary to allow for joint movement of + or - 25%. 2. Acceptable product: PTI 606, Protective Treatments, Inc. N. Expansion Joint Filler: I . Closed cell polyethylene compatible with sealant. 2. Acceptable product: Sonoflex F, Sonneborn. 3. Fire resistant to be used in at least a one hour fire rating classification. 2.3 MIXING A. Mix components in accordance with manufacturer's recommendations. PART 3 EXECUTION 3.1 INSPECTION A. Examine all surfaces to receive sealant and report all conditions not acceptable. Installation shall be deemed as acceptance of the surface. 3.2 PREPARATION A. Clean all surfaces and joints thoroughly, removing all foreign matter, dust, oil, grease, water surface, dirt, frost, old caulking material, and previously applied paint or primer. B. Prime and prepare surfaces in strict accordance with sealant or caulk manufacturer's written instructions and recommendations. C. Remove loose mill scale from steel surfaces. Remove dirt, oil, or grease by solvent cleaning and wipe surfaces. All surfaces must be clean and dry. Any protective coating on building materials that will impair sealant bond shall be removed. 3.3 APPLICATION A. Sealants: 1. Follow sealant manufacturer's instructions regarding preparation, priming, application life, and application procedure. 2. Apply masking tape where required in continuous strips in alignment with joint edge. Remove tape immediately after joints have been sealed and tooled as directed. 3. Apply sealant under pressure with gun having nozzle of proper size or other appropriate means. Provide sufficient pressure to completely fill joints. 4. Neatly point or tool sealant to provide proper contour. Use clean water -wet tool or tooling solution recommended by manufacturer when tooling white or light colored sealant. B. Caulking: 1. Caulking: Apply caulking joints before final coat of paint is applied to adjacent surface. Apply caulking with a pressure gun having a nozzle of proper size to fit joint. Completely fill joint and firmly tool against backing to make a smooth, convex bed, and assure good adhesion. Caulking shall develop a firm skin before paint is allowed. C. Joint Size: 1. Sealant and Caulking: Depth equal to 1/3 times joint width or as recommended by 1 manufacturer. I 6alt IC�o�p S�6S1JOINT SEALERS 07900 - 4 t t March 30, 2015 3.4 CLEANING A. Remove excess caulking or sealant materials and smears from adjacent surfaces as work progresses. B. On non -porous surfaces excess uncured sealant shall be removed with a solvent moistened cloth immediately. On porous surfaces excess sealant should be allowed to cure overnight, then removed by lightly wirebrushing or sanding. All adjacent surfaces shall be clean and free from stains. C. Remove all debris resulting from these operations from the site. 3.5 SCHEDULE A. Interior and Exterior Joints Subject to Movement (Not Including Traffic): Type 1, 2, 4, or 5 at Contractor's option and as recommended by manufacturer for joint condition and sealant color. B. Interior and Exterior Horizontal Joints Subject to foot and Vehicular Traffic: Type 2, self -leveling. C. Interior Horizontal and Vertical Joint Not Subject to Movement (Not Including Traffic): Type 6. D. In contact with roofing and waterproofing materials: Type 3 or 4, low modulus, unmodified. E. Unexposed window joints: Type 7. F. Interior fire resistant rating of at least a one hour rated assembly subjected to minimal movement: Type 2. G. Secondary seal and exterior brick expansion joint secondary seals: Type 8. END OF SECTION .�uIj�QNuff "PW"flo`�P�55i`eaf'"` JOINT SEALERS 07900 - 5 SECTION 08100 HOLLOW METAL FRAMES PART1 GENERAL 1.1 RELATED DOCUMENTS March 30, 2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Custom fabricated rated and non -rated steel frames. 1.3 RELATED SECTIONS A. Section 08700 - Finish Hardware B. Section 08800 - Glazing. C. Section 09900 - Painting. D. Division 16 - Electrical. 1.4 REFERENCES A. ASTM A569 - Steel, Carbon, Hot -Rolled Sheet and Strip, Commercial Quality. B. ASTM A591 - Steel Sheet, Cold -Rolled, EIectrolytic Zinc Coated. C. NFPA 80 - Fire Doors and Windows. D. NFPA 252 - Fire Tests for Door Assemblies. E. SDI - 100 - Standard Steel Doors and Frames. 1.5 QUALITY ASSURANCE A. Conform to requirements of SDI - 100. B. Fire rated frame construction to conform to NFPA 252. C. Installed door and frame assembly to conform to NFPA 80 for fire rated class indicated on drawings. 1.6 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings and product data under provisions of Section OI300. B. Indicate frame configuration, anchor spacings, anchor types, and location of cutouts for hardware and reinforcement. u��lfa�ac@Tu'plicano�i'p 5S"L�4C . in, HOLLOW METAL FRAMES 08100 - I March 30.2015 C. Clearly indicate door opening, frame type, rough -in requirements for all security hardware noted on the drawings and outlined in the specifications. D. Submit manufacturer's installation instructions under provisions of Section 01300. 1.7 DELIVERY, STORAGE, AND PROTECTION A. Protect products under provisions of Section 01600. B. Protect frames with resilient packaging. 1.8 WARRANTY A. Provide five year manufacturer's warranty under provisions of Section 01700. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Republic Builders Products Corp./ Subs. Republic Steel B. Ceco Corporation C. Tex -Steel Corporation D. Substitutions: Under provisions of Section 01600. 2.2 FRAMES A. Material: ASTM A569, hot rolled carbon steel. B. Frame Gage: 16 gage for interior frames, 14 gage for exterior frames. C. Hardware Reinforcement: SDI - 107. D. Dimensions: 1 inch return by required wall thickness; all frames are to match. E. Security: Prep designated frames for identified security hardware, refer to door hardware section of specifications. 2.3 ACCESSORIES A. Jamb Anchors: W type for metal studs, `T' type for masonry. B. Silencers: As specified in Section 08700. Exterior door frames are not to have silencers. C. Security: Prep designated frames for identified security hardware, refer to door hardware section of specifications. 2.4 FABRICATION A. Fabricate frames and assemble as a complete welded unit. Weld exposed joints continuously, grind, dress, make smooth, flush, and invisible. No joint shall be obvious. o.1uiRor�'a�'�uplKalionpro4%,,4• Inc. HOLLOW METAL FRAMES 08100 - 2 ij 7 March 30.2015 t t B. Fabricate frames with hardware reinforcement plates welded in place. Comply with ANSI Al 15 "Specifications for Door and Frame preparation for Hardware". C. Prepare frames for silencers. Provide three single silencers for single interior doors on strike side. Exterior frames are not to have silencers. D. Fabricate jamb anchors to be set in metal stud partitions from minimum 16 gage cold rolled steel complying with ASTM A526. E. Shop paint surfaces of doors and frame units, including galvanized surfaces, using manufacturer's standard baked -on rust -inhibitive primer. F. Provide 26 gage steel plaster guards or mortar boxes, welded to frame, at back of hardware cutouts where installed in concrete, masonry or plaster opening. G. Security: Prep designated frames for identified security hardware, refer to door hardware section of specifications. 2.5 FINISH A. Primer: Baked on. B. Paint: As specified in Section 09900. PART 3 EXECUTION 3.1 INSTALLATION A. Install frames in accordance with SDI - 100. B. Coordinate with gypsum wallboard wall construction for anchor placement. C. Install minimum of 4 anchors per jamb for frames set in metal stud framing. D. Coordinate security frames with electrical contractor. Each security door frame is to have conduit to lock stubbed out above ceiling height. Lock pocket fit to HES lock. It is the responsibility of the General Contractor to insure the electrical and frame subcontractors have reviewed each other's requirements for each location concerning this item. 3.2 TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, corner to corner. 3.3 ADJUSTING AND CLEANING A. Adjust for smooth and balanced door movement. B. Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply .. touch-up paint of compatible air -drying primer. END OF SECTION un2auli�A" fica io prolubieR. Inc. HOLLOW METAL FRAMES 08100 - 3 SECTION 08211 FLUSH WOOD DOORS PART1 GENERAL 1.1 RELATED DOCUMENTS March 30.2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION A. This section specifies new standard flush wood doors, and new flush wood fire rated doors. New doors are to match existing doors for which they replace in appearance and function. 1.3 RELATED SECTIONS A. Section 01090 - Reference Standards. B. Section 01700 - Contract Closeout. C. Section 08700 - Door Hardware. D. Section 09900 - Painting. 1.4 IDENTIFICATION MARK A. The top edge of each door shall bear an identification mark, either a stamp, brand or other indelible mark, giving the manufacturer's name, the door's trade name, the construction of the door, code date of manufacture and the quality. B. The identification mark shall be accompanied by either of the following additional requirements: 1. An identification mark or a separate certification including the name of the inspection organization, identification of the standards for the door, including glue type, identification of preservative treatment for stile and rail doors, identification of veneer and quality certification. 2. The National Woodwork Manufacturers' Association "Hallmark" edge stamp and glue bond mark plug. 1.5 SUBMITTALS In accordance with Section 01300 - Submittals. A. Samples: 1. Corner section of flush veneered door 12 inches square, showing details of construction, labeled to show grade and type number and conformance to the specified standards. 2. Veneer sample 8-1/2 inch by 11 inch by 1/4 inch showing the specified wood specie sanded to receive a transparent finish. Where the pre -finish option is accepted, veneer sample shall be factory finished. B. Shop Drawings: 1. Show every door on the project and schedule its location in the building. 2. Indicate type, grade, finish and size; include detail of glazing, and other pertinent details. fialTU �' .;P' "nP �5`cail'"` FLUSH WOOD DOORS 08211 - 1 March 30, 2015 Provide information concerning any specified requirements not included in the manufacturer's literature and data submittal. C. Manufacturer's Literature and Data: 1. Labeled fire rated doors showing conformance with NFPA 80. D. Laboratory Test Reports: 1. Direct screw withdrawal test report in accordance with ASTM D 1037. 2. Split resistance test report in accordance with NW WDA document "Test Method to Determine Split Resistance of Hinge Edges of Composite Type Fire Doors". 3. Cycle/Slam test report in accordance with ANSI/SD1 A 151.1, Article 1.5. 1.6 SEALING A. Give top and bottom edges of doors two shop coats of exterior spar varnish, or water resistant sealer before sealing in shipping containers. 1.7 DELIVERY AND STORAGE A. Factory seal doors and accessories in heavy polyethylene bags or cardboard packages which shall remain unbroken during delivery and storage. B. Doors shall be stored flat, uniformly supported and stored under cover, in dry and well ventilated areas, off the floor, at temperatures between 40 and 100 degrees F, and at relative humidity between 30 and 60 percent. 1.8 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in text by the basic designation only. A. American National Standards Institute (ANSI): Steel Door Institute (ANSI/SDI): ANSUSDI A 151.1-1980............ Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors and Hardware Reinforcing. B. American Society for Testing and Materials (ASTM): D1037-78.................................. Evaluating the Properties of Wood -Base Fiber and Particle Panel Materials C. The Architectural Woodwork Institute (AWI): Architectural Woodwork Quality Standards Guide Specifications and Quality Certification Program, Fourth Edition 1985 D. National Fire Protection Association (NFPA): No. 80(1983)............................ Fire Doors and Windows E. National Wood Window and Door Association (NWWDA): I.S.1-80...................................... Series for Wood Flush Doors (With I.S.I. 3 Hollow Core Wood Doors Deleted) I.S. 4-70..................................... Water Repellent Preservative Treatment For Millwork ANSI/NWWDA........................ Red Oak Doors (Not Numbered) ........................ Test Method to Determine the Split Resistance of Hinge Edges of Composite Type Fire Doors uZI011roe��opGca�oeii pro5'915c '"` FLUSH WOOD DOORS 08211 - 2 March 30, 2015 1.9 WARRANTY A. Provide warranty under provisions of Section 01700 to the following term: 1. Interior Doors: Two years. B. Include coverage for de -lamination of veneer, warping beyond specified installation tolerances, defective materials, and telegraphing core construction. C. Provide a written warranty letter per Section 01700, 1.8, on business letterhead stating that installed door components comply with TAS and/or ADA. PART2 PRODUCTS 2.1 FLUSH DOORS, GENERAL A. Flush doors shall be solid core wood flush doors meeting requirements of NWWDA I.S.1 Series for Wood Flush Doors, Type Il bond for interior doors, with solid wood or solid mat -formed wood particleboard core and acoustically rated to at least an STC of 35 to 40. Staved core doors are not allowed. B. Doors shall be 1-3/4 inches thick, unless otherwise shown or specified. Acceptable door manufacturer VT Industries — Architectural Wood Door. C. Guarantee: Flush doors are subject to terms of Article titled "GUARANTY" of Section GENERAL CONDITIONS, and shall include the following: 1. Permissible warp tolerance not exceeding 1/4-inch as specified in NWWDA I.S.1.1. 2. No de -lamination. 3. For interior doors, manufacturer's warranty for the life of the original installation. D. Refer to the door schedule listed in the drawings. 2.2 MATERIALS AND FABRICATION A. Face Veneer: Veneers for door faces shall be in accordance with NWWDA I.S.1.1. Face veneer, required to have transparent finish shall be good grade, rotary cut, red oak, and shall be one species throughout the project unless scheduled or otherwise shown. Face veneers, required to have painted finish shall be either rotary cut, sound grade, mill option close grained hardwood, or medium density overlay. Lauan is not acceptable. 1. Doors to receive transparent finish shall be factory sanded. Final sanding of faces and stiles shall be clean and smoothly sanded prior to finishing. The grade of sandpaper will depend on the wood specie of the veneer. 2. Doors required to have transparent finish on one side and paint finish on other side shall have veneers as required for transparent finish on both sides. 3. Match face veneers for doors required to have transparent finish for uniform effect of color and grain at all joints. 4. Wood species and grade of face veneers shall match existing doors in the building. B. Solid Wood: Wood for stops, muntins, and moldings of flush doors required to have transparent finish shall be same species as face veneer; transparent finish to be Sherwin Williams #2716 Minwax Dark Walnut; no substitutions. P C. Glazing: Install glass panels in smoke barrier doors and standard doors in steel frames approved for use in labeled doors. 6n2auitSwr�¢e�"�upfiwaliocii prorhitiv,4. Inc FLUSH WOOD DOORS 08211 -3 .Y March 30, 2015 D. Frame for vision panels shall be wood and fit tight to door free from curves, breaks, visible gaps, and other irregularities. Wood frame is to be flush with door and match door finish. 2.3 PREFINISH, PREFIT OPTION A. Flush doors may be factory machined to receive hardware, bevels, undercuts, cutouts, accessories, and fitting for frame. B. Factory fitting to conform to the specification for shop and field fitting, including factory application of sealer to edges and routings. C. Flush doors to receive transparent finish (in addition to being prefit) may be factory finished as follows: AWI Section 1500 specification for System #3 Alkyd -Urea Conversion Varnish or System #4 Vinyl. The coating shall be AWI premium, medium sheen, closed grain effect. D. Stain may be used to produce a finish that matches existing doors in the building, transparent finish to be Sherwin Williams #2716 Minwax Dark Walnut; no substitutions. 2.4 INTERIOR FLUSH DOORS, FIRE RATED A. Fire rated wood doors shall comply with applicable requirements ofNFPA 80 and NWWDA I.S.1, Type II bond, and shall carry an identifying label designating the fire performance rating from a qualified testing and inspection agency for the class of door or opening shown. Labels shall be of metal with raised or incised markings. B. Doors designated to have "B" label shall have a fire performance rating of 1 1/2 hour. C. Stiles of label fire doors utilizing standard mortise leaf hinges shall meet the following performance criteria: 1. Split Resistance: Average of ten test samples shall be not less than 500 load pounds when , tested in accordance with NW WDA document "Test Method to Determine Split Resistance of Hinge Edges of Composite Type Fire Doors". 2. Direct Screw Withdrawal: Average of ten test samples shall be not less than 700 load pounds when tested for direct screw withdrawal in accordance with ASTM D1037; using 8 a No. 12, 1-1/4 inch long, steel, fully threaded wood screw. Drill 5/32 inch pilot hole, use 1-1/2 inch opening around screw for bearing surface, and engage screw fully, except for i" l last 1/8-inch. Do not use a steel plate to reinforce screw area. 3. Cycle/Slam: 200,000 cycles with no loose hinge screws or other visible signs of failure when tested in accordance with the requirements of ANSI/SDI A151.1, Article 1.5 Swing Test, modified for a wood door in a steel frame. D. Additional Hardware Reinforcement: Provide fire rated doors with hardware reinforcement blocking. Size of lock blocks shall be as required to secure the hardware specified. Top, bottom and intermediate rail blocks shall measure five inches minimum by full core width. All reinforcement blocking shall be in compliance with the manufacturer's labeling requirements and shall not be mineral material similar to the core. E. Other Core Components: All other core components shall be manufacturer's standards as allowed by the labeling requirements. F. Provide steel frame approved for use in labeled doors for vision panels. G. Inactive leaf of pairs of fire rated doors shall have a steel astragal. IlnauiE'wr�ae�"du"p�caaii nprLp .1,,4. Inc' FLUSH WOOD DOORS 08211 - 4 ` '` a March 30, 2015 PART 3 EXECUTION 3.1 DOOR PREPARATION A. Field, shop or factory preparation shall not violate the qualified testing and inspection agency label requirements for fire rated doors. B. Clearances Between Doors and Frames and Floors: 1. Doors shall have a maximum 1/8-inch clearance at the jambs, heads, and meeting stiles, and a 3/4-inch clearance at the bottom, except as otherwise specified. 2. Maximum clearance at bottom of sound rated doors, light -proofed doors, doors to operating rooms, and doors designated to be fitted with mechanical seals, shall be 3/8-inch. C. Provide cutouts for glass, and special details required and specified. D. Rout doors for hardware using the templates and the location heights specified in Section 08705, BUILDERS' HARDWARE. E. Fit doors to frame bevel lock edge of doors 1/8-inch for each two inches of door thickness. F. Immediately after fitting and cutting of doors for hardware, seal edges of doors to be painted with two coats of spar varnish and doors to receive transparent finish with two coats of water resistant sealer. Finish all surfaces, including both faces, top and bottom and edges of the doors smooth to the touch. -- 3.2 INSTALLATION OF DOORS AND APPLICATION OF HARDWARE A. Install doors and hardware as specified in Section 08700. 3.3 DOOR PROTECTION A. As each door installation is completed, place the polyethylene bag or cardboard shipping container over the door and tape in place. B. The protective covering shall encompass knobs and handles in addition to covering the door. Maintain the covering in good condition until removal is approved by the architect. 3.4 EXISTING DOORS A. Salvage all of the existing doors, hardware and frames, deliver to the City. B. All reasonable efforts shall be made to protect existing doors salvaged. _x C. All existing doors, hardware, and miscellaneous items removed from their current function becomes the property of the contractor. END OF SECTION r.181 C&A22�Ppano P %sb�&,Inc FLUSH WOOD DOORS 08211 -5 Much 30, 2015 SECTION 08361 OVERHEAD COILING DOORS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Fully concealed coiling overhead door system and finished edge guards. B. Prefinished sectional door slats, manual and motorized hoist, and associated hardware. C. Concealed motor operated hoist and controls where noted. 1.3 RELATED SECTIONS A. Section 05500 - Metal Fabrications B. Section 06100 - Rough Carpentry C. Section 08700 - Finish Hardware D. Section 09900 - Painting. E. Division 16 — Electrical 1.4 REFERENCES A. ASTM A569 - Steel, Carbon, Hot -Rolled Sheet and Strip, Commercial Quality. B. ASTM A591 - Steel Sheet, Cold -Rolled, Electrolytic Zinc Coated. C. ASTM C236 - Steady State Thermal Performance of Building Assemblies D. ASTM E283 - Rate of Air Leakage Through Exterior Doors E. NFPA 80 - Fire Doors and Windows. F. NFPA 252 - Fire Tests for Door Assemblies. G. ANSI/NAGDM 102 - Industry Standards for Windloads 1.5 QUALITY ASSURANCE A. Conform to NAGDM standards and guidelines. &��I>w��@' "pf��to`XP6S"6ga,Inc. OVERHEAD COILING DOORS 08361 - 1 March 30.2015 1.6 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings and product data under provisions of Section 01300. B. Indicate track configuration, door panel design, anchor spacings, anchor types, location of cutouts for hardware and reinforcement, wheatherstripping, glazing type and gasket, and operator system. C. Submit manufacturer's installation instructions under provisions of Section 01300. 1.7 DELIVERY, STORAGE, AND PROTECTION A. Protect products under provisions of Section 01600. B. Protect tracks, panels, and moving parts with resilient packaging. 1.8 WARRANTY A. Provide five year manufacturer's warranty under provisions of Section 01700. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Overhead Door Corporation B. Ceco/Windsor Door C. Ideal Door Company D. Substitutions: Under provisions of Section 01600. 2.2 DOOR SLATS A. Slats: Equal to Overhead Door Corporation, Model 641, 1 %2 hour fire rated counter door. B. Operation: Door to have electric motor using a recessed wall mounted push button control. C. Deflection: Fully assembled door is not to deflect more than 1/120 of the door width. D. Finish: Color to be selected from standard manufacturer's color chart by the architect and owner. 2.3 TRACKS A. Material: Rolled steel with angle mounts. B. Anchors: Bolted or welded as recommended by manufacturer and as detailed. 2.4 ACCESSORIES A. Locks: Lock to be interior mounted five pin tumbler keyed lock. Key to match existing. B. Reinforcing Struts: Provide roll formed steel hat sections or steel angle reinforcement as appropriate for door width. Maintain structural intregrity of door system. 8w1l �e@72.Pra"o`XP oS,' �1` Inc. OVERHEAD COILING DOORS 08361 - 2 March 30, 201 S PART 3 EXECUTION 3.1 INSTALLATION A. Install tracks, panel sections, operators, and accessories in accordance with NAGDM. B. Coordinate with wall construction for anchor placement. C. Install minimum of 5 anchors per track. 3.2 TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, comer to corner. 3.3 ADJUSTING AND CLEANING A. Adjust for smooth and balanced door movement. B. Immediately after erection, provide barriers and warning tapes to protect door from damage. END OF SECTION .2�I '�;"eXP.S,I6,�`.W Im OVERHEAD COILING DOORS 08361 - 3 May 20, 2015 SECTION 08700 FINISH HARDWARE PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Complete sets of hardware for all new doors. New hardware is to match the City's existing hardware manufacturer, style, type, finish, and installation heights. B. Provide coordination with all hardware that may be provided by the owner. C. Butts and hinges, locks and latch sets, closers, push/pulls, trim units, kick plates, silencers, and miscellaneous items required for a complete installation. D. Provide all items, articles, materials, operations or methods listed, mentioned or scheduled on the drawings and/or herein, including all labor, materials, equipment and incidentals necessary and required for their completion. Any item of finish hardware not specifically mentioned, but which is necessary for proper completion of the work shown on the Drawings shall be provided without additional cost to owner. Any omissions shall be called to the attention of the Architect prior to bid opening; otherwise the Drawings and Specifications will be considered complete. E. Exchange or replace all damaged existing door hardware that is within the boundaries of this project with new hardware; no additional money shall be granted for such items F. Exchange all existing door hardware within the scope of this project that do not meet current Texas Accessibility Standards criteria with new hardware which does meet T.A.S. criteria; existing knobs replaced with levers of matching manufacturer and finish. G. Provide all components and accessories required for a complete installation of the automatic door openers shown at the west end of the existing north entry doors. H. Some existing toilet rooms are changing from multiple users to single occupant use. At each of these locations, replace/exchange existing hardware as required to allow the user to lock the entry door but still allow for an emergency over ride. 1.3 RELATED SECTIONS A. Section 01090 - Reference Standards. B. Section 01700 - Contract Closeout. C. Section 08100 - Hollow Metal Frames. 1.4 REFERENCES A. ADA - Americans with Disabilities Act, 36 CFR. f. 6.1.Rj;&a@' P�'�'tlo�P^55'6S` FINISH HARDWARE 08700 - 1 _3 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. § 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; § 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. Init. AIA Document A3121" — 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA� Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA* Document, or any portion of it, may result in 2 severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 19:10:24 on 03/25/2015 under Order No.9840668914 1 which expires on 04118/2015, and is not for resale. User Notes: (1850037044) § 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. AIA Document A312T" — 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIAE Document is protected Init. by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA11 Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced byAIA software at 19:10:24 on 03/25/2015 under Order No.9840668914_1 which expires on 04/18/2015, and is not for resale. User Notes: (1850037044) t, �.r § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 if there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, tinder any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. AIA Document A3127" — 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA' Document is protected by Init. U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it, may result in 2 severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlAsoftware at 19:09:51 on 03/2512015 under Order No.9840668914_1 which expires on 0411812015, and is not for resale. User Notes: (2020357230) § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are ' unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be - E- deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and w Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract, The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. AIA Document A3121" — 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA-V Document is protected by Init. U.S. Copyright Law and Intemational Treaties. Unauthorized reproduction or distribution of this AIAP Document, or any portion of it, may result in 3 severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced byAIA software at 19:09:51 on 03/25/2015 under Order No.9840668914 1 which expires on 04118/2015, and is not for resale. User Notes: (2020357230) § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA Document A3121" — 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIAP Document is protected by Init. U.S. Copyright Law and Intemationai Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it, may result in 4 severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law_ This document was produced by AIA software t at 19:09:51 on 0312512015 under Order No.9840668914_1 which expires on 0411812015, and is not for resale. User Notes: (2020357230) May 20, 2015 SECTION 01010 SUMMARY OF WORK PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents. B. Owner's responsibilities. C. Contractor's use of site and premises. D. Owner occupancy of the facility. E. Project completion time. F. Coordination of hazardous material. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this project includes all items shown and/or described in the construction documents for the Memorial Civic Center Renovations. B. All installed work shall be in compliance with the Americans with Disabilities Act and Texas Accessibility Standards. C. New construction includes new handicap accessible toilet rooms, new signage, millwork, ceilings, interior partitions, interior finishes, back stage mezzanine expansion, plumbing, electrical, doors and frames, hardware, painting and related miscellaneous work. D. There is to be a $40,000.00 door hardware allowance included in the Base Bid. Door hardware information may be found in Section 08700 and on Sheets A1.50, A2.50, A3.50, A4.50 and A5.50. This allowance may only be used for door hardware that has been properly submitted for review and approval per Section 01300. Unused portions of this allowance are to be credited back to the City in the final pay application. Contractor must submit hardware billing receipts with applicable pay applications requesting use of the allowance. E. Sequencing and scheduling work of this contract shall be the responsibility of the General Contractor. 1. Owner will have separate contractors for carpet, seating and elevators working in the building while work of this contract is underway. 2. Owner will host a bi-weekly progress meeting to review the progress of all contractors working in the building. Anticipate an 8:30 a.m, on alternating Wednesdays, progress meeting in the civic center administration conference room. Attendance by the general contractor and their major sub -contractors is mandatory. 3. The Banquet Hall will be closed for renovation work from June 1, 2015 through September 30, 2015. The phase two work must be coordinated with the Owner's carpet contractor to ensure compliance. eau�fan�ze upG ro�i Pro��iti, a Inc SUMMARY OF WORK 01010 - 1 May 20, 200 4. The Theatre will be closed for renovation work from May 11, 2015 through September 30, 2015. The phase two work must be coordinated with the Owner's seating and carpet contractors to ensure compliance; this includes all of the back stage area, the lobby, all of the seating isles and all of the corridors. 5. The scheduled toilet room renovations and other items outside of the Banquet Hall and the Theatre are to be staggered and coordinated so multiple toilet rooms remain available to users of the Civic Center. The toilet renovations and other work outside of the Banquet Hall and Theatre may be accomplished after the Banquet Hall and Theatre deadlines have passed. 6. Grouping of restrooms for the purpose of demolition and renovations, the following restrooms and their adjacent spaces are acceptable for work to be conducted in the same time frame: Group A E 108 (Women) E 115 (Men) E 116 (Dressing Room) E 145 (Women) E 142 (Men) B 107 (Men) B 108 (Women) Drawing Sheet A2.10 Drawing Sheet A1.40 Group B E 133 (Women) Drawing Sheet A2.10 E122 (Dressing Room) E 126 (Men) E 164 (Women) E 159 (Men) M 121 (Women) Drawing Sheet A3.40 M 123 (Men) Drawing Sheet A3.41 1.4 OWNER'S RESPONSIBILITIES A. Assist the contractor in maintaining job site safety by instructing employees, building tenants, and visitors to the building of the potential dangers at the site. B. Provide access for the contractor to portions of the existing site as may be required for this project. C. Provide parking and storage space for contractor's employees, equipment, and materials. D. Owner state that no hazardous material is known to exist in the areas of work anticipated for this project. E. Provide monthly civic center scheduled event calendars. F. Provide copies of the most current hazardous material reports. G. In regards to the Construction Start Date, the City of Lubbock has stated: "The City of Lubbock will secure all required documents immediately after awarding to the successful proposer, this will include executed contracts, insurance documents and bid bonds. It is the City's intent to issue a "Notice to Proceed" as soon as all documents are fully executed by both parties." fhwu(foWj�u"pmtt6nprog t,4.,Inc. SUMMARY OF WORK 01010 - 2 May 20, 2015 ` 1.5 CONTRACTOR'S USE OF SITE AND PREMISES A. Limit the use of site and premises to allow: I. Owner occupancy. 2. Work by others. 3. Use of site and adjacent building premises. B. If permitted by the City of Lubbock, a construction dumpster may be located on property. Do not block or park any vehicles in the area north of the building. Contractor to coordinate with City of Lubbock to secure a permit for construction dumpster and space. C. The project building is a non-smoking facility, including after normal business hours. A smoking area is designated along the east, exterior side of the building. D. The Contractor must allow access to all parts of the building that are open to the public. E. Do not block any fire exits, fire lanes, or cause material to accumulate at fire exits. 1.6 OWNER OCCUPANCEY A. The owner will occupy the building during the entire construction time. B. Coordinate phase two construction activities with civic center scheduled events. C. Phase two general contractor to allow owner's maintenance staff safe access to areas of the building as needed. 1.7 PROJECT COMPLETION TIME A. Construction time is one of the considerations of bid evaluation. A contractor's experience and quoted dollar amounts are other considerations. B. Phase two construction time has critical pieces. The Banquet hall and Theatre closed time periods stated in 1.3 D of this section are not negotiable. These two areas must be ready to open for scheduled events by October 1, 2015. Liquidated damages outlined in this Project Book shall apply to the Banquet Hall and Theatre deadlines as well as to the agreed Phase Two completion date. 1.8 HAZARDOUS MATERIAL A. The City of Lubbock believes the vinyl floor tile mastic to be disturbed as part of the scope of this project contains a known hazardous material. Refer to the City of Lubbock, Asbestos Building Survey at the end of this section. B. The City of Lubbock Abatement Coordinator will be responsible for removing any asbestos from the project renovation sites before the general contractor enters that portion of the work. The general contractor is to coordinate a work schedule with the abatement coordinator. C. The contractor shall review the City provided report. D. The cost of re -testing material, abating material, proper disposal of material, clean air monitoring and certification, and all labor associated with this task is to be bome by the City. na�1SUMMARY OF WORK 01010 - 3 May 20, 2015 E. The three (3) suspect locations are the Terrace Suite kitchen, preparation, storage; Meeting Room food station and storage; and the Administration kitchen. These areas are noted on the drawings and room finish schedule. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 6��0°�"�@'3�Pan'.XAq �65`�"'"` SUMMARY OF WORK 01010 - 4 of bockl�! TEXAS ASBESTOS BUILDING SURVEY Site: Civic Center Survey Summary Intent of Survey The purpose of this inspection is to locate all ACBM, assess its condition, and make recommendations. The survey included a comprehensive visual inspection and bulk sampling to determine the presence of asbestos -containing materials (ACM) Certifications The City of Lubbock is licensed and authorized to perform as an Asbestos Management Planner agency- DSHS license # 200076 Expiration date 11/1 S/16 The City of Lubbock employs Wes Everett who is licensed as an Asbestos Individual Management Planner DSHS license # 205545 Expiration date 11/02/15 to write and maintain a written plan describing appropriate actions for surveillance and management of asbestos containing materials. Building Summary Lubbock Memorial Civic Center is located atl501 Mac Davis Lane. Exterior of building consist of pre cast panels and masonry. Interior consists of metal lathe cover in plaster, gypsum board, and metal studs. Flooring consists of terrazzo, carpet, and vinyl commercial tile. Ceilings include lay in tiles, spline, and blown acoustical. Survey Results Homogeneous samples were taken of the vinyl commercial tile located in the administration break room, admin closets, kitchen area in Terra Suites, and first floor meeting room/food prep area. The samples were collected for PLM analysis. Samples indicated the vinyl commercial We and mastic contain asbestos. Due to the limited nature of this survey the City of Lubbock does not warrant the existence or non-existence of ACBM concealed in spaces or areas not sampled. Therefore, any suspect materials hidden in or behind walls or other areas not accessible are not included in this report. [\ . \\ Wesley Everett T.J. Carpenter DSHS AIMP #205545 Asbestos Coodinator Much 30.2015 SECTION 01030 ALTERNATES, UNIT PRICING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. All work related to the preparations, demolition, construction, and finishes of the back stage mezzanine extension and office space built on the new mezzanine extension, including mechanical, plumbing and electrical as shown on Sheet A5.21. B. All demolition work and renovation work shown on Sheets A5.12, A5.20 and related plumbing, electrical and mechanical work associated with the removal of the Theatre's backstage area. C. All work associated with replacement of existing crushed glass with new integral colored, patterned concrete in two planter beds at the lower level of the grand stair case. Refer to Sheet A0.10. D. All work associated with replacing and/or tightening of loose glazing gaskets in all existing exterior glazing shown on Sheets A4.10 and A4.11. Owner may sub -contract glass panel replacement at damaged locations, this work is not to be included in the Phase Two bid. Glass replacement contract is to be separate from the Phase Two gasket replacement, repair contract. E. All work associated with cleaning, repairing, re -texturing, priming and painting the existing plaster and wood paneled walls of the Terrace Suite, Serving, Kitchen, Preparation, and Storage shown on Sheet A4.11 and listed in the Room finish Schedule on Sheet A0.21. F. All work associated with removing the existing quarry floor tile and base, removing excess thick set grout, preparing and leveling floor for new finish, and new rubber tile and base listed in the room finish schedule for the two west entrances to the Exhibit Hall: Entry E143 and Entry E165 as shown on Sheet A2.10. G. There are no deduct alternates. H. The bid form includes blanks to be completed for unit pricing. The owner has some work that they wish to have unit prices in order to possibly modify the bid document scope of instructions. The contractor is welcome to offer unit pricing for additional items. 1. Unit price for repairing and painting walls, material and labor. 2. Unit price for repairing and painting ceilings, material and labor. 3. Unit price for wall and floor tile installation, material and labor. 4. Unit price for demolition of CMU walls and any built-in items, including hauling and clean up. 5. Unit price for demolition of metal stud and gypsum wall board walls and any built-in items, including hauling and clean up. (' a 2015 chaptnan Har%evArchitects. tnc. ALTERNATES 01030 - 1 Unauthorized duplication prohibited. P. PART2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION March 30.2015 t 2015 Chapman Haneyarchitects, Inc. ALTERNATES 01030 - 2 Unauthorized duplication piolubited March 30. 2015 SECTION 01040 COORDINATION AND MEETINGS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Renovation project procedures. C. Existing conditions. D. Pre -Construction conference. E. Permit Review. F. Pre -Interior Finish conference. 1.3 COORDINATION A. Contractor shall coordinate scheduling, submittals, and work of the various sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. A separate project schedule shall be provided by the contractor. C. The contractor shall schedule and coordinate the work so that once Notice to Proceed is given and work commences, the work will progress continually without interruption until the work at the site is substantially completed. D. Contractor shall coordinate completion and clean up of work in preparation for substantial completion. E. Contractor shall coordinate all construction activities and storage of materials with the architect and City representative so as to minimize disruption of activities at the sites. The facilities shall continue their daily activities throughout the life of this contract. F. Owner shall host bi-weekly progress meetings, anticipate Wednesdays at 8:30 a.m., Civic Center Administration Conference Room. Attendance by the General Contractor and major sub- contractors is mandatory. 1.4 RENOVATION PROJECT PROCEDURES A. Materials: As specified in product sections; match existing products and work for patching and extending work. WaO I ;RcaaUpaionp of IuuMa.Inc. COORDINATION AND MEETINGS 01040 - 1 t March 30. 2015 B. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition. C. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. Notify architect if conditions will not allow an acceptable transition. D. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to the architect. 1.5 EXISTING CONDITIONS A. Damage to existing systems: Whether exposed or concealed, any piping (such as piping for gas, water, waste, vent, drainage, sewer, heating, or cooling systems, etc.) or wiring (such as wiring for electric lighting, power, public address, telephone, or signaling systems, etc.) which is encountered during the construction period and becomes damaged shall be repaired or replaced at contractor's expense. Only life and property threatening conditions may be repaired prior to a fully executed field order. 1.6 PRE -CONSTRUCTION CONFERENCE A. Attendance: After award of contract and prior to start of construction, contractor's direct representative, major subcontractors, owner's employees responsible for project, architects and engineers shall attend conference. Time and location as mutually agreed. B. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Delivery of Notice to Proceed. 3. Designation of personnel representing the parties in contract and contact information. 4. Submission of executed bonds and insurance certificates. 5. Distribution of Contract Documents. 6. Submission of list of subcontractors and product suppliers. 7. Submission of Schedule of Values and format of monthly progress schedule. 8. Establish periodic coordination meeting schedule and which subcontractors to attend. 9. Chain of command and processing of request for information, change order request. 10. Procedures for processing submittals, applications for payments. 11. Contract closeout procedures and final application for payment. 12. Use of premises by owner and contractor, where to park, where to stage material. 13. Owner's requirements and restrictions on the site. 14. Security of job site, safety procedures, and general housekeeping issues. 15. Procedures for maintaining record documents, shop drawings, and construction set. 16. Review of Texas Accessibility Standards and any TDLR plan review comments. 17. Review of building permit application and any municipal plan review comments. is. Any other items that have not been discussed. 1.7 Permit Review Meeting A. The term City is used as the governing agency having jurisdiction over this project. If a building permit is issued by a governing body other than a City, then the word City is to be substituted with agency's correct title. Conditions and obligations of this sub -section remain the same no matter the agency's name. B. Within five business days of receipt, the General Contractor shall provide written notification to the architect that the City's building permit has been received by the contractor. The same format r nauiBoraaATuphcaiiocii pm'Iutiirea. Inc COORDINATION AND MEETINGS 01040 - 2 March 30.2015 t shall be followed for any and all subsequent permits issued by the City and received by the contractor that are a part of this project — street right-of-way permit, sign permit, etc. C. The General Contractor shall schedule a permit review meeting with the architect for each permit received. A building permit review meeting shall take place prior to the first pay application. The purpose of these meetings is for the General Contractor's field superintendent and project manager to sit down with the architect to review each of the City's plan review comments and work toward a solution for each comment. In the event that the City has no review comments, this meeting will serve as confirmation to the architect that there were no comments. This meeting is to happen even though there may not be any City plan review comments associated with the permit. D. It will be the architect's responsibility to keep the Owner informed of the progress made on any plan review comments included in the City's plan review response. 1.8 PRE -INTERIOR FINISH CONFERENCE A. As work progresses and spaces are ready to receive their interior wall, floor, ceiling finishes, schedule a meeting with the Owner and Architect to review the interior finishes and their locations. B. Contractor shall have actual material of each interior finish and accessory on -hand for this meeting. C. Prior to this meeting, the contractor shall submit a room work sheet for the Owner and Architect to review. Work sheet shall have blanks for at least the material identification, wall application, joint orientation, room name, and room ID number used on the interior finish schedule. Other interior finish related items of the contractor's choice may be included on this work sheet. D. Once the Owner confirms the material location, and orientation of joints, the contractor shall fill out the Item C work sheet for each room. The worksheet is to be copied. Copies shall be given to the Owner and Architect and securely posted in each room during that room's work. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION ��I '2 Pf�ai; -P 516�&.1nc COORDINATION AND MEETINGS 01040 - 3 .x March 30, 2015 SECTION 01090 REFERENCE STANDARDS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES i A. Quality assurance. B. Schedule of references. C. Adherence to accessibility standards. 1.3 RELATED SECTIONS A. General Conditions: Reference Standards. 1.4 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of contract documents. C. Obtain copies of standards when required by contract documents. D. Should specified reference standards conflict with contract documents, request clarification from architect before proceeding. E. The contractual relationship of the parties to the contract shall not be altered from the contract documents by mention or inference otherwise in any reference document. ,._ 1.5 SCHEDULE OF REFERENCES AA Aluminum Association AABC Associated Air Balance Council ( AASHTO American Association of State Highway and Transportation Officials L_ ACI American Concrete Institute ADA Americans with Disabilities Act ADC Air Diffusion Council AGA American Gas Association !" i �m, U2015 needChapman Harvey nprohibited. Inc. REFERENCE STANDARDS 01090 - 1 Unauthorized duplication prohibited AGC Associated General Contractors of America AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Movement and Control Association ANSI American National Standards Institute APA American Plywood Association ARI Air -Conditioning and Refrigeration Institute ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood -Preservers' Association AWS American Welding Society AWWA American Water Works Association BHMA Builder's Hardware Manufacturer Association BIA Brick Institute of America CDA Copper Development Association CLFMI Chain Link Fence Manufacturers Institute CPSC Consumer Product Safety Commission CRSI Concrete Reinforcing Steel Institute DHI Door and Hardware Institute EJMA Expansion Joint Manufacturers Association FGMA FIat Glass Marketing Association FM Factory Mutual System FS Federal Specification GA Gypsum Association t 2015 Chapman Harvey Architects, Ina { Unauthorized duplication prohibited REFERENCE STANDARDS 01090 - 2 t I t' ICBO International Conference of Building Officials tIEEE Institute of Electrical and Electronics Engineers MBMA Metal Building Manufacturers Association. ML/SFAMetal Lath/Steel Framing Association NAAMM National Association of Architectural Metal Manufacturers +' NCMA National Concrete Masonry Association NECA National Electrical Contractor Association NEMA National Electrical Manufacturers' Association NFPA National Fire Protection Association NPCA National Paint and Coating Association NRCA National Roofing Contractor Association NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PS Product Standard RMA Rubber Manufacturers Association SDI Steel Deck Institute SDI Steel Door Institute SGCC Safety Glazing Certification Council t. SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors' Association SSPC Steel Structures Painting Council w` TAS Texas Accessibility Standards TCA Tile Council of America, Inc. UL Underwriters' Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau 4 WRI Wire Reinforcement Institute y C 2015 Chapman Harvey Architects, Inc. Unzuthorizedduplication prohibited REFERENCE STANDARDS 01090 - 3 WWPA Western Wood Products Association WWPA Woven Wire Products Association PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 The general contractor and all sub -contractors constructing, installing, or providing materials for this project shall provide and/or install building components that comply with these standards. 3.2 Special attention shall be given to Americans with Disabilities Act (ADA) and Texas Accessibility Standards (TAS) criteria. The contractors shall make themselves knowledgeable of ADA and TAS criteria and shall comply with the latest adopted version of these standards and acts. END OF SECTION d 2015 Chapman Haney Architects, Inc. Unauthorized duplicationprolubited REFERENCE STANDARDS 01090 - 4 March 30. 2015 r SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Schedule of Values. C. Construction Progress Schedules. D. Application for Payment. E. Shop drawings. F. Samples. G. Change Procedures. H. Manufacturer's instructions. 1. Manufacturer's certificates. J. AIA Form G702 - Application and Certificate for Payment. K. AIA Form G703 - Continuation Sheet. 1.3 RELATED SECTIONS A. Section 01700 -Contract Closeout: Contract warranty and closeout submittals. 1.4 SUBMITTAL PROCEDURES A. Transmit each submittal with AIA Form G810 or contractor's standard preprinted transmittal form. Identify the project title, project number, numbers of copies submitted, notice of deviation from contract documents and any other pertinent data. B. Sequentially number the transmittal forms. C. Identify project, contractor, subcontractors or supplier; pertinent drawing sheet and detail number(s), and specification section number, as appropriate. D. Coordinate and schedule submittals to expedite the project. E. Deliver all copies of the submittals to the architect's business address. S��XPS'i`ml ��4,'"`. SUBMITTALS 01300 - 1 i March 30, 2015 i 1.5 SCHEDULE OF VALUES A. Using AIA Form G703 - Application and Certificate for Payment, Continuation Sheet, submit Schedule of Values to Architect. l B. Submit Schedule of Values within 15 days after date established in Notice to Proceed. Provide two copies. C. Use the Table of Contents to establish Schedule of Values format. Identify each line item with number and title of the specification section. D. Include in each line item any amount of Allowances specified in the project. V; l E. Include within each line item Contractor's overhead and profit. l' F. Each application, revise schedule to list approved Change Orders to date. 1.6 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for architect's review. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of work or operation, identifying first work day of each week. 14: E. Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. . t F. Indicate estimated percentage of completion for each item of work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by owner and under allowances. 1.7 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet, B. Utilize Schedule of Values for listing items in Application for Payment. ' C. Payment period to be as defined in Owner -Contractor Agreement. D. Include one copy of waiver of liens from each subcontractor. 1.8 SHOP DRAWINGS A. Submit shop drawings with all product literature, cut sheets, and photographs in a bound format. Il�uuifi5or�aN'�a'pfiea iocli pro5libo `S`1.1na SUBMITTALS 01300 - 2 E_ 0 March 30, 2015 B. Submit the number of copies which the contractor requires, plus three copies which will be retained by the architect and owner. The architect will deliver two copies to owner for their review and comment. C. Mark in non -red ink each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. The architect's review comments will be in RED INK. D. Apply contractor's stamp, signed, or initialed certifying that review, verification of products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and contract documents. Submittals delivered to the architect for review that have not been stamped and initialed will be returned without review. E. Identify variations from contract documents and product or system limitations which may be detrimental to successful performance of the completed work. F. Provide space for architect's review stamps. G. Revise and resubmit shop drawings as required, identify all changes made since previous submittal. H. Distribute copies of reviewed and approved shop drawings to concerned parties. Instruct parties to promptly report any inability to comply with provisions. Provide copies for Record Documents described in Section 01700 - Contract Closeout. 1.9 SHOP DRAWING REVIEW A. The architect shall affix a stamp upon the submittal with appropriate wording stating if submittal is accepted, accepted with noted revisions, revise and re -submit, or rejected. Rejected submittals are to be completely re -worked, assigned a new submittal number, and submitted as a new submittal. B. The architect shall provide copies of the submittal to the owner for the owner's review at the same time the architect is reviewing shop drawings. C. The contractor shall not begin work or order material for which a submittal is required until a submittal has been stamped accepted or accepted with noted revisions and returned to the contractor. D. Schedule submissions at least 14 working days before date reviewed submittal will be needed. The architect shall be allowed 14 working days for each submittal review. E. The architect shall notify the contractor when submittals are reviewed and ready for inclusion into the project. F. The architect shall review the same shop drawing submittal no more than two times. If more than two submittals are required in order to achieve an accepted submittal, the contractor shall be charged $100.00 per hour for each review beyond the initial two. The architect's review fee shall be paid by the contractor in full prior to the release of the accepted shop drawings. 1.10 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing with work. } + 20'fa e87up!iw�ionproS u"j,Inc. SUBMITTALS 01300 - 3 ..., faut ru Much 30, 2015 B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors selected, textures, and patterns for architect's selection. C. Include identification on each sample, with full project information. D. Submit the number or samples specified in individual specification sections. Provide at least two copies of each item being submitted for review and selection. These copies will not be returned. E. Reviewed samples which may be used in the work are indicated in individual specification sections. 1.11 CHANGE PROCEDURES A. The Architect may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate withing seven days. B. The Contractor may propose a change by submitting request for change to the Architect, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. C. Architect may issue a directive, on AIA form G713 Construction Change Directive signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. D. Architect will issue Change Orders, using AIA G701 - Change Order, for signatures of all parties as provided in the Conditions of the Contract. 1.12 MANUFACTURERS INSTRUCTIONS 0 A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for product data. FI B. Identify conflicts between manufacturers' instructions and contract documents. 1.13 MANUFACTURER'S CERTIFICATES A. When specified in individual specification sections, submit manufacturers' certificate to architect for review, in quantities specified for product data. H B. Indicate that material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to architect. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION b20iZI@ Wp .a4o�P"oiih65` 1n` SUBMITTALS 01300 - 4 SECTION 01400 QUALITY CONTROL PART1 GENERAL 1.1 RELATED DOCUMENTS March 30, 2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. References. C. Field samples. D. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 01090 - Reference Standards. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. C. Section 01600 - Material and Equipment: Requirements for material and product quality. D. Individual Specification Sections: Inspections and tests required and standards for testing. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with contract documents, request clarification from architect before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.5 REFERENCES A. Conform to reference standard by date of issue current on date of contract documents. nay; °��@' f %nP 5ht2c,�, Inc. QUALITY CONTROL 01400 - 1 March 30, 2015 B. Obtain copies of standards when required by contract documents. C. Should specified reference standards conflict with contract documents, request clarification from architect before proceeding. D. The contractual relationship of the parties to the contract shall not be altered from the contract documents by mention or inference otherwise in any reference document. E. ANSI/ASTM E329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials Used in Construction. 1.6 FIELD SAMPLES A. Install field samples at the site as required by individual specifications sections for review. B. Acceptable samples represent a quality level for the work. C. Where field sample is specified in individual sections to be removed, clear area after field sample has been accepted by architect. 1.7 OWNER'S INSPECTION AND TESTING LABORATORY SERVICES A. Owner may employ and pay for services of an independent testing laboratory or owner may use its own personnel and facilities to perform inspection and testing laboratory services. B. If the results provided by the Owner's laboratory differ from the contractor's laboratory report, the owner's laboratory shall be final. C. Work found to be unsatisfactory according to test results, shall be removed from the project and re -constructed at contractor's expense. 1.8 CONTRACTOR'S INSPECTION AND TESTING LABORATORY SERVICES A. The contractor shall employ and pay for a reputable testing laboratory to perform inspections, tests, and other services specified in individual specification sections and as required by the architect. B. The testing laboratory shall be submitted to the architect for review and acceptance two weeks prior to the first sampling of construction materials. 1. Submittal shall provide years of experience qualifications and certificates of owners, and name lab representative who will be responsible for this project. C. Reports will be submitted directly to the architect from laboratory, in duplicate, indicating observations and results of test and indicating compliance or non-compliance with contract documents. Copies of reports shall also be sent to the contractor for his use. D. Cooperate with testing laboratory: furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify testing laboratory 24 hours prior to expected time for operations requiring services. 2. Make arrangements with testing laboratory and pay for additional samples and tests required for contractor's use. LiuP1�o`X5S1ibi`' Inc. QUALITY CONTROL 01400 - 2 i t Much 30, 2013 E. Retesting required because of non-conformance to specified requirements shall be performed by the same testing laboratory on instructions by the architect. Payment for retesting will be charged to the contractor by deducting inspection or testing charges from the contract sum. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION �1 gm`i Pf�aio�PSS' ,m,In`• QUALITY CONTROL 01400 - 3 SECTION 01500 CONSTRUCTION FACILITIES PART1 GENERAL 1.1 RELATED DOCUMENTS March 30.2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work in this Section. 1.2 SECTION INCLUDES A. Sanitary Facilities: Contractor's employees, City employees, and public. B. Temporary Utilities: Electrical, water, sewer, gas and telephone. C. Field Offices: Services and size. D. Temporary Controls: Barriers, enclosures and fencing, and protection of the work. E. Construction Facilities: Parking, progress cleaning, and project signage. 1.3 RELATED SECTIONS A. Section 01700 -Contract Closeout: Final cleaning. 1.4 TEMPORARY SANITARY FACILITIES A. Existing facilities may have limited use by construction crews. B. Toilets open to the public are not to be used by the contractor. 1.5 TEMPORARY UTILITIES A. Contractor shall furnish and install all temporary piping and wiring required for construction. B. No new service is anticipated for this project. C. All temporary utility connections and distribution shall be approved by owner and respective local utility companies, and shall be removed by contractor at completion of construction. 1.6 TEMPORARY FIELD OFFICES A. Space within the project site shall be reserved for field office use. B. Facility shall be large enough to allow for at least three people to stand and meet comfortably. C. A job trailer may be used, at the contractor's discretion. 1.7 BARRIERS A. Provide suitable barriers to prevent unauthorized entry to construction areas while still allowing access for owner's use of site. Protect existing facilities and adjacent properties from damage & O.R Rl@"d�',vanunproftnv.Inc CONSTRUCTION FACILITIES 01500 - 1 1.8 1.9 1.10 1.12 1.13 March 30, 2015 during construction operation and demolition. Type of barrier to be used will be at the discretion of the contractor and the circumstance involved. The contractor to submit proposed barrier for review and approval by owner. B. Protect stored materials, site, and structures from damage. C. Clearly post warning signs all around the work sites. Signs are to be secured to the barriers. D. Suitable barriers include durable solid partitions, chain -link fences, temporary dust and acoustic partitions and woven fabric. Suitable barriers do not include ropes or warning tape tied to saw horses or similar devices. E. Prohibit traffic through work areas. WATER CONTROL A. Since this is an interior project, no exterior water control is anticipated. PROTECTION OF INSTALLED WORK A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in the immediate work area so as to minimize damage of installed work. SECURITY A. Contractor shall provide security and facilities to protect work, existing facilities, and owner's operations directly adjacent to new construction from unauthorized entry, vandalism, or theft. B. The loss of building materials and/or equipment from the job site will be replaced with same at contractor's expense. C. Coordinate with owner's security program. PARKING A. All Contractor's and sub -contractor's vehicles are to be parked remote areas of the property so as to not limit parking for persons attending an event. B. The existing loading zone west of building is not to be used by Contractor during normal business hours. C. When site space is not adequate, provide additional off -site parking. PROJECT SIGNAGE A. A project sign may be installed by contractor or sub -contractors. Submit sign graphics and text for review by the City prior to erecting sign. Owner shall direct location of approved sign. PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean, orderly condition. Do not allow lawns or weeds to grow taller than six inches. Oruulho2aewpl"icaalion p�ro�u33�e�' Inc CONSTRUCTION FACILITIES 01500 - 2 i �, l March 30, 2015 B. Remove waste materials, debris, and rubbish from the floor daily, empty dumpster weekly, and dispose off -site. C. Do not allow hazardous conditions to develop or continue. This shall include lumber with un- pulled nails and concrete with projecting rebars. 1.14 REMOVAL OF TEMPORARY UTILITIES, FACILITIES, AND CONTROLS A. Clean and repair damage caused by installation or use of temporary work. B. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. 1.15 HAUL ROUTE A. All materials, tools, equipment, etc. shall be transported via the shortest possible route. Acceptable route shall be reviewed and approved by the owner in advance of starting work. PART2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION $8 Qff2�Ppo'figeK�SS"�B5`Inc. CONSTRUCTION FACILITIES 01500 - 3 1 March 30, 2015 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Instruction to Bidders: Product options and substitution procedures. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the work. Does not include machinery and equipment used for preparation, fabrication, conveying, and erection of the work. Products may also include existing materials or components required for salvage and reuse. B. Do not reuse materials and equipment removed from existing premises, except as specifically permitted by the contract documents or as approved by the architect. C. For similar components provide interchangeable components of the same manufacturer. D. All materials are to be certified by the contractor to be asbestos -free. Provide written certification to owner as part of close out documents. 1.5 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with manufacturer's instructions. B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. o`XPAY S 'S`4• ln` MATERIAL AND EQUIPMENT 01600 - 1 Much 30, 2015 i 3 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery: 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original unopened containers or packaging with identify labels intact and legible. 2. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation in order to avoid unnecessary delays in the construction process. 3. Delivery of construction material and removal of construction debris shall occur after normal business hours only. B. Storage: 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Provide mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. C. Handling: 1. Handle materials, products and equipment in a manner prescribed by the manufacturer or as required to protect from damage during storage and installation. 2. Do not handle material in such a way that may leave permanent scars, dents, impressions, cracks, or blemishes. 1.7 PRODUCT OPTIONS A. Products specified by reference standards or by description only: Any product meeting those standards or description. B. Products specified by naming one or more manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products specified by naming one or more manufacturers with a provision for substitutions: Submit a request for substitution for any manufacturer not named. 1.8 SUBSTITUTIONS A. Instructions to bidders specify time restrictions for submitting requests for substitutions during the bidding period to requirements specified in this section. B. Substitutions may be considered after the bid date only when a product becomes unavailable through no fault to the contractor. C. Owner's advantage to select substitution submitted by contractor based on either cost and/or i quality. &uuifii"%MTup"ficaiio�ii pro��,04 Inc' MATERIAL AND EQUIPMENT 01600 - 2 L_1 March 30, 2015 D. Document each request with complete data substantiating compliance of proposed substitution with contract documents. E. A request constitutes a representation that the contractor: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other work which may be required for the work to be complete with no additional cost to owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse for review or redesign services associated with re -approval by authorities. Will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the contract documents. G. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product's equivalence. 3. The architect, after consultation with owner, will notify contractor, in writing, of decision to accept or reject request. 1.9 CONTRACTOR'S CONSTRUCTION METHODS OPTIONS A. Where contract documents indicate no specific method of construction, the contractor shall employ standard industry practices. B. Where contract documents indicate a specific method of construction, the contractor shall employ the method indicated or, at his option, may submit a written request for an alternate method of construction. C. Architect/engineer will consider written requests for alternate construction methods, if received in time as to allow for review and return of such requests and for alternation to be made with no delay to total construction methods. See contract for total working days allowed. D. Submit separate requests for each alternate. Support each request with three copes of complete details and/or documentation for alteration. 1. Indicate changes of materials to be used. 2. Show significant effects of alterations to other affects of alterations to other affected areas. PART2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION 6.21 I '9UPr&tSP.%%IcU•Inc• MATERIAL AND EQUIPMENT 01600 - 3 aw.; March 30.2015 SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES { A. Closeout procedures. B. Final cleaning. C. Adjustments. D. Project record documents. E. Project Record Binders. F. Warranties and Certificates. G. Texas Accessibility Standards Warranty. H. Spare parts and maintenance materials. 1. Starting of systems. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that contract documents have been reviewed, work has been inspected, and that work is complete in accordance with contract documents and ready for architect's inspection. B. Final payment will be authorized only after all requirements of this section have been met, all punch list items have been completed and verified by the architect, updated record documents have been delivered to the architect, and complete operation and maintenance manuals have been delivered to the _.! architect. Submit final application for payment identifying total adjusted contract sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean interior and exterior glass and surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to a new and sanitary condition. D. Replace all filters of operating equipment with new, clean filters. Provide owner with one complete set of all filters required for all equipment. E. Clean debris from roofs gutters, downspouts, and drainage , gu , p , � systems. � reuilSioi¢e9"�'up'fica�no�i pro S`ff Inc. CONTRACT CLOSEOUT 01700 - 1 March 30, 2015 F. Clean site; sweep paved areas and rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.5 ADJUSTMENTS A. Adjust operating products and equipment to ensure smooth and unhindered operation. B. If adjustments cannot provide a smooth and unhindered operation, replace product with matching item that will operate correctly. 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the work: 1. Contract drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications to the contract. 5. Accepted shop drawings, product data, and samples. B. Store record documents separate from documents used for construction. C. Record information concurrent with construction progress. Do not wait to update Record Documents at the end of work, update as work progresses. D. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by addenda and modifications. E. Record documents and shop drawings: Legibly mark each item to record actual construction, showing any and all modifications, including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the work. 4. Field changes of dimension and detail. 5. Details not on original contract drawings. F. Record Documents are to a part of the final submittal to the architect. Final submittal shall be made prior to claim for final payment. If possible, bind record documents in Project Record Binders described in Paragraph 1.7 of this section. 1.7 PROJECT RECORD BINDERS A. Submit three complete sets of project record data prior to final inspection. Information is to be organized on 8-1/2 x 11 inch pages, bound in three ring durable plastic covered binders. B. Prepare binder covers with the printed title of "Project Record", the title of the project, the date the - project was completed, and the subject matter of the binder when multiple binders are required. 1. Label multiple binders as "Volume I of II" and "Volume II of II", as appropriate. 2. Label the outside of the binder cover and edge, as it would be seen when placed on a shelf. �pA"o, h- CONTRACT CLOSEOUT 01700 - 2 i C March 30, 2015 C. Internally subdivide the binder contents with permanent page dividers, logically organized as described below, with tab titling clearly printed under reinforced laminated plastic tabs. D. Contents: Prepare a Table of Contents for each volume, with each product or system description identified. E. Part 1: Directory; listing names, addresses, telephone numbers, and contact person of the architect, the contractor, the subcontractors, and the major equipment suppliers. F. Part 2: Project documents and certificates, including the following: 1. All approved shop drawings and product data. 2. HauIing and dumping permits, receipts, and/or manifest. 3. Air and water balance reports. 4. Written statement certifying that all building materials installed in project are asbestos free. 5. Natural gas pressure test and certification. 6. Contractors' Affidavit of Payment of Debts and Claims, use AIA Documents G706, 706A. 7. Certificates issued by the architect; change orders, addenda, field reports, instructions, etc. 8. General Contractor's and Sub -Contractors' warranties. (Section 01700, 1.8) 9. Texas Accessibility Standards Warranty. (Section 01700, 1.9) 10. Certificate of Occupancy issued by governing body. G. Part 3: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment, make, model, and serial number. Verify that numbers are correct. 3. Parts list for each component. (Section 01700, 1.10) 4. Operating instructions. 5. Photocopies of manufacturers' warranties and bonds. 6. Maintenance instructions for special finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 1.8 WARRANTIES AND CERTIFICATES A. Provide original warranties and certificates in bound volumes outlined in Section 01700, 1.7. B. Where specifications request warranties and certificates, provide such items requested. Warranties are required of each major sub -contractor who is responsible for an installed building system. C. If applicable, provide required certifications requested by state and local governing agencies. Contractor shall forward copies of the certificates directly to the agency, provide proof of delivery. D. A copy of the certificate of occupancy issued by the governing body having jurisdiction over this project shall be included in the Record Binder. E. The following are known required certificates, other certificates may be required. 1. Flame spread/smoke density ratings of carpets. 2. Certificate of Occupancy. F. Provide a written warranty on contractor's business letterhead stating that the building is warranted against defects in material and Iabor for a period of one year from date of final acceptance. This is not necessarily the date of substantial completion. Warranty commences only after final payment. 1.9 TEXAS ACCESSIBILITY STANDARDS WARRANTY rmulFror�¢�"�upGca�i nprbhibaJd Im. CONTRACT CLOSEOUT 01700 - 3 March 30, 2015 A. On the contractor's letterhead, provide a written statement that all installed building components have been installed according to the latest adopted version of the Texas Accessibility Standards. B. The statement shall also certify that mounting heights and other locating dimensions provided by the construction drawings have been followed. C. A Texas Department of Licensing and Regulations inspector will walk the site within approximately one year of the completion date. The contractor shall warrant that if, after this walk through, there are items provided and installed by the contractor that do not comply with the code, the contractor shall provide the necessary labor and material to correct the unacceptable items. If the construction documents provided the correct information and this information was not followed, the corrective work shall be at the contractor's expense. If the corrective work is necessary due to changes in the code or omission on the documents, circumstances beyond the contractor's control, the work is to be priced at a fair market value. D. The contractor's warranty shall state that any necessary corrective work associated to the Texas Accessibility Standards shall be completed within 30 days of written notification that the installed work did not pass the Texas Department of Licensing and Regulations inspection. E. If for some reason the contractor or sub -contractor does not believe that a given dimension or installation detail is in compliance with the Texas Accessibility Standard, the contractor is obligated to bring this concern to the architect's attention prior to the original installation, not after the project's installations have failed inspections. I.10 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide product names, list of spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Clearly label cartons and containers, identify the contents, and applicable project. C. Deliver to project site and place in location as directed by owner and obtain receipt prior to final payment. 1.11 STARTING OF SYSTEMS A. Preparation: 1. Notify architect and owner seven days prior to start-up of each system. 2. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. 3. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. 4. Verify wiring and support components are complete and tested. 5. Execute start-up under supervision of responsible manufacturer's and owner's representatives in accordance with manufacturer's instruction. 6. Demonstrate start-up, operation, control, adjustment, trouble shooting, servicing maintenance and shutdown of each piece of equipment to owner's personnel two weeks prior to date of final inspection. 7. Amount of time to be devoted to instruction shall be reasonable and consistent with size of installation and its complexity. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED ireuC tlpf�op�3ecal .Inc. END OF SECTION CONTRACT CLOSEOUT 11, 01700 - 4 [ 1 May 20, 2015 SECTION 02050 DEMOLITION PART GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Dust control. B. Protection. C. Availability of work areas. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities. 1.4 SUBMITTALS A. The procedures proposed for the accomplishment of salvage and demolition work shall be submitted for approval. The procedures shall provide for safe conduct of the work, careful removal and disposition of materials specified to be salvaged, protection of property which is to remain undisturbed, and coordination with other work in progress. The procedures shall include detailed description of the methods and equipment to be used for each operation, and the sequence of operations. 1.5 GENERAL REQUIREMENTS A. Per Owner's knowledge, the sub -base beneath the existing tile flooring is primarily concrete. At each floor drain location, it is anticipated that the sub -base is a mud base. The Interior Finish contractor will determine existing conditions at the time of the demolition. It is the responsibility of the contractor to ensure that the tile installer is responsible for a complete installation of finish tile work, including the mud -base, if any, that exists. B. The work includes demolition or removal of existing construction indicated or specified. All materials resulting from demolition work, except as indicated or specified otherwise, shall become the property of the contractor and shall be removed from the limits of owner's property within five working days of dismantling. C. Maintain a clean and organized job site throughout the demolition phase of the work. D. Coordinate the removal of any security devices with the owner's security representative. E. Coordinate construction routes through existing, undisturbed portions of the facility with the architect prior to beginning demolition. 6a�4�A3��t`a�PorS"6`�f' DEMOLITION 02050- 1 May 20. 2015 1.6 DUST CONTROL A. The amount of dust resulting from demolition shall be controlled to prevent the spread of dust to occupied portions of the building and to avoid creation of a nuisance in the surrounding area. B. Maintain barriers until the project is complete. C. Use walk off mats in front of doors leading to adjacent spaces, vacuum daily. 1.7 PROTECTION A. Protection of Existing Work: Before beginning any demolition work, the contractor shall carefully survey the existing work and examine the drawings and specifications to determine the extent of the work. The contractor shall take all necessary precautions to ensure against damage to existing work to remain in place, any damage to such work shall be repaired or replaced at no additional cost to the owner. The contractor shall carefully coordinate the work of this section with all other work and construct and maintain shoring, bracing and supports, as required. B. Isolate demolition areas from occupied portions of the building with suitable barriers. Suitable barriers include those described in Section 01500, 1.7 Barriers and Part 2 of this section. 1.8 AVAILABILITY OF WORK AREAS A. Areas in which demolition work is to be accomplished will be available in accordance with the provisions of these specifications. Coordinate work with owner's activities. Restrict unauthorized access to the project site, unless other wise instructed by the architect. B. Public access to project site is to be restricted by the use of appropriate barriers and signs. PART 2 PRODUCTS 2.1 DUST BARRIERS A. Minimum of 12 mil polyethylene sheets adequately secured to Contractor provided supports with duct tapes, staples, cleats, nails, etc. Replace sheet if tears or holes can not be closed satisfactory. Supports are not to be anchored to existing finishes in such a way that will result in damage to the finish. Any resulting damage is to be repaired to the architect's satisfaction. B. Provide an access door in dust barrier that can be locked or secured close. C. Brightly colored warning signs are to be attached to barrier and continually maintained throughout the life of the barrier. 2.2 ACOUSTIC BARRIERS A. Provide an acoustic barrier of a minimum of 5/8" thick gypsum wall board secured to metal or wood studs between the construction site and the adjacent occupied areas when necessary to isolate construction noise. Place an acoustic foam gasket between the adjacent surfaces and the barrier. Maintain the barrier throughout the demolition phase of the work. B. Provide an acoustically sound access door in barrier that can be locked or secured closed. t 8,F10 ilwgea Gca P S, .1, Inc DEMOLITION 02050 - 2 I i, May 20, 2015 F, C. Brightly colored warning signs are to be attached to barrier and continually maintained throughout the life of the barrier. 2.3 FENCING A. Provide temporary fencing around site work. Maintain temporary fencing throughout the entire site work phase until, in the opinion of the owner, it is safe to remove barriers. B. Do not use fence components that may damage the concrete or asphalt pavement. PART 3 EXECUTION 3.1 EXISTING FACILITIES A. Existing Surfacing: Existing floors and wall surfaces are not to be damaged during demolition. Protect from damage with suitable measures. B. Other Facilities: Remove within the limits shown to a logical and straight termination as noted on the drawings. If an unforeseen condition is discovered, notify the architect at once. C. Temporary: Those materials noted to be temporarily removed, to allow access to areas affected by this work and then re -installed to match existing adjacent materials, shall be protected from damage and stored on site as directed. 3.2 DISPOSITION OF MATERIALS A. Title to Materials: Owner will identify salvage. Items noted for salvage shall be carefully removed and placed in the owner's storage area as directed. Items not identified by the Owner for salvage will belong to Contractor. B. Disposition: All materials resulting from demolition shall be properly disposed of by the contractor in accordance with all applicable laws, codes, and ordinances. 3.3 CLEAN-UP A. Debris and Rubbish: Debris and rubbish shall be removed from work area on a daily basis after normal business hours. Only by prior approval of the architect will debris and rubbish be allowed to accumulate in the work area for more than a day. All public walks and interior spaces shall be kept clean and neat. B. Debris Control: Debris shall be removed and transported in a manner as to prevent spillage on streets or adjacent areas. C. Regulations: Applicable federal, state and local regulations regarding hauling and disposal apply. Provide copies of hauling and dumping permits, receipts, or manifest to architect. Include copies in operations and maintenance manual. D. Cleanliness of Site: Due to the high visibility of the site and potential danger to the public, maintaining a clean and safe site will be critical. All public spaces affected by the work of this contract, hauling routes, elevators, dumpster site, are to be cleaned daily. y .4 END OF SECTION Inc. DEMOLITION 02050 - 3 t M=h 30, 2015 SECTION 03300 CONCRETE WORK PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The extent of concrete work is shown on the drawings. B. This section is not included to be used for the mezzanine extension work, see structural notes on the structural drawings. C. Concrete of this section is only intended to be used to repair and infill areas of the original slab where damaged or where plumbing has had to be rerouted and for stair treads. D. Metal Stair Pans. 1.3 RELATED SECTIONS A. Section 05510 — Metal Stairs. B. Division 15 - Mechanical. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with the provision of the following codes, specifications and standards, except where more stringent requirements are shown or specified: 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 Reinforced Concrete" 6. MSP-1-90 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. A proven, established, mix from an acceptable ready -mix plant may be used. Provide a minimum of 5 recent different compression test reports for the proposed mix. D. Concrete Testing Service: Employ, at contractor's expense, a testing laboratory acceptable to architect to perform material evaluation tests and to design concrete mixes. n2aui`wiuN'du"p�icai eProlub"na. Inc CONCRETE WORK 03300 - 1 March 30, 2015 Job site cylinders shall be taken as directed by the architect. The contractor shall notify ' the testing laboratory. The laboratory shall come to the site and take the concrete cylinders and be responsible for their care and handling, including breaking same at laboratory. Test results shall be furnished to the architect, engineer, and the contractor. Materials and installed work may require testing and retesting, as directed by the architect, at any time during the progress of the work. Allow free access to material stockpiles and facilities at all items. Tests, not specifically indicated to be done at the - owner's expense, including the retesting of the rejected materials and installed work, shall be done at the contractor's expense. 1.5 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, joint systems, patterns, stair nosings and others as requested by the architect. B. Shop Drawings: Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structure" 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 2.1 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. 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 two edges and one side for tight fit. 2.2 REINFORCING MATERIALS A. Welded Wire Fabric: ASTM A 135, 6 x 6 - W2.1 x W2.1, welded steel fabric unless other wise noted. B. Dowels for load transfer in floors shall be plain steel bars conforming to ASTM A 675, Grade 60 or ASTM A 499. C. Supports for Reinforcement: 1. 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. i .i gffliH�aB .P,.g6,cca. Inc . CONCRETE WORK 03300 - 2 a March 30.2015 For slab -on -grade, use supports with sand plates for horizontal runners where wetted base material will not support chair legs. For exposed -to -view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs that are hot -dip galvanized, or plastic protected or stainless steel protected. 2.3 CONCRETE MATERIALS A. Portland Cement: 1. ASTM C 150, type 1, unless otherwise acceptable to architect. 2. Use only one brand of cement throughout the project, unless otherwise acceptable to architect. B. Fine Aggregate: 1. 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 of bundles or bars. b. The limitations may be waived if, in the judgement of the architect, workability and methods of consolidation are such that concrete can be placed without honeycomb of voids. D. Water: Clean, fresh, drinkable. E. Fly Ash: ASTM C-618, equal to Lafarge North America. F. Air -Entraining Admixture: ASTM C 260. G. Water -Reducing Admixture: ASTM C 494, Type A, containing not more than 0.1 %A chloride ions. H. 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 1. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by Architect. J. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or G containing not more than 0.1% chloride ions. t. 2.4 RELATED MATERIALS A. 10 mil polyethelane vapor barrier. 6N.ILC&jrGcaail �pro�h'ite•" CONCRETE WORK 03300 - 3 m I March 30, 2015 B. Curing Compound: ASTM C 309, Type I, Class A. 1. Guardian Chemical Company, clear bond at the rate of 400 square feet to the gallon. C. Hardening, Sealing, and Dustproofing: ASTM C 309, Type I, Class A. All exposed slabs not covered with tile on other applied surface finish shall receive second application where construction work is complete. 1. A second application of Guardian Chemical Company, Clear Bond at the rate of 600 square feet to the gallons over the curing compound cost. . 2.5 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 and 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. 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). 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. 2.6 ADMIXTURES A. Use water -reducing admixture or high range water -reducing admixture (super plasticizer) in concrete as required for placement and workability. B. Use color admixture in concrete where noted and at pattern concrete locations. Submit color selection chart for approval. Color admixture is to be added at the mixing plant, not at the site. C. Use non -chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 degrees F. D. 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 E. Use admixture for water -reducing and set -control in strict compliance with the manufacturer's directions. F12�( `ti�'2� °"oqp,. u .a.I CONCRETE WORK 03300 - 4 i t,. March 30, 2013 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. 2.7 SLUMP LIMITS A. Proportion and design mixes to result in 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". 2.8 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ANSI/ASTM C 94, and as herein specified. B. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. 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 3.1 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. B. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surface and adjacent materials. C. Forms shall not leak cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surface. 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 in accessible for cleanout, 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. ul�o°�"�@il�"P'�a`p�PS5nhbi`' CONCRETE WORK 03300- 5 March 30. 2015 s Form Ties: Factory -fabricated, adjustable length, removable or snapoff metal form ties, designated to prevent form defection, and to prevent spalling concrete surfaces upon removal. G. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 1-1/2" inside concrete. Unless otherwise shown, provide form ties which will not leave holes larger than 1" diameter in concrete surface. H. 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. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. 3.2 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 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. 3.3 JOINTS A. Construction Joints 1. Locate and install construction joints, where 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 keyways 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. 3.4 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. 5 HH , muifiar¢e�"�o'pGc to wn P�%"° CONCRETE WORK 03300 - 6 I t March 30. 201 S B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkhead and intermediate screed strips for slabs to obtain the required elevations and contours in the finishes 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. 3.5 PREPARATION OF FORM SURFACES A. Coat the contact surface 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, 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. 3.6 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 types of concrete. Mix batched concrete in strict accordance with the fibrous concrete reinforcement manufacturer's instruction 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 rehandling 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 location 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 other embedded items without causing segregation of the mix. 6,M2081 °' "up nproli3ue 'Inc. CONCRETE WORK 03300 - 7 March 30, 2015 3.7 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 parched as specified, and fins and other projections on the surface completely removed and smoothed. C. 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 surfaces, unless otherwise shown. 3.8 SLAB FINISHES A. Scratch Finish: Apply scratch finish to monolithic slab surfaces that are to receive concrete floor topping or mortar setting beds for tile or other bonded applied cementitious finish flooring material, and as shown on the drawings. 1. After placing slabs, plane surface to a tolerance not exceeding 1/2" in 10 feet when tested with a 10 foot straightedge. Slope surfaces uniformly to drains where required. After leveling, roughen surface before final set, with stiff brushes, brooms, or rakes. B. Float Finish: Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic roofing, and as shown on the drawings or in schedules. 1. After screeding and consolidating concrete slabs, do not work surface until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently to permit operation of power -driver floats or both. Consolidate surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Check and level surface plane to a tolerance not exceeding 1/4" in 10 feet when tested with a 10 foot straightedge. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. C. Trowel finish: 1. Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless otherwise shown, and slab surfaces that are to be covered with resilient flooring, paint, or other thin film finish coating system. 2. After floating, begin first trowel finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8" in 10 feet when tested with a 10 foot straightedge. Grind smooth surface defects which would telegraph through applied floor covering system. UOl ��'�' af,6 P lnli�ia Inc. CONCRETE WORK 03300 - 8 4,1 1, March 30, 2015 3.9 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 surface 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 this curing period. C. Do not apply membrane curing compounds on surface which are to be covered with coating material applied directly to concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the architect. C. Curing Formed Surfaces: Cure formed concrete surface, 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 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 specified otherwise, 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. �� C pf� .P.%%. ff 1 CONCRETE WORK 03300 - 9 March 30.2015 3.10 REMOVAL OF FORMS A. Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, maybe 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 beams, 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 if inplace concrete by testing field -cured specimens representative of concrete location or members. C. Form facing material may be 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. 3.11 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. 3.12 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 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. Reinforced Masonry: Provide concrete grout for reinforced masonry lintels and bond beams where indicated on the drawings and as scheduled. Maintain accurate location of reinforcing steel during concrete placement. 3.13 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 1/3" 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 V. 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 areas 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 surrounding color. 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. t`II4�I�O��'� y'�afYo`XP�oS;�`�"'°` CONCRETE WORK 03300 - 10 s March 30, 2015 B. Repair of Formed Surfaces: 1. Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of architect. Surface defects 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. Where possible, repair concealed formed surfaces 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, form 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. 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 -puts, 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 architect. 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 pack method. 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 2 1/2 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. 3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION A. The 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. 1_w n2aultwmffi""duplfieal10�ii p55,�1�aa. 1o` CONCRETE WORK 03300 - 11 March 30, 2015 2. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one test for each set of compressive strength test specimens. 3. Air Content: ASTM C 173, volumetric method for lightweight concrete; 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 on 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 cubic yards, the strength test may be waived by the architect, if, in his judgement, 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. 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 services, 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 determined 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. 3.15 TEXAS ACCESSIBILITY STANDARDS A. All new concrete walks, sloped walks, ramps, curb cuts, curb ramps, surface textures, and dimensions shall comply with the Texas Accessibility Standards of the Architectural Barriers Act, Article 9102, Texas Civil Statutes. B. New and renovated concrete surfaces shall provide at least a 2% positive slope away from accessible routes. Do not allow any water to stand within accessible routes. END OF SECTION I1n2auCFwQM"du"pw n pro5ubiie' 1"` CONCRETE WORK 03300 - 12 Much 30, 20 t 5 SECTION 04230 REINFORCED UNIT MASONRY PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work in this Section. 1.2 WORK INCLUDED A. Work under this section includes the providing and installing of all reinforcing and grouting associated with reinforced unit masonry. B. Work of this section is intended to be used in modifying the existing masonry walls where shown in the drawings. C. Refer to the structural drawings for work related to reinforcing an existing masonry wall. 1.3 REFERENCE STANDARDS A. ASTM C 404 Aggregate for Masonry Grout. B. ASTM C 143 Slump of Portland Cement Concrete. C. ASTM C 144 Aggregate for Masonry Mortar. D. ASTM C 615 Deformed and Plain Billet Steel for Concrete Reinforcement. 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings for fabrication, bending, size, quantity lengths and placement of reinforcement bars. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures." Show bar schedules, diagrams of bent bars, stirrup spacing, lateral ties and other arrangements and assemblies as required for fabrication and placement of reinforcement for unit masonry work. PART2 PRODUCTS 2.1 MATERIALS A. Concrete Masonry Units: 8x8x16 matching the existing conditions. B. Reinforcement Bars: Provide deformed bars, grade 60 KSI yield billet steel deformed bars complying with ASTM A 615, except as otherwise indicated. 6.2061%@' PfnRnP S'6S`cl•'"`• REINFORCED UNIT MASONRY 04230 - 1 March 30.2015 C. Mortar and Grout: 1. Portland Cement ASTM C 150, Type I. 2. Masonry Cement ASTM C 91, Type S. 3. Hydrated Lime ASTM C 207, Type S. 4. Aggregates: Sand ASTM C 144. 5. Water: Clear, clean and potable. 6. Mortar Color: Natural grey. 2.2 MIXES A. Masonry Grout Mix: Conform to ASTM C 270: 1. One part Portland Cement, 1/4 part hydrated lime, 2-1/4 to 3 parts damp, loose sand. 2. Meet physical requirements for grout as specified in ASTM C 270. PART 3 EXECUTION 3.1 PREPARATION A. General: Clean reinforcement of loose rust mill scale, earth, ice or other materials which will reduce bond to mortar or grout. Do not use reinforcement bars with kinks or bends not shown on drawings or final shop drawings, or bars with reduced cross-section due to excessive rusting or other causes. 3.2 INSTALLATION A. Reinforcing: 1. Embed prefabricated horizontal joint reinforcement as the work progresses, with a minimum cover of 5/8 inch on exterior face of walls and 1/2 inch at other locations. Lap units not less than 6 inches at ends. Use prefabricated "L" and "T" units to provide continuity at corners and intersections. Cut and bend units as recommended by manufacturer for continuity. B. Masonry: 1. Lay block plumb, level and true to line in full beds of mortar. 2. Make joints in work uniform and not exceeding 3/8" in width. Exposed joints in masonry shall be finished with a metal tool to form a concave joint and all hairline checks or crevices shall be closed. Typical joint is to be 3/8" wide. 3. All masonry units cutting, where exposed to view, shall be executed with a power driven saw. Trowel cutting of brick units will not be permitted on exposed faces of walls. 4. Masonry contractor will be responsible for providing 1/4" caulking spaces adjacent to door frames, windows, etc., as the adjacent frame. C. Formwork: 1. Temporary Formwork: Provide formwork and shores as required for temporary support of reinforced masonry elements. Design, erect, support, brace, and maintain formwork. 3.3 POINTING AND CLEANING A. On completion, point up all exposed masonry, fill all holes and joints, remove loose mortar, cut out defective joints and repoint where necessary. Masonry surfaces to be exposed shall be thoroughly cleaned. Leave surfaces free from mortar and other stains at completion of work. $. Remove white scum from masonry with Sure Klean White Scum Remover, PorSoCo, Inc., telephone 913-281-2700. fnauiaome�"�'upcaaiion prolubii`e�'"` REINFORCED UNIT MASONRY 04230 - 2 , M_»m, a» GENERAL NOTE FOR MASONRY A Cutting oall masonry as exposed my waglbedne with amotor driven masonry saw. B. Alpartially-completed _h not being worked A shall be kept dry at all times b awaterproof covering. END OFSECTION E A& Icc Inc. REINFORCED UNI MASONRY a SECTION 05500 METAL FABRICATIONS March 30, 2015 PART1 GENERAL q1.1 RELATED DOCUMENTS y A. The Drawings, General Conditions, Supplementary General Conditions apply to work of this Section. 1.2 SECTION INCLUDES A. Shop fabricated ferrous metal. 1.3 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 03300 - Concrete Work: Placement of metal fabrications in concrete. B. Section 04230 - Reinforced Unit Masonry System: Placement of metal fabrications in masonry. 1.4 RELATED SECTIONS A. Section 09900 - Painting: Paint finish. 1.5 REFERENCES A. ASTM A36 - Structural Steel. B. ASTM A53 - Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe. C. ASTM A123 - Zinc (Hot -Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip. D. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. E. ASTM A283 - Carbon Steel Plates, Shapes, and Bars. F. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. G. ASTM A325 - High Strength Bolts for Structural Steel Joints. v H. ASTM A386 - Zinc -Coating (Hot -Dip) on Assembled Steel Products. I. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. J. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. K. ASTM B 177 - Chromium Electroplating on Steel for Engineering Use. L. AWS A2.0 - Standard Welding Symbols. M. AWS D1.1 - Structural Welding Code. 20ui1io&c�"�opfreaalio�ii pro�brtce�.''"° METAL FABRICATIONS 05500 - 1 SECTION 05510 METAL STAIRS PARTI GENERAL 1.1 RELATED DOCUMENTS March 30. 2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. ,F 1.2 DESCRIPTION A. This section specifies steel industrial stairs and tread pans. B. Stairs may be shipped to the site in pre -assembled units. 1.3 RELATED WORK A. Wall handrails and railings for other than steel stairs: Section 05500, Metal Fabrications. B. Section 03300 — Concrete Work 'F C. Requirements for shop painting: Section 09900, Painting. 1.4 DESIGN CRITERIA A. Design stairs to support a live load of 100 pounds per square foot. B. Structural design, fabrication and assembly shall be in accordance with requirements of NAAMM Metal Stairs Manual, except as otherwise specified or shown. 1.5 y SUBMITTALS A. Submit in accordance with Section 0 13 00, Samples and Shop Drawings. B. Shop Drawings: Show design, fabrication details, installation, connections, material, and size of members. 1.6 APPLICATION PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by basic designation. B. Federal Specifications (Fed. Spec.): ' RR-G-661E(1) Gratings, Metal, Bar Type (Floor, Except for Naval Vessels) C. American Society for Testing and Materials (ASTM): A36/A36M-88 Structural Steel (Rev. C) A47-84 Malleable Iron Castings A48-83 Grey Iron Castings A53-88 Pipe, Steel, Black and Hot -dipped Zinc -Coated Welded and Seamless A366/A366M85 Steel, Carbon, Cold -Rolled Sheet, Commercial Quality r A570/A570M-88 Steel, Sheet and Strip, Carbon, Hot -Rolled Structural Quality 6�8!gai¢%n11 Inc METAL STAIRS 05510 - 1 eupGc jiff _a A786-85 Rolled Steel Floor Plates March 30, 20I5 D. American Welding Society (AWS): 131.1-88 Structural Welding Code -Steel D1.3-81 Structural Welding Code -Sheet Steel E. The National Association of Architectural Metal Manufacturer's (NAAMM): Metal Stairs Manual,1982, Metal Bar Grating Manuals, 1988 F. American Iron and Steel Institute (AISI): Specification for the Design of Cold -Formed Steel Structural Members PART2 PRODUCTS 2.1 MATERIALS A. Steel Pipe: ASTM A53, Standard Weight, zinc coated. B. Steel Plate: ASTM A570. 2.2 FABRICATION, GENERAL A. Fasteners: Conceal bolts and screws wherever possible. Exposed bolts and screws shall have countersunk heads with ends of bolts and screws dressed flush after nuts are set. B. Welding: 1. Structural steel, AWA D1.1 and sheet steel, AWS D1.3. 2. Where possible, locate welds on unexposed side. 3. Grind exposed welds smooth and true to contour of welded member. Remove welding splatter. C. Remove all sharp edges and burrs. D. Shop prime painting: Prepare surface, and apply primer as specified for ferrous metals in Section, Painting. E. Fit face stringer to newel post by tenoning into newel post, or by notching and fitting face stringer to side of newel. Fit wall stringer to head channel and close ends with steel plates welded in place. 2.3 RAILINGS A. Fabricate railings, including handrails, from steel pipe with flush coved joints. Connections may be standard fittings designed for welding, or coped or mitered pipe with full welds. B. Return ends of handrail to wall and close free end. C. Provide standard terminal castings where fastened to newel. D. Space intermediate posts not over six feet on center between newel post or end post. E. Fabricate handrail brackets from cast malleable iron. F. Comply with the Texas Accessibility Standards design criteria. .".19R'e8J'dPflli'w`7r p,%h6ga- I— METAL STAIRS 05510 - 2 Much 30, 2015 2.4 INDUSTRIAL STAIRS A. Provide treads, platforms, railings, stringers, and other supporting members. B. Make treads of 2" deep steel pan and fill with concrete. C. Risers are to be a woven wire and secured to angle braces. PART 3 EXECUTION 3.1 RAILING INSTALLATION A. Provide standard terminal fittings at ends of posts and rails. B. Secure brackets, posts, and rails to steel by welds, and to masonry or concrete with expansion sleeves and bolts, except secure posts at concrete by setting in sleeves filled with commercial non -shrink grout. C. Set rails horizontal or parallel to rake of stairs to within 1/8-inch in 12 feet. D. Set posts plumb and aligned to within 1/8-inch in 12 feet. 3.2 STAIR INSTALLATION A. Provide hangers and struts required to support the loads imposed. B. Perform job site welding and bolting as specified for shop fabrication. C. Set stairs and other members in position and secure to structure as shown. Install stairs plumb, level, and true to line. 3.3 FIELD PRIME PAINTING A. When installation is complete, clean field welds, and surrounding areas to bright metal, and coat with same primer paint same as used for shop priming. B. Touch-up upgraded areas with same primer paint used for shop priming. END OF SECTION IAloauJhorWaATnVaa{iwciiA, 1h 1"&1.Inc. METAL STAIRS 05510 - 3 March 30, 2015 SECTION 05720 ALUMINUM HANDRAIL SYSTEM PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The extent of metal hand -railing is shown on the drawings. B. All handrails have radius turns, radius returns to wall, and radius changes in direction. C. Casting metal sleeves in concrete to receive metal posts. D. New railings in the Theatre House and re -finished existing handrails in Side Foyer T113 (Sheet A5.11) are to be powder coated aluminum matching other existing powder coated aluminum railings in the Theatre House; above the Concourse and along the side isles. E. New aluminum railings in the Side Foyer T114 shown on Sheet A5.11 are to be round bronze anodized, finish to be similar to the existing oval handrails in the Pedestrian Mall. F. Existing aluminum bronze handrails in the Pedestrian Mall are to remain. These handrails are to be repaired and refinished bronze. G. New steel railing back stage are to be painted steel pipe. Refer to Sections 05722 and 09900. 1.3 RELATED SECTIONS A. Section 03300 - Concrete Work. B. Section 07900 - Joint Sealers. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Prepare and submit shop drawings and product data indicating component details, materials, finishes, connections, joining methods, and wall anchors. C. Submit manufacturer's installation instructions. 1.5 REFERENCES A. AA - Aluminum Association. B. AAMA - American Architectural Manufacturers Association. C. ACI - American Concrete Institute. `l"auifar�ne�'2ua"pl1catiu`Xp or Si e1�• 1n` ALUMINUM HANDRAIL SYSTEM 05720 - 1 March 30, 2015 D. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing. E. ASTM B210 - Aluminum Alloy Drawn Seamless Pipe. F. ASTM E894 - Anchorage of Permanent Metal Railing Systems and Railings for Buildings. 1.6 STRUCTURAL REQUIREMENTS A. Handrail assemblies and attachments shall withstand a minimum concentrated load of 250 lb./ft applied at any point on the top rail. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the job site in good condition and properly protected against damage to finished surfaces. B. Store material in a clean, dry location away from water, mud, uncured concrete, and heavy traffic. Cover with waterproof paper or polyethylene sheeting that will allow air circulation. C. During installation and final placement, minimize handling and exercise particular care to avoid damage to finishes. PART 2 PRODUCTS 2.1 MATERIALS A. Julins Blum and Company, Inc., Connectorial System. B. Aluminum Alloy 6063-T52, 6063-T832, and 6061-T6. C. New Railing System: 1. Permanently anchored to concrete ramps, stains, landings, and masonry walls using concealed anchors. 2. All exposed components shall be bronze anodized aluminum matching other aluminum handrails in the building. 3. Handrails intermediate rails, and posts to be 1 1/2 inch round outside diameter, schedule 40. 4. Fittings shall be of wrought aluminum. Welded fittings shall be constructed so that no weld marks are visible after installation. 5. Connector Sleeves to be internal extruded aluminum. 6. Mounting flanges at floor and walls shall be aluminum finished to match railings and posts. Provide reinforcing bars at floor and wall flanges. All anchors are to be concealed after installation is complete. Posts are to be set into concrete using an embedded sleeve and a cover flange. 7. Provide a continuous top rail mounted at 36 inches center of rail to floor. Provide on intermediate rail mounted at 24 inches center of rail to floor. The top rail shall terminate at a wall or floor, the intermediate at a corner post. All changes in direction shall be by a radius. 2.2 FASTENERS A. Use stainless steel concealed components designed for the connectorail system. .2 `UN�' Owe@" �' jai o`XP %h%g'at, I.. ALUMINUM HANDRAIL SYSTEM 05720 - 2 � March 30, 2015 PART 3 EXECUTION 3.1 PREPARATION A. Supply items to be cast in concrete to appropriate crew in adequate time for proper installation. Provide proper templates. B. Dissimilar metals and components in contact with cement shall be kept from direct contact by a heavy coat of asphaltic or bituminous paint. C. Beginning of installation means erector accepts existing conditions. 3.2 INSTALLATION A. Install in accordance to approved shop drawings and manufacturer's instructions. B. Erect work plumb and level to horizontal surfaces and parallel to sloping surfaces. C. Provide expansion joints as needed to allow for thermal expansion and contraction. 3.3 CLEANING A. When installation is complete, wash thoroughly using clean water and soap; rinse with clean water. B. Do not use acid solution, steel wool or other harsh abrasives. C. If stain remains after washing, consult manufacturer for instructions of stain removal. D. Damaged or permanently stained components shall be removed from the site and replaced with new components. E. Protect installed work from damage until entire project is accepted. END OF SECTION 6��SZI@`3�"P'"P 55`'"` ALUMINUM HANDRAIL SYSTEM 05720 - 3 March 30, 2015 SECTION 05722 STEEL HANDRAIL SYSTEM PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The extent of metal handrailing is shown on the drawings. B. All handrails have radius turns, top rail radius down and returns in line with lower rail, and radius changes in direction. C. Casting metal sleeves in concrete to receive metal posts. D. New railing back stage is to be painted steel pipe. 1.3 RELATED SECTIONS A. Section 03300 - Concrete Work. B. Section 09900 - Painting. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: 1. Prepare and submit shop drawings and product data indicating component details, materials, finishes, connections, joining methods, and wall anchors. 2. Prepare and submit dimensioned layout of all cast in place components; pipe sleeves, grounds, anchors, etc. C. Submit manufacturer's installation instructions for non custom components. D. Submit color chart for paint color selection. 1.5 REFERENCES A. American Society for Testing and Materials 1. A36/a36M-91 Structural Steel 2. A53-90 Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless B. American Welding Society 1. DI.1-88 Structural Welding Code -Steel C. The National Association of Architectural Metal Manufacturer's I. Metal Stairs Manual, 1982 A2u�»�'e@ "p �"' prr`�'�6`4`ed`f STEEL HANDRAIL SYSTEM 05722 - 1 1.6 1.7 PART 2 March 30, 2015 D. Texas Accessibility Standards of the Architectural Barriers Act 1. Paragraphs 4.9, 4.26, and related portions of the act 2. Texas Department of Licensing and Regulation, 512-463-3211 E. ASTM E894 - Anchorage of Permanent Metal Railing Systems and Railings for Buildings. STRUCTURAL REQUIREMENTS A. Handrail assemblies and attachments shall withstand a minimum concentrated load of 250 lb./ft applied at any point on the top rail. DELIVERY, STORAGE AND HANDLING A. Deliver embedded items, templates, and accessories to job site in a timely manner. B. Deliver materials to the job site in good condition and properly protected against damage to finished surfaces. C. Store material in a clean, dry location away from water, mud, uncured concrete, and heavy traffic. Cover with waterproof paper or polyethylene sheeting that will allow air circulation. D. During installation and final placement, minimize handling and exercise particular care to avoid damage to finishes. PRODUCTS 2.1 MATERIALS A. Steel Pipe: ASTM A53, Standard Weight, outside diameter of 1 1/2", primed ready for painting. 2.2 FABRICATION, GENERAL A. Fasteners: Minimize the use of exposed fasteners. if required, use semi -concealed bolts and screws. Exposed bolts and screws shall have countersunk heads with ends of bolts and screws dressed flush after nuts are set. B. Reinforcement: Insert and weld reinforcement sleeves into core of pipe at stress points. C. Welding: 1. Structural steel, AWA D1.1 and sheet steel, AWS D1.3. 2. Where possible, locate welds on unexposed side. 3. Grind exposed welds smooth and true to contour of welded member. Remove welding splatter. 4. Touch up welds and grindings with primer. D. Remove all sharp edges and burrs, touch up primer. E. Shop Primer: Prepare surface, and apply primer as specified for ferrous metals in Section 09900, Painting. F. Fabricate railings, including handrails, from steel pipe with flush coved joints. Connections may be standard fittings designed for welding, or coped or mitered pipe with full welds. G. Return top rail ends of handrail down and back to line up with lower rail. iI 9 fi�� ��@' 'v gXp 4�BS" '"` STEEL HANDRAIL SYSTEM 05722 - 2 i March 30, 2015 H. Space intermediate posts not over six feet on center between turning post or end post. 2.3 FINISHES A. Paint completed pipe rail system according to Section 09900, Painting. Color to be selected from submitted color chart. PART 3 EXECUTION 3.1 PREPARATION A. Supply items to be cast in concrete to appropriate crew in adequate time for proper installation. The railing system contractor shall provide proper templates and supervision during installation to insure correct placement. B. Dissimilar metals and components in contact with cement shall be kept from direct contact by a heavy coat of asphaltic or bituminous paint. C. Beginning of installation means erector accepts existing conditions. 3.2 INSTALLATION A. Install in accordance to approved shop drawings and manufacturer's instructions. B. Erect work plumb and level to horizontal surfaces and parallel to sloping surfaces or rake of stairs to within 1/8 inch in twelve feet. C. Provide expansion joints as needed to allow for thermal expansion and contraction. 3.3 FIELD PRIME PAINTING A. When installation is complete; clean field welds, burrs, and sharp edges to bright metal. B. Completely coat areas where shop primer has been disturbed using matching primer. 3.4 CLEANING A. When installation is complete, wash thoroughly using clean water and soap; rinse with clean water. B. Do not use acid solution, steel wool or other harsh abrasives. C. If stain remains after washing, consult manufacturer for instructions of stain removal. D. Damaged or permanently stained components shall be removed from the site and replaced with new components. E. Protect installed work from damage until entire project is accepted. END OF SECTION .11 �� P w7pro�'u6na l STEEL HANDRAIL SYSTEM 05722 - 3 March 30.2015 SECTION 06100 ROUGH CARPENTRY PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to work of this Section. 1.2 SECTION INCLUDES A. Concealed fire resistant wood blocking in walls; wood furring and grounds for grab bars. 1.3 RELATED SECTIONS A. Section 10800 - Toilet Accessories. 1.4 QUALITY ASSURANCE A. Perform work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by ALSC. 2. Plywood Grading Agency: Certified by APA. B. Meet or exceed ASTM E 84 criteria. C. Meet or exceed UL 723:PR-S criteria. PART2 PRODUCTS 2.1 LUMBER MATERIALS A. Lumber Grading Rules: NFPA, W WPA. B. Fire resistant treated 2 x 6: NFPA. 2.2 SHEATHING MATERIALS A. Plywood Sheathing: APA Rated Sheathing; sanded. B. Particleboard Sheathing: Not allowed on this project. 2.3 UNDERLAYMENT MATERIALS A. Plywood Underlayment: APA Rated Sheathing; sanded. B. Particleboard Underlayment: Not allowed on this project. 2.4 ACCESSORIES A. Fasteners: Galvanized steel for exterior, high humidity, and treated wood locations, plain finish elsewhere. B. Die Stamped Connectors: Galvanized steel. .ggBnen ocli prohitincl�t, Inc. ROUGH CARPENTRY 06100 - 1 March 30, 2015 C. Anchors: Toggle bolt type for anchorage to hollow masonry. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolt or ballistic fastener for anchorage to steel. 2.5 WOOD TREATMENT A. Fire retardant: AWPA Treatment C20, Exterior Type, chemically treated and pressure impregnated; capable of providing a maximum flame spread/smoke development rating of 25 or less. B. D-Blaze, Bowie -Sims -Prange Treating Corporation. C. Wood Preservative (Pressure Treatment): AWPA Treatment CI using water -born preservative with 0.25 percent retainage. PART 3 EXECUTION 3.I FRAMING A. Erect wood members in accordance with applicable code. Place members level and plumb. 3.2 SITE APPLIED WOOD TREATMENT A. Site apply preservative treatment in accordance with manufacturer's instructions. B. Allow preservative to cure prior to erecting members. 3.3 CONCEALED GROUNDS A. Provide fire resistant concealed grounds in framing as required for secure anchoring of wall mounted building components. END OF SECTION fi��l54N`"P'��i o S',�`'"` ROUGH CARPENTRY 06100 - 2 May 20, 2015 SECTION 06400 ARCHITECTURAL MILLWORK PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. New fabricated cabinet units in the new Pedestrian Mall, Concession Area, Sheet C104. B. New plastic laminate countertops on new existing re -finished cabinet units in the Meeting Room, Terrace Suite, and Administration areas. C. New plastic laminate counter tops in Dressing Rooms El 16, E122, T130 and T143. D. New solid resin counter tops where noted on the drawings. 1.3 RELATED SECTIONS A. Section 04230 — Reinforced Unit Masonry B. Section 06100 - Rough Carpentry. C. Section 09260 - Gypsum Board Systems: Grounds. D. Section 09900 - Painting: Finishing new cabinet and interiors and new open shelves of the new Pedestrian Mall concession, see Sheet A2.20. 1.4 REFERENCES A. FS MM-L-736 - Lumber, Hardwood. B. FS MMM-A-130 - Adhesive, Contact. C. NWMA LD3 - High Pressure Decorative Laminates. D. PS 1 - Construction and Industrial Plywood. E. PS 20 - American Softwood Lumber Standard. F. PS 51 - Hardwood and Decorative Plywood. G. PS 58 - Basic Hardboard. 1.5 QUALITY ASSURANCE ti�� 4caaliu°iipohai a Inc. ARCHITECTURAL MILLWORK 06400 - 1 May 20.201 S A. Perform work to custom quality in accordance with Quality Standards of the Architectural Woodwork Institute (AWI). 1.6 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Include materials, component profiles, fastening methods, assembly methods, joint details, accessory listings, and schedule of finishes. C. Submit samples under provisions of Section 01300. D. Submit fire treated lumber certificate under provisions of Section 01300. PART2 PRODUCTS 2.1 WOOD MATERIALS A. Softwood Lumber: PS 20; graded in accordance with AWI; maximum moisture content of 6 percent; species and grade as follows: ITEM SPECIES CUT Cabinet Frame Red Oak Plain Sliced Exposed Frame Red Oak Plain Sliced B. Hardwood Lumber FS MM-L-736; graded in accordance with AWI; maximum moisture content of 6 percent; species and grade as follows: ITEM SPECIES CUT Exposed Frame Red Oak Plain Sliced ui�ot�ize®�upG1r aXp. `d' 111. ARCHITECTURAL MILLWORK 06400 - 2 May 20, 2015 C. Cabinet concealed wall grounds are to be fire treated lumber; submit certificate for review. Refer to Section 06100, Rough Carpentry. 2.2 SHEET MATERIALS A. Wood Particleboard: Per AWI standard, composed of wood chips, made with high waterproof resin binders; of grade to suit application; sanded faces, located as follows: ITEM: Shelving; Bulkheads; Non -exposed tops, bottoms and ends. B. Hardboard: PS 58; pressed wood fiber with resin binder, tempered grade, smooth two sides, located as follows: ITEM: Drawer Bottoms; Cabinet Backs; Drawer Faces and Doors; Edges of shelves, drawers faces, and door faces. C. Softwood Plywood: PS 1; graded in accordance with AWI; core material of particleboard; species and cut as follows: ITEM: Underlayment D. Hardwood Plywood: PS 51; graded in accordance with AWI; core material of particleboard; type of glue recommended for application; face veneer and cut as follows: ITEM FACE SPECIES CUT Door and Drawer Fronts Red Oak Rotary Drawer Construction Red Oak Plain Sliced 2.3 ACCEPTABLE SOLID RESIN LAVATORY DECK AND BOWL A. The Owner authorizes the following as an acceptable material, or approved equal. B. Lavatory Deck and Bowl Material: Fabricate lavatory units from molded engineered stone material consisting of natural quartz, granite, and other minerals in a matrix of thermoset acrylic modified bio-based polyester resin, certified by approved independent testing agency as complying with ANSI/ICPA-SS-1-2001, ANSI Z124.3 and ANSI Z124.6, with the following minimum properties: 1. Basis of Design Product: Bradley, Evero. 2. Surface Burning Characteristics: Smoke developed, less tan 450; flame spread, less than 25, per ASTM E 84. 3. Flexural Strength: 3267 psi (22.5 MPa). Minimum, per ASTM D 790. 4. Compressive Strength: 11,500 psi (79 MPa), minimum, per ASTM C 170. 5. Moisture Absorption: 0.065 percent in 24 hours, per ASTM D 570. 6. Hardness: 6-7 Mobs Scale, per ASTM D 785. 7. Thickness: %2 inch. 2.4 ACCEPTABLE LAMINATE MANUFACTURERS A. Wilsonart Manufacturing only, substitutions are to follow provisions of Section 01600. 2.5 LAMINATE MATERIALS A. Plastic Laminate: NWMA LD 3, GP - 50 general purpose. 2.6 ACCESSORIES n2a.' .C&A"r o�'P 55.65` •'"` ARCHITECTURAL MILLWORK 06400 - 3 May 20.2015 A. Adhesive: FS MMM-A-130. Type recommended by laminate manufacturer to suit application. B. Fasteners: Size and type to suit application. C. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application. D. Grommets and Sleeves: 2 inch round hole, similar to Valencia 44-N027384, black, coordinate locations with City. Anticipated locations include the new concession area, room C104. 2.7 HARDWARE A. Shelf Standards and Rests: K & V No. 255AN and 256AN. B. Drawer and Door Pulls: Stanley No. 4484. C. Catches: Stanley No. SP46. D. Drawer Slides: K & V No. 1429, full extension, 100 lb. rated. E. Drawer Lock and Key: Stanley, finish to match cabinet hardware. F. Hinges: Grass America No. 1203 with appropriate base plates. G. Closet Rod: K&V No. KV2. H. Counter support: A & M Hardware, Inc. 18 x 18 steel, pre -finished. 2.8 FINISHES A. Concession C104 to have plastic laminate, color to be selected by architect and owner. Radius trim to have a Sherwin Williams #2716 Minwax, dark Walnut finish. B. Provide examples to architect of all finishes under consideration. 2.9 FABRICATION A. All millwork is to be flush overlay construction per the Architectural Millwork Institute. B. Ship assembled casework for delivery to site in units easily handled and to permit passage through building openings. C. Fit shelves, doors, and exposed edges to have less than 1/16 inch gap in any joint. Exposed edges to have hardwood edges. D. Door and drawer fronts: 3/4 inch thick with hardwood edges. E. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. All field cuts through laminate are to have two coats of adhesive in order to minimize laminate deterioration at plumbing fixtures. F. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Make corners and joints hairline. Slightly bevel arrises. i'a°�iiSo�nze� ca%rYp or 5h6i`.ln` ARCHITECTURAL MILLWORK 06400 - 4 May 20, 2015 G. Cap exposed plastic laminate edges with material of same finish and pattern. H. Provide cutouts for grommets and sleeves, plumbing fixtures, inserts, appliances, outlet boxes, and other fixtures and fittings. Verify locations of cutouts from on -site dimensions. Seal contact surfaces of cut edges. I. All shelf standards are to be recessed flush with adjacent surface. All units with adjustable shelves, either open shelves or closed cabinets, are to have recessed metal standards. PART 3 EXECUTION 3.1 INSPECTION A. Verify adequacy and location of backings and support framing members that are concealed within walls. B. Beginning work constitutes acceptance of conditions. 3.2 INSTALLATION A. Set and secure casework in place rigid, plumb, and level. B. Use purpose designed fixture attachments at concealed locations for wall mounted components. C. Carefully scribe casework which is against other building materials, leaving gaps of 1/32 inch maximum. Do not use additional overlay trim for this purpose. D. Secure cabinet and counter bases to floor using appropriate angles and anchorages. E. Do not cut hole for equipment cord grommet through counter top until unit is completely installed and approved. Actual locations of grommets will be verified by architect prior to cutting hole. F. Provide concealed grounds in all wall framing areas to receive wall and base cabinets, refer to Section 06100, Rough Carpentry. 3.3 ADJUSTING AND CLEANING A. Adjust doors, drawers, hardware, fixtures, and other moving or operating parts to function smoothly and correctly. B. Clean casework, counters, shelves, hardware, fittings, and fixtures. 3.4 PLASTIC LAMINATE SCHEDULE A. Colors to be selected by City. END OF SECTION 6w1l ��@3�p'�"7P uSu .1.I ARCHITECTURAL MILLWORK 06400 - 5 1.5 1.6 May 20.2015 B. ANSI/NFPA 80 - Fire Doors and Windows. C. AWI - Architectural Woodwork Institute. D. BHMA - Builders' Hardware Manufacturers Association. E. DHI - Door and Hardware Institute. F. NAAMM - National Association of Architectural Metal Manufacturers. G. NFPA 101 - Life Safety Code. H. SDI - Steel Door Institute I. ANSI A115.2 - Door and Frame Preparation for Bored or Cylindrical Locks for 1-3/4 inch Doors. J. ANSI A115.9 - Door and Frame Preparation for Closer, Offset Hung, Single Acting. K. ANSI A156.1 - Butts and Hinges. L. ANSI A156.2 - Locks and Lock Trim. M. ANSI A156.4 - Door Controls (Closers). N. ANSI A156.6 - Architectural Door Trim. O. ANSI A156.7 -Template Hinges. LUBBOCK CITY MINIMUM STANDARDS A. Confirm that Cal -Royal Lever Sets US 10 finish all Corbin 60 key way entrance function are in use at this facility. B. Any Exit Device is a Class 1, 5200. C. Confirm that hardware is US 10 finish —closers, hinges, push/pulls, trims, cylinders, mortise, kick plates and screws maybe US10B finish. D. Mounting heights shall comply with Texas Accessibility Standards and similar locations within the project building. COORDINATION A. Coordinate work of this section with other sections involving manufacturer of any internal reinforcement for door hardware. B. Hardware subcontractor shall examine the drawings and specifications to determine the extent of hardware quantities required. Should any particular door or item be omitted in any scheduled hardware group, provide such door or item with hardware similar to that required for similar conditions on the project. Locks, bolts, hinges, pulls, levers shown on the plans for non -factory manufactured cabinet and casework shall be included in the Division of Finish Hardware. iu [ism 9 n2auifw.�aac�"�uopriga{i nproS�.L.t4..Im FINISH HARDWARE 08700 - 2 j j May 20, 2015 C. When new hardware is to match an existing owner's standard, new shall match in every way so long as it does not violate Texas Accessibility Standards criteria. New door hardware shall comply with T.A.S. Contractor shall confirm what is owner's standard prior to ordering material. D. Hold a keying conference with the owner to review the existing key system. Any new locks shall follow the existing key hierarchy. Obtain keying system approval prior to ordering hardware. E. If required, provide "O" bit locks at all locations, fully coordinate with owner. 1.7 QUALITY ASSURANCE A. Manufacturers: Companies specializing in manufacturing door hardware with minimum three year's experience. B. Hardware Supplier: Company specializing in supplying commercial and institutional door hardware with five year's documented experience. C. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of the section. 1.8 REGULATORY REQUIREMENTS A. Conform to applicable codes for requirements applicable to fire rated doors and frames, NFPA 80. Provide appropriate UL-Label for door and frames. B. Conform to the applicable sections of Chapter 5 of NFPA 101. C. Conform to criteria stated in the most current edition of the Texas Accessibility Standards. 1.9 SUBMITTALS A. Submit schedule, shop drawings, and product data under provisions of Section 01300. Re - submittals will be required until complete architectural approval is obtained. B. Indicate location and mounting heights of each type of hardware. Show required mortising and internal reinforcing of metal products. C. Provide product data on specified hardware. D. Submit proposed replacement levers, finish, function, and example of new hardware that is replacing existing hardware. 1.10 OPERATION AND MAINTENANCE DATA A. Submit operation and maintenance data under provisions of Section 01700. B. Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. C. Lost or stolen hardware shall be the responsibility of the contractor. Replace all items lost or stolen with identical items at no cost to owner. na�i �� �w proS�"6i`A Inc. FINISH HARDWARE 08700 - 3 May 20, 2015 1.11 DELIVERY, STORAGE, AND HANDLING A. Package hardware items individually; label and identify package with door opening code to match hardware schedule. B. Protect hardware from theft by cataloging and storing in secure area. 1.12 MAINTENANCE MATERIALS A. Provide special wrenches and tools applicable to each different or special hardware component. , B. Provide maintenance tools and accessories supplied by hardware component manufacturer. u 1.13 WARRANTY )) A. Provide a written warranty per Section 01700, 1.8, on business letterhead stating that installed door i components comply with TAS and/or ADA. r B. Provide warranties for all hardware furnished under this division to the general contractor for 1 transmittal to the architect. Warranties shall be for a period of one (1) year (five [5] years for closer) from date of owner acceptance, against defects in material and workmanship of the merchandise. PART PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Locksets and Latches: Corbin 60 Key Way, no substitutions. B. Cylinders: Corbin/Russwin Architectural Hardware of Berlin, CT. C. Hinges: Bommer, Hager Hinge Co, McKinney, Stanley Hardware. D. Push/Pulls: Hager, Rockwood, Triangle Brass. E. Closers: Corbin/Russwin, LCN Closers, Norton Door Control. F. Exit Devices: Class 1, 5200, US10 finish. G. Kickplates: Hager, Triangle Brass. - H. Door Stops/Bumpers: Glynn -Johnson, Hager, HB Ives, Triangle Brass. 1. Door Silencers: Glynn -Johnson, HB Ives, Triangle Brass. J. Sound proof automatic door bottom hardware. K. Smoke seals: Pemko. L. Electric Strikes - HES series, copies of owner approved of product literature provided at the end of 1 this section. 6��49AN'a'UpVcTa g oS"6S`' FINISH HARDWARE 08700 - 4 ` May 20, 20I5 2.2 STYLE A. All hardware components shall match throughout the building in finish, style, and function. B. New hardware shall match the City's existing make, model, style, finish, etc. C. Provide a knurled grip or similar, acceptable texture on levers of doors leading to a potentially hazardous situation for a physically or visually challenged person; ie, mechanical rooms and stairs. 2.3 KEYING A. If required, provide "O" bit locks throughout project. B. All cylinders are keyed to the existing system. No substitutions allowed. C. Supply two keys for each new lock. D. Coordinate new keying system with Civic Center Maintenance. 2.4 FINISHES A. Finishes for new hardware are to match the existing Civic Center hardware. Submit for architect's approval. Confirm that existing finish is US 10 or US I OB. B. Finishes for replacement of existing hardware is to match the existing City hardware finish. Submit for architect's approval. PART 3 EXECUTION 3.1 INSPECTION A. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings. B. Beginning of installation means acceptance of existing conditions. C. The Owner reserves the right to request and pay for an inspection by a representative of the referenced organization to determine that the work of this Section has been performed in accordance with the specified requirements. D. In the event such inspection determines that the work of this Section does not comply with the specified requirements, immediately remove the non -complying items and immediately replace them with items complying with the specified requirements, all at no additional cost to the Owner, and reimburse the Owner for the cost of the inspection. 3.2 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and requirements of SDI, NAAMM, AWI, ANSI/NFPA 80, BHMA, DHI, and Texas Accessibility Standards. B. The contractor shall install all finished hardware plumb, square, true and in accordance with the manufacturer's instructions, using the best practices as approved by architect. Hardware shall be fitted and operated prior to painting, then removed and painting completed before final installation. All hardware must be thoroughly cleaned, free from mars and blemishes and in perfect operating 6 u!n"C',@�'�'IIo�P 55h65`' FINISH HARDWARE 08700 - 5 May 20, 2015 condition when turned over to the owner. Damaged or malfunctioning hardware will not be acceptable. C. No extra costs will be allowed to facilitate proper installation of any hardware. The general contractor shall be responsible for the proper fabrication of all materials and work to receive hardware. D. Finish hardware shall be furnished with all necessary screws, bolts, or other fastenings of suitable size use and long life and shall harmonize with the hardware as to material and finish. These fastenings shall be furnished where necessary with expansion shield, security bolts, toggle bolts or other approved anchors according to the material to which it is applied and recommended by the manufacturer. All hardware fastened to concrete shall be furnished with machine screws and lead shields. Extension of flush bolts shall be edge mounted in all cases. Wrought box strikes shall be furnished where strikes are mortised into wood. Strikes shall have sufficiently extended lips where required to protect trim from being marred by latch -bolts, but no more than necessary. Strikes for pairs of doors shall have I" lips to center. All backsets of locks and latches shall be 2-3/4" from the door edge unless otherwise indicated. E. Hardware for fire doors shall conform to the requirements for NFPA 80 and NFPA 101. In case of conflict between the type of hardware specified in these specifications or the type required for fire protection, materials of equal quality and design required by NFPA, shall be furnished, at no additional cost to owner. 3.3 HANDICAP ACCESSIBILITY PROVISIONS A. Door Hardware: Handles, levers, pulls, latches, locks, and other operating devices on accessible doors shall be mounted no higher than 48 inches above the floor or ground surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five Ibf. Designs include lever -operated mechanisms, push -type mechanisms and U-shaped handles. When sliding doors are fully open, operating hardware shall be exposed and usable from both sides. Doors to hazardous areas such as loading platforms, boiler rooms, mechanical and electrical rooms, and to other areas that might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, lever, pull or other operating hardware. This textured surface maybe made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those to hazardous areas. B. Door Closer: If a door has a closer, then the sweep period of the closer shall be adjusted so that from an open position of 90 degrees, the door will take at least three (3) seconds to move to an open position of approximately 12 degrees. C. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinged doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. For sliding or folding doors, the force shall be applied parallel to the door at the door pull or latch. 1. Exterior hinged doors shall not exceed 5 lbf. Slight increases in opening force shall be allowed where 5 Ibf is insufficient to compensate for air pressure differentials. Refer to T.A.S. section 309.4 2. Sliding doors, folding doors, and interior hinged doors shall not require a force exceeding five Ibf. 3. Fire doors may be adjusted to meet the minimum opening force allowed by the governing authority or applicable building code. ��I�O�'�" ��af 7p `n%t k.'"` FINISH HARDWARE 08700 - 6 11 May 20, 2015 D. Thresholds: The height of any floor level change plus the height of any applied threshold at doorway sills shall no exceed 1/2" and shall be beveled with a slope no greater than 1" in 2". E. Conform to latest adopted version of the Americans with Disabilities Act and Texas Accessibility Standards criteria for positioning, operating, and opening force requirements. In case of conflict, materials of equal quality and design required by ADA or TAS shall be provided. 3.4 HARDWARE LOCATIONS A. Adjust any of the following heights, as required to maintain the existing standards established by the City. B. Locks, latches: Finish floor to C/L of knobs, 40-5/16" C. Deadlocks: Finish to C/L of cylinder, 48" D. Push/Pull Plates: Finish floor to C/L of plate, 46" E. Flush bolts: C/L of bolt face to top (and bottom) edge of floor, 12" F. Exit Devices: Per template and installation instructions; Rails shall not conflict with door lites, mounting heights shall be adjusted to center exit rail on appropriate door rail. G. Closer, O/H Holders: Per template and installation instructions. H. Stops: To protect doors and hardware from contact with parts of the building or other conflicting doors. I. Butt Hinges: 1. Top anchor butt - per template instructions; 2. Top butt hinge - top edge of butt leaf to rabbet, 5" 3. Bottom butt hinge - bottom edge of butt leaf to finish floor, 10" 4. Intermediate butt hinge - equal distant between top and bottom butts. 3.5 ADJUSTMENT AND MAINTENANCE A. Within thirty (30) days after Owner Acceptance of the Project, the subcontractor shall meet with the Owner's maintenance foreman and thoroughly instruct him in the care and adjustment of all movable hardware furnished under this division. Provide him with a Manufacturer's Parts List for all locks, exits and closer, a Bound Care and Adjustment Manual, and an adjustment tool for each type of adjustable hardware. Included shall be a copy of an approved Hardware Schedule. 3.6 HARDWARE SCHEDULE A. General outline of revisions, deletions, or additions of door hardware is provided on the drawings; sheets A1.50, A2.50, A3.50, A4.50 and A5.50. General Contractor shall include door allowance in bid per Section 01010, 1.3D. END OF SECTION &W2 0 ulgoftrr�'cT-0cXP S,''6`�` Inc.FINISH HARDWARE 08700 - 7 March 30, 20 15 SECTION 08800 GLAZING PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Glass and glazing for sections referencing this section for products and installation. 1.3 RELATED SECTIONS A. Section 07900 - Joint Sealers. B. Section 08100 - Hollow Metal Frames. C. Section 08410 - Aluminum Entrances and Storefronts. D. Section 10800 - Toilet Accessories. 1.4 REFERENCES A. ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. B. ANSI Z97.1 - Safety Performance Specifications and Methods of Test for Safety Glazing Used in Buildings. C. ASTM C1036 - Flat Glass. D. ASTM C 1048 - Heat -Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated Glass. E. FGMA - Glazing Manual. F. FGMA - Sealant Manual. G. FS TT-C-00598 - Caulking Compound, Oil and Resin Base Type. H. FS TT-S-001657 - Sealing Compound, Single Component, Butyl Rubber Based, Solvent Release Type. I. FS TT-S-00230 - Sealing Compounds, Synthetic -Rubber Base, Single Component, Chemically Curing. J. FS TT-S-01543 - Sealing Compound, Silicone Rubber Base. K. FS TT-G-410 - Glazing Compound, Sash (Mental) for Back Bedding and Face Glazing (Not for Channel or Stop Glazing). UmulO&CO'9�r< o�P�5S��6ri*I"` GLAZING 08800- 1 I; Much 30, 2015 L. Laminators Safety Glass Association - Standards Manual. 1.5 PERFORMANCE REQUIREMENTS A. Glass and glazing materials of the section shall provide continuity of building enclosure vapor and l air barrier: 1. In conjunction with materials described in Section 07900. 2. Maintain continuous air and vapor barrier throughout glazed assembly from glass pane to heel bead of glazing sealant. B. Size glass to withstand dead loads and positive and negative live loads acting normal to plane of glass as calculated in accordance with 1985 U.B.C. in accordance with ANSI/ASTM E330. C. Limit glass deflection to 11200 or flexure limit of glass with full recovery of glazing materials, whichever is less. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. } B. Product data on glass types specified: Provide structural, physical and environmental characteristics, size limitations, special handling, or installation requirements. C. Product data on glazing compounds: Provide chemical, functional, and environmental characteristics, limitations, special application requirements. Identify available colors. D. Samples: I. Submit 2 inch long bead of glazing sealant, color as selected. 2. Submit 12" x 12" piece of each glass indicated. ^j E. Manufacturer's installation instructions: Indicate special precautions required. F. Manufacturer's certificate: Certify that glass meets or exceeds specified requirements. 1.7 QUALITY ASSURANCE A. Perform work in accordance with FGMA Glazing Manual, FGMA Sealant Manual, SIGMA and _ 1 Laminators Safety Glass Association - Standards Manual for glazing installation methods. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not install glazing when ambient temperature is less than 50 degrees. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. } 1.9 FIELD MEASUREMENTS i A. Verify that field measurements are as indicated on the drawings. B. Actual site measurements are the responsibility of the contractor. 1.10 COORDINATION A. Coordinate work under provisions of Section 01040. f dwu{UkmPi;'caiiDnpfoSfilBS`' GLAZING 08800 - 2 March 30, 2015 B. Coordinate the work with glazing frames, wall openings, and perimeter air and vapor seal to adjacent work. 1.11 WARRANTY A. Provide five year manufacturer's warranty under provisions of Section 01700. B. Warranty: Include coverage for de -lamination of laminated glass and replacement of same. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. PPG Industries, Inc. B. Ford Glass Division C. ASG Industries D. Substitutions: Under provisions of Section 01600 2.2 MATERIALS — GLASS A. Laminated Glass —Clear 1. Type: Clear plastic laminated glass. 2. Thickness: 1/4 inch or as noted in drawings. 3. Conformance: ASTM C1172-91. 4. Acceptable Manufacture: PPG Industries, Inc. B. Laminated Glass — Frosted 1. Type: Clear plastic laminated glass. 2. Thickness: 1/4 inch or as noted in drawings. 3. Conformance: ASTM C1172-91. 4. Acceptable Manufacture: PPG Industries, Inc. 2.3 GLAZING COMPOUNDS A. Shall conform to ASTM C669 and as required by the glazing manufacturer. B. Butyl Sealant (Type GC-B): FS TT-S-001657; Shore A hardness of 10-20 black color; non - skinning. C. Acrylic Sealant (Type GC-C): FS TT-S-00230, Type II, Class A; single component; cured Shore A hardness of 15-25; color as selected. D. Polysulphide Sealant (Type GC-D): FS TT-S-00227, Glass A Type 11; two component; cured Shore A hardness of 15-25; color as selected. E. Polyurethane Sealant (Tupe GC-E): FS TT-5-00230, Type II -non -sag, Class A; as recommended by the manufacturer. F. Silicone Sealant (Type GC-F): FS TT-S-01543, Class A; single component; chemical solvent curing; capable of water immersion without loss of properties; cured Shore A hardness of 15-25 color as selected. &.1c' @"opu"a ion pf ftmv I- GLAZING 08800 - 3 Much 30, 2015 2.4 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 - 90 Shore A durometer hardness, length of 0.1 inch for each square foot (25 mm for each square meter) of glazing or minimum 4 inch (100 mm) x width of glazing rabbet space minus 1/16 inch (1.5 mm) x height to suit glazing method and pane weight and area. B. Spacer Shims: Neoprene, 50 - 60 Shore A durometer hardness, minimum 3 inch (75 mm) long x one half the height of the glazing stop x thickness to suit application, self adhesive on one face. C. Glazing Tape: Preformed butyl compound with integral resilient tube spacing device; 10 - 15 Shore A durometer hardness; coiled on release paper; black color. D. Glazing Splines: Resilient polyvinyl chloride extruded shape to suit glazing channel retaining slot; color: black. E. Glazing Clips: Manufacturer's standard type. 2.5 SOURCE QUALITY CONTROL AND TESTS A. Provide testing and analysis reports of glass under provisions of Section 01400. PART 3 EXECUTION 3.1 EXAMINATION A. Verify prepared openings under provisions of Section 01040. B. Verify that openings for glazing are correctly sized and within tolerance. C. Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing. 3.2 PREPARATION A. Clean contact surfaces with solvent and wipe dry. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant. D. Remove all evidence of existing putty glazing from existing steel frames scheduled to be reglazed. 3.3 INSTALLATION A. General: Comply with referenced FGMA standards and instructions of manufacturers of glass, glazing sealants, and gaskets, to achieve airtight and watertight performance, and to minimize breakage. B. Protect glass from edge damage during handling and installation. Inspect glass during installation and discard pieces with edge damage that could affect glass performance. C. Set units of glass in each series with uniformity of pattern, draw, bow and similar characteristics. s��i ��a�p � 5'6`,4..In` GLAZING 08800 - 4 in H March 30, 2015 3.4 CLEANING A. Clean work under provisions of Section 01700. B. Remove glazing materials from fmish surfaces. C. Remove labels after work is complete. D. Clean glass. 3.5 PROTECTION OF FINISHED WORK A. Protect finished work under provisions of Section 01500. B. After installation, mark pane with an'X' by using removable plastic tape or paste. Do not mark heat absorbing or reflective glass units. C. Protect glass from contact with contaminating substances resulting from construction operations. D. If, despite such protection, contaminating substances do come into contact with glass, remove immediately by method recommended by glass manufacturer. E. Remove and replace glass which is broker, chipped, cracked, abraded or damaged in other ways during construction period, including natural causes, accidents and vandalism. END OF SECTION ly�� o 2�P.3 �P �',6�taIn` GLAZING 08800 - 5 March 30, 2015 SECTION 09260 GYPSUM BOARD SYSTEMS PART GENERAL 1.1 RELATED DOCUMENTS €r , A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. ' 1.2 WORK INCLUDED A. Metal stud wall and wall furring, g B. Metal channel ceiling framing. C. Gypsum board. 7 D. Taped and sanded joint treatment. 1.3 ` RELATED SECTIONS A. Section 06100 - Rough Carpentry: Wood blocking for support of toilet accessories. B. Section 08100 - Hollow Metal Frames. C. Section 09511 - Suspended Acoustical Ceilings: Ceiling Construction. -; D. Section 09900 - Painting: surface finish. 1.4 REFERENCES A. ANSI/ASTM C36 - Gypsum Wallboard. B. ANSI/ASTM C79 - Gypsum Sheathing Board. YP g C. ANSI/ASTM C475 - Joint Treatment Materials for Gypsum Wallboard Construction. D. ANSI/ASTM C645 - Non -Load (Axial) Bearing Steel Studs, Runners (Track), and Rigid Furring Channels for Screw Application of Gypsum Board. - E. ANSI/ASTM C646 - Steel Drill Screws for the Application of Gypsum Sheet Material to Light Gage Steel Studs. F. ANSI/ASTM C754 - Installation of Framing Members to Receive Screw Attached Gypsum Y Wallboard, Backing Board, or Water Resistant Backing Board. G. ANSI/ASTM E 119 - Fire Tests of Building Construction and Materials. H. GA-201 - Gypsum Board for Walls and Ceilings. 1. GA-216 - Recommended Specifications for the Application and Finishing of Gypsum Board. t9ioR'e®�uplica�noXpr-01i�i Inc, GYPSUM BOARD SYSTEMS 09260 - 1 Much 30, 20I5 1.5 SYSTEM DESCRIPTION A. Fire Rating Wall Requirements: 1 hour in accordance with UL 1988 listed assembly No. U419. 2 hour in accordance with UL1988 listed assembly No. U419. B. Fire Rating Sub -ceiling Requirements: 1 hour in accordance with UL 1988 listed assembly No. G501. 1.6 QUALITY ASSURANCE A. Applicator: Company specializing in gypsum board systems work with three years' documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to applicable codes for fire rated assemblies. 1. Fire Rated Partitions: Listed assembly by UL. 2. Fire Rated Ceilings: Listed assembly by UL. 1.8 SUBMITTALS A. Provide product data on metal framing, gypsum board, joint tape decorative finish, and accessories. B. Submit two samples of pre -decorated gypsum board 12 x 12 inch in size, one illustrating a sand texture finish and one illustrating an orange peal texture. Selection will be made by the architect. C. Submit manufacturer's installation instructions and Material Safety Data Sheets under provisions of Section 01300. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. United States Gypsum Co. - Gypsum Panels B. Dietrich - metal stud system. C. Other acceptable manufacturers offering equivalent products: 1. Gold Bond Products, Inc. 2. Redman Industries Inc. D. Substitutions: Under provisions of Section 01600. 2.2 FRAMING MATERIALS A. Interior Framing 1. Studs and Tracks: ANSI/ASTM C645; galvanized sheet steel, 3 5/8" by 25 gage thick,'C' shape. 2. Furring, Framing and Accessories: ANSI/ASTM C645; 3 5/8" by 25 gage. B. Fasteners: ANSI/ASTM C1002 ��i�.TnP^r`o5hbie`d GYPSUM BOARD SYSTEMS 09260 - 2 j C. Is Much 30, 2015 C. Adhesive: ANSI/ASTM C557 and as recommended by the manufacturer. 2.3 GYPSUM BOARD MATERIALS A. Moisture Resistant Gypsum Board: ANSI/ASTM C36; moisture resistant, 5/8" inch thick, maximum permissible length; ends square cut, tapered edges, and bullnose corner beads. B. Fire Rated Gypsum Board: ANSI/ASTM C36; fire resistive type, UL rated; 5/8 inch thick, maximum permissible length; ends square cut, tapered edges, and bullnose corner beads. C. Acoustic Rated Gypsum Board: equal to Gold Bond 5/8" thick sound break XP gypsum board. 2.4 ACCESSORIES A. Edge Trim: Metal equal to No. 200-A by United States Gypsum. B. Control Joints: Metal equal to No. 093 by United States Gypsum. C. Joint Materials: ANSI/ASTM C475; reinforcing tape, joint compound, adhesive, water, and fasteners. D. Grounds: Concealed 9 gage sheet metal or fire treated 2x wood. PART 3 EXECUTION 3.1 INSPECTION A. Verify that site conditions are ready to receive work and opening dimensions are as instructed by the manufacturer. B. Beginning of installation means acceptance of substrate. 3.2 METAL STUD INSTALLATION A. Install studding in accordance with ANSI/ASTM C754. B. Metal Stud Spacing: 16 inches on center, 24 inch on center spacing only at double gypsum board partitions noted on drawings. C. Partition Heights: All existing and new partitions are to extend to concrete deck above and to be acoustically and or fire sealed. D. Door Opening Framing: Install double studs at door frame jambs. Install stud tracks on each side of opening, at frame head height, and between studs and adjacent studs. E. Blocking: Nail wood blocking to studs. Install blocking for support of plumbing fixtures, toilet partitions, wall cabinets, toilet accessories, and hardware. F. Coordinate installation of bucks, anchors, blocking, electrical and mechanical work placed in or behind partition framing. 3.3 WALL FURRING INSTALLATION 6.20{Pa"P 5�6&5`'"° GYPSUM BOARD SYSTEMS 09260 - 3 3.4 3.5 3.6 March 30.2015 A. Erect free-standing metal stud framing tight to masonry and plaster walls, attached by adjustable furring brackets in accordance with manufacturer's instructions. Existing walls that are to remain are not to be furred unless noted otherwise on drawings. B. Erect furring studs vertically. Secure in place at maximum 16" on center. C. Space furring studs maximum 16 inches on center. D. Install thermal insulation batts between studs in accordance with manufacturer's instructions. CEILING FRAMING INSTALLATION A. Install in accordance with GA 201 and GA 216. B. Coordinate location of hangers with other work. C. Install ceiling framing independent of walls, columns, and above -ceiling work. D. Reinforce openings in ceiling suspension system which interrupt main carrying channels or furring channels, with lateral channel bracing. Extend bracing minimum 24 inches past each end of openings. E. Laterally brace entire suspension system. ACOUSTICAL ACCESSORIES INSTALLATION A. Place acoustical insulation in partitions tight within spaces, around cut openings, behind and around electrical and mechanical items with or behind partitions, and tight to items passing through partitions. B. Install acoustical sealant at gypsum board perimeter at: 1. Metal framing: two beads. 2. Slab/Sill plate: two beads. 3. Face layer. 4. Caulk all penetrations of partitions by conduit, pipe, ductwork, rough -in boxes, and all other wall penetrations. GYPSUM BOARD INSTALLATION A. Install gypsum board in accordance with GA 201 and GA 216. B. Erect single layer of gypsum board in most economical direction, with ends and edges occurring over firm bearing. C. Erect single layer fire rated gypsum board vertically, with edges and ends occurring over firm bearing. D. Erect exterior gypsum sheathing horizontally, with edges butted tight and ends occurring over firm bearing. E. Use screws when fastening gypsum board to metal furring or framing. F. Treat cut edges and holes in gypsum sheathing with sealant, or tape. G. Place control joints consistent with lines of building spaces as directed. 6w�l C&A' "P�'��" Pft;A.Inc. GYPSUM BOARD SYSTEMS 09260 - 4 Much 30, 200 H. Place bullnose corner beads at external comers of the new partitions shown on the drawing sheets only. Use longest practical length. Place edge trim where gypsum board abuts dissimilar materials. I. Provide and install No. 093 vertical control joints above both jambs at all hollow metal frames to at least 6" above ceiling. 3.7 ACOUSTIC BOARD INSTALLATION A. Double layer gypsum board, two hour fire rated according to text assembly UL V484, and STC 60 according to test number RAL TLO7-168. B. Base layer 5/8" SoundBreak XP Gypsum Board vertically applied to 3 5/8" steel studs spaced 16" o.c. with V type S screws 16" o.c. Face layer 5/8" Fire Shield Gypsum Board vertically applied with 1 5/8" type S screws 12" o.c. Opposite side two layers 5/8" Fire Shield Gypsum Board vertically applied. Base layer attached with 1" type S screws 16" o.c. Face layer attached with 1 5/8" type S screws 12: o.c. Vertical joints staggered 24" each layer and opposite sides 3 1/2" glass fiber in stud cavity. C. Include all applicable criteria stated in 3.6 Gypsum Board installation portion of this section; 09260. 3.8 JOINT TREATMENT A. Tape, fill, and sand exposed joints, edges, and corners to produce smooth surface ready to receive finishes. B. Feather coats onto adjoining surfaces so that camber is maximum 1/32 inch. C. Erect pre -decorated gypsum board vertically, with exposed batten fastening system. D. Erect in accordance with manufacturer's instructions. E. Install No. 093 control joints in the interior face of gypsum board partitions opposite all exterior expansion joints. Install control joints at other locations as directed. 3.9 TOLERANCES A. Maximum Variation from True Flatness: 1/8 inch in 10 feet in any direction. END OF SECTION 642�l Qm2�fr,t. �0AtacaInc. GYPSUM BOARD SYSTEMS 09260 - 5 May 20, 2015 SECTION 09311 TILE FINISH PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 REFERENCES A. The latest editions of the following specifications and references govern the work in this section and constitute minimum requirements. Where specific requirements of this section are more stringent, they shall supersede the corresponding requirements of these reference specifications. 1. American National Standards Institute, Inc. (ANSI) Standards: a. A108.1-1985 Installation of Glazed Wall Tile, Ceramic Mosaic Tile, Quarry Tile and Paver Tile with Portland Cement Mortar. b. A108.4-1985 Installation of Ceramic Tile with Water -Resistant Organic Adhesives. C. A108.5-1985 Installation of Ceramic Tile with Dry -Set Portland Cement Mortar of Latex -Portland Cement Mortar. d. Al 18.1-1985 Dry -Set Portland Cement Mortar. e. A118.4-1985 Latex -Portland Cement Mortar. f. A118.6-1985 Ceramic Tile Grouts. g. A136.1-1985 Organic Adhesives for Installation of Ceramic Tile. (R1972) 2. American Society for Testing and Materials (ASTM) Publications: a. A 185-85 Steel Welded Wire Fabric, Plain for Concrete Reinforcement. b. C 144-84 Aggregate for Masonry. C. C 150-84 Portland Cement. d. C 206-84 Finishing Hydrated Lime. e. C 207-79 (R1984) Hydrated Lime for Masonry Purposes. f. C 395-85 Chemical -Resistant Resin Mortars. 3. Tile Council of America, Inc. (TCA): 4. TCA 137.1 Recommended Standard Specifications for Ceramic Tile. Handbook for Ceramic Tile Installation 1.3 DESCRIPTION OF WORK A. City has pre -selected most of the tile finishes for the toilet rooms. B. Miscellaneous tiles noted on the drawings and identified on the Room Finish Schedule will be selected from contractor's submitted products. C. A pre -tile conference is to be held prior to starting the tile installation. Refer to instructions in Section 01040 — Coordination and Meetings. ii��I AI@' Prafi v o�b�"4.Im TILE FINISH 09311 - 1 May 20.2015 D. Color renderings of the general tile layout in some toilet rooms are provided at the end of this section as a guide. Tiles and finishes noted on the renderings are not necessarily the final the and finish choices. Refer to the interior finish schedule for final tile and finish choices. 1.4 QUALITY ASSURANCE A. Tile Manufacturing Standard: TCA 137.1. Furnish tile complying with standard grade requirements unless indicated otherwise. B. Proprietary Materials: Handle, store, mix and apply proprietary setting and grouting materials in ' compliance with manufacturer's instructions. z C. Provide materials obtained from one source for each type and color of tile, grout, and setting materials. i 1.5 SUBMITTALS A. Submit manufacturer's color charts consisting of actual tiles or sections of tiles showing full range of colors available, for each tile specified. Include samples of grout and accessories requiring -' color selection. 7 B. Furnish the manufacturer's signed Master Grade Certificates for each type of tile specified. 1.6 HANDLING A. Deliver packaged materials and store in original containers with seals unbroken and labels intact until time of use, in accordance with manufacturer's instructions. 1 1.7 JOB CONDITIONS A. Maintain environmental conditions and protect work during and after installation in accordance with referenced standards and manufacturer's printed recommendations. PART2 PRODUCTS 2.1 MATERIALS A. Tile Products: 1. See Room Finish Schedule in the drawings, Sheet A0.21. B. Mortar and Grout: 1. Portland Cement Mortar and Grout: ANSI A 108.1. a. Provide reinforcing wire fabric. b. Color pigment: Mineral oxides, unaffected by time, cement or weathering. Use when required to produce selected grout color. 2. Dry -Set Mortar: Factory -sanded portland cement and additives; ANSI A 118.1. Use only the type of dry -set mortar to set types of tile for which they are labeled. 3. Latex -Portland Cement Mortar: Latex modified portland cement dry -set mortar; ANSI 118.4. 4. Organic Adhesive: ANSI A 136.1; of proper type for intended use with respect to moisture resistance, tile material and backing as certified by adhesive manufacturer. a. Provide Primer -sealer where recommended by manufacturer. I.2${"�"�"d �#�o`XP:SS5;;65`'"` TILE FINISH 09311 - 2 May 20. 2015 5. Dry -Set Grout: Proprietary compound composed of portland cement and additives formulated for the type of tile installed. Color as selected by architect from manufacturer's standard. 6. Latex -Portland Cement Grout: Proprietary compound composed of portland cement with latex additive for a more flexible and less permeable grout. Color as selected by architect from manufacturer's standard. 7. Provide product with latex additive which is compatible with latex additive in latex- portland cement mortar. 8. Acceptable materials: a. Epoxy Grout (for all floors): Premium Epoxy Grout with Coated Quartz 100 percent solids, water cleanable; MAPEI "Kerapoxy CQ". Color to be selected by owner from manufacturer's standard. b. Grout (for all walls): Fast -setting sanded polymer -modified grout; MAPEI "Ultracolor Plus". Color to be selected by owner from manufacturer's standard. C. Accessories: 1. Schluter Systems, Dilex-HK pre -formed metal base or similar. 2. The owner has authorized the following as acceptable materials: a. Schluter®-DILEX-AHK, AHK1S100AT 1. Description: anodized aluminum profile with integrated trapezoid - performed anchoring leg, connected at a 90-degree angle by a cove - shaped section with 3/8" (10mm) radius that forms the visible surface. 2. Material and Finish: AT — Satin Nickel Anodized Aluminum. 3. Height:3/8". 4. Include all corresponding comers b. Schluterg-QUADEC, Q100AT 1. Description: profile with square visible surface, integrated trapezoid - perforated anchoring leg, and integrated grout joint spacer. 2. Material and Finish: AT — Satin Nickel Anodized Aluminum. 3. Height:3/8". C. Schluter®-RENO-TK, ATK100AT 1. Description: profile with sloped exposed surface,''/4" (6mm) deep channel below exposed surface, integrated trapezoid -perforated anchoring leg, and integrated grout joint spacer. 2. Material and Finish: AT — Satin Nickel Anodized Aluminum. 3. Height:3/8". D. Extra Materials: 1. Provide three unopened cartons of each tile used on the project. Clearly identify on the carton the tile type, color, size, building in which it was installed, and name and number of room installed. 2. Deliver all partial cartons to owner for their use. 3. Deliver extra cartons to project site for verification. Owner will store cartons at their preference. PART 3 EXECUTION 3.1 INSTALLATION A. Tile Installation Standards: 1. ANSI Standards: Comply with applicable requirements of the following, except as otherwise indicated. a. ANSI A108.1: ANSI I08.4 or ANSI 108.5, as applicable. .s reuitiior�'a�'auv caiu�p 5�'ti;i •'"`- TILE FINISH 093I 1 - 3 May 20, 2015 2. Comply with manufacturer's instructions for mixing and installation of proprietary materials. 3. Extend tile work into recesses under or behind equipment and fixtures to form a complete covering without interruptions, except as otherwise shown. Terminate work neatly at obstruction, edges and comers without disruption pattern or joint alignment. 4. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so that plates, collars, or covers overlap tile. B. Placement Methods: 1. Thin -set Installations: Dry -set portland cement mortar, latex-portland cement mortar, or organic adhesive, to suit substrate. 2. Submit for review and approval a water resistant adhesive for all floor tile installations. Adhesive is to form a continuous waterproof coating under the floor tile and behind the base tile. Stop coating at the top of the base tile. C. Jointing Pattern: 1. Unless otherwise shown, lay tile in grid pattern. Align joints when adjoining tiles on floor, base, walls and trim are same size. Layout tile work and center tile fields in both directions in each space or on each wall area. Adjust to minimize tile cutting. Provide uniform joint widths, unless otherwise shown. 2. Neatly place tiles uniformly spaced around floor drains, wall hydrants, or other finished items that do not include cover plates to conceal uneven edges or spacing. D. Expansion and Control Joints: 1. Provide openings for joints where shown and to comply with details, or if not shown and detailed, to comply with recommendations in TCA "Handbook for Ceramic Tile Installation." Sealant work is specified in Section 07900. 2. All vertical wall intersections shall have a continuous bead of water and mildew resistant sealant from floor to ceiling. The sealant color shall match that of the grout. E. Thresholds: 1. Use bullnose ceramic tiles of same color and material between door frames when terminating ceramic tile. 2. Install sealant between bullnose ceramic tile and adjacent floor finish, except carpeting. Grout: 1. 11.7.1 Use dry -set grout or latex-portland cement grout as recommended. 3.2 CLEANING A. Upon completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. B. Unglazed tile may be cleaned with acid solutions only when permitted by tile and grout manufacturer's printed instructions, but not sooner than 14 days after installation. Protect metal surfaces, cast iron, and vitreous plumbing fixtures from effects of acid cleaning. Flush surface with clean water before and after cleaning. C. Leave finished installation clean and free of cracked, shipped, broken, unbonded, or otherwise defective tile work. 1 b��1M@''�'fia�P6i`�a.'"` TILE FINISH 09311 - 4 g { s May 20, 2015 D. When recommended by tile manufacturer, apply protective coat of neutral protective cleaner to completed tile walls and floors. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent damage and wear. E. Prohibit foot and wheel traffic from using tiled floors for at least three days after grouting is completed. F. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces. END OF SECTION Itr �1 ��@'2,"P>K�fl'o� SS''6g `"` TILE FINISH 09311 - 5 ac s-'lwa or �sn ror•ra .,„i r- IV, ""TJ -Rs w a May 20, 2015 os M.O, W -wr �Wsn WTIQ-,OS � -vvols .r,n 3wy+--,alr FetU -Up- Stnark, Kztnkq - t C,cw SKO i SwoV4 C�mmw SKO i �� r r March 30, 2015 SECTION 09511 SUSPENDED ACOUSTICAL CEILINGS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 GENERAL NOTES A. This contractor shall furnish all labor and materials necessary to complete all acoustical ceiling work as shown on the drawings or as specified herein. This contractor shall be responsible for the furnishing and installation of all accessories required for the completion of the work. B. See reflected ceiling plan for locations of electrical and mechanical items related to the acoustical ceilings. Cooperate with electrical and mechanical contractors to insure a first class appearance in the completed work. C. Match existing acoustic ceiling tile in areas where ceiling modifications are noted. 1.3 RELATED SECTION A. Section 01700 - Contract Closeout 1.4 COOPERATION A. This contractor shall consult and cooperate with trades whose work precedes and follows ceiling installation to permit orderly procedure in executing work under this contract. Installation of tile shall not start until foundation work to receive the tile has been obtained to proceed. The contractor shall give the architect advance notices for such operations. B. The contractor shall inspect personally all surfaces to receive material and shall report to the architect any defects or conditions which would affect his installation. 1.5 WARRANTY A. This contractor shall furnish a written warranty that the work under this division shall be free from defects of materials and workmanship for a period of two years from the date of final acceptance of his work, and all other work damaged thereby, which becomes defective during the term of the warranty. B. The following shall be judged as defective work: loosening, buckling, undue shrinkage, warping, cracking, settling, chipping, spotting, and loss of acoustical properties of material. 1.6 SUBMITTAL A. Submit to the architect for approval four sets of manufacturer's literature describing the ceiling boards and suspension system proposed for the project. B. Submit Material Safety Data Sheets under provisions of Section 01300. iY RO 'tau 'fw`XA `o`n"6,ra.In`• SUSPENDED ACOUSTICAL CEILINGS 09511 - 1 Much 30. 2015 PART2 PRODUCTS 2.1 MATERIALS A. Ceiling board shall be 24 x 24 x 5/8 inches, shadow line tapered edge, with an NRC of 0.55, Class A rating, and a white color coating. 1. USG Interiors, Inc. — USG 506 B. Exposed suspension system shall be equal to DONN, DX system, white enameled steel. Main beams shall be generally spaced at 24 inches on center. Use 24 inch cross tees and 24 inch sub cross tees. Wall angle shall be white enameled steel. Provide an intermediate -duty classification. PART 3 EXECUTION 3.1 EXPOSED SUSPENSION SYSTEM A. The contractor shall employ workmen who are experienced in the erection of the types of ceilings specified and shall maintain competent supervision of the work at all times. B. Erect runner level and true to the elevation shown on the drawings. Start channels a minimum of 1 foot from walls, and space 2 feet on center thereafter. Where splices occur in channels, use special splice bars as furnished with system specified. C. Lay out ceiling work symmetrically in the various rooms with no less than one-half tile at the walls. Cut tile accurately around electrical outlets. D. Upon completion of the work, all tile shall be cleaned and left free form defects of any kind. E. In general, lighting fixtures of fluorescent type shall be suspended directly on the runner bars. Where fixture centers between two runner bars, both shall be main runner bars. See reflected ceiling plans for fixture locations. F. Install perimeter ceiling angle tight to wall partition, free from curves, breaks, and other irregularities. Fill any gaps at wall angle and wall partition intersection with caulk. 3.2 HANGERS A. Hanger wires shall be #12 soft annealed wire. Hanger wires shall be plumb and taut in the completed work. Slanting of hanger wires will not be permitted unless an equal and opposite hanger wire is installed to offset the thrust of the original wire hanger. This may be done only with the expressed permission of the architect. B. Where hanger wires occur directly under ductwork or other overhead obstructions, provide a trapeze of 1-1/2 inch channel iron. Install regular hanger wire at proper location along the length of trapeze. C. The use of bridging angles spanning between bar joists is expressly forbidden for attachment of hanger wires for supporting ceiling suspension systems. D. Hanger wires shall be attached to the bottom chords of bar joists or to special scissor clips attached to steel subpurlins supporting the roof deck. E. Where acoustical board ceilings occur below concrete structural members provide power driven studs with eyes into vertical face of concrete joists. n2auifior�sco phca ion pros ."1�a. Inc. SUSPENDED ACOUSTICAL CEILINGS 09511 - 2 � March 30.2015 3.3 INSTALLATION OF TILES A. Step 1: Contractor shall only install ceiling tiles in which a building system is anchored to or through the tile in order to complete the installation of the building system. 1. Such building systems include, but not limited to fire sprinkler heads, fire/smoke detectors, audio equipment and cameras. 2. Once Step 1 is complete and systems are operational, the contractor shall schedule a pre - final building system walk through with the architect. 3. Do not install ceiling tiles that do not support a building system component, building systems are to be visible via omitted ceiling tile openings. B. Step 2: After pre -final walk through and all corrective work is completed, install balance of ceiling tiles. 1. Complete ceiling system is to be installed prior to final project walk through. 3.4 EXTRA TILE A. Upon completion of the work furnish to the owner two unopened carton of each type of acoustical board installed in the project. END OF SECTION tiM�lgam fiwa{io�llprolutiitff SUSPENDED ACOUSTICAL CEILINGS 09511 - 3 r� jf SECTION 09650 RESILIENT FLOORING PART1 GENERAL 1.1 RELATED DOCUMENTS March 30, 2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Resilient sheet vinyl and vinyl composition tile flooring. B. Resilient base. C. Stair nosing/tread combinations noted on the drawings. D. Safety warning step nosings noted on the drawings. E. Phase Two contractor responsible for resilient flooring to coordinate work with Owner's separate carpet contractor. 1.3 RELATED SECTIONS A. Section 09311 —Tile Finish 1.4 REFERENCES A. ASTM E84 - Surface Burning Characteristics of Building Materials. B. FS L-F-475 - Floor Covering, Vinyl Surface (Tile and Roll), with Backing. C. FS SS-T-312 - Tile, Floor: Asphalt, Rubber, Vinyl, Vinyl Composition. D. FS SS-W-40 - Wall Base: Rubber and Vinyl Plastic. 1.5 REGULATORY REQUIREMENTS A. Conform to applicable code for flame/fuel/smoke rating requirements in accordance with ASTM E84. 1.6 SUBMITTALS A. Provide product data on specified products, describing physical and performance characteristics, sizes, patterns and colors. B. Submit two samples 12 x 12 inches in size, illustrating color and pattern for each floor material specified. C. Submit manufacturers samples of base material for their standard colors. 6.10.1lwr�m.0.iio7i PALOW., 1- RESILIENT FLOORING 09650 - 1 March 30, 2015 l D. Submit manufacturer's installation instructions and Material Safety Data Sheets under provisions of Section 01300. 1.7 OPERATION AND MAINTENANCE DATA? A. Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning, stripping, and re -waxing. 1.8 ENVIRONMENTAL REQUIREMENTS A. Store materials for three days prior to installation in area of installation to achieve temperature stability. B. Maintain ambient temperature required by adhesive manufacturer three days prior to, during, and 24 hours after installation of materials. 1.9 EXTRA MATERIALS i 3 A. Provide 10 percent of the base and floor tile materials of each color selected under provisions of Section 01700. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Tile Flooring: Armstrong World Industries; GAF "Tarkett" B. Base: Roppe Inc; Mercer Plastic Company, Inc. C. Reducer Strips: Mercer Plastic Company, Inc. D. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Tile Flooring 1. Vinyl Composition Tile: FS SS-T-312, Type IV, Composition 1; 12 x 12 inch size, 1/8 inch thick; design as selected by Architect from manufacturer's standard colors. Equal to Armstrong World Industries Standard Excelon. B. Base 1. Base: FS SS-W40, Type I rubber; 4 inch high; 1/8 inch thick; top set coved with 18" minimum length. Color selected by Owner and Architect. Equal to Roppe. C. Tread/Nosing Combination 1. Roppe rubber stair treads and nosing. 2. Other manufacturers as equal. D. Safety warning step nosing. 1. Strongwell stair tread covers. 2. Johnsonite vinyl stair treads. 3. Other manufacturers as equal. b��1��@''ni�a1 "��65`�'"` RESILIENT FLOORING 09650 - 2 Much 30, 2015 E. Accessories 1. Subfloor Filler: White premix latex; type recommended by flooring material. 2. Primers and Adhesives: Waterproof; types recommended by flooring manufacturer. 3. Reducer Strips and edge moldings, equal to model #910 snap down molding manufactured by Mercer Plastics Company, Inc. Color as selected by architect. 4. Sealer and Wax: Types recommended by flooring manufacturer. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that surfaces are smooth and flat with maximum variation of 1/8 inch in 10 feet and are ready to receive work. B. Verify concrete floors are dry to a maximum moisture content of 7 percent, and exhibit negative alkalinity, carbonization, or dusting. C. Beginning of installation means acceptance of existing substrate and site conditions. 3.2 PREPARATION A. Remove sub -floor ridges and bumps. Fill low spots, cracks, joints, holes, and other defects with subfloor filler. B. Apply, trowel, and float filler to leave a smooth, flat hard surface. C. Prohibit traffic from area until filler is cured. D. Vacuum clean substrate. 3.3 INSTALLATION -TILE MATERIAL A. Install in accordance with manufacturer's instructions. B. Mix vinyl tile from container to ensure shade variations are consistent. C. Spread only enough adhesive to permit installation of materials before initial set. D. Set flooring in place and press with heavy roller to attain full adhesion. E. Lay flooring with joints and seams parallel to building lines to produce minimum number of seams. F. Install tile with pattern grain alternating with adjacent unit to produce basket weave pattern. Allow minimum 1/2 full size tile width at room or area perimeter. G. Install sheet flooring to eliminate seams. H. Terminate flooring at centerline of door openings where adjacent floor finish is dissimilar. I. Install edge strips at unprotected or exposed edges, and where flooring terminates. J. Scribe flooring to walls, columns, cabinets, floor outlets, and other appurtenances to produce tight joints. P#�a�ronP "%' g, I.` RESILIENT FLOORING 09650 - 3 March 30, 2015 3.4 INSTALLATION - BASE MATERIAL A. Fit joints tight and vertical. Maintain minimum measurement of 18 inches between joints. B. Miter internal corners. At external corners. C. Install base on solid backing. Bond tight to wall and floor surfaces. D. Scribe and fit to door frames and other interruptions. 3.5 PROTECTION A. Prohibit traffic on floor finish for 48 hours after installation. 3.6 CLEANING A. Remove excess adhesive from floor, base and wall surfaces without damage. B. Clean, seal, and wax floor and base surfaces in accordance with manufacturer's instructions. 1. Owner has in-house commercial wax specifications; contact City for wax specifications. END OF SECTION 6.10 ihor&AnppGgaiiueii p 55';6 14.1"` RESILIENT FLOORING 09650 - 4 March 30, 2015 SECTION 09721 EPDXY QUARTZ FLOORING PARTI GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, and Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. The work covered in this section consists of providing seamless epoxy quartz floor scheduled on the drawings. B. Flooring contractor shall coordinate this work with Owner's separate seating contractor. 1.3 RELATED SECTIONS A. The following related work is specified in other sections: 1.Section 03300 —Concrete 2.Section 09650 — Resilient Flooring 1.4 SUBMITTALS A. Product data consisting of manufacturer's technical data, installation instructions, and general recommendations for flooring. B. Samples for verification purposes of epoxy quartz flooring 8=inch (150 mm) square, applied by applicator for this project to a rigid backing, in color, texture, and finish indicated. Where finishes involve normal color and texture variations, include sample sets showing range of variations expected. C. Schedule flooring using same room designations indicated on drawings. D. Letter from manufacturer confirming applicator's qualifications to apply product. E. Maintenance Data: Furnish printed instructions on cleaning and waxing of floor for maintenance manual. 1.5 QUALITY ASSURANCE A. Applicator shall be one who can furnish letter stating that applicator has applied the type of materials specified on at least three other projects which have been completed for at least two years, giving names, addresses, and phone numbers of Owner, General Contractors and Architects and is approved by flooring manufacturer. B. Single -Source Responsibility: Obtain primary flooring materials, including primers, resins, hardening agents, and finish or sealing coats, from a single manufacturer. Provide secondary materials including underlayment, joint sealant, and repair materials only of type and from source recommended by manufacturer or primary materials. € l %M,r '�'i P 5S' 6 �" Inc EPDXY QUARTZ FLOORING 09721 - 1 March 30, 2015 C. Job Mock-up: A 3'-0" x Y-0" (914 x 914 mm) job site sample shall be prepared in location and color as directed. 1.6 ACCESSIBILITY A. General: All flooring provided for an accessible route and in accessible spaces shall comply with most current version of the Texas Accessibility Standards. B. Accessible Route: A continuous unobstructed path connecting all accessible elements and spaces of a building or facility. Interior accessible routes may include corridors, floors, ramps, elevators, lifts, and clear floor space at fixtures. Exterior accessible routes may include parking access aisles, curb ramps, crosswalks at vehicular ways, walks, ramps and lifts. C. Requirement: Dry flooring shall have a minimum static coefficient of friction of 0.6 for accessible routes and 0.8 for ramps when tested in accordance with ASTM C1028. D. Certification: Manufacturer of flooring shall provide a certification to the Architect that flooring provided for this project complies with T.A.S. requirements. Laboratory tests verifying compliance shall be submitted with certification. 1.7 JOB CONDITIONS A. Deliver materials in original packages and containers with seals unbroken and bearing manufacturer's labels containing brand name and directions for storage and mixing with other components. B. Conform to manufacturer's recommendations, especially as to storage temperatures, precautions and protective measures. C. Conform to following minimum conditions or such stricter requirements as recommended by manufacturer. I .Minimum storage temperature: 60' F (15.5° C) 2.Minimum surface temperature of substrates: 60' F (I5.5° C) for period starting 24 hours before application and ending 24 hours after application or until cured. 3.Provide adequate controlled forced ventilation. 4.Provide uniform bright lighting. S.Maintain area dust -free during application and until coatings are cured. D. New concrete sub -floors: Concrete surfaces are specified elsewhere to be steel troweled and cured at correct elevation and slope. Surfaces shall be free of all paint, grease, oil, curing or parting compounds or other foreign matter. Concrete shall have a maximum moisture content of 16%. Allow concrete to cure for a minimum of 30 days prior to application of materials. E. Existing concrete sub -floors: Test moisture content to insure less than 16%. Surfaces shall be free of adhesive, paint, grease, oil, or foreign matter. After the removal of carpet, vinyl tile, ceramic tile, and other existing finishes, fill irregularities in the slab flush with existing floor. f 1 F. Protect adjacent surfaces from soil or damage. Do not allow traffic over coatings until cured. Post "WET COATINGS" and "NO SMOKING" signs while work is in progress and while it is curing. Keep areas free from work of other trades during application of materials and during curing for a minimum of 24 hours after installation. PART 2 MATERIALS .20iAl@f(�S;o`XPri'b�` Inc EPDXY QUARTZ FLOORING 09721 - 2 March 30.2015 i - 2.1 EPDXY QUARTZ FLOOR COATING A. General Description: 100% solids epoxy binder and ceramic coated angular multi colored quartz aggregate. Provide only factory packaged materials. B. Flooring System Thickness: Minimum 1/8 inch thickness. C. System Components (minimum number of coats and minimum thickness of each): 1. Primer -sealer coat: If required by manufacturer. 2. Troweled mortar: Three component epoxy mortar as recommended by manufacturer (Stoneshield HRI system only). 3. Binder coat: Preblended color quartz. 4. Finish or sealer coats: Minimum of two coats high solids epoxy applied to achieve filling (texture and degree of gloss as selected). D. Base: Not intended for this project. E. Joint Sealant: Type recommended or produced by manufacturer of resinous flooring system for type of service and joint condition indicated. F. Color: As selected by Architect. G. Surface Texture: Complying with ADA requirements specified in Quality Assurace Article of this specification. Provide textured nonslip surface in shower areas. Provide smooth surface texture at all other locations. H. Acceptable Manufacturers and Systems: 1. Tufco International, Inc.: MRXL4 Series 2. Sebly-Battersby: Selbatweed 71 3. Stonhard, Inc.: Stonshield SLT 4. Tnemec Co. Inc.: Series 222 Deco -Tread 5. Carboline Co.: Duochem 9200 Epoxy Quartz System 6. Nox-Crete, Inc.: Davercast DQ PART 3 INSTALLATION 3.1 PREPARATION A. Substrate: Perform preparation and cleaning procedures according to flooring manufacturer's instructions for particular substrate conditions involved, and as specified. Provide clean, dry and neutral substrate for flooring application. B. Concrete Surfaces: Shot -blast with apparatus that roughens the surface, without using water or air to dispense the shot, and recirculates the shot by vacuum pickup abrading the concrete surface to obtain optimum bond of epoxy to concrete. Remove sufficient material to provide a sound surface free of laitance, glaze, efflorescence, and incompatible curing compounds or form release agents. Remove grease, oil, and other penetrating contaminants. Repair damaged and deteriorated concrete to acceptable condition. Leave surface free of dust, dirt, laitance, and efflorescence. ' C. Material Preparation: Mix resin, hardener, and aggregate and prepare materials according to flooring system manufacturer's instructions. b"'01��@u" o p^ob�`�f'"c. EPDXY QUARTZ FLOORING 09721 -3 Mamh30,2015 3.2 APPLICATION r A. General: Apply each component of flooring system according to manufacturer's directions to produce a uniform monolithic wearing surface of thickness indicated. B. Prime Coat: Apply primer over prepared substrate at manufacturer's recommended spreading rate. Coordinate applying primer with topping mix to ensure optimum adhesion between flooring materials and substrate. C. Epoxy Quartz Flooring: Over freshly applied primer, apply epoxy quartz mix at thickness indicated. Hand or power trowel. When cured, sand is necessary to remove projections and roughness and apply finish coats to provide required properties. D. Joints: Where substrate is interrupted by expansion or control joint, provide in flooring to comply with details indicated or, if not otherwise, as recommended by flooring manufacturer. E. Finish Coat: After flooring has cured sufficiently, apply finish coats of type recommended by flooring manufacturer to produce sample finish indicated. 3.3 CURING, PROTECTION, AND CLEANING A. Cure flooring materials according to manufacturer's directions, taking care to prevent 11 contamination during application stages and before completing curing process. Close application area for a minimum of 24 hours. B. Protect flooring materials from damage and wear during construction operation. Where temporary covering is required for this purpose, comply with manufacturer's recommendations for protective materials and application method. j C. Cleaning: Remove temporary covering and clean flooring just before final inspections. Use cleaning materials and procedures recommended by resinous flooring manufacturer. END OF SECTION 6.20l5�b t a. EPDXY QUARTZ FLOORING 09721 - 4 March 30.2015 SECTION 09900 PAINTING PARTI GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Surface preparation. B. Surface finish schedule. 1.3 RELATED SECTIONS A. Section 08100 - Hollow Metal Frames. B. Section 09260 - Gypsum Board Systems. 1.4 REFERENCES A. ANSI/ASTM D 16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D2016 - Test Method for Moisture Content of Wood. C. SSPC - SP 1 -Solvent Cleaning D. SSPC - SP2 - Hand Tool Cleaning 1.5 DEFINITIONS A. Conform to ANSI/ASTM D16 for interpretation of terms used in this section. 1.6 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with five years experience. B. Applicator: Company specializing in commercial painting and finishing with three years documented experience. C. Flame Spread: Interior finishes must meet Class II flame spread, 26-75 index, or less. 1.7 SUBMITTALS A. Provide product data on all finishing products. B. Submit samples under provisions of Section 01300. 6.20l �� �'.'t,7proS�"GPeg.' PAINTING 09900 - 1 Much 30, 2015 I� C. Submit two samples 6 x 6 inch in size illustrating range of colors and textures available for each l surface finishing product scheduled, after color selection. D. Submit manufacturer's application instructions and Material Safety Data Sheets under provisions of Section 01300. E. Certify that material installed on this project does not contain insecticide, mildewcide, and no more than 0.06 percent lead. 1.8 FIELD SAMPLES E A. Provide one field sample panel, 12 inches long by 12 inches wide, illustrating special texture, and finish. B. Accepted sample may not remain as part of the work. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Store and protect products under provisions of Section 01600. C. Deliver products to site in sealed and labelled containers; inspect to verify acceptance. P P fY P D. Container labelling to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation, and instructions for mixing _ and reducing. E. Store paint materials at minimum ambient temperature of 45' F and a maximum of 90' F, in well ventilated area, unless required otherwise by manufacturer's instructions. F. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1.10 ENVIRONMENTAL REQUIREMENTS A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 55° F for 24 hours before, during, and 48 hours after application of finishes, unless required _ otherwise by manufacturer's instructions. B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions. -' C. Minimum Application Temperatures for Latex Paints: 55° F for interiors; 65° F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum Application Temperature for Varnish Finishes: 65' F for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 50 footcandles measured mid -height at substrate surface. 1.11 EXTRA STOCK t s A. Provide two gallon containers of each color and surface texture to owner. ISmuifioWj�up"lcai onp^�bi`c4•'"` PAINTING 09900 - 2 3 March 30.2015 B. Label each container with color, texture, and room locations in addition to the manufacturer's label. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS — PAINT A. Sherwin Williams Company. 1. Wall — Eg-shell, matching the existing or as selected by the Owner. 2. Trim — Bronze, matching the existing. 2.2 MATERIALS A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. B. Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags. C. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners, and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality. 2.3 FINISHES A. Refer to schedule at end of section for surface finish schedule. PART 3 EXECUTION 3.1 INSPECTION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Measure moisture content of surfaces using an electronic moisture meter. Report any condition that may potentially affect proper application. 1. Plaster and Gypsum Wallboard: 12 percent. 2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 3. Interior Located Wood: 15 percent, measured in accordance with ASTM D2016. 4. Exterior Located Wood: 12 percent, measured in accordance with ASTM D2016. D. Beginning of installation means acceptance of existing surfaces. 3.2 PREPARATION A. Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or finishing. B. Correct minor defects and clean surfaces which affect work of this section. C. Shellac and seal marks which may bleed through surface finishes. D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. ulhoWA"dauPf¢alin Ph�i "mitcA.Inc PAINTING 09900 - 3 Much 30.2015 E. Gypsum Board Surfaces: Latex fill minor defects. Spot prime defects after repair. F. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. G. Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar, scale, salt or alkali powder; and other foreign matter. Remove oil and grease with a solution of tri-sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to completely and thoroughly dry. H. Plaster Surfaces: Fill hairline cracks, small holes, and imperfections with latex patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. I. Uncoated Steel and Iron Surfaces: Remove grease, scale, dirt and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. J. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items. K. Interior Wood Items Scheduled to Receive Finish: Wipe off dust and grit prior to priming. Seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats. L. Concrete Paving Scheduled to Receive Paint Finish: Remove foreign particles to permit adhesion of finishing materials. M. Hollow Metal Doors Scheduled for Painting: Seal top and bottom edges with primer. 3.3 PROTECTION A. Protect elements surrounding the work of this section from damage or disfiguration. B. Repair damage to other surfaces caused by work of this section. C. Furnish drop cloths, shields and protective methods to prevent spray or droppings from disfiguring other surfaces. D. Remove empty paint containers from site. 3.4 APPLICATIONU} A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than proceeding coat unless otherwise approved. E. Sand lightly between coats to achieve required finish. U..Jgf rWA"�"up'Itw"lion pro%h1l ice's' "` PAINTING 09900 — 4 March 30. 2015 F. Allow applied coat to dry before next coat is applied. G. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. H. Prime back surfaces of interior and exterior woodwork with primer paint. I. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25 percent with mineral spirits. J. Apply new paint as specified on new and renovated existing surfaces. The entire renovated surface shall be painted, not just the repaired portion. Renovated surfaces shall be painted from floor to ceiling, corner to corner, or break in surface plane. K. Repainting the entire surface (new, renovated, or existing): shall be required if the surface is damaged by construction activities. The architect will make the final determination. 3.5 FIRE RATED PARTITIONS A. Provide stencil painted warning that partition is fire rated. B. Stencil is to be above ceilings, painted red and space at 10'-0" intervals. C. Stencil to be painted on both sides of fire rated partitions. 3.6 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Refer to Section 15 and Section 16 for schedule of color coding and identification banding of equipment, ductwork, piping and conduit. B. Paint shop primed equipment. C. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, except where items are prefinished. D. Replace identification markings on mechanical or electrical equipment when painted accidently. E. Paint interior surfaces of air ducts, that are visible through grilles and louvers with one coat of flat black paint, to limit of sight line. Paint dampers exposed behind louvers, and grilles, to match face panels. F. Paint exposed conduit and electrical equipment occurring in finished areas. G. Paint both sides and edges of plywood backboards for electrical and telephone equipment fire resistant paint before installing equipment. H. Color code equipment, piping, conduit, and exposed ductwork in accordance with requirements indicated. Color band and identify as required. I. Replace electrical plates, hardware, light fixture trim, and fittings removed prior to finishing. 3.7 CLEANING A. As work proceeds, promptly remove paint where spilled, splashed, or spattered. U2�I � 'cat. oh g a• Inc. PAINTING 09900 - 5 March 30, 2015 B. During progress of work, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.8 SCHEDULE - SHOP PRIMED ITEMS FOR SITE FINISHING A. Metal Fabrications (Section 05500): Steel Bollards; Steel Channel Frame for Canopy. B. Grating & Floor Plates (Section 05530): Sidewalk Grate & Frame. 3.9 SCHEDULE OF PAINTING A. The kinds and brands of paint and number of coats required on the various surfaces shall be those listed below. The types of paint are identified with Pittsburg Paint or Sherwin Williams numbers. B. The owner and architect shall select color, tint, and sheen from manufacturer's standard color chart. C. Exterior and Interior Metal: 1. First Coat: PPG 6-208 Series Speedhide steel primer 2. Second Coat: PPG 7-282 Series Industrial Gloss Alkyd enamel 3. Third Coat: PPG 7-282 Series Industrial Gloss Alkyd enamel D. Interior Wood: For paint finish 1. First Coat: PPG 6-6 Speedhide Alkyd enamel undercoat 2. Second Coat: PPG 6-90 Series low sheen Alkyd enamel 3. Third Coat: PPG 6-90 Series low sheen Alkyd enamel E. Interior Wood: For transparent finish 1. First Coat: Sherwin Williams #2716 Minwax Dark Walnut; no substitutions 2. Second Coat: PPG 6-10 Speedhide wood sanding sealer 3. Third Coat: PPG REZ 77-89 Interior Polyurethane satin clear varnish 4. Fourth Coat: PPG REZ 77-89 Interior Polyurethane satin clear varnish F. Gypsum Board Walls and Ceilings 1. First Coat: Sherwin Williams Promar 200 Eg-Shell 2. Second Coat: Sherwin Williams Promar 200 Eg-Shell 3. Third Coat: Sherwin Williams Promar 200 Eg-Shell G. Galvanized Metal 1. First Coat: PPG 90-712 series Pitt -Tech Industrial DTM primer/finish enamel 2. Second Coat: PPG 7-282 Series Industrial gloss Alkyd enamel 3. Third Coat: PPG 7-282 Series Industrial gloss Alkyd enamel H. Concrete and Asphalt Pavement 1. First Coat: PPG 11-3 Series flat Alkyd zone marking paint. 2. Second Coat: PPG 11-3 Series flat Alkyd zone marking paint. Accessible parking zones to receive a second coat. I. Concrete Unit Masonry 1. First Coat: PPG 6-7 Speedhide Latex masonry block filler. 2. Second Coat: PPG 6-2045 Series Speedhide exterior satin Acrylic Latex. i auiFanze��upfica{io proSn�bnA. Inc PAINTING 09900 - 6 March 30.2015 3. Third Coat: PPG 6-2045 Series Speedhide exterior satin Acrylic Latex. J. Concrete Walks 1. First Coat: PPG 11-25 flat Traffic & Zone Marking Paint. Blue unless noted otherwise. Accessible ramps and sloped walks. END OF SECTION &.1�lro"@'2�""Pfa{1o�P Inc PAINTING 09900 - 7 SECTION 10155 TOILET COMPARTMENTS PART1 GENERAL 1.1 RELATED DOCUMENTS May 20. 2015 A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Solid Polymer Resin. B. Urinal screens, wall hung. C. Partition Type: Floor mounted, headrail braced. 1.3 REGULATORY REQUIREMENTS A. Conform to ANSI Al 17.1 and applicable code for provisions for the physically handicapped. 1.4 SUBMITTALS A. Shop Drawings: Indicate partition plan and elevation views, dimensions, details of floor supports, and door swings. B. Samples: Submit two samples, 6x6 inches in size, illustrating panel finish, color, and sheen. PART 2 PRODUCTS 2.1 MATERIALS A. Manufacturers: 1. Capital Partitions; Congress. NO substitution. B. Panel Construction: Poly -Pro advanced solid polymer resin; color to be selected by Owner. C. Head Rails: Hollow aluminum channel. D. Attachments and Bolts: Steel, with heavy duty aluminum brackets. E. Steel Plate Internal Reinforcement: Carbon steel. 2.2 HARDWARE A. Hinges: Cast pivot hinges, gravity type, nylon bearings. B. Latch and Keeper: Thumb turn latch, door strike and keeper with rubber bumper. C. Coat Hook: Cast alloy, with rubber bumper tip. b20l W@'36543m TOILET COMPARTMENTS 10155 - 1 May 20, 2015 2.3 FABRICATION A. Fabricate components with solid polymer resin. B. Doors and Panels: 1 inch thick, face pressure bonded to core. C. Pilasters: 1 inch thick, constructed same as doors. D. Pilaster Shoes: Formed chromed steel. E. Internal reinforcement: Provide for attached hardware and fittings. 2.4 FINISHES A. Hardware to be chrome. PART 3 EXECUTION 3.1 EXAMINATION AND PREPARATION A. Verify that opening dimensions and plumbing fixture and rough -in locations are as instructed by the manufacturer. 3.2 INSTALLATION A. Install partition components secure, plumb, and level in accordance with manufacturer's instructions. B. Attached panel brackets securely using anchor devices. C. Provide adjustment for height variations with threaded rods through steel saddles. Conceal fastenings with pilaster shoes. D. Equip each door with three hinges, one door latch, and one coat hook and bumper. Equip out - swinging doors with additional bumpers. E. Adjust and align door hardware so that free movement is attained. END OF SECTION t7nauinor�am�up'feunpm5u3>�fa lm TOILET COMPARTMENTS 10155 - 2 May 20, 2015 SECTION 10440 SIGNS PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 WORK INCLUDED A. Interior wall mounted plastic signs. B. Interior door mounted plastic signs. C. Metal cabinet, plastic face, internal illuminated signs. 1.3 RELATED SECTIONS A. Section 09900 - Painting. 1.4 SUBMITTALS A. Submit product data under provisions of Section 01300. B. Submit letter style and colors for selection. 1.5 WARRANTY A. Submit according to Section 01300, PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Gravoply. B. Andco. 2.2 MATERIAL - PLASTIC SIGNS A. Andco, to match the existing signage found within this building. B. Flexible blended acrylic extruded sheet. C. Layers permanently bonded together, two colored layers. D. Satin finish. E. Colors to match the existing signs found within this building: gold face with dark text, F. Letter style to match existing signs found within this building. 17re0{t;o. fICa110�11 pf Subs' 1°` SIGNS 10440 - 1 May20.2015 G. Foam tape mounting to wall. H. Fire exit signs are to have a reflective finish. 2.3 FABRICATION - PLASTIC SIGNS i A. Height and length to be similar to existing signs found within this building. B. Corner to be round with square edges. C. Handicap emblem to be round with square corners. a D. Text and emblems to be raised from background, also provide text in braille message format. E. Provide one sign for each location noted on the drawings plus ten (10) additional signs. Additional ) signs to be located as instructed by the owner. 2.4 METAL CABINET SIGNS A. New metal cabinet signs shown on Sheet A2.20. B. New metal cabinet signs are to match the metal cabinet signs mounted within the Exhibit Hall during the Phase One work. PART 3 EXECUTION 6 3.1 MOUNTING A. Signs are to be set level to the floor. B. Toilet room signs are to be mounted with the edge of signs 6 inches from the strike side of door frames, mounted to wall, according to the Texas Accessibility Standards. Horizontal center line of toilet room signs are to be 60 inches above floor in compliance with Texas Accessibility Standards. Refer to drawings for locations. C. Door mounted signs to be 60 inches above floor, centered on door. Refer to drawings for locations. l D. Information signs are to be mounted on the wall, horizontal center line of sign at 60 inches above floor. 3.2 CLEANING A. Clean signs and adjacent surfaces of any adhesive residue, mastic, concrete, mortar, etc. .w� B. Protect signs from damage until substantial completion is accomplished and accepted by the Architect. { C. Remove all protective covers, wrappings, or tape prior to substantial completion. } 3.3 SCHEDULE - PLASTIC SIGNS A. All Women's Toilet Rooms: Woman's Emblem, International Accessibility Emblem, and Braille. rou�alsae®"dopfica�ionpl.S��U��`ga lm SIGNS 10440 - 2 a May 20, 2015 B. All Men's Toilet Rooms: Men's Emblem, International Accessibility Emblem, and Braille. C. Where accessible sign noted to be on doors: International Accessibility Emblem and Braille. .2ujtiom�'.e®Tup wIPU alVw,. .Im END OF SECTION SIGNS 10440 - 3 March 30, 2015 SECTION 10800 TOILET ACCESSORIES PART1 GENERAL 1.1 RELATED DOCUMENTS A. The Drawings, General Conditions, Supplementary General Conditions apply to the work of this Section. 1.2 SECTION INCLUDES A. Toilet accessories. B. Attachment hardware. C. Provider and installer instructions. 1.3 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 09260 - Gypsum Board Systems: Installation of backing plate reinforcement. 1.4 RELATED SECTIONS A. Section 09260 - Gypsum Board Systems: In wall framing and plate for support of accessories. 1.5 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible To and Usable by Physically Handicapped People. B. ANSI/ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates Bars and Strips. C. ANSI/ASTM A366 - Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. D. ANSI/ASTM A386 - Zinc Coating (Hot -dip) on Assembled Steel Products. E. ANSI/ASTM B456 - Eiectrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium. F. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. G. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service. H. NEMA LD-3 - High Pressure Decorative Laminates. 1.6 SUBMITTALS A. Provide product data on accessories describing size, finish, details of function, attachment methods. B. Submit manufacturer's installation instructions under provisions of Section 01300. lr1P1"."io`XP S''6'S`a. ' TOILET ACCESSORIES 10800 - 1 March 30, 2015 1.7 REGULATORY REQUIREMENTS A. Conform to applicable code for installing work in conformance with ANSI Al 17.1. B. Comply with the latest adopted version of the Texas Accessibility Standards (TAS) and Americans with Disabilities Act (ADA). 1.8 SEQUENCING AND SCHEDULING A. Coordinate the work of this section with the placement of internal wall reinforcement and reinforcement of toilet partitions to receive anchor attachments. PART2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Match existing manufacturers used by the owner where possible. If an exact match is not possible, provide one of the following manufacturers. B. McKinney/Parker Washroom Accessories C. The Bobrick Company D. Bradley Corporation E. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS o A. Sheet Steel: ANSI/ASTM A366. B. Stainless Steel Sheet: ASTM A167, Type 304. C. Tubing: ASTM A269, stainless steel. D. Adhesive: Contact type, waterproof. E. Fasteners, Screws, and Bolts: Hot dip galvanized tamperproof. F. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. G. Wall Grounds: Provide concealed grounds of 9 gage metal plates or fire resistant 2x wood blocking. 2.3 FABRICATION A. Weld and grind smooth joints of fabricated components. B. Form exposed surfaces from single sheet of stock, free of joints. C. Form surfaces flat without distortion. Maintain flat surfaces without scratches or dents. D. Back paint components where contact is made with building finishes to prevent electrolysis. �S H h 6.20(�or�'izi;�"dup�walionInft ff Inc TOILET ACCESSORIES 10800 - 2 f March 30.2015 E. Shop assemble components and package complete with anchors and fittings. F. Provide steel anchor plates, adapters, and anchor components for installation. G. Hot dip galvanize exposed and painted ferrous metal and fastening devices. H. Concealed grounds shall be at least 9 gage metal or 2 x 6 wood. 2.4 FACTORY FINISHING A. Shop Primed Ferrous Metals: Pretreat and clean, spray apply one coat primer and bake. B. Stainless Steel: 18 gauge type 304 satin finish. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that site conditions are ready to receive work and dimensions as instructed by the manufacturer. B. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Deliver inserts and rough -in frames to site at appropriate time for building -in. B. Beginning of installation means acceptance of existing conditions. 3.3 INSTALLATION A. Install fixtures, accessories and items in accordance with manufacturer's instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Concealed grounds are to be securely anchored to partition framing. D. InstalIed grab bars must be able to support a steady force of 250 pounds. E. Provider vs. Installer 1. Paper Towels Dispensers — City provided, Contractor installed, see drawings. 2. Toilet Paper Dispensers —City provided, Contractor installed, see drawings. 3.4 ACCESSORY LOCATIONS A. Provide one mirror above each wash basin as shown on the interior elevations. B. Provide one mirror at each make-up station as shown on the interior elevations. Make-up counters shown on the drawings each have multiple mirrors, each mirror is one station. C. Mirrors are to be mounted with the reflective surface at 40 inches above the floor per the Texas Accessibility Standards. 6-P.S1i65`�jm TOILET ACCESSORIES 10800 - 3 4 March 30, 2015 D. Comply with the latest adopted version of the Texas Accessibility Standards, Chapter 4, location and mounting heights criteria. 3.5 TOILET ACCESSORY SCHEDULE Bobrick McKinnev A. Grab Bars B-6206.99 x 36 B6206.99 x 42 9605-1736, 9605-1742 2561 Series Anchor Plate 9580 Wall Anchor Plate B. Mirrors B-290 18 x 44 170 18 x 44 C. Toilet Tissue Dispensers Provided by owner; contractor installed. D. Soap Dispenser Provided by owner; contractor installed. E. Paper Towel Dispensers Provided by owner; contractor installed. F. Clothes hook & door bumper B-212 1048B (each toilet stall and toilet room) G. Mop holder B-223x24 H. Robe Hooks Fresca FAC 0203, four hooks (each dressing area where shown on drawings) I. Feminine Disposal B-270 J. Accessible Bench SchoolLocker, 877-947-2642, BCI-2448, Heavy Duty Pedestals K. Shower/Drying Curtains Brite, Inc, 800-791-2946, Shower Shield Curtain, Heavy Duty Track END OF SECTION ,&1��&J2�"PpW'fia v 55h6�`nI' TOILET ACCESSORIES 10800 - 4 Lubbock Memorial Civic Center May 20, 2015 CONSULTANTS' PROFESSIONAL RESPONSIBILITY The specifications sections to be authenticated by my seal and signature are limited to the following: DIVISION 15 - MECHANICAL 15010 General Mechanical Provisions 15020 Testing 15060 Piping 15250 Insulation 15400 Plumbing 15840 Ductwork 15870 Grilles, Registers and Ceiling Diffusers END OF TABLE OF CONTENTS BSA Consulting Engineers, PLLC Carl W. Wampler, P.E. TX Firm Registration No. F-4415 2015 Chapman Harvey Architects. Inc. Unauthorized Duplication Prohibited 8 2 3 2 2 2 1 Lubbock Memorial Civic Crnter May 20, 2015 SECTION 15010 -GENERAL MECHANICAL PROVISIONS PARTI- GENERAL 1.1 DESCRIPTION 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. 1.3 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, in the 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 2015 Chapman Harvey Architects, Inc. GENERAL MECHANICAL PROVISIONS 15010-1 Unauthorized Duplication Prohibited Lubbock Sk—ul Civic Cm,, Slay 20, 2015 3.18 DEMOLITION A. Each contractor shall remove those items shown on the plans to be removed for each respective trade. B. All items to be removed or discarded are property of the Owner and shall be stacked as directed by the Architect or Owner unless notified by the Architect to become property of the Contractor in which case all items shall be removed from the site. C. Contractor shall take care not to damage more of the existing facilities than is absolutely necessary. All concrete to be removed shall be cored or sawed to widths to allow the installation of pipes or conduits indicated and replaced by Contractor who occasions the work. 3.19 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. 3.20 INSTRUCTION MANUALS A. Furnish four (4) complete bound copies of Instruction Manuals on all operating equipment to Owner. Manuals: complete with repair instructions, replacement parts list, and complete operating instructions and wiring diagrams. 3.21 TESTS AND ADJUSTMENTS A. After completion of the work but before final payment is made, the Contractor shall run test over a sufficient period of time to prove the proper capacity and performance of apparatus, etc., and of system as a whole to the approval of the Architect and Engineer. See Testing section of the Specifications. 3,22 GUARANTEE A, This Contractor shall guarantee the workmanship and material against defects for a period of one (1) year from the date of acceptance, unless specified otherwise in other sections of this specification. END OF SECTION 15010 2015 chzpmmHaNcyA—hilects, lnc. GENERAL MECHANICAL PROVISIONS 15010-8 U—th.dzed Dupliczlian P.hibikd Lubbock Memorial Civic Center May 20, 2015 SECTION 15020 - TESTING PART 1 - GENERAL 1. l DESCRIPTION A. Provide specified testing and testing as required by governing authorities. 1.2RELATED 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 01340. 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 backfil ling. 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 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. Gas Piping: All gas piping shall be tested under a pressure of 15" of mercury air pressure for a period of twenty-four (24) hours and be proof tight. G. Air Balancing: All supply and return air registers shall be balanced by the Contractor to supply CFM shown, 2015 Chapman Harvey Architects, Inc. TESTING l 5020-1 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 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. Damper operators shall be accessible for adjustment by an independent balance contractor at a future date (outside this contract). END OF SECTION 15020 2015 Chapman Harvey Architects, Inc. TESTING 15020-2 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 SECTION 15060 - PIPING PART 1-GENERAL 1.1 DESCRIPTION A. This contract shall include the furnishing and installation of all labor and material necessary to complete all plumbing and gas fitting as shown on the drawings and as herein specified. 1.2RELATED 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 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 " ]ointite" 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'. 2015 Chapman Harvey Atchitewl Inc. PIPING 15060-1 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 H. Perforated strap hangers will not be allowed for any part of hangers. I. Swing joints, offsets, and anchors shall be provided in piping where required to provide for and control expansion or contraction of pipe. All piping, except waste piping, shall be installed above finished first floor slab, unless otherwise noted on the Drawings. 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 MATERIALS A. Locations for various kinds of pipe materials shall be in accordance with the schedule following: 1. Plastic DWV pipe and fittings: a. Underground sanitary drainage piping within the building line and exterior of the building line. b. Aboveground vent and drainage piping. 2. Type L hard drawn copper with brass solder fittings: a. Aboveground domestic water piping within the building 4" and smaller in size. b. Drainage pipe where shown on the drawings. 3. Type K hard drawn copper with brass solder fittings: a. Domestic water supply piping underground, inside masonry walls, and under concrete slabs within the building line and elsewhere as noted. 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 maybe 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 of tubing 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 2015 Chapman Haney Architects, Inc. PIPING 15060-2 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20.2015 the branch supply, fitted with a cap. E. Tubing shall be cut square, and burrs shall be removed. Both inside of fittings and outside of tubing 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 DOMESTIC HOT AND COLD WATER VALVES AND FITTINGS A. Valves and fittings for all domestic cold water and hot water services shall be as follows: 1. Valves shall be ball valves. 2. Swing check valves 3" and smaller shall be Crane No. 137. Swing checks larger than 3" shall be Crane No. 14493. 3. Lift check valves 3" and smaller shall be crane No. 366E. 3.4 PIPE HANGERS AND FIXTURE SUPPORTS A. Pipe hangers and fixture supports shall be furnished 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 expansion bolts. Expansion 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 2015 Chapman Harvey Architects, Inc. PIPING 15060-3 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 SECTION 15250 - INSULATION PART 1 - 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. PART2-PRODUCTS 2.1 PIPE AND DUCT INSULATION A. All insulation required under the 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 2" 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, 3/4 lb. density. 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 joints 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. PVC, CPVC, or any flammable piping, shall be fully wrapped with foil face fiberglass duct wrap in installations exposed to a return air plenum. 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. 2015 Chapman Harvey Architects, Inc. Unauthorized Duplication Prohibited INSULATION 15250-1 Lubbock Memorial Civic Center Mloy 20.2015 E. Condensate lines shall be insulated with V 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 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 2015 Chapman Harvey Mchitmts, Inc. Unauthorized Duplication prohibited INSULATION 15250-2 Lubbock hfemorial Civic Center May 20, 2015 SECTION 15400 -PLUMBING PARTI- GENERAL ^q 1.1 DESCRIPTION .ry' A. This contract will include the furnishings and installation of all labor and material necessary to complete all plumbing 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. PART2-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 8300-5 #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 2015 Chapman Harvey Architects, Inc. PLUMBING 15400-1 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 A. Utilities: This Contractor shall furnish and install, and shall pay for connections to water, 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 any and all backflow prevention devices as required by 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 finish 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 2015 Chapman Harvey Architects. Inc. PLUMBING 15400-2 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 SECTION 15840 - DUCTWORK PART 1 - 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 splitters 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 -Colman, 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. Auer 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 corners 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 . 3 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 2015 Chapman Harvey Architects, Inc, DUCTWORK 15840-1 Unauthorized Duplication Prohibited Lubbock Memorial Civic Cenler May 20, 2015 ' approved equal. 2.3 ZONE VOLUME CONTROL DAMPERS A. Volume control dampers shall be fumished 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. j C. Spin -In taps shall be equal to Dace #MSD-COS. With ROSSI seven position manual volume control. 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 �S "Ventglas", and shall be installed in such a manner that the air flow is not restricted nor the connection leaks air. At least V slack shall be allowed in connection to insure that no vibration is transmitted from fans to _i ductwork. B. Fabric connections shall be UL approved. PART 3 - EXECUTION 3.1 INSTALLATION ,.i 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 or hot -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. Hanger rods shall be secured to channels and/or angle by galvanized washer, nut, and locket nut. Hanger rods shall be suspended from super -structure. 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 2015 Chapman Harvey /vchitecu, Inc. DUCTWORK 15840-2 Unauthorized Duplication Prohibited Lubbock Memorial Civic Center May 20, 2015 SECTION 15870 - GRILLES, REGISTERS AND CEILING DIFFUSERS PART 1-GENERAL L I DESCRIPTION A. The work covered by this section of the specification includes the furnishing of all labor and materials as required for the installation of a complete air diffusing system as shown on the drawings, and as hereinafter specified. All side wall grilles, supply and returns, shall comply with NFPA Standard No. 90A. 1.2RELATED 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 SIDE WALL REGISTERS A. All side wall registers shall be extruded aluminum with removable cores. 2.2 CEILING SUPPLY DIFFUSERS A. Ceiling supply diffusers, except where shown on the drawings and/or specified, shall be as shown on the drawings. All diffusers shall be equipped with deflectrols and opposed blade volume controls operated from the face of the diffusers. B. Ceiling diffusers shall be of the removable core type for 1, 2, 3 or 4-way deflection as shown on the drawings. 2.3 CEILING RETURN AIR GRILLES A. Ceiling return air grilles shall be all as shown on the drawings. PART 3 - EXECUTION _., 3.1GUARANTEE A. This Contractor shall ensure that the grilles, registers and diffusers are recommended by the manufacturer for the installation in the surfaces as shown and the application shown. END OF SECTION 15870 2015ChapmanHarvey Architects, Inc. GRILLES, REGISTERS AND CEILING DIFFUSERS 15870-1 Unauthorized Duplication Prohibited Lubbock Merwrial Civic Center May 20.2015 CONSULTANTS' PROFESSIONAL RESPONSIBILITY The specifications sections to be authenticated by my seal and signature are limited to the following: DIVISION 16 - ELECTRICAL 16050 BASIC ELECTRICAL MATERIALS AND METHODS 16060 GROUNDING AND BONDING 16073 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16075 ELECTRICAL IDENTIFICATION 16120 CONDUCTORS AND CABLES 16130 RACEWAYS AND BOXES 16140 WIRING DEVICES 16511 LED INTERIOR LIGHTING END OF TABLE OF CONTENTS By: Michael T. Strahan, P.E. BSA Consulting Engineers, PLLC Texas Firm Registration #4416 License No. 84881 1k4 EOF T�00 •. 0 ...................... *.0 p. MICHAEL T. SiUHAN.�� °0 ••.•.•� 84881� 0, /CENS�� �� DIVISION 16 TABLE OF CONTENTS 2 3 5 5 4 5 5 5 SECTION 16050 BASIC ELECTRICAL METHODS PART 1 - GENERAL Lubbock Memorial Civic Center May 20, 2015 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. Common electrical installation requirements. 1.3 SUBMITTALS A. Submittal Data for Division 16 shall be submitted for review in one binder. There shall be a tab for each section of the specifications requiring submittal review. Submittals shall not be in folders and the sections requiring review shall not be submitted separately. Submittals received that are not formatted correctly will be returned without review. B. The engineer will review submittals twice as part of his obligation to the owner. If submittals have to be reviewed more than twice the contractor will be pay the engineer a $100 per hour for each additional review. Additional reviews will be performed upon receipt of charges but will not be released until the engineer has received a check from the contractor. 1.4 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. 1.5 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 working and access space of other equipment. 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. BASIC ELECTRICAL METHODS 16050 - 1 Lubbock Memorial Civic Center May 20, 2015 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. E. Coordinate chases, slots, inserts, sleeves, and openings for electrical supports, raceways, and cable with general construction work. F. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment that requires positioning before closing in the building. G. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Access doors and panels are specified in Division 8 Section "Access Doors and Frames." H. Where electrical identification devices are applied to field -finished surfaces, coordinate installation of identification devices with completion of finished surface. 1. Verify extent and scope of all bid alternates with architectural. J. Contractor shall coordinate exact locations and distances to mechanical equipment and temperature control requirements with Mechanical Drawings. 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. 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. END OF SECTION 16050 BASIC ELECTRICAL METHODS 16050 - 2 a__s SECTION 16060 GROUNDING AND BONDING PART 1 - GENERAL Lubbock Memorial Civic Center May 20, 2015 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. Section Includes: Grounding systems and equipment. B. Section includes grounding systems and equipment, plus the following special applications: 1. Underground distribution grounding. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Qualification Data: For qualified testing agency and testing agency's field supervisor. C. Field quality -control reports. D. Operation and Maintenance Data: For grounding 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. Instructions for periodic testing and inspection of grounding features at test wells based on NETA MTS. a. Tests shall determine if ground -resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not. b. Include recommended testing intervals. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with UL 467 for grounding and bonding materials and equipment. GROUNDING AND BONDING 16060 - 1 Lubbock Memorial Civic Center May 20. 2015 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. 2.2 CONNECTORS A. Listed and labeled by an NRTL 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: Copper or copper alloy, pressure type with at least two bolts. PART 3 - EXECUTION 3.1 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 3.2 INSTALLATION 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. 3.3 LABELING A. Comply with requirements in Division16 Section "Electrical Identification" Article for instruction signs. The label or its text shall be green. 3.4 FIELD QUALITY CONTROL A. Perform tests and inspections. GROUNDING AND BONDING 16060 - 2 I Lubbock Memorial Civic Center May 20, 2015 Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. B. Tests and Inspections: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 3. Test completed grounding system at each location where a maximum ground -resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells , and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer 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. 4. 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. C. Grounding system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. E. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. END OF SECTION 16060 GROUNDING AND BONDING 16060 - 3 L I SECTION 16073 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART I - GENERAL Lubbock Memorial Civic Center May 20, 2015 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. Construction requirements for concrete bases. 1.3 DEFINITIONS A. EMT: Electrical metallic tubing. B. IMC: Intermediate metal conduit. C. RMC: Rigid metal conduit. 1.4 PERFORMANCE REQUIREMENTS A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. D. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force. 1.5 SUBMITTALS A. Product Data: For the following: I. Steel slotted support systems. 2. Nonmetallic slotted support systems. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 1 Lubbock Memorial Civic Center May 20, 2015 B. Shop Drawings: Signed and sealed by a qualified professional engineer. Show fabrication and installation details and include calculations for the following: 1. Trapeze hangers. Include Product Data for components. 2. Steel slotted channel systems. Include Product Data for components. 3. Nonmetallic slotted channel systems. Include Product Data for components. 4. Equipment supports. C. Welding certificates. 1.6 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.7 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. B. Coordinate installation of roof curbs, equipment supports, and roof penetrations. These items are specified in Division 7 Section "Roof Accessories." PART 2 - PRODUCTS 2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory -fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. C. ERICO International Corporation. d. GS Metals Corp. e. Wesanco, Inc. 2. Metallic Coatings: Hot -dip galvanized after fabrication and applied according to MFMA-4. 3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 5. Channel Dimensions: Selected for applicable load criteria. B. Nonmetallic Slotted Support Systems: Structural -grade, factory -formed, glass -fiber -resin channels and angles with 9/16-inch- diameter holes at a maximum of 8 inches o.c., in at least 1 surface. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 2 1 1. Lubbock Memorial Civic Center May 20, 2015 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. f b. Cooper B-Line, Inc.; a division of Cooper Industries. C. Fabco Plastics Wholesale Limited. d. Seasafe, Inc. 2. Fittings and Accessories: Products of channel and angle manufacturer and designed for use with those items. 3. Fitting and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. 4. Rated Strength: Selected to suit applicable load criteria. C. Raceway and Cable Supports: As described in NECA 1 and NECA 101. 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: 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: Subject to compliance with requirements, provide products by one of the following: 1) Hilti Inc. 2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 3) MKT Fastening, LLC. 4) Simpson Strong -Tie Co., Inc.; Masterset Fastening Systems Unit. 2. Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti Inc. 4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5) MKT Fastening, LLC. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 3 Lubbock Memorial Civic Center May 20, 2015 3. Concrete Inserts: Steel or malleable -iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 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, and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All -steel springhead type. 7. Hanger Rods: Threaded steel. 2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural -steel shapes, shop or field fabricated to fit dimensions of supported equipment. 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 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. 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 1/4 inch in diameter. C. Multiple Raceways or Cables: Install trapeze -type supports fabricated with steel slotted or other 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 two -bolt conduit clamps. D. 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 INSTALLATION A. Comply with NECA 1 and NECA 101 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. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 4 j Lubbock Memorial Civic Center May 20.2015 D. 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. 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: Welded threaded studs complying with AWS D1.1/D1.1M, with lock washers and nuts. 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. E. 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. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000-psi, 28-day compressive -strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 3 Section "Cast -in -Place Concrete." C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 3.5 PAINTING A. Touchup: Comply with requirements in Division 9 painting Sections for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 5 IT Lubbock Mernorial Civic Center May 20, 2015 Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing -repair paint to comply with ASTM A 780. END OF SECTION I6073 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 16073 - 6 SECTION 16075 ELECTRICAL IDENTIFICATION PART 1-GENERAL Lubbock Memorial Civic Center May 20, 2015 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. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.3 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 QUALITY ASSURANCE A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. CompIy with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. ELECTRICAL IDENTIFICATION 16075 - 1 Lubbock Memorial Civic Center May 20.20I5 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, 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. 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 POWER RACEWAY 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 size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Snap -Around, Color -Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2.2 POWER AND CONTROL 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. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 9 2.3 CONDUCTOR IDENTIFICATION MATERIALS A. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2.4 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. ELECTRICAL IDENTIFICATION 16075 - 2 Lubbock Memorial Civic Center May 20, 2015 B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. 2.5 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches 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. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark -gray background. Minimum letter height shall be 3/8 inch. 2.7 CABLE TIES A. General -Purpose Cable Ties: Fungus inert, self extinguishing, one piece, self locking, Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F, According to ASTM D 638: 12,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black except where used for color -coding. B. Plenum -Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 deg F, According to ASTM D 638: 7000 psi. 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F. 5. Color: Black. 2.8 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in Division 9 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. 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 INSTALLATION A. Verify identity of each item before installing identification products. ELECTRICAL IDENTIFICATION 16075 - 3 Lubbock Memorial Civic Center May 20, 2015 B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work, D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate 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. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV -stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. H. Underground -Line Warning Tape: During backfilling 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: Comply with requirements in Division 9 painting Sections for surface preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and stencil 4-inch- wide black stripes on 10-inch centers over orange background that extends full length of raceway or duct and is 12 inches wide. Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch- high black letters on 20-inch centers. Stop stripes at legends. Apply to the following finished surfaces: 1. Floor surface directly above conduits running beneath and within 12 inches of a floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to raceways concealed within wall. 3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings. B. Accessible Raceways,More Than 600 V: Self-adhesive vinyl labels. Install labels at 10-foot maximum intervals. C. Accessible Raceways, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl label. Install labels at 30-foot maximum intervals. D. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage. System legends shall be as follows: 1. Power. ELECTRICAL IDENTIFICATION 16075 - 4 i 1. , Lubbock Memorial Civic Center May 20, 201 S E. Power -Circuit Conductor Identification, More than 600 V: For conductors in vaults, pull and junction boxes, manholes, and handholes, use nonmetallic plastic tag holder with adhesive -backed phase tags, and a separate tag with the circuit designation. F. Install instructional sign including the color -code for grounded and ungrounded conductors using adhesive -film -type labels. G. Conductors to Be Extended in the Future: Attach write -on tags to conductors and list source. H. Locations of Underground Lines: Identify with underground -line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Install underground -line warning tape for both direct -buried cables and cables in raceway. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For 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. J. Operating Instruction Signs: 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. K. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the 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. Labeling Instructions: a. Indoor Equipment: Self-adhesive, 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 two lines of text are required, use labels 2 inches high. b. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. END OF SECTION 16075 ELECTRICAL IDENTIFICATION 16075 - 5 SECTION 16120 CONDUCTORS AND CABLES PART 1 - GENERAL Lubbock Memorial Civic Center May 20,2015 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: I. 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. B. Related Sections include the following: 1. Division 16 Section "Voice and Data Communication Cabling" for cabling used for voice and data circuits. 1.3 DEFINITIONS A. EPDM: Ethylene-propylene-diene terpolymer 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. CONDUCTORS AND CABLES 16120 - 1 Lubbock Memorial Civic Center May 20, 2015 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. 1.6 COORDINATION A. Set sleeves in cast -in -place concrete, masonry walls, and other structural components as they are constructed. PART2-PRODUCTS 2.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. American Insulated Wire Corp.; a Leviton Company. 2. General Cable Corporation. 3. Senator Wire & Cable Company. 4. Southwire Company. B. Copper Conductors: Comply with NEMA WC 70. C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN. D. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Hubbell Power Systems, Inc. 2. O-Z/Gedney; EGS Electrical Group LLC. 3. 3M; Electrical Products Division. 4. Tyco Electronics Corp. E. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 2.2 SLEEVES FOR CABLES 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. CONDUCTORS AND CABLES 16120 - 2 Lubbock Memorial Civic Center May 20, 2015 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway. B. Feeders Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. C. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway. D. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway. E. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN-THWN, single conductors in raceway. F. Branch Circuits Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway. G. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless -steel, wire - mesh, strain relief device at terminations to suit application. H. Class 1 Control Circuits: Type THHN-THWN, in raceway. I. Class 2 Control Circuits: Power -limited tray cable, in cable tray. 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 wirelcable 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. 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 in UL 486A and UL 486B. 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. CONDUCTORS AND CABLES 16120 - 3 Lubbock Memorial Civic Cemer May 20, 2015 1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. 3.5 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." 3.6 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 service entrance and feeder conductors, and conductors feeding the following critical equipment and services for compliance with requirements. a. Insert, in separate subparagraphs, critical equipment and services to be tested. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice 11 months after date of Substantial Completion. b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. C. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. C. Test Reports: Prepare a written report to record the following: C J 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 CONDUCTORS AND CABLES 16120 - 4 I SECTION 16130 RACEWAYS AND BOXES PART 1 - GENERAL Lubbock Memorial Civic Center May 20.2015 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 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. I. 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. RACEWAYS AND BOXES 16130 - 1 Lubbock Memorial Civic Center May 20, 2015 b. Frame and cover design. C. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. e. Joint details. C. 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. 3. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 4. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. D. Qualification Data: For professional engineer and testing agency. E. 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. Alflex Inc. 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc.; Anaconda Metal Hose. 4. O-Z Gedney; a unit of General Signal. 5. Wheatland Tube Company. B. Rigid Steel Conduit: ANSI C80.1. C. Aluminum Rigid Conduit: ANSI C80.5. D. IMC: ANSI C80.6. E. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch, minimum. t i RACEWAYS AND BOXES 16130 - 2 1 Lubbock Memorial Civic Center May 20, 2015 F. EMT: ANSI C80.3. G. FMC: Zinc -coated steel. H. LFMC: Flexible steel conduit with PVC jacket. I. 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, compression type. 3. Coating for Fittings for PVC -Coated Conduit: Minimum thickness, 0.040 inch, with overlapping sleeves protecting threaded joints. J. 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 METAL WIREWAYS 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: Hinged type. E. Finish: Manufacturer's standard enamel finish. 2.3 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. Erickson Electrical Equipment Company. 3. Hoffman. 4. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 5. O-ZJGedney; a unit of General Signal. 6. RACO; a Hubbell Company. 7. Thomas & Betts Corporation. 8. B. Sheet Metal Outlet and Device Boxes: NEMA OS 1. C. Cast -Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with gasketed cover. RACEWAYS AND BOXES 16130 - 3 Lubbock Memorial Civic Center May 20, 2015 D. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. E. Cast -Metal Access, Pull, and Junction Boxes: NEMA FB 1, cast aluminum with gasketed cover. F. 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. 2. Nonmetallic Enclosures: Plastic, finished inside with radio -frequency -resistant paint. G. 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. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A. Comply with the following indoor applications, unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed, Not Subject to Severe Physical Damage: EMT. 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. 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. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel in damp or wet locations. B. Minimum Raceway Size: 1/2-inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer. i 7 RACEWAYS AND BOXES 16130 - 4 z Lubbock Memorial Civic Center May 20, 2015 D. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. E. Do not install aluminum conduits in contact with concrete. 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. 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. H. 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. I. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG. J. 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. K. 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: I. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where otherwise required by NFPA 70. 3. 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. 4. 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. 3.3 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. RACEWAYS AND BOXES 16130 - 5 1. 2. Lubbock Memorial Civic Center May 20, 2015 Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 16130 RACEWAYS AND BOXES 16130 - 6 SECTION 16140 WIRING DEVICES PART 1 - GENERAL Lubbock Memorial Civic Center May 20, 2015 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. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Twist -locking receptacles. 3. Wall -box motion sensors. 4. Isolated -ground receptacles. 5. Snap switches and wall -box dimmers. 6. Wall -switch and exterior occupancy sensors. 7. Pendant cord -connector devices. 8. Cord and plug sets. 9. Floor service outlets, poke -through assemblies, service poles, and multioutlet assemblies. 1.3 DEFINITIONS A. EMI: 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. TVSS: Transient voltage surge suppressor. F. 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. WIRING DEVICES 16140 - 1 Lubbock Memorial Civic Center May 20, 2015 D. Field quality -control test reports. E. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing label warnings and instruction manuals that include labeling conditions. 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. 1.7 EXTRA MATERIALS A. Furnish extra materials described in subparagraphs below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Floor Service Outlet Assemblies: One for every 10, but no fewer than one. PART2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour). 2.2 STRAIGHT BLADE RECEPTACLES A. 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, provide one of the following: WIRING DEVICES 16140 - 2 I Lubbock Memorial Civic Center May 20.201 S a. Cooper; 5351 (single), 5352 (duplex). b. Hubbell; HBL5351 (single), CR5352 (duplex). 2.3 GFCI RECEPTACLES A. General Description: Straight blade, 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, provide one of the following: a. Cooper; GF20. b. Pass & Seymour; 2084. 2.4 SNAP SWITCHES A. Comply with NEMA WD 1 and UL 20. B. Switches, 120/277 V, 20 A: I. Products: Subject to compliance with requirements, provide one of the following: a. Cooper; 2221 (single pole), 2222 (two pole), 2223 (three way), 2224 (four way). b. Hubbell; CS1221 (single pole), CS1222 (two pole), CS1223 (three way), CS1224 (four way). 2.5 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: 0.035-inch- thick, satin -finished stainless steel 3. Material for Unfinished Spaces: Galvanized steel. 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. 2.6 FLOOR SERVICE FITTINGS A. Type: 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, with satin finish. D. Power Receptacle: NEMA WD 6 configuration 5-20R, gray finish, unless otherwise indicated. WIRING DEVICES 16140 - 3 Lubbock Memorial Civic Center May 20, 2015 B. Seismic Qualification Certificates: For luminaires, accessories, and components, from manufacturer. C. Product Certificates: For each type of luminaire. D. Sample warranty. 1.5 CLOSEOUT SUBMITTALS A. Operation and maintenance data. 1.6 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period. B. Warranty Period: Five year(s) from date of Substantial Completion. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Seismic Performance: Luminaires shall withstand the effects of earthquake motions determined according to ASCE/SEl 7. B. Seismic Performance: Luminaires and lamps shall be labeled vibration and shock resistant. I. The term "withstand" means "the luminaire will remain in place without separation of any parts when subjected to the seismic forces specified." 2.2 LUMINAIRE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. NRTL Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by an NRTL. C. FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global. D. Recessed Fixtures: Comply with NEMA LE 4. E. CRI of minimum 80. CCT of 4100 K . F. Rated lamp life of 50,000 hours. G. Lamps dimmable from 100 percent to 0 percent of maximum light output. LED INTERIOR LIGHTING 16511 - 2 Lubbock Memorial Civic Center May 20, 2015 H. Internal driver. I. Nominal Operating Voltage: 277 V ac. 1. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated. J. Housings: 1. Extruded -aluminum housing and heat sink. 2. Clear powder -coat finish. 2.3 HIGH BAY A. Minimum 48,000 lumens. Minimum allowable efficacy of 80 lumens per watt. B. Universal mounting bracket. 2.4 STRIP LIGHT A. Minimum 12000 lumens. Minimum allowable efficacy of 80 lumens per watt. B. Integral junction box with conduit fittings. 2.5 MATERIALS A. Metal Parts: 1. Free of burrs and sharp corners and edges. 2. Sheet metal components shall be steel unless otherwise indicated. 3. Form and support to prevent warping and sagging B. 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. C. Diffusers, and Globes: 1. prismatic acrylic 2. Acrylic: One hundred percent virgin acrylic plastic, with high resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. 3. Glass: Annealed crystal glass unless otherwise indicated. 4. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated. D. Housings: 1. Extruded -aluminum housing and heat sink. 2. Clear anodized finish. LED INTERIOR LIGHTING 16511 - 3 Lubbock Memorial Civic Center May 20, 2015 2.6 METAL FINISHES A. Variations in finishes are unacceptable in the same piece. Variations in finishes of adjoining components are acceptable if they are within the range of approved Samples and if they can be and are assembled or installed to minimize contrast. 2.7 LUMINAIRE SUPPORT COMPONENTS A. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" 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 luminaire. C. Wires: ASTM A 641/A 641 M, Class 3, soft temper, zinc -coated steel, 12 gage. D. Rod Hangers: 3/16-inch minimum diameter, cadmium -plated, threaded steel rod. E. Hook Hangers: Integrated assembly matched to luminaire, line voltage, and equipment with threaded attachment, cord, and locking -type plug. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA 1. B. Install luminaires level, plumb, and square with ceilings and walls unless otherwise indicated. C. Install lamps in each luminaire. D. Supports: Sized and rated for luminaire weight. E. Flush -Mounted Luminaire Support: Secured to outlet box. F. Wall -Mounted Luminaire Support: 1. Attached to a minimum 20 gauge backing plate attached to wall structural members. 2. Do not attach luminaires directly to gypsum board. G. Ceiling -Mounted Luminaire Support: 1. Ceiling mount with two 5/32-inch- diameter aircraft cable supports adjustable to. 2. Ceiling mount with pendant mount with 5/32 diameter aircraft cable supports 120 inches in length. 3. Ceiling mount with hook mount. H. Suspended Luminaire Support: 1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging. LED INTERIOR LIGHTING 16511 - 4 j i 1 r-, Lubbock Memorial Civic Center May 20, 2015 2. Stem -Mounted, Single -Unit Luminaires: Suspend with twin -stem hangers. Support with approved outlet box and accessories that hold stem and provide damping of luminaire oscillations. Support outlet box vertically to building structure using approved devices. 3. Continuous Rows of Luminaires: Use tubing or stem for wiring at one point and tubing or rod wire support for suspension for each unit length of luminaire chassis, including one at each end. 4. Do not use ceiling grid as support for pendant luminaires. Connect support wires or rods to building structure. I. Ceiling -Grid -Mounted Luminaires: I. Secure to any required outlet box. 2. Secure luminaire using approved fasteners in a minimum of four locations, spaced near corners of luminaire. J. Comply with requirements in Section 16120 Conductors and Cables" for wiring connections. K. Identify system components, wiring, cabling, and terminals. Comply with requirements for identification specified in Section 16075 "Electrical Identification." 3.2 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Operational Test: After installing luminaires, switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation. 2. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery power and retransfer to normal. B. Luminaire will be considered defective if it does not pass operation tests and inspections. C. Prepare test and inspection reports. END OF SECTION 16511 LED INTERIOR LIGHTING 16511 - 5 W*,- ^°�"'""-"., w�^,,.p-^n, .mom � �,.�.;•-"^, ��.. .��.�^,. , `.... � ,�� .,...�. .,M,�.y q r CITY OF LUBBOCK .MEMORIAL CIVIC CENTER RENOVATIONS - PHASE TWO 1501 MAC DAVIS LANE LUBBOCK, TEXAS ARCHITECTS - CHAPMAN HARVEY ARCHITECTS, INC. STRUCTUAL ENGINEERS - JASTER - OUINTANILLA t ASSOCIATES, ING. MPE ENGINEERS - 55A CONSULTING ENGINEERS, PLLG L MAYOR - GLEN R05ERTSON MAYOR PRO TEM - KAREN G15SON District 5 CITY MANAGER - JAMES LOOMIS CITY COUNCIL - VICTOR HERNANDEZ District 1 FLOYD PRIGS District 2 TODD R. KLEIN District 5 JIM GERLT District 4 LATRELLE JOY District & �i t CITY OF LUBBOCK MEMOMAL CIVIC CENTER Cni� RENOVATIONS - PHASE TWO -w N ` � " 57c 1501 AIAC DAV1S LANE LUBBOCK, TEXAS C1iap / ARCHITECTS, INC. !«�,�.^w.< �:. � -',, � ram!} Pill w�....�.r.�.,. � a^•.�:, q Tex= DCpartmeM at LJcermlnq and R egee Regulation Aralttura DwrIcm Seetlrn 3' P.O. Box 13191 'a -Stln•T.—T7T71 � �"«�'"y •b r____, --,•r � I � I i .Y •� i a✓ ,I (Stl7 a67-7311 1-(513) 4T4 5D06 uuw.11crneeatate.txue $ I } ' 'mr* f >, „,,, .»...,»... »d.c,• �- n D!A1T,MSLWfG! CMLait/Q,To({-}! lEOaLtGce?Gfft ..,o-.� Gen4J'rWiNl�Le e2 R!CelenM .Y a«� > rttr rY rrx � � n,w.,..«sam n.r->t.uewn•ww.e , �'$ '-.}I-7,`I e.• µ�y«.a«f ro u ,,...rcaw. n,e oay...�t.e+ue en.t.0 Trn«n 4— � mm!rtcnw,.crt cvncrosre!aec!! - ms nxnwn re .ue .ere F I r 1 .>..•e, a,en •.ranv»,,,rtvan„nw r,w.a •Y r.uana 'tm^w»rv, � ��vxra w. se. �rLR[.,wKI„m Mom. ..,... «•rouww. vxu>w.nz.•wr.ur.,.r,m»mrr.r�u�.w�w,,.a...,m •c .� .• R/arW wRaluL Wilt Y r .r2 �'�.]NS �.,I bJ-A .w. aarsw,..vrtr s..amnr »mnus.w.,m.a.rd...wrcu t. n. i 13�i�_YI 6 ELF_VATYJi MOTION =frae.«o nvw E ED ^ -- roce�m+e7a5ssr[>zmc � AN � � �� �•, . � � � � , � E .w.. »n.a»"c� - �I -- ~ ✓.rrc.. arw r. «.vrau.rr_ �^+rPA `Ix- rx-v,1---�',� q_ TKO HINGED DOORS IN SERIES 606 LAVATORY and 51NK5 i I �•, , rt r PnTMrt 404 DOORSf DOORWAYS " and GATES 605 TOILET end BATHING ROOMS 604 WATER CL05M and TOILET COMPARTMENT5 I L b i i WIN:! i t ueu..aa [WiRV.T.ITF 605 URINAL5 ,r. nrn�,xrsun�ww.aearEcnxwAtnal a b __ �__ "Ii $ I �� re:smusnL ateexec�lrre 605 SHOWER COMPARTMENTS 610 5EAT5 .,Ail" ii ' o Fia 1 DSQaTXSSPNM r I rs ,All E 1 1 e.Hean,ere«5 304 TURNING SPACE 505 CLEAR FLOOR Or GROUND SPADE 405 RAMPS 00 "" 505 HANDRAILS t 501 PROTRUDING OBJECT5 xnec�xa,cv.!:ca w n T ��� •wvrr« �.R .r.,vrawLc 0 0 0 0 0 0 S 0 "105 DETECTABLE WARNINGS 1 "105 SIGNS 502 PARKING SPACES ceMnaaRx ce `w""" — a�°"' 503 PASSENGER LOADING ZONES erstuc,ner� .. � 5 � w�.a.e.w ,vm-.. it C7 i i _LL_ $ �i 1 ,.a.. s'�»��� �Y e Y !� I ' �in Mira 9 Eb K 308 REACH RANGES 504 STAIRWAYS 509 OPERABLE PART5 n� ��I7- nos rm,r,a xn«rar ore...xe rwrn at cP« ; j6J .±,uL,o oxna.nwrwvwn rnra.u..r '�' rnorcxxr x,renr m 602 DRINKING FOUNTAINS wnra ] +F THE INFORMATION SHOWN ON THIS SHEET IS PROVIDED AS A REFERENCE ONLY. SOME ITEMS SHOWN ON THIS SHEET ANY NOT BE A PART OF THE PROJECTS SCOPE OF WORK VERIFY WITH CONSTRUCTION DRAWINGS.ww REVISED 3,353015 d.a CS3 F -I 1* CITY OF LUBBOCK Wlt'- MEMORIAL CIVIC CENTER RENOVATIONS -PHASE TWO 7501 AIA C DA 117S "NE LUBBOCK, TEXAS ,,eChapmm&UrvW 0 A R C H I T , ,�, M '15. H, 5 T R U G T U R A L N O T E 5 Lq�RD11ATIGf x49RNROk3 GST3ITJKC Gp}GF1:7e STR�IL:,M. M<S_!.:4V �. TIIe ConGaGWr shyl trYnpre to r.rd,aeetWry, 3truaurtl, ftcrA¢Nld, Claclr, rtunbrq, ad o[ncr f<rka,rauirga r<p7eL a"I ,n pan<k• MtWc¢n exn aet d draWmef otl WpnN ercJ, .e[ d G.wYpa per to ftbrlydlp, as m¢LVLxIon a av xrvctwY p,enotn B. ON/ aryef •kew opeNrpa as Iron,c4 op<n•vy N lury /ranNy eompan¢M m<mNn r¢ ualuW, on Ne a wawnp., aaever, m .mew., Na<ro ad opcnup•, hlepmYp (fame[ as/or .kevr .nyf N pwaee fore —ad=, I,IlI naaMr Iu d1LLlpnd Nc Wnkd t, bclmpp b4 rot Irnce to.natallGTl, clrkal N I LtIa. LL. t, d uare styli NCY.de Ne rmreYtY Wt of •Ic<a, aLL]rimmt, eWerouan, pmnbr,, ara[bro, elcVx Wl. am prmKK. a rcqulrcd W •erv¢ Ne Wgamm papp.<, gfenNe• Imlrs<d N u,t xrvemtl auY p, WL r<quve¢ m rot[, move, alert b< a,emitt<J la U DpNt<r tar rerK,r L. RcnrW MUIIacWrtl, M<rJ,mkal, Ckctrky as rmwWq amWy far rl,a' <kvy.bro,.kpe., eraN• ma loc•tbn d 1prc.aed w [mYym ebor rem D. Compabllity d In< awctan otl pwblom• far C. MIaNp �qulpmcnt alpported N or /rdm atrvctury rsrnparcM..MI vc ,kd m t0>ke,,Nterobro, cbxaYCe, ac<eaak>Illly. umpnta N reacWHIZ.[to N Iar ,uhkJ, We re ha NN dc•yn, p., to.tetmN•bn d •Fop eraaWp. N ,Yn /or earA plea d equkmM atl /or .tructurd romporcntf. Dllferenc. enyl M roWd a Ge .,dnkltla. e. 9nop d.aYYp• .nap N -prod ror all .,--a Item• aw pled far rcvkW by tM FagFc r. DlrucWry Drau4pa >hbl na N pfmuud am Nea r anop dravinyf. NI Remo dovataq from G¢ x,w.wry w.wlrpa or molt p«Wwf4.,bmtn¢, •Iw dr.WNy Myl M ckW,m. P, tnc NtaM dmpl y<d m •lypky wbu•- VaW genryry to Ina strvctwtl wauWp• N dl><» aeon ran,nkro ae .4nlla• W NNe ,etnb[d F Lnc OCLYN G nH <rko ad <e,dnbmf a ontWp eoa.ervaelp, .eau ve ilkd at Gt Jp .Ire plx W ln< p WX Ip, d a„Op InouNm, Paerers>utucen a.btup rorotrvctlo, as y .Hain a, G<SIKWra wJu+Wp.yw M abro.nIn/<rrcd to tnc MrJ,lu<t, latrerma<a anm ad Gn Ga .Hop dratwy. N. ro arveturtl [Ie at d G<., J vm Men dealpnC by Gc Cppteer to rcWL Ne rcquircd roea wnka eM laertl taro! that ems eruw N iM Fero ample Wd slrvavro cTpy. H b Gc res�paebpl�p d Gc GonvxWr to probe yl rJroq¢.a<p a m It— wa ebmcMendurup IM icaacGuclkn pact.. aril tN IYtral-bY rmbtvq or •Lspibypromlp sy.tem b runpktey Irotybd as Ga .tru 1 b rapelely tk, togctnr. Temporay wmaYs (nap rot m In e.<nerma a,my<Gr Ge ekmeMa rod brarcd ror ay <kmerK• uwd m brxc .upporta. 1. , Lorntxt .4bl. —t.Y ma 9pecykstbna rcprcunt the INlshed atrvcturc, as susµ Wtterc .pcu/ky4 •noun, de rot Imleeu Nc mem. or maN,ma d cwulrucllpn. Tea CaNra<{Ot am lncrramlolLLractor. a1,Yl wpervna y,e ,Irect Ira rbn as .nyl N •aey pcmapambk f�µ Guctgb e. ae as ." memwm Inludbp,ba rotluniWC W, mncrc„u. WaIO&4• p,aeltna Tee erp,n[tr WII rotHam antra, aH .ny1 aporobk ror, comtnxlum meab, mamma, ru,ngwa, nquans. a pnx<dvn, for ayccy prccM OIM aM praq-con n COvxGt an Wal, Gt Ylara, fa• n•aro d tn¢ Lanrxto., SWxorkrmten, or �oemr p<non pallom,Np ay d u,e rack, «ror Ge n gory a in lee G. p[nae W sorry rot fro tnbn N r�ard Wxrvctura ¢onlracl Duument•. arc —N. -at > W-W Nd rxbr puts a the slrvr<ura CaLLrpct Dec,enm., SWctwY DrpuNea, rcry koW, am Sp<Gltby.bro, IN .trblea[ rrqulrcn,mt•, m WlGeted by to Dp4,eer, anyl QOven. K. rcrbdb aKt cbae-- by fka rapeuntMh¢. a � -DYI., LIJ• 1. •ob4 for lee pmpma d ,alarm Nbq If L. Ibrk N pou<dlp N aeera,mu Wan In Struclurtl Tonlrzt DOGaeeMs. TnN IYnIWd a W am¢rvation b col NWroad W M a cn<cY. d IM gtmlW a quatny d Y,e WrL, rot fto p<ruab ctycc F m afar! W wont GW+,cr aga4nt d<fken ab derkknk. N ine ogre d III,, Controclpr L A NI requcatf far a,b.tltutlan d matnbM or deteM .Axs, N tn< Serve , Gc ec bId¢ —I Gbelm<rt• .nyl N aWamknd for mpo.y ,ur Wq Ny per W B. Droe OW, .fro xupted, propac, .uatllNon wIII ov Lroacre, oay omen they arc afblay .IemLLssd w,G a b tifld amny or dNYbr, W M M tcd Iro,t Inc MdW. Mpml. 9tbmitW roe .atNNNp Ge merK uKcra Wn ma M rasaer¢d C4GC3 Rut G<nrY BVIaYy Cpda we¢ m Ge bob for Ga strvcWry ¢<. p^ N a lailam I � r,] Cwc ,.Ile LM1IJ dCodL�!] K AncNmr,u.l B, xrvaury LarcreW: BWbiny GWe F<quvamenl. for a<woret, erarx W Amertr„ eenGr¢ W .etnam, Au »e. m ref<rcl,eee w [M Genrol DUJaYq d<.N. L. "tc LOKMmarvy: BemWp Code ItequlrcmMa for Loar<Ie Maonry Strvc b, t. Amerly, Gtucreu ae[gNt, KI 350, a rclncl,up y Ia beery wmNy Lode D. Strvctwy 9ua1. Ha+ud a 5-1 Cerotnrl kn, An__ btilule d St.., t'antru _ >rc Tnmtttnn Ill- -, a rc/an by t 6a ,11 IN,. Ny Lode. ?icvYrlll,4lp3 A. am Wad• Fcaac InC.[y-1r, a ...... —a ¢lementa as tM fdlouYp .,Yxrmpe.<d ben•. 2, Topup •Iv, per ytm d this x t2 S pl D Lrm Wads LCGlNpGY Get uSe tnlll,0aat CL.,(21tTRl.TlD ( R ro•J 1. raM1ebm tt teen open Lne t5 WA L.,..amp.fwkw 2. MecnaurJ race., typv4 t50 "L4, V 5. d/ke NYeFm ,Fuse 50 2M0 b. Curldon mow flrsL (Rot DO S000 e. Kee(-W.¢wea 20 WA 5. Sta'n mf cnita 100 S` S I Flmr Ilw lama nave Men redws, I oecorasre Wkn th henry Bumrp Lod¢ a folbka: a. Tn neuun I l L—I M1m been eNen m Ina WN d L,ve load maltakd tY WIS •,5/¢grtKu•NI) u.,<n WI as M a« Mc LM Lam ekmcn fmbr ea TIy Wy t_Irc.pccllaely am NWr 1p[r'xubn 16 .of Ge henry Bulalrp Coda, 2. We ben. ewcc.dap IOO pa<aa per gore foot hoes rot Man roauud, e.vept rd M .IVP rtN ] or more •Wrk., INa ben. Haw Man It— W p<nml D. Se Nmc Wm. 1. t .Lvctw< aN atrvadry ranpo,cN• d tM wlalp lean: Man daalged N aGWnau WIG banrd Buueby Lmc W,N Ga fabW Fd cr,tcrif: Sebmlc Fnponaae Parlor. l: � c Ou,. Lrtegpy I Mj pad Spaary 1et•ponae AeeeknLam 1. 5• fAgl O.tOD 11, DI (apt OM• d SpW GV. D e ipectrtl Rc.pame Golf/kkntf I, 5D5 0,10T f, 5<'ema D ,,, CYtgary A Cl165e30P LGa1CRlTe ret<.MII CO w 1.1,n to d rcpY Vem<,K• b.pe 11. tn� tmk o<uW. opt.. wren cGrn..f< n, ur x,.ctww rook p.: Ldrorcl¢ MW S du Lon.. 5trcrptn NM. 100 K p M ticaca Gla• pal hv( ske ha• vMc NI t0.q !IN'f 1 Si — a TIl'(r• rd<n W rormal uKreW m q yr dry ma WtIyK d copra+Fue¢y tes YCF (bM e5a b. Wbro W/G rotb n rot +atraKd m lM Lororolt sW 9eheduk, LL .roll M m nrsaary W meet trenyn quvemuls c Mere !ns u✓c r¢b b uqw, K atop N mnena W rcpr¢kf. d.trapG requvcmc ntf d. nitrcplh• N r<4uvea racpr¢••Iw eylwer . 'o y a aJa a 2D day. B F menbn. ea.crele aryl mea u,e raka,ky mdlumm gavemenn. I. Amavbrn Wyar/G<m<n[ntb of O.eS. ] A n G< .imp crapey p rcducngTmm.turc al>al N coded le e W S!' ly rotc0 alunp appka Mforc Nc meKlN a Ina mminurc. S HmMum anrNce4e d to rorcxW flyp M OOSY y 2D data m dercrm.,W ON ASTH LIST, a+Ynum d 2Ci d Ge umeNl[bt mynba meJ v cot+ dmgro mq N repze, W.G uma C u P n/ con. v. rbrttanev u•akueebn JPYK. N rnNr<W paumen. anyl G. ar,nnud Ny Wkere wksea oa u,t x.ucWry auW,p.. NI wn,rm Garotrur<bn p.Ita l Ly N come y u,Ycr d a I . N accordau Win to .r d<Wa.. LONracbr •hyl ammo propoacd acadbp far cerotry, JaNt• roc •b,m on th xrWctury Draunp fa revkW by lu Mcnitect as eapMn, nadhbrul raltatnctlpn fpFta mry remin mdalaul rcwmcFy» .pre;<ka by eke ta —tte Navy •ntll M povbm W u+¢ co+trocWr m ro mdirfY ,It W tl+e caner [ [nMJdte eG ., ppe., N alccvc. ana meet ter rcqulremtn> a AG N., Seethe hS, WGimeq to faWucq. t, fgr>..xpga[a< dWI a•Wb,-I,orbeam fans!llat Goaa paavq Nroutf) flop rot bt Irq[r F aGe•a< drerolwt ter to Ge owryl tnkHro•• d ten elm, Wm or bean N,Wtkl, uyy art emmme,. 2. Comuit•. pon ad •k< atylt rot N •Paco, soar !!ten.MC dlan[t<n x,ebW m u r. F. DLL'mkW:Smfnk plopewd mW d..lq,a Wt a<erdaa<Wk. xG p't•b, , bye o m-r. lW "t pit at er,_�algn I m _ scot 50 uvtaecutMm •trcr4G lc.G, x by Grce yYoryery IrIY m4twn Wan cor/urnatlor, Inl., b. LoronW faTglYq for 4uaa4 a•wrsa, Cororcte teat e PmId ... N aanp<d x ten pool a da , /ran Ise tack Lar+L?.PJ.C.BGMk'GtSGtlG. A. La•crot. rowdrumemt for me p J¢a .MI ra,lOrrn W tn. IOIWuvp: t rcworGYp atc[I (tall coNorn W NSM —5, 6rm¢ w ,we •rot[, aNerWda pn Ge xmKWry wauWq. 2IldreNorumau, wvaed •ma m,vae n Naumt,K, bM AIDS, ykb a[renJG bS,OM pl rovers S- DrJ,I tl.rgl daorm; , nwerulnenSbMMgl, triad .trergtn Vp00 plWn<n ,year Nth StrYG waolrq.. YtcaeO rove rcwdrumcm to N pravbY, N Ile! aM<ls. 9 DOWpup d I,vio—Yq •teal .l,¢II coNorm W Ge Amnkal Lanrc W MLR- Sty DetaYfq MYvm W W I,Nka as NMa N rcwarcNp has •nyl coNon„ to Au ac W IYp ataaan., ,nb.a rote, aerobe N the seneu.ra Ormrinp•. e. Yabe, Wr< gewaNment atop M co,twwa xrm. to eNlrc rote aurfxe stamped W b<Yf• or 9irden as papery I;p<d on crm. Wae .PxWq pLa r. t+cNorumaR N Topp4p SIN .coil N ur[ba, smaapt Wire rcworum.nt mNW,um e . K r,0 9. +t2 � in cl lappWp •Im. unk.. .p<cdkd olheryne on tM Structury wauYp•. e rvraYparew«cWp aua Wm roeM pcm,nud woo .oeurkyy eb,m on tw 6trvcwrY wyuNq.. P, n .nyl rot N coed N lee Imrrxlan a rotYatlat a «Nro.c¢meK. 6 R.NixcYp at<et aka eexr.nop M m rdte.•: 1. a.a WN alma ve' n slzm¢w: SWxnit.roy,rauFm ror rmrba W,.. MnWy cif �xemeK a Gonna rewarr<meN. La„ppy Wkn AD its laWl• aN DelaYkp d Gorcrc W acworuma,L'. Da Id rcprmuu tM x.ucWn wa¢ay. for m¢ r crop ermrYpa. A, Leone grwt •roil TnNORe to bM GJTD, Won a leacbeun qo .�e d t/3• as ¢ mWN,tan rampn.iw .trdlgen e to - to .pccma minimum eemprna,m •trepin, Ile, ML rot I" 2000 W.ewne Ywt .luu N P -I aua n acrddave Wen KI SSOOt a5 D. ten r<INarc M� N grouse ItmdNy m rood Mb.u. 9pk<• F reNlnc YI N at,.2eered •o tNL rot more Gm Ill a a, x .p a Y tr fan¢ tNslot. t. V<rtaa brae .t br dlael<n STRt.LR.Yu A a<r td Atl not rakd areal memNn et,tli M ne,. otl coMOn, W bTu specxkxu•, /e. ]. AS- Spack '- as brae • cW" core Ge 9rme do e enamor, 5, LMm. Nolce ah,ml, an tnd xractwY Dr' W p. •lrwkurad 1teN m.mMn •IaN M: Y-.nape. •Hal rcNon„ b bM A94 b. "a....""2 rpcorw W bM ATb G. Argka nm "oNorm W bTH AS6. d Ro,r,d ro1kW atrvetury .n;.e m<mxn .ntll uaY'onl to < Aqure or re<to,p+ur l,alop ferucWry .nm¢m<eb¢n .M1yi ccNom. to bM A500 Grmc B, Py • e6 Hal. f Slrvcury flea pbta anm conform W b 4 A56. q. •'nl dp,cr .tccl anm saNerm toWt,bM b6, 0. fabrka[Iq 1. pl- a .l a t. aNt.m r.. I panbaee Wp. prkr mproval d lM Pap m W localon Ya type or .pke M come. AN memMr lu.Wp aplre rot anpa, x de Wlm m .nop,raPrpf WYI N rep¢eua. ]. DWnrobrJ lo4race. d fvrlt�ted •lruuwy atr[l.htl coNonn W Section b e d Ge ADG Code d Slakaro Prxtac ,t+cn rood oGcww< on tnc Structwtl Oran Nya 5. V p N.N 1a .—t.. •tea WIG cro coat a ,waulx4aarb (roar, red o.bd pmcr a,O_ at a roe to pobe a wkum dN flat. lnk-1. d 2.5 cob. c. er<ct- t. ercGtbn talerskea d mO,or bats. [mt:dded Hem.. eM YI atrvclury .W cl tWef• fp[ekkd eG<rykc an lee ft—ttrtl wawrp..nm coNoro, W tn¢ AIK Cm< a I'-- Yrm_ 2. P,tie cKtngd A•t.el ar cry ftca—Ifbabv to atrvcturY ate[i >hal rot N come WLLrM prbr pprwtl d th eagxe 5. ecNrxWr.nall prpua cry u,ptnd atmeewy •ua tram utr.ecntal area• d .orrmbn, m raquv<d, uqp tla •teal N <robaed Jra prele<!<d by ln[ ne,u rerotrur<an D, GONTxlar-1 cderetn.tt.—ra •teat /Ircpadirp r¢garcmcn. NI Nerbr armlwtl a{<el, mcNapg a[[<I JpNls, •en<dvkd ar Fdbaled W receive •pray append Ilr,~Wq •nyl N 1111 rcd W In prjlct •Kc - Steel anlam<d W br,a alter Mttllatbn anyl M prima, WIM a prOlealw comlvy urtvJ, doe. rot dlmNNn W bwa Mbue[n tM afpf�or co.alk p Wq ppkd le atructwa ..111'.I .�i,atlTM W WP•. N ere appkyac IL, PI« Re.eLxe Aeac+rb4 coed c, ll,e paJ<ct. e, SLLw,M1Iy. rrwac draukps ahpWNp de[db for Imrkdion am •Hop r.emdp d m<mmn, [ne[bn pa,. W dctYb. M.Im< a dclNlf d crn,cctan•, ra,b<r. Web prornf ea alias enf •pacWp. Snav ad n[eektt eratNy. non not M come wag roprt>auubme a ut xructwtl wmip.. D' ll21 T. Sl�'w I I��II f ustupmlLwutuwans.Lu�:`.;",Fs "�``�" S �. O y l b - m " 'm i •*ray .,. ,. mm.�,,d ya--.-.-.P ,i ---a"� �""°^'+c 'w�.e�.► �- i--w.rs - +iV•'^•..`•r �-o.. s' '+�w",si' }�,,,� i- 'r„� .r'—'w� •----y �-----! .-"'--'-�' �^'---+a`^'--.F—. 5 T R U G T U R fit L N O T E 5 5 "^ Ru TIdt4 MCr�L peCtc9 A Ytlbad Gar.teCLbro I, NI WCbNq andl oallora Lo NISVNY! pl.l, blot cd41Cn. 2 Pllkt -W.WYn v.Ite •pccdkd andl Ix 5/16 brli a mNteue •Rc rcqulrcd p MlG, uAkrowr b Wgrr.. B Bated <anro<elma I, udaf• rotas duawl+a an tna xM1Rxura prauNgf, baa .hdr be !% Fch dbeeter.raeWarK to A9M AYt5 Bolts.Ftll be ee+paa wing.duea for LkrYg typo Hats ann LLmom altnwd al ex Hoar phm. 3. Bat[ Nall u tlplurcd to ^Rug lyht' a daNan by arl6, Wn• rated olhamlfa on the 5irucWN prauNgf, o. StructaY Neel eonnecllan rol 1rod[IPIr-fy ddLlkd on Ih[ Struuartl DrauNp nRl ba dmlg as dctahad by Lro CgNrauor aa[r tn[ dtSIA fuf T—, or a proref.krpl <c lmct- a W yrot1 bysrnecCptrrece« final n [f;bmW td tea t«rlM NcneectY flk[. D. Bean cwra — trod ee d..grcd ob staled ae follow, Yan. rotcd I—bl a the Slrvcturd W—I q. 1, rp•aa{bna •hap be a.le wpc ] w k '—NcomeC[loro. r Z Im cavactYTW .rw1 rot ba .... Wn. •pecilkdy e[Idhd an lro stnKturd prdNlgf, M raWectan• aro dnymd — da—d N 1- fd `— r.O—d praa+ab'w argNear tkanaad N tro 9tde a Term as dad M1.kublbro are awmkt[e. iW—MM...P .hdltkm .hdl be baked or-Il.d F.I. as !. rPara verses, i III— d+kart as for Inc •Nedd<d .n<r force. Toe Near wu 1 I. Ndkmd on W< sLrvcWrd Ga[agf m R • `, oN N+ harliamttl torte P. W kded of N . •. i s �hakdad oM1lro SLnkWrd DrauNg..eaaaG[IaW .ntll d {pad tdr SS p<runt a Ua Wl.al lam capanty for tnr :f IWntnl N Ix bete lmle• F the Mo ManWd, NlM1-MIIeenlh cddan. g. start .!sled rok. sIW l a pc -It— Pmukad Yb•rom ae R.ltlkd III Yiudorce WM AISG rcgWremcN... Iblan andt a ha.a<rod .Yarc A!]g bat. ara duwd.. e. M.arm --. I--, mrnacr for—. mpmeK., etc. •navel a the S—rd prmNgf ae udstor<d lam• wnform Yg to Iha raquVemaK. of ,ule Rkamb Mr... IhNp� (•sw. P. For d "Wm not .pacer a10rcf>ad by Iheaa rotas a• tx %rucWra Dr.Nga prwbc /llkl W<b> Y dl apaacl .urr— .uIPLkK ld dewlap tro t[mY< atrclgth a the 111 member Y tro pint A Open Web .te<I JG1t. •roY —I— le the scare 5peciflrsloro or tv sTaal l+bl Ybin"'" (s.11, cnordf a pmtf od pat glre<n •loll a igkf or tn>. B, rrc.ae brapng N taeordaaa WIb g Spe—kro atl OSIM s-02gc R•KlhT I(Q. BrkgL-q 1 b<conlNuole lWagh .W<Wrd.teal menaXn, — —1 ba --d b apadrcl aemben a WYIw rrwae mditbnd bnkgNg share re4ulre0 fa spot. G. bbt mnMYWrcr.lull d[.Ip'Wrdaap'dt.bfuppoM1a nomNd roK[KrlLayapplbd bed e/ 1tw pamea IXwean tll prat pbNt. WILIg4 rcgWrlp>m1tlNal rabfa•Gp, Tnb aldltbtd loaf hbt been YfAn[ (sli for N lro wartll dmgn a.m. aM b rot olve u tllefa spcafka. O. the ldp aM�baLLPw Wrd(.I), lglayt..r r< bm <F Kn. au I- pound• mml be I—ed Y the poml poNu a the Jolt, or Lro Nard(.) >hdl be raYvorue N .(orlon( WNh the ^rypbel Oclmf.• e rv.be rlY beorNg for al Jabe>. Scar Johts a fuppe.0 N aevmanu INtn sr SpeGIbYloro, P. !blab 1htl1 m eemecled to Dar fupport. N aUn.— WIN gal SKa-daro as m W kdad N tn[ pl.t maWfmturcr. 6, Thop palKYp; Jafb Nap rcuM a aMlp-raY of the pbt an✓actum/<.wdae mft Ntb0.1w primer uxlormNg Lo the gw<I Slrveturef falnWg ,oadd SpecpkYlm, Slro Ro. Ig, ar batter. n. stca0.td.. Sl-IIIL IMP —OW Nclmbg a<ttag pkm a Nbp tkeat+Y L-4 tand✓d dnigLxkm,nW9.0, e:Wlbcr.mmad .trcrglh•. P-hV. pal fed ehtemkm ad ea l-dotal•. swmlt ulabtk- for dl pRt. s pat glydar. ra• uakh at"wd Ioa. tdNm x rot mPlkmk, UIC 1— mmt a Illed IXler b > WIM shop drbYYg•. lakaLLbro NYI tx .!pad W .Hcd p a reghterce Pran.NRd ergrecr Ilcerosa In Ira slY1 a 11 Ldauldbm WYI be rcubed For the Mch,A<Cls rob W Nm ve1— t De npp.p.eo or retarrcd A Po np 1. xxdwc. laatbn Peck Gaga oorwate Sadao rte —. mplb Typo gp Sn I Py d.•U Typ.— I,SO !• ra'0 oOSr OOSr oolc 67 Sp •—tK. fmtw. mcdulw N! x �aegathv aaabn aaddu. M K a Narba Nq ]. gro[t It- W G-11ed floor dKk ad mee.aom<• •Hal cadorm Lo .L6M A 5,, stlnkturd pddlw. 6duae4ing Nd1 clVonn to oe as/M I81N MS! Wlin o mMYwm coYltg a f6w6ol ea x Yad N Absl. !. flats dark laaab al •trvctural .upp— • I (Jolt to firol pnk- .0 cma I*pad 2 Yknn over atrvcturtl >Wp—. I; •k- a sec[ I rungYan. rrorNa mMmrn em kaarrg of a Ncnn, •. asdcek to fupporu Wkh ! Pmdk uaa• per •roa par !p ufNg 1r3 mcn Web —h— g. p—k - LorPIM11 •upPOM1awN'q tWe<!/Ib lKh pcader aeeudad akf per.rocL per xrly. b. Oo Ml uaa mmlalurc• rIN cnbrba •ata N r<wrret< ref NdK war maul a[ck. Vn Mwr�f U SnucMYw1 �� love pLVwld cwraK m as 1 fgrutlbwcuw•wN wrw.wbr<nre.ru Wu. rugsr nayw sw inw4xW Wbwg tom rofJ q r Spt+n wpata ww q tN Yamkr N pr(wm w prcw wpctnro N4a Nwr. Tn tyeun wpud fNY N grove q w •pprowd rq[n[y •un/d+g b In Glgf LwbngalykW b pffaw In fpcW wprabn la WrW 1My w+H wk•r41by. 1Y Ldarratw WY raddMr WIn w wlNy w Saair✓ Npclda<n ln4 iNlpar/4 NpNd WYN rbponfpYbv<Ny Wlw lt<w e<ww N w Goronrclbn DOUwNf w.. du •u'vergfj w fwl pnprr. fp., w frNn uwpclbn /•parr• b w Naa•y ah W w w ArNia] (a r IW fpr.l w •a•. wn[paw wRap eku•p✓<e[btN ww•dWa atalbnawtsanr✓ uw.ua fw rwT•ubn. r IN ewepwnk. r. wf rwr••4a, w e«rrpaw[ ova N wwgk fa w rsrwnn a w anbw] aruW w b u• Nabeee pvr b w ram<wtwn a IN! Fhr• a tN wrt. lna•<fpwM wpaww w N tle{bn tb Na War Npavw 4fU6 n NrU SInnW rtl W In w haYa 9prciheba ] rMr• [Wdur✓ bNbrn] iw.nbro w rurrw. fn fnap rawri4b w Spun wpaw fN• wryly brr w faw4+b ww.w d+UW iawYl nn w q+n•y rcwV d wvudu<f wt pavW [ nrk fa wpct W [orL<i a w <a=nrnn9 w w taww+any b urrww b w rom.wNtlon ow+wrrds w Iwp<-.• stwraf vNrr rN r.hrral<r Y r<q{UrH w rnowa b y..rwm wN •Drk wlMa fp+un ha•raw. ftE6MCD vL11✓GnllOr! Nb NSi'Gl•>N OI STISL LOrrllraLTtL1r SrCLdL r5h'Lhl! pL]xrtD <SIlLTDn rHlppWY f¢Tdkm ITIYlCAIq+NO •+yRDll'1+ STNOMD caln••K'us rarUo;c perrmprl t f4t<rW,<r1ctl•w anlyn flnryth bdaA Mf,wrrfhrn m < wntdk<sbn mr/tvy[ b raram b nerk [4.arw spvkabw .fp.,re cdkwunn adw.d[ _ _ x swe>eD.6ect+w Ma w.�ssk MrH wt✓ W ftwraf .. urur✓,wrwf unulut<a fanplN:<feylstd. _ _ _ ]. H<rabnwnryr<Vuyln bwtYy uo ,Sri{ynlPWf. - s�rar»�r.']s ^O'aa ko b. fntrrobadwf•p u{kn M tf wvg tundM wb tanwrnwq rwfteD bob w a«a taa✓H aaunc. ✓+Inadfakf4tiq _ x NO G hale �b<Q�W fFpera<at �iMrf w�uwrr wl uwuw rr.ran �uw. a w41•tidi " _ tkrNK.Innaf4Nclan.u•! nr'• .wrbr •tNGlww uan. aenx.-.Iwr mrkbgfbwMamb N]L Se0 _ _ x Ane xD, Saclbn MS 'Ts Dar •tHl, 4anufic•lbm u, mwwrkeyfbwawwld MM .Iwwraf k w •ppewd cWtrwtnn dwum•wf - x Appp[aik MlM urW .berm tra c w✓+N•wwnrwn•a 4u re[wtf _ w4rul vra�uta. a r<n f.kr wurkn. m babiulnn nu/tw][ b ywrww b � �sparnuvw.,w•p,.,,..a Wclbn dabwawf. _ x Ua � . irc rpplrtlk Aro M C. ova _ b. wwfrewrew GMH:Utr a ---- wpabn bf W <. uncwrrswrw«u mrm.ua Wu. D Larpatrw w I.rbn aM wN .. rre Dll raf>1 m 9wijkfr rinn taus. >r svgkrorf r,ew rew rvr• u rsy w fnt real. _ m sl kyaU fartwz i 3nc ,es upnbrwnaacn wn. - Areou _ b. IreWaahq ftHl +b V WrNkrbn a„wbabMNya nWaunyN IIXNrbw M1M A be _ AM DI< AO ale S a] _ +w z w.wrarp for+nwwq fkwrw w r+kl taut w wirrwedetewfpwl moment /tenet w bwnefq ekmenl[ a f pLW reWdcea <wurU wr r« w fr<✓ ranteruwM x _ tb Lt+<✓taWewwant !10 <) OwrnWauy •ta<r wpUwn a LLur frak Pn+a•wk Id mmMfni•. yDy ♦ Oalwk wG r bfbirq w •tN - � IKu a] NM b. 4r<mbw ba+tbN. c. Applb•IbnajW{N4wr<re cdwalbn wtf]IRlD y2NM1UT>N N.D rSyrlLlfON G' Lte✓dRR LgrnTrruL110V .wmectlp. nlmCK.r re+tDlrev rC,m[LTLN va1bY 1pl NlD llb[GttJr! cpmaars STMONrD rt/2tL[ t wypra.en of nmrw<bq [Ua. AC Sf6 a3. ,TS :nq pnV<u<y urowe, w d✓sHw - • •�i nb• ] tripe: {Iona r<Nw4q flnl NVf DI< m �.< H'^<u>d✓va.ar raw .. .. KJ>le.>!] a wpG bait b N wlwk0 N rn ua<ur pbrww gray �kma a<dkf•UWn NN p«n x - .cl ale ell, vn3 t<;]t bMf wrer<a a was fwngtn OafrT k w<a. ]I] e ,iy wrpctbna.rrnwf H4:kdN n awaraHf<a. _ x Ap NO See ela, x]e s v iwgwra w.4 dnpi Wn <Lr ate u.•, taD+]] f N ntw (r<[n ux<rrUm m f✓m:ra b fer<W a fpc+aro rw [varytn u[u. prrwm wmq w . - Mrk c m Mrk c si vu n �tnn4r3 444f. N ec+<rms. w •mprrwn a w row..u. Jfa ale Se.3 e 1 wpeciunacew<4w 1>4 r+0 nNint� as popr rpCYaw x - rl ale3<.Sb NUI� on ra H+i<rra<a In •peufa0 uvfp 4mperw.�rrw 4 - x AJ ab 311-0A rb3 wpe••Inn Of p<Wnf•e carcr<b dcn nu s+e bm nu ale bb• � acvro•d wab•w u.�m�nw � uknce+wu+am . _ n. vwtw, a p•Ufl uwa, wmvn _ ruale. a. rc _ 11 vaMlUtw,a bai4 aoncn4 fkeng4, plot fb •Veway a r+0 kMark wpwlirnbxa rav[r•1< w Prat br<Hwra W.<f ✓.+ _ x A'J>le. e] .. raw Irow Has w [ara,rn fwf u. wpa Iwmwrk Iw fMp<. rro �mwaar<nfaroaw Gfrcral• H.rtrr[ brq twHa .. x w>ta.etl - y CITYOFLUBBOCK r- FRAMING PLAN - LEVEL 2 north r- A r----------------, r , i r , r Az , r , r g , r ! � r z ti r� r r r , r r i r r i i i r r r r r r � r r r r } L--------------------- x Z--------�---� art-- i ! $a r , r , ' z r , r,, r x r � r � r r C___________________ --7 0. ARCHITECTS, 111. , .,..r+, :A ,.e ,+:r. + /� ..�. u,,. I rA •vf) . w ?`;ta CITY OF LUBBOCK MEMORIAL CIVIC CENTER 1., RENOVATIONS - PHASE TWO .14 �V 1501 MAC DA19S LANE LUBBOCY4 TEXAS I I w i I CITY OF LUBBOCK MEMORIAL CIVIC CENTER _8 RENOVATIONS - PHASE TWO ee ISO] AIAC DAHS LANE LUBBOCK, TEXAS o�ol 1 1 I 1 1 I I I f ARCHITECTS, INC. MINIMUM I��|� pmanHarvey Gr of LUBBOCK MEMORIAL CIVIC CENTER \{� RENOVATIONS . PHASE C r- YEA LMJT - ToKzr CALLZUTO mil ON 5wwr elver. R AT r4Af1 G4Aplrn •r TROLR LiK LDIrp!• O�lRMl AOq RnMOVAlGN r411 TOICT GALIOVrn.>l rLOOR• rRWI wF11. Mq wlovATeN rw1 rotsT • Duloer rNJ. •D Im Al b TCRwR mx•/Arrar ro[xr • D ID1 • W N1tRIJR DxVATCx TOiti•D 101-SOVIN w+b Alb Nl[RIOR CILVATKH-Tdxr-D lD1-t!!T Atq NTlRwR6NATtp1 TOILi •D IOD-WT Atq NTCRCR [LlVATIpI TOa.tT • D I.6- Alq TT NR'RK:R [LLVAT1211 O[LT • D w0 • rl:ST At b RWOVwiwN rW. TOIxT - OINplCT IiIJ1 • K Ib / K IH NiCRKR CtLVATtON TOLLf •K Ib•WT M+1 IIIL1lCR CILVAiw11 TOLCT • K tb • rcr NllRwR 4LVATO1i TO-Kil>-iWM At 11 NTGRL3a C1LVATKN iplx}-KIH-NdtM At JI N1CRwR CiLVArwnT•K lb-WT h111 -. NILRwR [ICVATwNTO[LT • K IM -YbT NRRCR CLtVATKN iOWLT-K la •IwRM NTERCR enlVwTKNroKer -K Ns -w]uM RcuwATKN run Toner . e»Iert NAu .ewe Nb HreRCTe elxVwTIO11 Tone) • n we • NaRM NreRKR elevwTw room-L IDe•N]vM N b Nb MIW]It CIeVATON TpLGT-C wD •rtlT Nb ReliwwTwN rwt Toner -ealDrt Nwu • e In / e n• N+1 NTLRIOR RLVwrIGI. roper • e In •NORM NJI IKR CINATwII•C 1tT-WT NN NVILRwR GINATI?IT.-T OMYT•C lrt •>pIM NJI NTLROR [LLVATwN TOnLT •!Ih •ICT NJI NICRIDl 4LVATpi TOILT-G tb-NORM NJI N1CR1OIt OIxvATpl'. TO[eT-! Iq • rlfT N II NIRtlItG£/Alp1. TOtGT-C 116-WT N+1 NTIRL-R 11CVAllPr iO[LT•G 115-SNRI NJI RWpVwTL'N rIW TpeT-CNIDrt11ALL-1 ISO/G IZZ N13 ICRKR LtxYAIKRI TO •NORM INRRtM C1xYATwNiOC,Gi [I136-GSr Nat NJ3 NTGROIl elGVN1?I TOnLm-L 116.3CYM N12 NT[ROR mevATloN Toum.e l»•IIOIlM NIa HrCROR LILVATIpI TOtLT •!tM-WT NI3 1NCwR lIeVAfwlI TOiLi •C US •Sp/M N13 HtuwR ruvAnpa TOLer - e ue • Ixer N+z NTeRwR ruvAnpi roncr-elu-reT N+z NCRwR LIlVAII>1.TOlLT •t t2D-IIpIM 111 NIS RCIKNAT1SN rVNTORLT-[ro+e1T N/I.L-GI>f NI! NTCRIOR etLVFTwN Toner-LI»•NORM NIa N1CRwR GiNATI-N TOCxi • l rAl • eG1111 NI> NTNNO VATON TOL[T-! 1•r N+> IIRRIGIt =CLLVArIpI. TOLLT • C I3 • Wr NJ> RtHOVAt4'N rvN. TOCGT•GIIDiT NALL -!M3 NM NTDCpR lLLVATtlN TOLli-C M2 •MCRM NM NRItIOR NNATCN TOUT • L w3 -YtlT N M IooIwR CLCVAitMTO1eT •!w3 ->GVRI NN NTGRU^R CLNATA]N TOI,IT•!w1•Wi N4 RtIVDVATK)NRAN.T •GDIL-t wS NIS NilROR ltLVATION TOCLT•911% wS •IiptTN T NIS Ii1tRa]R euvwrKNroxlr-e we •>Dl,n1 N.> NhJ[YNt GtLVAT1Yl-1•G MS•—T NLeRnle elGVATw Tower. w>. r NIS NI> RewwArwNrwl room-GANDrr NAu •els, NY HIeRwIn LIxVAiwN ro[sr •e t>+-NORM N1tRCR elevwrlal roasr •L Ir •>aM NJO NIe HaRwR LILVAKAi-r-1 tYl•WT NY — HRRLM [teVATpt TOter •L r3R -YiST Nb RLNOVAT�.rT rIJN_ T011i• WIDR NALL •C IM NJT IIrCIICR lIe—.1 TCACT •C 1•WT NA N1LRwR TO12T-1 1..1'CST CICvnTWI Nil NTLRwR Gle VATnsN. TOUT • C 1. -NORM NJT NIDCU'R NeVhTwN TOteT-LW•SMII Nat RpwVATwlI rt.W. TOIeT-11¢rND Rq]Mp-M ul Nb ORCIOJATION rL.++: CFaLalre -►war RLocl! e1,/Ie, eeNilR - oreeALL {N O _RATION MAN, To1Ler 6N1 - rJGCCk7 ILa'NL • ►e 7ftmAN wu �N AM LOT - rOLCT CALLCM TrtLe a1 eNQr D1lCT NTLRK)R GLNATKN TOCLT • w V I • Npt1N � Nq NiCN1^R CLCVATCIITOYxT•M 121-SCMI Nq HTGRwIn CLCVATOII TOM2T •w r31 •rLST RlNwATKN ruN Toaxr-11[LiNb RaoMa • w Iv Nq NII .ITeRwR NxvFnwl, roixr-w ua •NORM NJ1 NRRKr1 CN!VATKN iOI.tT •M IS!-4OIIM Nat NRRpR GIxVATIRr TOCxr•M 13>-WT NJI RLMOVATIpI rtAN. TO[tT-lCLGxD rtoaR MALL- rn Ios Mq NT[RtlR ttLVFTIpi TOIILf-rnaas-WT Mb NTlRwR [I2VhT1oN: TO[.CT • rn 30S - SQRII M q IIRRK>tCLLNATwIITONx!•15106 •rCST Mq INLRKM CtxVATIR! TOnCT • rn SOe • SOV01 M b HORIII•rLOtSTRUN HIDCCR CtCVATgN TOnLT • TS 106 • NilRKiR lLG ATKIN TONLT•rn1W-WT M b Mq NRRtlR CLL•VATION TOILT • rn 1Jf • IYST N b nTLRwR euwATwri TallxT • m z> • IIORM M q IC>IJVwN11rWl. TOIlT•K111DS1RAlw11-Sl'LdO RO.M• AD 11] / AD. SIO M.al NilRwR CtlVATwtI TOltei • ACMN. ]b • Wf N+1 H1ptKR GLGVATwRTOCCT •AOM>i. 31D-OdiN Mal NRIt10R ", "VATwN iOtCT • Ap+N 211-NORTI Mal NTCWRlLCVATUN TOLCT •Aplll Sit•WT NRRwR ClLYATpN TOLLLT •ADMN. 111 -aOVnl Mal M.Jt HTCICK:I[CILVA11oN roller-hRIN.]b -NORM Mai NiNCwR CLlVATIpI'. TOY.CT•AOMN IID'r T N,JI HTLRwI[CIeVA1w11 TOI.CT •ADHN, 1iT-TDST MJI RNIwATKNI r - niGTRG • T 4w N b TPJNOR CLGVATKN. OpeT•T IJ+-NORTI NVA T Nq NilROR LINhTwN TOACT•T 144-WT Nq NTCRIDIC CtLVATION. TOIef•T IM -DV/DI NJO NIGROR CI.NATION. TO --I •TLST NJD RLNwAIbN MLAN TOLGT •tNG1RG-T 1lD NAI NRRKiR CILVATKN TO[CT-T LIO•WT NII CtLVATIpi TOC.Cr-T W •IY>T NJl NTLI[wR LIxWTKN.i LT•)NO N41 MTWpC 11LVFTwN TGS.GT-Two-90VM NJI NTDIOR GLVATION TOCtT-T CIS •NORM WWtGlDNNA'CR rVN wS 11 NJI ROwVATtlN rL.IN t0[eT • MlATIIx - T 1. NJI NTDCwR [INATON TOKlT •T UI-NORM NIS NTCRKiR lIxVAIwNTOYLT-T11R •YCST NJI DIIARGlD SNC✓CR rWI NJI r rNOrm THE BAN. B.I. I THE. V151OLE cM 0 gmv BANQUET Nw- - - H— - ENLARGED PLAN fterM i. RIPtaromaNTAnve FCK r4ftr TEXAS 15 r"rW-y MMSM6L. I &Obl&b3qqb Z. W FMN'5HNIS LABEL FMNP ON THE .AMD OF THE S&' POM OP THE SMTH CMGTION OF FANSL5 41YEZ THEIR CONTACT PHONE NUMBER AS 1 0= 4=4 =452. orimm SAY. n2c,m5,,,. B. SERVICE REPAIR LABEL PCVNCI ON THE W&e or THE NCKTNMKN MOST rArul. OF TIE NORTH =,-TWN OF PANELS, STATES THAT Twr. CONTAGT INFOKMA.TON 15 ADVANCED ar-mNr c�rnoN, w. 11-71H 655,55"PULLCKT�. CO�FpCNwiv Amft rwmTNmx NTvnoAmON nTN ADVANCED r,olhrmrxr CCRFOKATW., TWO PtCSURPACM4 GOM?Mlft MAC RECOMMENDED TO 5OUC4T MffM5 POK PtiwFtrAeANr, DOB mwjNsm, cownNENTAL PAMnnOk SYSTEMS (PENVEINJ . I.b00,4bl,&o:0 LOK, OL5=ftri. SUPERIORSUPPORT (PALLAW LU maM: TYPICAL OF N.I. IIALLS - KMPA. C4.E"S. fw,RAff. AND INNT ALL CASTINO PANTED P=K. MAKE, MkLL %RPA=5 VMBLC FRAW WTAIN EMMET HALL WHZN ALL "M.ETEA DOOR] ARC C4= UNFAMTED W.PACZ5 ARZ TO Ed PRLOlMeTM PROM VA4A6ff OR PANT OVCS� Y. O-CT M-L - A1.20 45 a tm.�.w.>T_-.' Ge 2is�+tYw✓ hmwe � ltivr 'fvwr uW� vw�'G G'isGYrn"� � yi°�,•• ' p I A .w..=W.: _"�„ our--..ww •.»^..v.wA r...r.,l;iN u^.mm...... r— Ili — - 1 w - - - -1 - I w OeANaer wuL - NCRTI NC : TYPICAL OF F M-L.5 - RCPNR, OLCAN, PR1MC, AND PANT ALL E 5,111"a PANTLD DOOR, PRAMS, ruLL]VRPACPt VIVDLC PROM "THIN eANOYET HALL —EN ALL Fe V CTTR DoORe ARE CLO]W. UNPNNTED DURPACC.'l ARC TO OE PRORCTCD PROM DAMAaE OR PANT oVER]PRAT. DO NOT REPAIR M PAINT E%I]TNa CELING OR PLATER ]0PP4T]. �- i1.... s....l.. ,.. ..:..... .. .._._.l _... ._._..._..._. .-_._ ..._..,1...,.-11 w 1-.._. ...-1 w 1,...1...I ..l .fE-V O6ANaET HALL - IAST '"•' ro� - OeANaET WALL - ]OUTw va• , Tp• OeANOUCT HALL - M!]T ax .wv� F --<--N (D S*N�� LL � 5 rKA . g PL� Tc" aT -<N —rOUZT - 5AMaXT RALL - 0 taf li O&ZOIN 3PI ON��Tew� To cm - 5 — - � _ ! 9,F ! it L7m ME 0 IIA'.1' --m— OKTmCwK.M"Ar4W TOL" - a lob - rasr V_ . 1'-0 w U LU A1.40 45 -.qt5+-N FLAN: TMET-OMMAT MALL -K 117 y K i$S TOLET K 117 • VA6 TP4Lr K 115 - EA5 r - F, -OCN M5- 7044T - BMW" RA - K 115 / K ll$ —�P�MALL TOLLT - K 115 - SCVTW AG O gVp��ArCK T� - K Jig • rE5T �W"ATh=W TOLET.K 115 -t40MTW .C, TOLET is . S=TW A1.41 F ------------------ A B G v E - Ex. F G H I 1 3 4 5 - Ex. & 5 TYPICAL FRAMING PETALS w Ij %... r9-- u LU MST. U 7 C.IN e of —<N wa� 0 212.10 45 L a :5.20.15 AZII 45 t71>u,r AUA./aYA - a'c x . o- -!IO rtNdlaOM HOLLOW Meru.: a'-0' x r-c A/(O 71lAt1aCM _ry __I roe.-w rosy / V •J �N OMNOVAri t CONCftW= FReA - DIARAW M-A �..r.w�n�•aam.�imr.�.u�r.�iA +R w...au..nv. � � �OulMt..�•.Pi.F.a � N�ueYn. Wrn roo.[ % ew uo-lf .t re I O-IlGI - coHcexloR ..w. �N sm aulxr uw.aR amnnn.� «u�.owk.vaa.,arcw �i \`__ • •,u�• •.y.R• "•n �N rL/.V - NHV OCNCC]alOx ARG OCILIARGeD _7\1n 1111 { O CALW6 OONMr1.TO1i :.LTAL] O gJGC ]rFCG AT CONCls=w AReA I 0" • Y-0' 1' 1'-0' 1 I I �^o`•w ���o`�er i� �s...ro.a+nevr. u.s.a K,.,.y.�u I 1 RGaTR OOMa x I 1 1 a zco... R•'n.:i� � o.o• OGeertox rMeataal rerl eaeu.Gaaleh ARCH �N O asr+ ae�Arlex A2.20 IIIIIII I II I III IIII IIIlilllill III11�111I I II IIIlilllllllllllllllllll IIIIII IIIIII II IIIII IIIIIIIIIIlIIIIIIIIEIII IIIIIIIIIIillllllll I I I IIII Iliilll �nn•�u O�^�' ILCVATW 1 CRWKNb �QMT.441 `o-`....rr.o v.r. w..w✓w O-' N ILCVAl1GN 1 MIJG'JDG _ _ _' I - -iY" -� \y w/ // •r m ern wc~� / / sMrc�M� L t t t t k t t O GONC=DLId1 /d[!A - Naen� o- .�r:5.20.75 F+ '227 r r. .l .Iwt A2.30 OG4pT CCJI.TbH - rnwr V16" • 1'4� YG— a.eJhow n- - lIl ]O ONCItTM rJ.[VATION - ►lAfT V16 • 'C' O•..OVfH T4w - PANT ,'.WA z f V -c A2.3 •W..,e, .� 45 F PH (D 2 --W--N Ptm: M*Wwr HALL - z $08 on (2) iv� Ism: -rco-mT - exH� � - a ics -.Kr—N OftnM-K M"ATCM: Mdff - E 108 - KMrA F. w5 - S=TW V, - 1*o, O OtOn rear 0 4 O 5,20. 16 '227 A2.401 45 F 0 !U�� RAW TOILET - EWER MALL - 9 115 / P 116 -<N Irv, O Ancvq! ToKzr - e its - eA,v IT Lot ON,LRlOIL r ENAT10N1 TOL4!T - 1! its - ecvrw 0 TOILET - m 119 - rawr OoeMa.maw TOLer . oaGwr HALL - e u / e � -�N us ORGHOJATON ILAN: ros.Gr - ID.4 R VA.. Vfo r— 4. OR - M-. Ove+rwds eLGJATXJ rOLGr - G M6 - GAOT O MTdt10R. GLGJATIOt4 TOLCT - G 116 - NORTI O 1/ eLGJATO TO1LGr - G L^6 . NORTH (� 4 • n O �a�;a�ai:, a�; � o r• m o 0 FWf t ► fol O O 0 - O a a a a CCCC, O 00 `^1 _ o _ O - •- r�� O61rpUOR RtVAnok, ToLGr - G a - OOVTi Nil- -- - OM'TGR 1' GLGVATION: TOLGr - G 1� -NORTH � coau s ur., s cs, s ro m.a..w a. wnr .Rc re K ro..aco N rw a rwweNn x•wx•wn.m.... rc.ve w.rrno.er .mt a rxr vowc. w a uu•a .eo.� E ru.,ew rwn.s - m rua+er•6, rA rsur,.iurs rw wrra,.rex wrwem as �e t? is 3 OeecnoN THRaisH L1�G� Ar usmu r ro• F Emma PL*m: TcLLr -EMEW HALL -0 05 O m w ISO V� LWATN: TOLL TMW - voloff -A" - a IN o-5.20,15 j. 7227 A2.43 1 451 F --a*KW WALL -C onmi�r � XWW HA"- C O T:F -2 - - rLw TOkZT - e o rd 'Vi0ll % "Ail re-. , 1-0 1 A2.44 451 Os i 0 D� m-m: ro"m - woom � - e t" :!51-1 0 MVP —"rQ&V - C*404T M,'" - I M15 mill �1lI �1 �®I IM-41IN—AlINMAM—AIM—A U u LU 71RN d- 5,20.15 7227 I A2.451 U 44 rp� �r�r^� worK-yr wYwMr+u � 71RN d- 5,20.15 7227 I A2.451 U 44 rp� �r�r^� worK-yr wYwMr+u � r- Oym4ouT1oN II.FW Toner - axwom HALL - G i" -<N V, , 1'-0' ORG/IOJFTIOX RAN: T01LGT - GJO1mIT HALL - G 1Y1 �rN ��ii ii• �n� n n ORITLRI GLNFTION: TOLLLT - [ ISM . NCRTN V3- 1. 1'-0' 1. coau a.nv a.u� ro xewn a rw�oaNm av xa.•exe.a xrx .va a....xarr got a erw 000a 1 -- OMTGRICIC GLGJFTCN: TpLGT - [ 1N - DG!'M Vi• v 1 q' u le OPITRIOR GLNFTION: TOa1T - G KN - CMT O RITGRIOR GLGJFTCN: To112T - G lYl - CG,T wWl A2.46 gn NiverNrl A" - ZXL�ow PLAN -.C-fq O I'p r- 004ourioN M-M; -roLer =I -<N nn�� � M..& roLJ!T - MWT" " Moo - m =1 n � ov— TO" mall Tp",r - m =1 - rlftT F I 0 T5�� P4.." To", - "ZIT" M�5 - M = --<N G) 1!�� M-w TOLAr -.4orn" wloo� - . = -w--N LO o � �,�CC��C�C�, Cis __ M Z 5191.4ho 00 AR, 0 - 11 all Xi A 0-1 Is rs 0 • CA.i1.KTOR SNaLL ICLD VLI.IIY.LL DMWS1�nS •A1M *O SIAwIRHO SMCl pwMwpS i0 M( i�R'LT. A B G D E- EX. F cv H i DOv"1[ LCGQID 1 2 5 4 5- Ex. 6 'T 8 OvooR r�+e �eme,,v --T!, 20.75 vs• a r-0 TYPICAL FRAMING DETAILS ar DOJM1�DINL a. pOD<Aaap „�`�bppOR•LD4WT cwdwa OLL apooa-ml.pDa TMµ.GwDa YmM 'I." A3.50 O ¢ wt ENTRY a— 6T a ry.� ¢ w O C q0 j 1, — _ Lave 'ME,¢ a n+ ¢ Y am j ® O NICNNES —•—. C—TlL091CN t O'NCQ TY.KCTS Y ¢ w• TI'.12T5 a N1 � e wo t ¢ Iss ¢ w� �:.`_e I I /MASS TYTD CONTRACTOR D RU►ON5.0' LZ FOR ALL RabLeNT'LOO " AND ACCCSDORICS, I CGgeDNATE NEW STA K NOSN¢i5 r THE I 1 ' OYNOR'S WE ARATE CARET CONTRACTOR. I I OFF" TYMCAL ALL ENSTN¢. 5TAIR LOCATIONS. I I I\ 1 N� ereOKAx = 'Ilfl,—oawmcanrr.w TRW' en.,mra LL a.Y.Ae—Iltit� 1 94 r•...ewoa VESTRY"u ENTRY s MA ,vv' i W eTORA6 �j i ALL evor" me roos+ D AND WARDRAIL5 AT VARIQl55TA"AND ; I 0 )()( OALGON" AROUND TMC FaMTRV.N MALL ARE To Be TH � 6�' AND REiM5NE7 TO i r ` I�VI, L1 OR RM i 14 f� rot O I T. reor�rRwl MALL nAMT¢R raaxAAe /� / 1 I ��tt [r � C� C � �� V O ►i N 'LATfOR+I • sae o-� _ nw�¢Tmx¢Tb O —� M (� uT. MENS t t•e-A d ENTRY ��wa ALL nP �" _o�^a a. �bn r.•5.20.t5 NT T I.e MCliN6 Roots rw �• t sraRAse O eoNcese�on T WD e a� L006Y c Ice ' y� yw'_ D ENTRY 10f ENTRYwF ,' I GORRDQt Q �OT G05TY16:.eLL e&M N MA - O AR&W PLAN 5/5�' x T-0` d W lM OR.fK1 TUT M MNTK 4'04l M WTW ROOF TlL M r SR, r SM, r irF Mt1O IO SM fiwL.W MAM@M WTpFML �Y'ri TO WMw OSTICVM1'M M ROCFTFS Fivb� M O�SF� •FOVDm rwrtld FO'PFT Oh TM rlwler4L M TGFTO' HtT /NRM M0 THTNi.11I,LL OE MC110ei M R1�IC 1M000 iRpKiMtCGY41�O1Fl. _ _— orIX TO eeLorr i n ) KrtcNGN tD z�. �7-� 1 npn �t,w:5.20.15 Q 1 we: '227 F"T FLOM � Ord u n• .x rnm aw i+ n eeLav RGrWCFI TMG G7eTNb GADRlGT�, DQAOL6N CrODTIN6 T"e " R hND I OR ' / OIDTII.L A ?r ,r lilW ILIN. GMRGR AlID 9. �.. rG. ElabT & COLOR, Ip•C+ WO ANG rLM G%MTWb OVEN AND DNk OlTO NOV 601MTlR O C�i1A�� �9M7 RG�pt - KDCDTRIIH MFLL - C�LJR6GD ►LAN Ju.r A4.II -<N (De Oge6,m0N /IJJ - TOM1L'T - xC•Ot'1O R.CV'R PaDawrit m M/11. --_T5. 93 Vi' s l'-0 --4--N ORG1O�/AT1ON P6M4 TOUT - YLGNO K.Ocm - rG7tlTK" MALL - T5 59 0 0 0 - - 0 _d ` n MTPJ[tOR GLNATIOW TOYLT - TD =5 - m,7T CITLRIOR B.C/hTGN: -roLrr - T". -09 - 5OVTa WTB[1G[ GI2`/hT1OV: TOLL,GT - T". 7JS . MOICf n MTGRIOR B.LVhT1ON: TO112T - T5 WS - rasr re <r/ _ : OOi CGM �t/AT4N: TOLL - T! Sb - 5=TH O RITGRIGR "ATWK TOILQT - TD A6 -YET O W7G�1pt B.G /ATION: TO112T - T� 56 . MOR'M O P1719�IOR B.G`IhTON: TON2T - T� �b - WT ti RGI: TOIttT - �GGON77 FLOOR - rwlzm N MA{,L - TO ui —i'� 1!a• ° i'-0' -Ti's° . I'.o �.e., ...w.. A4.445 0 7- 1- :Sc rz--n P-0- PLAN: TO LV - *VMaftTR r.Ok - See.OPW MOM - AD. 2" / AO. 2 th TOLCr - APMN. 2" - SOUTH U z u LU F 5 20,157 1 we: 1221 1 --C—'N --6 -<N -- I — I 7 rr�J C- I- - - 'I r L 1 11 1 1 L---j ) L--j I �l F On!M;ZNL�*tD THEATRE ENTRANCE PLAN t4,m Lassy CaLiNa MP ENTRY CORRIDOR =61MC15 ARE TO Dr. RZPXKW. Ft---MWOCW. MMED. AND PIXNTCP. OM TO 591L=TWLOR. 2- L.055Y Y%-WL MV ENTRY VhLL5 ARE P-AMW FLAZW-K; RzrAot ALL Y44" tu"Ar.-M . RE -TEXTURE. MMI!, AND PXNT, OY44M TO SEL=lr COLOR. %U il A z 3 CITY OF LUBBOCK MEMORIAL CIVIC CENTER ChapmmHarvevl I RENOVATIONS - PHASE TWO A R C H I T E C T S, INC.I N 1 1501 MAC D.4117S LANE LUBBOCK, TF-x4s 1..,. 1.N.r, m. F TWAMM - W4K OR NOUW mom "no M: a Aj I., O7CaUW&M -AN, MZF�L� "WAME - DA4K OP HOWU ,a., :TV u C. x I-. T� -1 A5.20 45 r- uT rV[^ro� w• � � O EC+ANCAL b/.L AND MCOMMYOAL ORFYaNfiD �GR ADDITIONN. OC OTRVOTVRAI. �GR is GPFIL'Ig1 � u ..o w.crwom �:"nrwnw.w'- �N OR!•NOIATIGN: TNlATRG - MGZTANOR w- ra ORGNP/A� � RAN: OfIGC - T4!/RRC - T O71 RG'LR Tk7 DGTA6 .1' 01 F,m A1(- — .1 1.L 5Tm)dT L ccr: OlGpg TNROa6N are AT m=Ame CTA^ Omm" 1' . T.G. RGRR TO GLG MWR L AND MKNAMCAL .OR U"rN& AND NV z ="-S a ORLTLLOTCp cCIJNb RANI cmzg - TWG T" - T =1 va• • rc dw. A5.21 r • o,� m m m © i ca o o ►pp pot'( o �N ODMOLITIClI RAN: TOV6 T - TFOATME - T I" 1 /4• v �-0- 0 - = 0 0` - 0 0 1 / T� TJ07Til16 DGv' 1[ NOTG !>a9TIN6 OO.^R AND �R4,+� AT 3.17� Alm S.i3i TO RBAAPI. 00 ` NOT DAMAGG. GLGN, RGrA1R, _,,ANT, TO MATG OOLORO 5=I TGO SCR NEA OOORS A-0 rll.-ft ADD A 76 X 76 RICK ILI.TG TO CORRIDOR 5= C DOOR ORp10JATOTI /LAN: TGLRT - TNLATRC - T U' D - 1 j Q O pl a b b b b - ---- U ONT6NL'R GGJAT 1 -TOLE? . T la0 - NCRTI pITTJ[ICR lLNATION: TCg2T - T 140 - WT @1TW ^ WATON. TOILET -T 1a0 - SON 27",M OI6 CW T ;* TOILETT - T Ii0 . r'G6T P'1'iCR6'iR ILGVATION: TOILET - T Li^ - NCRTM O O O O Tm -7.r ,rA I I , .J Ol�R'lCRIOR 4LJATON: ORCa+6 • T 171 - NOI[TM O MTORIOR CRG/ATON: DRCLIN6 - T 19� - WT O Riip[fGK ELC/AT,OIl• DRtlOM6 - T 17� . 7OJTM it MTL![tOR 112JATON: pRWMO - T 1.7,1. YIDT O @lLfiRORp 7Y1¢v.CIC rLaN V4 1'-0' 1M• v Y-O' 7/1• s 1-0' i/<- v 1'-O" �/_' a 1'-0• A.r 5.41 + 45 r— .ti.a �. OPLAN: TOILT - T1lATRE . T �N f . 1-0' ORENOVATON FLA11 T04GT-'M1IGMRE . T TSB �N Fi 9,;410. o A !!I II'1 ell OMITO[!pC EIlVAT1ON: TOLET - T LEI -NORTH O NTERICIt ELEVATION: TpLET - T L'A -Y!'vT 1/f' . 1' = t 1ti.. .a.. - 3 w . x U �F WSTW6 DOOR NOTE: E>`1STN6 DOOR AND FRAME AT """ TO R'S'^`H DO NOT pp•� "' �a a.ns DAMA6G =m, REFMR. FRIIAE. /MIT. TO MATCH COLORS SCLECTED FOR NEW DOORS AND FRAMES. ADD A alb X SS KICK OID FLATS TO CORRIDOR SE OF DOOR AFreR aNarac IMIT eNO► DRAY'tN6 a "mrrrw AND AFFROJED. RD/IFJ'1 DMQISIONS WTI ARCNRLGT mom TO STARTN6 ANY AORK OGNI./A[6GD SNOI'6C FLAN F rQm� ............................ ; A B C, v E - Ex. F C7 H 2 5 4 5-Ex. ........ TYPICAL FRAMING VETAIL5 . I A5.501 F OOGMOLTON PLAN: TOM1GT - C)GIIdT MALL - C 108 O RQIOVATION PLAN: TOILGT - tlral®R MALL - E IOD OOWOLITION PLAN: TOILGT - 6KNIdT MALL - !' 11^ / G7�6 O RQIOVATION PLAN: TOILGT - p)peipdT HALL - G 1]� / GL^b OGLMOLITION PLAN: TOILGT - dW IBfT MALL . ! 109 O RQ/OVATION PLAV: TOILCT - lNMI®R MALL - G 17! f- OOGMOLRION PLAN: TOILCT - 0-W19rT MALL - 0 111 / FlIb O RGVOJATION PLAN: TOILGT - CXMIdT MALL - G "1 10116 GENERAL NOTES: '` moe. w mp�i�41eiiocuii:le umliiornu�oxow:x<[:: caoeb. v.�m Ytm P[puAipwf. � Yi�a11Y:d tOVLaVr IOGIm:IHm ELtt UHI FHaIaID(a.IPKMXNp � nupsiiu..iu'"yxuinvumuawi`a'i.ovwetta.LurLGa9wlr ipwaw °iN"�f cemxr"4awiwt�li eN�i9uwlumwourt.�ci�ara onwen.i ,9u"�ixo :YXpEX5p6MV,NNLL fpq VM[G4roKM W WY. WMYMxa11Mm t0 a6a/4tuL[urWG A4pia Yml[elLDal TrK YunYYegf41VN[HmLaaPY[xi ..m. s G Hl[a1flFYpaLxfal plEMlEp[pULfiS. Xxp HI RUM VHKS.[NOY u,DXfRmCD loxoavX:XYi um WruIIDYNYIXluW[p SxHI YEa4vpK0 KEYED NOTES: i aNDYxwD.wGV�lan Hm X[GIEDipp[pftmKwi[XHUKxi PNYm MG iDPpINI W [XEIi [Mtpi MMGYWE OUSIn US4iuiW f. NLIVM1AMO wlce otsl.umwlwlenewuLwnaruluR O mwi<LVH[num uvMan. GV waif ULwi[N Waa paOmalXlt �a owYOK,Wiw[�eno-iiuOwueV'rw:COwEK:i�o�riaiui"wE. rcKK"Ilinw�10xa ee wruuwwwul afw1YN[w[uruXgar .Q�ilY��rcxnwlr. Gpwrceu�[nbwwul iwvirl. GpwattGtE O 1gNfpH�l1 [Ni[xiuuwuTW� ENnw�4�u1VNL��iIMUiWIeEp vg1HYCYWwULeUlrmxUv[kiuR:i. OXf-YpSMMLN tw[Y[IrIM[WY�IAYLWN9[ YL �rD tl Sfi IIwC NMIN�wt wl A! uAiNl[o w u W a KNHo I¢n[N tw4ii �] Dgam UXYIFGMMfX9W1lpE Y[RKip VArN16wM Y.0 ptplGiEp O pltopXDi�ac! IDN Guiem 4�p¢�E RpONM4paulC. RuaXWlNlxw EIKkicdb MechmnlcW U—Iong E. 1Xea9 PI.0 OxMounoN FLAN; rater - CaxGIT-ALL - e us 1 ORGNP/ATION FLAN: TaLGT - ex"W -ALL - G 112 OOG/RRION FLlaL TaLeT - CNMIOIT MALL - G 159 ��r 0910LTat rLA%: Tour - Voga T MALL - G ISM 0 04 0 Lt}10N FLAIL TML, M&NO noN FUN; TOLL, OADMWI7TRATNON - AD 20 / AD 216 O ADMW MTKATION - AD 2M / AD 216 OOCMaJTCT1 FLML TOtl.er -WANT HALL - G 145 O RnIO•/ATION /LAN; TOa.er - exHSIT HALL - G i:n OOb10LIMN FLAN; TOLD - WRIT -ALL - ! IA 4 ROWWATION FLAN; TOLCr - GMIINT HALL - G J6 GENERAL NOTES: Mllm gw0+[vAl[x woHM wwouu .euuullolnawa resin wM KRrtwalww R�.mlO Y/+I.oMM-qNO MfIIOIAI. x[wA»owLLY ~ � 1�f.R wOfu lOGl-.R fmfMlOmw4KYa, WXi, UVY MMwt{pMwYeDOLxMINMyy RU41bLL O` MI0.1WLL�.wot.v.ldn.Ww31[wOWTMI1Kl. MIMwYtlMrcL • CaI11WlOI lOY91FrtOCITdIwU®[M.W LbTWmiMfwlMD Y1Meq Ol RwMwll110.�OtliwOlmAr[Or101� IUYW11u1C�KwlYvrOwLL wOtTO M � f011 WIMY11WMIeM4110V:M01M f�V m9MN MC[LWYpYaAV wr.um-ru �a`a Kwwrlrn+lar, ONwJie1W1[II GC6e1.wNrwuaeoeowuiwwz wwum ureuaw O waa Nuvle RN�4R{iLNlwaeeNa.wwim Ox�m1eC11wxL .y. Iw .eWOw,IM1K pYKMW1C-W.[NGG.RNa'!M-LT. t4t1M ibI AIRY n/MOlO0YY6YpC.ImG0eN0Ylcx RMY. R\'wOT fO KwR'C xOfYWIlOI441m1MllllwPe lviGwDKw11VM.rOtTO fOM1 WN.f1fOgOMtLWYa Po1lN.INwevOrt rYMO WIx YOIrYMOIa IWvwCCIr LMW WWpN"J.e{IMIw NINIL KwrVYgWLLYw3lwtmN II.dNUwruluma.umu.ourmox ns Rlw.E1M1IrY11llMmuwcn MxMNIWNItMgfl rOlAal OISVJVLYYlrMUYV1YMCMAlm110Y. iRUOrl YAIG wGvevflAgLbtTo 6 „eNIW1rMMVlIUROlwrtIi NlDfuR4xwtMf.IWI wvl[R[xrUlf wllw%�f<f4wO MLIY1uLL KWMv�OwLLK waluelO Ow1�ASClr/+O WutfMWlLLwoHD Y+LLeI r/lwPm q,wlm p 11.4E elle011w rllrYmlS � OI Mla<wuwwaulwr.wOq[UTm1�wLwWTw wn rwrtf Y[e Weo 1'N.Il Y111.4Ci. �lor�"Taae.eanewlwLy°iolw Nr�ium�liwn�.onVP'wu N6.c `�` Nlmw ru.o.oxewfom.wc. Qi m.9oIIWAll111R01ovuce aructewrxrwm+ec rs.ccne ®mlmnwlu 1vsm. wevwr r.sloTOKwrrraw.ovsea o.w. �Ilaonr.0 xwoasuoraulox wwulewaw11w4w.ea.owua 11.11r.u. �w.�vaw.�"casw`i.nrwu au.�noelluwnulcnw�wlxxewnoa. 9MidaYWnNW ���r�� nwa �n wTw urtA wv luw4arc wnwn roa4o Comubv Blp—g axe �ovnwwsle.xormlr«M,-,w.�>M4.4� W.m Mx.owlu news Pl.l 4e4[iC Pvtx PV nicOx,MCrgt 10 W V 11xMKw WlvlMvpP4 OOAOLRlOM ►LY1� TOLGf D MCGTIN6 ROOMD - M 12I L- LL® w ®a u® OROIOYATY PLAN: TOLL[T = MALL - p 10'1/ 6 10D ROWYAT70t1 I -A :110 p OMO2TM6 ROOMS . M 1�1 RO'1CJATON M Ift TIIIC 11 P!OMMAN MALL - TD =5 / TD 306 OpMOLR10N ILAN: T00.GT OpANOUGT MALL - K 115/ K 1/D OMO:TNb ROOMD - M 1� ®rY�en OR@bJATIGN qua+: roe.er � MALL-K 113/K 116 LL E' LL � PPPII LL ii LL � it ROiOVAT1pN rLAN: TOILCT ROIP/AT10N'LAN: FOOD STATON OMEtrPlb ROOM? - M 1� O MOKNb ROOMD - M 106 KEYED NOTES, R[al[V[MN MIfvnOA YCIIDII[DTa4 KWICwIGYC r9rt t'l119 �KD� fwYR1I GI[Ib YWWMY [UWiMa ILLi1ML M[W1AY. aucDwWw YwOMW DwD[. Qi w wu M.nuw(pr.wYun Yovwn[uaa YNOwY1 pi w�w[w.Gamrt Yavwrm(ww. a,.w[iw�iu�iRc��nr�0rsw wLL KYLIYLLLYM%LYMOI.M'NIYWiI Oi Y.Wf `1U10DYl. WVAtGIWYiOLWLLfl[IIW. W1W1tW Oi YYw[u0/Mf1YCI�MImtRR YYD.aw11G Yn Kxf[vnDMM (O KI.t1f�MN4�Y1 YwMI [bOTU lu1W.vLsrronwuK ©Yuat � IYUYWYYOIIDAIGIY4 tl1p[ Mip YO WI1 Mn WLLKY[I41mM WYLY�ON! IP Ny[t MSR[IINL rM t�sn OKM[Dw�t[NUKG YOIIW[m tal4 WraaRYOWran[![6 OC4IOOYLMDt[MGDutLK Wu[1awM KwDtlai.a[putm. ORWI1 ��.0. fM WIMOM ROG GNN GYudulL RypIWMrRW r0°O rYai .�ewRur�K�a�nYa�wv.ac mwYo.0 GENERALNOTES: 4 I.44MO alwa D W N w M 1M M[gNTpw RUMn HMR/anY[IKX �lat4 a11D fZUMICRVwN1f [oD[i 4frt YDu�,Yaa. i D.cra ro.wr[oumnuomn.ucmwn[auru[n[Yo c �vcra wua.warwnomameaa Y�c�aaurto.uow wnYurvYar Kr.Mcua[aso[wa Wql MM1TN RNI�iDID1G[a Nq Y)MOMatYimau�CDaYavrwL Da rnnw(w lH owuwuLLYHDYYu4D Yuc Gran, wMo YaDumwo[wutwrvra rMoa[[ wawa �owuviiravWwiuwgwrtrna.wtnw.�avon ro luaa [e[DY.nrwteDe. na RURin IM1uK Ya [wn[m Ml IgD[f �1G4D[[1tYot W Wf YYDRVpTD Owl tt ulwDm Yin Kllw1[DlawV W, z ■N EkdYal6 uetlwJ[N iG�L�9"'J� PL w : - i OD@IOLIT701[ rLA[V: Tg1.CT - THG.TG[. - rLtM6M6 �-Yln.l, , W . n 1 Q" f — — — — — �1 !u roo,atlal bP„[olne[r, Lwow nwnvuvn llnluwwe.[. —� I --�----.... L �luAoours!lcq.�xt[IGRWNI)[Hrir wv.aouoRlwaow y v>..v 77 [ •`�" 061 � (� uq.• I I �� I K+oatlwlVVxMORLOKU.iWIn.[ I I 811�� I oRwal4WroIM1. WrYJ,. gDW1,PIM,[d.a,Yul tl.gq.R L — — — — — — — — J I " •'•. — I Qlor'�i wurna[nrrop°waw Ri[u�"roKiwin we�liwrr''awnun r� UAMM. {iqi���� Lui Wim O1410LR ILM11 TO 'l - TMCATGR . NVAG ORB[OVATpR HAt[: TOILCT - TrIGTL[ -1NAC I I GENERAL NOTES: A l6lµlAtptl!luL C• CYv.M MMI[Awll,]Nr. rt4geq COK J RWwilpp lOf .il.1L/MIC0PK0.Clwc13 [�0[0.1/wt b0 O ROIOVAT1oN RANI CORRIDOR QRSmG TNLATLR-PWMDNG LmmRClon ro V9VYL140M.wD1®bYt[Af1W[agMw/i[IYIY14 c oon.�cra ww[ccvalrtmttnevlane orurasu.rrowwxrw wrruno+b rwucLrwl,olwa. Iq�acvu"�i«�n<u.`"![�..wle"`�"n'Kw�"rm�'Wrn�wneunwn['r"`cm.no�w.0 o�`w vwrairoi �woirnr'[Oio°ia win"iu�i 1�"iatoimna'�n'lwiurs [WOuoLCAINo» tK /,..,..bmlul[!x0[tlgr[mw tnm.[. I ( I I Q! RK[arwlPnoR,,Ww+IPu�ul.olquw/.cn Wvwtrtlxlnwv Qi RwlR ub[.aiuo[wl®1�[Ruw�wgPllcwrtrwu[.aclolgn �� wMW.q�H66M LLI[9 L41YlIW. rlVrnr,orCUKYGLLC0M 0KtlP(Y.Ct HUonllK.u0R1.11LDltlr KgoK YwIP.wD16n1 Am6lK,cw /0n11NCR L PIPCNnW V.:! tLW 1Hb Ip1UY RW W[10 WL K 41r�LLlfaN W 4L.CHMKYIMUS{N Oi K.V.tvNLrKq VYYLL[IK41[L 11LL WY+ItIIH0 YYJR IKf NNrO xLl fllq/C8 0R10.t a1[NA RIAI[ptRY, WMnil{/MMt[I110.[I IIIAYM LK Qi uuoanuw.�[mgavl[rurrv,[n uK vuwou,co Qt[Ilw!lcmaia Kw[.urrgrn[rt uxrooq,ww[rt un row..ela [WJ1 n101, P.CI lOGltlp. KIM.wD 1@ b [Mwg1�V1 0711GT,WW MMR AN - V QRtlonmaRwrwaanllwa wa.a�uw wxasuaowtmino AT6t NLLN0$-NVAG twn.,m W.tl[Lx¢rtiaw[v.L O cKnrweltiN to�Imr�mcMOA [o �iraa slur nlr�a MSC nuera 101 CWtlOR[[tl1MRtltIIAl1L.Y Rt4C[D[IMNM'aMCL.f Kt lf0 O CGq<RWIOKWILOM POM �A+06/nU,.Y MnCIL1Y[IM Qn �onmH.nrrwucaauWaL loorour[uot lwnrtod[aunw 01111+f. 1MaiGIX6FMCaR0NMHUC0GW YitIYDtJbiOY(Y Vat OM MLKLII [YHttr t•W IU WnPIOb NOVtcI[po.TiNtCOGppI Kgll ilN'llb YwrPlOblS OIQVL 0Y[IY[Ilgi YwfP,1Y.U' 0O1W 61RW b 1Ht MNI lWal KKY0K¢Y4LN WROMXCF.VK OrWLlu�n mHOirtWcm ao�'n'r +�E ro[nwl[.L neoao[Puulrr«oum[.ww Q wllowmm�<n Kwrr,orvrtu Kluwwetotul.narwlvwln uve.t 1H[ wbwa �WIOPNWUL.wDpTOw�H[l�t Mal Na Weil llMiO. RGM�[ � Qlw�[RwlwLl wwwl»-Ln.�tl.K, [.1wdt Lun Ka[w.. Q �. w Iw.ri, nw[ K ,Vuq b . m rlw«1 L!t GL[Lo.. M uo [ltcl. OII Wf.tl110b YPMIm141llaglNf 0M.Mg0w01[ u aln[n CLlsPurr MY.wDMw[II0b IPC1NWp/M KIMaN+II Wt.wDttCGlltlf4 CpalIM YfG[4K[ KM M0IIIl4w tlKfbY 0t1[C Itll HOOF tl 1[In. Yw.[W fv. COOKlMR V[In VJbF000MIVLTM rNll H0YJ4ANM0lYb lNtOrJ.M R/NR Y.GV. W Ct Y/ItliwMl+4Y KGn[O[nn. >Qi rmwwuoualglPra tivwu ro.anl.�mHt KnorlLlulullvl 1T1aIY l.4Ct ROUKYLn[.i LIE / i. _ [�1 J� _ t INTERIOR CLEANOUT DETAIL I— DFFUSER AND WALE SCHEDULE frrN rrcOrN W4rNchrr fINW IA COrw,M I.as yam, . bw. s.rry nr. me PAe. �r M/Cr Yd Lq r .IN, nw-s rrr«. u«re rr.w. ® s.r.y Tib. rx al.o. Y� Ix.lz/.•f Yd I.rr r .aN TNY-s .eefcr r...l r,4,. Syp`/ Tl,f 1eC OJA GYwN IL1S/10'f Yd Iq r w Oel-s .nNu rwnt fr.,w ® swy nn. TOC ona cl" urls/Ix'f Yd LNr r .lN Lllws wr�f Kowa fw.r Lpy OYr 1DC O.eA Caiwr Iy10/It'f Yd lq r .b, ilPl-S rRNn 14.n1 fmr Cmd 9.,f 00r 0.eA 0.*w W IiA., CAC ]'d Lm b RiN iNY-s Mm uw.l lm,m GMwr r4r # 0.60. O Ty e+n M,f,r� Glt fa y r +tr i1a1-s .n4. N4w1 I.or� f.,[,Nivl qr ]Or alb r+TW Ih10 Arrirr GIt Yd arr r .RI m-s wAon Ya„.t F— rr,rr TWr SOF ala. E.>tiv IU12 rNuur.., Gtt YQ [,nwe IINr ]Or OAA. G.iy INNeiINw Gx'd 1q r NiN TNr-s ra1Ne. If4w1 r,vN. rr.iM Lk. w Q1A 1 C.'r„r 1 IeMw .Ie rN.ntNNNOftO r r E w r xn TNr-e vr.. fl...a — AIR HANDLING UNIT SCHEDULE w.b,war,rlNM1 r oAwrt T,Pr�NM "�a�iuiw �rHen' N.wwaf...r.... Fll +.4w •c. rw.,+alxaww urw.r.u.e.w.... w. ,nrrt nlr,4,.,+n `r.n,Yur rw M rwn OUTDOOR HEAT PUMP SCHEDULE CrfYP+, r,.,ur ltiaalmo r..erwra f4MW ..--..r � O.ITy r+^vI ..w y� �, lrvro airt.wrwr ur.MrR.azr.rl If � Narrrf u.. =f x•���w ww, wrw. u�Nrr ra r.+r [......................,.r.., r ew....rw.., r..wr..... WALL CL EANOUT DETAIL No arrir WASHER CONNECTION BO% PLUMBING FIXTURE 6 EQUIPMENT SCHEDULE l,� mlwrweEv4nN u.crslloN E""1O1Oa uwlawwuu � Ngxl@Kuin WALK NttNdD4[i. n �rasPoi xura�x T K•RPW NT4wNW r4tNEw. �aW[SW:Lt_Yr«Ltbl cMaeN rauun�,waE«woe mof avu iB KvrWItW4r. �YNW�NMn�x !%1 i ornK. uo,N[u �,b%Sff4i.HWrw YrSr � V n4a4L RUOIHW0.[wwN[ L wu rarn�ov.w.er 6,/M6ai COtHlawl �u ru rww n]w r WLKi. ni<W,[�CIPf4lKtflH. aNw u f�rareEP.o.`rs wuiwr � � � .0.T atMl«OwAAI[P rwNaln•wre+wmwlNrr.lw- M«r0ail11CMPNGwLK Ofof[N6 u awNuuN� «Yrr N.«Komruwa worm ,Q wr Fw . e� G oau[u mruliKENraN4 r.ai � o iru.�ca�i+mmi r it �10E4 •••man ur ry uc .rc xuwall a afnoNAlEle®r4,c[l. wo�r� �rnr.rw, � I@ONrOINr[Or01rm a1NIf� RihU �r� Y Y lM.4I.1WIMur FMNO �= wfu n.Plcw mwurrwalawo,:N n4mfirlw PI, T `•"r niwzmswun.w.nwve,..a, « wr C ra rlrrAca,w for Di r NNvnworcEl r P� fl M1O«Rr o,In T trFIT[V KM K«i la aW00n EOW. 10�'rNWnC =u mewed wr, rNx.r n yr r r r�i,� wr w,vs facer: sur rwP f»NEnirmar wrN as wl m�D[nRx� v,�i� m. 22 ,wer o4.v r><N+s r oN oe wrm ran nortA uuuai ;"f euai ar�auwEauxo.o viui, w,rarl oAlrweoo NP IIIf11N. NIK[D I,rYrIWY NEGEL[Ea-03 WIMOurNE Y Y �f lam. w l,NrrW Y r�r tie M W a r.r.f —w Na PITON PAN FOR All N TIPLR pIPRc flfL CONOufrS NO afiiE NEartn! rNiiv.RE M11NrD rN. r Once. Y Y fw44� r l i r°ir., rr RFFRI. PIPINGK:NxvIRROOFPFNFiR.Tnu ND SGLLE Qom" O� rw _..,.,.... �., P2.0 ✓ S OOGMOLITION FL. ' TOLH - COMM MALL - G $06 O--W*TION FLANe T-Z" - —"IllT HALL - C 106 O004OLIfiON RAN, TGMLGT - ExHlar RALL. - G 1= / G136 O AM40VATKM FLAB: TOL Lr - amw HALL - G lr / M$26 ODGMOLTON FLdN� TOLLLT - cW116R HALL - G ASS O ILGI/OJA7ION —1 TOLGT . F--- G 176 L OD?10Lff10tG FLAN: TOILGT - GOrLSiT MALL • G 11S / G116 O KaNOVATION FLAN: TO LGT _ ONOM MALL - G 116 / G116 DEMOLITION GENERAL NOTES: a vLIdY4Ktawloa Rn/ILRNriWMHo.IlcIN4L aarar,mrnWt L KWYIucl YLWaICgFUYpri WLXOx.IU Y/OV o[uWrox[[an C MFOA 41 n1cI.lcR OMGLLNw1lf coil FCYom urano OOviIFOLtrora n IYliTt 41fYc1RYx DMctl M[R[RC WIMIO'lN4LCOrYr,.K1LlR (. murwn�IPi WFMLDuh 6[clln4l� iFrtLlctFbWp 1. 1lW�n1AK11n11iafLC xORO o1RFMNl WIIfW MMDra n �nlL[G+Nc.Lan¢l romm.a,9imwWLwKRrrennacaaul uo +no.:o L.caroronarauow F TSr6a RcaRoto h'MILWLI K 1NGILY��1� nM�x gVRFuc.YL OlKRc6u11NGNa IICLLR mrtF.nawwL.wvtt Ftl Lua.ra wiwNa rouirirr I a riotl urt.0 aaun®nwaiuFY .w+u canFnal+c toRt•onnnrraun oraumra L eartRcla colt KFh Wslin GcicRloR ba¢I¢w10 at1,0�! ixC ro w rcd[ d wwt RaY¢ o No N4LOC ui N io a wruLlrm rouarnmm.R mgwt cdenlcraorll rle'Rq Lon M CM[lf Glwuocxd 6[GINV.L LaAM1:Nf N K01lIrFD 10LU1I0111 M aMLILcr1lnLNo uCow[ut orlroLrtAr, W111R CYmr wfA[ WIIOIc 11�1D�� �l�alWlVt wl�r[a.cYLdNi0lif waFFera WY1cWwmci[ M6K110GKGluGYFGxRo�a6RM; COMfr[mwoad 41 M lM1.tlp1clNGLtgItV,r lwa M CGril,ClitliwofW,r vqK uaraal"°wu�a..L:u u�ir .rcLOYw�rr rwa�O.Lw� orwMia r¢w.m[.v loiowri. RENOVATION GENERAL NOTES: a Rlp loiFocrfnuut FvuGtlouucrwrra Gv.lci toCitcx d u. rn.n wu+r[ o unnuc mmrLa �. awe.NerLw ovwt.wrwauclt«LnoxdloFfl KEYED NOTES: [Afdtl N4lrnrrlrrDaWrgHIONFL0.wL0 LWAlOYYLL.nluc r YMMGXC/CFI IOF[RW O] F6gV[41 W10OCGN0Y0UlR01bMrr4114LN 0aliwL lPilbu YMMLXC YI IO KrWI Q O6i1Mir,NFLS YOtYRLOYcrtrRTRTOYRYM0. I.OII.a MILKM OwW r 10 Rw1L O iMKlrta¢r110 RMrFl VLFIY Wcr toG�l101ruO�di Crr[rMM IOW O Ml�Drmr[na[ENSMirrOOY. corLRc �RWIIIRKC IOLAir.ALWd OLMI IRNPMLY iGN91RYLA INi FOM1L Q c0YRG1 OLIpOIA.'blworWOGdIF60 WRngrM rN..V011YY ta4N01bNLN1NiLW1rPl Qi mimFaurlloocaLWRY aermR s,aoF wuLuuwa ewra wuoeL w For i a xrLaLTn law. lane ILL waNrrcglmrs RcoionntaG.c Qi mRwW�uLwwR Lwlo[iuwLiL urea mnorwawa WYFOLm CaW.111 WLL MIIW IrWLCd,IFGLNl6N t10111 flLlWip OIi FOgrN011,irWCX IOGOrt110.YL LW tlfM iMIIIIICiNMIFOCY, .FG10L WMICYNl4W1TW WFOd LOVFR O r,[WYFLl iccca YYLL L04 WCOF MrNLI[ Wca Wra IIA6MIG LrROIm LOtMI. •Fc.IaWMLo0UN6nLM I.vLRFOdfMR O MLMOORV 4MIOI OMb lNL9tl XOo.. NAM' GnCT�WCIAbaci[ t0 W rOi YNtK KMdIFIWiN]li MIr6RKFt YOWtrd/dIKG4IKVM MliOR fAIVDNONMKCTObtYpLFFIrC'HaCYr NO[ROLOIY xlow lrailwaua wurY cuGrwwruoRouRRroaaortruoF ioW Q Nm ra mN�wwarawcilwt rFnvnl Rwmrr. Hol[ctRt[r om�nrcowar�Lrard[w.�[ LiarRu�cl ooraru�suuu�ro�� Q Nm roLo�c rrpumwmnwrwtKa mKgtooamroxwmr_w [91L1NLFIAF[F NRARiI IATIRn IA/ IML L,R}N MLIIOOY. mouua To rFata wL Ra «Nn uiot No wI W NL roF � cart erc clfYlrNL K,rrY vrGr micoRna me BMIuld4edpNtal �6(.�;'reT:53,rJL.•4 F OOWOLITION PLµ: TOILCT - OOYIGi1 WALL - C 142 DEMOLITION GENERAL NOTES: A NANYfuCl OLY0.11gNRgIIIIfYn119wM.WOYIFCIWVt [EIpLIgMI4x 6 KWYw•cifKVLfEKWBm[g9wIMDaN[Ix tlfllq[OLIpLIgx HDw9. C PPIbVEKLLLLCIwCXDEN[[fMw4LelOKIxPYM'm PMDIDL0O1MICipt a Kme+unclnrr.K xxafineKLa3gwlN.pvrawLwanDgIINL e' "rJ10iwcip Ersvi�icwm..nrinLi[p�nMY'�crlorLfwlw[wgwM i• tl1�mKiW:M£9L.giEDK[r�ss[cnu[DS[SNDiiNIDMYYDfu .x NWxORuq O�Mn�iOPaen OFOMgiI WVl1YKKYKD1MmMWraYO N a auYw'9iiowio oiwi D�wrixuiee ala�cnvcooimYlmwaiie L[awo3uclKLDCInim.ngYTwEo[a. canncra aBYLPxDA9e KE lwONKA LYIEN44EKCe3fMYTOIaOliillf KLPXDIfKD i[IYgwFY IYMG. DDM.ttEliG i0 KLP [9tlIDgIMNn DKw}pYl. 6 [wI1pCIPtYNLLKM W1LlmiDeplKwf fllaE[tln[giDfln[AYM ii[ IOTK Si WL Pr wM[ r[!nlEm aY0 WUYDf aLLwLq. ] 11l COIIVtELEO[YCYf 1q�.IW EIECLWCK LOWI.nIt 9KWKDtO�Milat IK MIOLfeCiYlv.KDYLOWY[ LOfumligxMWl GCVINKR[Wi[DTD K n[LpIYYKLONpYrKOVaYND1wIIW OLCWLMWewiDLnan[SLLTOr 'mvui[ieaw'illwulo�f.Ku,�iL:uii,�..DLemi[eiurx�[Dwv.e"'''i °Fiw.i na D4OLK1[wI.O1KavL[n rw�i yq TEL[M AS 4LW�i.n+Y nnRnEr6�iOliwi[wO�eW#oNYWL[[ xFYDV[Di+c#IOLDWeC RENOVATION GENERAL NOTES: w[n[ara.xnn[crwNLlgnfnmcnu+D:uxrof eucr Louipl OF KL Gnt wo BIDI W r m Yelllw0 rliTw[f. E, wmYa. .Bn.¢ciYBK DV[EaLL vxaxfa LSKrxDGrplM rmeT L- t� ORQIP/AnoN ►LAW: T01127 - MOM WALL - C 142 KEYED NOTES: unllmWLLLxgwlm3Var[N61iDSf Rnev[1 W.fIwOrYxNlBWCY Kn VwIL 6Di io[[VKY O[ RLIpILKL W9iw0RDHGYDu1lmlgMiiNMff wnY WOW. Wfluq (� WKKMpxWI IDpeKMt ""p�u.Uf iEL[e�pTxaaunlNrwf lOKPc..e4eD W9itYDB.w[n ��Ewo aK`xw�r ra ufYu�xv�ovci ��.Lrp+�.xeiE�OmwimlHmwoox is em. Qs KwarEssmuwnrNrweroaworKLmw.11ufKwKLNMie.iK xp�ImfNtoEYR[fMpquC[� +wODo.:iiw[IY� tY�iDLYit[n [rry Of KKK pmlw+aL3Yr [u� 1ro 3�rwflnDdwur wnwD�uwli�i m9InEwIpL O wq�WLwin[vnllnxY wf0[gYL Ifn Yaxp��Mufp Q. nI�Kw9rKa ia[wc[a. iel4ens9wueexxNWawrLwrraD.wq nYs [�IDun�9miwrom�YrSq aLLL YYRfILIwLiwfWYWY, M0.4eVa1N[LW ilYRI1lLODr LO[u[LL LwTA SOILaDE YDwimLVirx fNiw6lOKDafKLLD[LD/LYWDRe �WxO [a31W rAV LYBHrLYO<NMiugfONlmL Wpq f[wFglw] IgW.LIAY [uCi WpxpN W w16MW TDeq O W Wf MMNxY 6C iRr gIKCFIiw MixD�DK L!N WL4c�M�mn10W '0' �mu�[iifiaaiuiinaKos"m:4nmwfimawrwv`K'Yuva ex.ci rgYYr wn wanfwnivan r.q[roirn OMfYIffmKO KtbYnX[SiS:W Ew�YL�wi.Oq nfsa(4 EawXEln et�2w OenuTm.YI. WNi NLMLR Y[ArY LW.r ['or611pO W LI[ IgDY rowD �L�nrtwlr�..ei�ifmi nr.Yi a[Ye miK''YS w�wLDri'wxi�Y.Tciu io n'w ��ulaalDrwe�i�oui�oYo[eNtYatn..eKmw W9r.n9vnawaum O 3} Ofk O , lk OOWOLfM1Ot1 �LMI: TOILCT - ewmiff HALL - e 149 OROYO✓ATON f•LAN: TOILG7 - W+IET WALL - C 145 U< N Ewtigl6Me6rnicd IilF '['qA CDnsuIfiWEWginew9 El. l Qom' (DE) , (—Do1 �.,.,.,•• ,m.�� � car � � Q+ 'IJ DEMOLITION rLW: OEMISIT HALL - E 159, E 164. O 104 DEMOLITION GENERAL NOTES: • v[YM1[RClDLYWIa+ofquxY[,NbLYINaRuxlMuaHO[YDcnEW,Ywt RENOVATION GENERAL NOTES: YL.0 roaa01U<fNutRlt[LN04VYn ICWCRKlL04tnN f, vLNKLYCr YLv.YtR[DMRfYfutO WlNnuna Y[rMLD[YU,rnxafDW0. NHt [faxnYOwn[Ga'+N,anrlgSW6. e, aeuas xt[,aeiaaLa[veesWVRYulq aearsomrsxnnl:amPunnN q wee sro..au.tecrvRx Ownv.LrMNrlwra.RLouiar,a rnEn a[YDIE xIULC,RKLLpEN {i WlE WERfU W MMWNYt CWaiRUDOnI E. Kuw[un RK'Og[<isw U[<rRl<wl Maifi WtWWNO WIN cc«SIRI.�Ia>xwraemfonsiEn<aNa,Ruellax. KEYED NOTES: r. a[W°MEWFDIq FED fufiaOWW iOisM � IV�c s,�Ruq,°LDI°•vg�'LLE�nr[DOIMLMMfi�LaOlfivat RaL,ICN<NtrOa[1Wl q xt[NDia1pK OLME[s,OLCaYallYlOvuLLINKRfsrE<iM tLNUirMo WnunaYaLOMaloronnamwx Oj REup2H1[4a1NUEUYn YDILnmaMT MiWEsniNSaODLL Wifpq wrEDraRnar rgKwx N, [slTfnlxslM1 YULLP[Wp10KINTaW.puPggCOKiaY31MM UERR14l OGYIgpRL[1Y[D°nWlLYrt rNEWLiOLFMEY0.40. U1sixlaw4lfOtxO �ttYsxewR[nraaa[EwWawsaeci[an[LYc°oauwrLornNSN¢ canrNetwaWLraa+ce us [awcNUEnsfs°INYwa �mlxrpxwr,emm�Txanwxlwpcs. R wNixana etc 3oL��r�li.�rtm �llf[w�°�cw°pwr QR PCLIovEHL wstxnx[arraat3Wnn Rror nniun.uuLwaxo io¢o, <IRWta roKtwN rewr n.er LqurnxxamwT W wE rLDR a '�" ro u> 1MLLaara wn�saurowoun'w'tu¢egEv°wELmnrocelalY.x O RLusscoLwn wnv Toicwsrxls°W Rtrox lRLrt.almn, I. WIxL11CYSID0E0[YOWEDNRirWx CONIM<taawLrnaxo[rm ��ctH,LelfgitK lD[MrgnalNLlGfln nvga,wn<ONix4YfP1`n LMNIDl1aR0 W!W RODu, I,L IroYr,LtCO(NUIlldlm GLRRLH EOsrYfNib RLOt1R[OiggVrgal ��na[crvPHMnYCOwiUt DEYWixYIVNAt pRrivmLRE Enlf0,0 © �YR roUIstaN0i3�'W`sufni,`IOIapnPC[NrsrrxfMtVi[O aY a[MvolnMiW W a OLY4p11HLDWUiixnwarnrpxf,W aLcoxENRVOnROnaMSUtV MY'�ME54 n[tx[D[YO.iIbN. Wpq IDDS�wxnt afgK �c[avnxWN,[DopwvNa:rfnatsL SGOAtawlofa[N3011 avgi0, pC<ON[EWTY auWEOPRnA[fwa:cw[xllAltd. if nl.reRWfO LpYL bLrxtSG uaW/GEwsb pLCOYYlIIMinNt L DOaIRK,M YWLOY.MDIlNt[1NE LLMRIGLDYInI1nrLREOSPlYflni WO, •RMICauW.v[cnvYxHnaRVHaNE<O,IsilWs. rADNaisCR LL[ ©y1xtWYw3YWGf.RtlgREOWLYfU90RswICNrLtsDvxme navL Krnpla,WatONEaa xt]INYY,I rEL1uYaM WNfII�ci0WM09LRYARx II[Qlflen U[CIRGL[p.WNLNrTWf �CaOhq tpwttL amlYnlul,naR tDCWnPa Hl llq.InNtMwx[f MiraSaoOq rROLWE W,x4[MTYN[WRDDIIOO:Wl iONA YVLRFlREWIIfYFNtiiol�(L1L WalbnllONNneIMLNrL W3N1K NlW Of rLWVYLLaW Wlnx3fNanI.f21Ii<f rO WSIMCg11R0. NIPxq WLL nDII1Wp111iNSMfaxtllONiltn <FCUfalnfaw4xF12fDaw[aF fYafOaKxro snM<E fOa SFspgI SNNt aE SfuSMaWfW v4p10t Ol aNRIP[p[I:W,L WD.1pC WAIN WI�.WKPVR00•lIX'YMl[[OIL0. v[wrf1KlaOfYIMYIIMDlL ar O �i0i[9Ye ILW winNMfYKLiE <nW[R TOEaalvn 11wgPR•UI rRewrtY aLaWnr.IK[n W uoxrx YEPvr rs.eTenwtlDNs W atE orlKurl.asa. W3rxLNewgnuurrxTEwwsiWoee¢sravl., " iasnvuuufxr,mpowacwLR fsln.nanvxa,aPWr.w+yr b.,<, cDNI, un <Ogs9nN Orll,[ raltA tD aH Q,margsna[rfwxvaaNcar� Ncwn.r LraLcwwnvRurtx aaixovriEmaLNror,Lw uawmr,nWrcA corecr rornv uttD».cwr vw.La YiRY, rsRermnsEau a Y!f rwnLro ro OWfsplaU v"`sr:YM anr�aRwvax'• ux'�"'svni uswim°i'cnMrol`'"iLLv [epixt[DW GRCR oflun W<tPMt,nNSOYatf luDN rD WD. OafKx roax[Ei El.irmvnPR W TW Mfw Qmi� e`wR'a`.eoiuw�LseR[YDI[q aLwtE WsmDLwnYc,mana W O'.�'faOR I P[1LLC[YEx�. DDreYGr f0 WaiWO'Pau,G,COVOiI x°t<Wrll�'0. Yt�x ruvlWxr nRwnun,nn W rwawA Q'�'mE'�'°.v'F°iu":v"aw°a,nwruocanwL'�wRabeaMa'i+L:seRYt"Lsni`riso ODLt vLRLYEMCT<G9111nn4LalE[l! WR W DG Wrfll lsrEC['1°'Ua` VfGN I°.�tLif DrClulpa RENOVATION ILAN: OESWIEIT WALL - E 194, E 164.6 104 Mtn lJ DGMOLJTILSN CLAN: TOILET RENOVATION FLAN: TOILET O ADMINISTRATION - AD 211 / AD 215 O AOM WMSTRATION - AD 21T / AD 216 Ilb Fimmmilmeomw ConwNnWEngNen¢ .Rrn E1.2 w.,..,.N.m..�.N.rY.a. •'r 12 c 00 DDSOLM PLAY: OCOMMONS-0104 1 L RQaP/ATION tl6NTMG •LFft: OCOMMONS -O 103 r � i RQSlAnO4 F'OWdi PLY[: OCOMMONS - C 104 DEMOLITION GENERAL NOTES: w wWYGYl RxOUrbNP[DARLNfllt9 WntYpRnINYl RxallllOx PLW. 4 Y[PYr OYLTSYYFC24[OIW[Ylxr9 Wrx DNYA %FGL Nx41+ICx S[Olrf. e P[N«svun[eruuloorcYwrrPutro.e PexaNwtlwvbeam+ubeNNl D .exDxvu[tenuuEoertaa wrtYmxowrx MYlrwccattlPwmx e. YNove.rm.emluen Nxr Ycenawmxes Nrzucuww+x c1NliGielbll wlr 4cvsrn vPrG cawrNucrNn F, mavnEsuxlmeN wuf ra.vpteaweewueasLswteLab PfwLDrw rcwcamNuctallu.css xalfoolNeNrrl. e euntcmuc ncvtc[s tope auxlYaowbu Ww PrvenxLmmut wm xcvlo bwlNtD e.n. ro va9n u canN n enspfbGeuwswuNnYwcoe9.gwwoumnmuTNlenw+. n[Duwa Nf MtY.[D+a YW+onY1YYtL pf E+P4+IY rtLlWut[D Wlx 1W 1�MY NSIlPI4SrECeafYYtOFECb1 Ewt �OYN[«Dl[ rWllPpor � R caNrN14 nc.rorl!/ f+rSlWarNCLL+ry OrWrbN,u SxwEYDDFY unmmmnrYltt.lNaY emmbina+uwl[ ! T4 tOi4a[rYEWxOPN pftlINfDNxOwtSDCE,xSwBl4 M1NEI+[xf TOl60lxnMlD Yf YN9W ODMMnon MULmOwfian COYPIltE p[N W r bl o! flfnPVE [oDD W xi Y YauYD tO SEV Yql r nc cnDx.s NrmxecxY.rx ceuwlmrvuN�.dw+W ewimio 0. fLY[Etlx4lcIXNiwm WYimnwT 11Et 0[tblfEYumpl[DYaPLtlato! Ur+� �bcrv4io�b 4wP�� ub na[utf rmlNwc PNKE11uWlpE RENOVATION GENERAL NOTES: � oF:ifliluanu.�o tYe xnrco uax°�rnii:ilw°l�m rl,vlroxlunlbunox YYlila+V YL tM! PUC RYr fall [+lci lodrbx o1 ltll[l KEYED NOTES: i .exwcvaE E4snxotvuburovaxc wallLDlWlr[ptUPFa.EmSnHO .aK.NmbwcN YNcai iONIxWIrCPPWSC. OSYDN3�rMi1r011409t.mtlnuNDlaNNff rOPL IroI+XGc4KMIIY [bCr wmlbinvupnloao. OS LFSS+WS+KMf wnL9YGtOREfMN OYWYYLLpOSwibxaCX50P10.! W[TNLEDbI [m1Tbb.Oi cpwlct TO L}YwID(VNIMOE WMbINn1wYYSY+WmiapYG Wxi b09 YNaa0 awic � u�raa P rY to wvwror m PvrPovEo Lmu. Duuu vw lo[NYvf drL PfDWNYd1iw6. YMaNCC VlM 44xluw[nFAoaF OCM[M19PPMtllYV SE+NWIO TNf �No WNVbmPCaf l.rm caxt.aE O[YfnxOMNxCw lYXcvlrvPMa1�C 1 F[l[ixWO rw1CNCaDIf� i SIM'laucnOM Oi �xP[ �rF«triw [v'w nbmw�bwonx asmsx uiapxoa ii rivbi Ea[wnax Qi va�ut Mwxiw�r uLNww °Ls�+[4b4cwb[n roGl9lub aP.rnl Ofm�inavpxn aSLRviYtb�tNi no�wixanuaut woPwuox.lwui�rw McnfYWaP car+[rc nEN..lb4.ve.fr run mxY+roxsax snerbw IOYD. ObWY[lx bNfYlSlt Plrm�b�lYG�V[bla Y+[u.L[YF YNNi NFL bgMC�a3Wi11YMtK+YDIXx6YCNi uhWGnWC0. v[MIr YViI 1 lC Pbaq ra lbtlim. b 6[PK [mDx FmN+.ocU0. YlLA fNr{r •[pY[ N[xia W lx r' 1pYYbttLYTYILP rFFw IOPOUtlw4 O[�B�Y�uW MDvm[�D xC04<TR4wlo�; ECMS 4ENxxo�llPDeuE4� Ekcti®ldlApchpniwl �d(.fR�.i.S�aG.e--� Yonwlting Fnglnptls L -6 13� 'a�{I DEMOLITION PLAN; TOILET OBANGYET HALL - B 101/ B tOD DC MOWTION PLAN: TOILET OMEMNS ROOMS - M 131 qLi�_ . r R@IOVATION PLW: TOILET OBANQUET WALL - B 10T/ 5106 KMOVATION PLAN: TOILET OMEETING ROOMS • M 131 DEMOLITION GENERAL NOTES: A ucan wclaranxfxuauLvcxLal:vnxwcWrccruP.tuwuroxrvx °. HM'FFAe,Y•lvaF[wM[uEMO W,NOY/aAefroKceNqugxamti ['- PlYNE•LLElEctxxll p[VKLII W tYNt[loxE Y[nuap[KMlgapfrpYCDw D. X[YOHALL[tEclpgW tftXYIIxI,EPiEFngWMMWY4LLLOlti,xucilwl L RRaP�YNO,m IY u¢oPneMemir° Yeimi°I,wOmgwrF ,°Mrn°�Yeaeur'Ui°`xtcfrorY'0w'i IurtnrawEaeF[snueauaxxi uwauuceoral wEeu,m[ooM[wasE. 'LLwi°wn[ietwfow°n'acY iooe�e orWan�oYWt R•HFewEerne eamurAAv °.miuwweofoinuf m"vP'IEiw;t x10NNe stwcrvcawowe°'N i�ummx W Y/A[x aDNCOOaF OwglpOalw,iPta; 6r11p•ciM UWtrxoWa•LL oDMRCOMXpL9 E1CroNf WfnnfrMYi pOPlNA1 DRYIMMY iY CIDY�W Otp[MHiWMMJfaKKa fDpmYgtlmlLfOXE� lOaiGWa TIE WCWatftffceup°RIyM,°O E(ciPIUL [OIP ,tI Pa R[gPP[D Pw°I C ilf ulpOL01w4Luq YCMVCN a,gtIlbl W]xr. ncfPitwEpElq,[D r0 PEYNa t [ YDIlA1fWNVWt P[YDJEALLGP01[OcmIPaAI DpOiMYL°fY•gp:tH e[cMC[YYM1NAF[fNYM 1NE D[YOYllpt WEpf HDPlE CYngtYE RNrh[p MYna EWucO+[ppAfLA L WµMIX•a0FP4I,Y[fiW�umiW�Y4 f1r6Ca,du0NL11pMpNttarLtNRtM nEwfN OpYFtfiEraWlrgNa4t rK rPn,YgL,EnFrttwrumrt TtW r tLVUcif WMo1MRVOp" N. Yx°Nw. owcw,oMatvwta�uSenw'cu',c�Y,in"iNo uw"�°wivs° m:�r"LiYew RENOVATION GENERAL NOTES: . �YERio.xn.,[nux,tRutEcrzpmwo.w+iwLt•cr tounw, Au c[PxoNolp,rn,rnwru vus 4 Ftw�P10APOf,[cruYL wLYIt p.W FM UYOi IOfwtgNMlOILt a K"I 5 u OEMOLR1oN PL4N: T"" ORMOVEr WALL - K i15/ K 115 w Ib ' eH q DEMOLITION PL4v'. TOiEET OnEEnNS FE0.'Dn] - n i:J KEYED NOTES: t uaiYgvru uou,nLoswTwmiouuYaEa wsrYmAwu nD+Ym eP•Nfs, T roR[xAet (DII-EUIiK— Ot WIIthq RCEEEtDOgaWlrinile,[toa RfYOxtII CafM1q[OIMm eRY+YI DRNf ro unwwoxERYtt[n �.iRn•°eiarviJ�w°i°,m�E.eo ea�v:['i aline IwR00iLon ro a�iwo cw Nr ra a Ytn �RrxP'�Ysu°fcE:trTn oiriiusipcoroil i�ncsf of i�i Rost nturtYaun r[vrwm�riu to D,irYg2nvcrPNi PR[YL7an RmogYulf wi•OpOON. ©ruYY6NOc i Y01°If n`.mipw;erYmYYc�i Yq°Oo�rYna w°ugrws��°•°x�r 6[YPM 1idItIIY�i Tips Lc411U1 O,OwroiiptiAn'rIFP'mtOVAL wlt41�NSO° YWn• �°WAf P[cONM[Y��1 Yin. OINrRaEp [OwL I,IVWa SYi1W utttLmq WuCmrntl rYlwteEp iW W 1N4LN tuVliN iMOY IKWt(t4yE�i fYitW[f w ilaf WOV. IWAa OrY�OfM41nP20[GYL InvVyaYn�POWt�,F0.41}IhYMr iYpPRin,Aq YmDY•IOitt3MOp t0 mNlpq ttt :.q•tl"wrrwiYREw,YO Nf%PI, rRONL Wiw OE•PIUVLNR00itWXAEtatE iOa[fwEKWAYfpuiq lAVc[i° P[Cfrp[Ct 1O[KGM1grM•TNOPNT 10 Iq[tpyftY 4xt°q rAVCLIiN nu PDpl, AlpIM [Y•OTCuax,mr60N Ytf. QaMawe,nvan��n. �uogpo LfiOOWmo°aEer whin ew�al�ww% Y [YclEliwpfpb pl YtLrPgx,DYD ,O3 MOat06[PH IWmmiYq l0ulglL rpglp[N[wa•W tY4ECWNf i�V KW O[K.trtDotrWYN4Y2M,tHlVn fa car cv.0°µflau atu lrPi�gR�ioi '�' a1°YwiO'[w°V°Re:r [PwiiaiwiPkratu .YvpmHii.iROD`«Y,i iewi°R:e"ioR io�el:wo[ _ wptvou•,twrsroP.wwue aragrn.HNY wct •a ✓S)Ii[OVYtttCGV ICQWLTOLFMTrLLtD•ODV[VIPPOPf. Feeor.�ic, To WWrq,apmwr ruwwarsuwgtrna•i rWIItoaiYPt Q rawuaaRDowwlult rYru[touYoiNfLowrWwq.ewa,e na. °cc��aaicNinE.'It�pii �utq�rtien tmaarProow,xatrmn rxtwwnr IeE 40VAMON RAN: TOILET OEANOUET WALL - K 115/ K 115 O A i= t i OREON PLAN: TOILET MEeTd4f,TW6 ROOMS . M 135 Ek V kW 6 Al[ch—W L�c,F sir J _ CansuluRg Engineers MEN 'ti`Y EL4 lye `4 r N - �µFC�xxn w•..F+j 1 r Mr DlMOLRbN PL IM TOILCf• OPEDWTRIAN ALL - T6 205 / T6 =6 RCNOVATM7N PLI.V: TOL L OFwz!ITRUN FULL - T6 =5 / T6 =6 Owto l"ll vLAN: vesnouLe c oe L DEMOLITION GENERAL NOTES: a vfIYR'[VCI DfYpIMxPEDUKYdr3 Wlx Yxo[LfC1YMl D[uclrrgN Pl/N. a veRK. rDlcra.LVlo[uawcY[KawrxpvKP b[rwe uNpnwuroxa e uLaLS NtetLergo.oexeiwtwuiluRwpshwrmnmurPvcralt a uuae NL u[erwct utxeDwrtlrruRgwmrrww+u coxuNnnloN E cp°n:Y�rwiu`ISreDunucr�rRr�,cicueriwugewwwn: I. M��ullugilMwNLV xDFINOMERNi4 IbltlbKi WrYQnx[wf4fDR N[�C1xKubMOZa fOtlf pNptlrlDDrwawvf a[ V[crNEcpnut Nq W R[uortL Dl[w iDFOwip 4vgPl x [ ysrororxa[n bwttuLwYt.[PRrgKt 4wtlgmmRLCIION eucrlo<.0 m r�LFa�mbu4ro eNurowvterwt[c alwnumaRmttieowix n! p Wl[PUL3KLlbixaRNvltOf.[RItAiL N[R[�pYRLDi�PiN �Nt PD!!Il ('GNQDLi. eiC t0 RLEP WSrogrxtlYCYDPWnpW. nl104r3 �f.ONNUW�RLO�d�tpeWµ�N�gl4DflfPLb! wr.urtbralo ee aYwYmlu algwL LLwrwcroxDlDUlRpwerw �ix[COYPLLIL4EYp(1gxpEl[CiwrAL [DurYctrt IS KO.M[D)ONPPDPi NIWIECIINKLILLVLLISCAL Nq YeruufnECeKIYue. ACiIDefM 1W Cp� tD W�1N OnINWw.IxE QIS1wOP[[CIINW [Cl4LLNi ilut u VEwAR[DURf �lA rxuRtLi4xtEW M1Mro�RDt Yx�n [ravEovi4Ki[� NtuevfD Vu 1D •^ r•. RENOVATION GENERAL NOTES: osrteiunt uruermeEaRgluxrw rDlel toulxr• p Nt RItlq YDUIrCOtgxibgf41WL3. l P[fEP iDYMCMCcrYW OVSPxLL RINfDR Qlcilouirorlp'louQ RECESSED TROFFER DETAIL YC SME KEYED NOTES: wslwowtL Yopnm3rnn[arlobE UYovLo. Lgslwowuttlm cpnxa r.>we.oroxQwL OS P[YWE RIl FYnlxgttlMYuarrEO WtiFFNPLa FIRS PDDSI. EDinrq LYwroq[1KU1 rOP[NKr. ('i LNsnwawYc[rqunmvNEn uulrmpuloe[RCYwrn E[mngbous tI4 rtlx0 pXL1Cl NO c0N(Rp wnn Mttrl so uLwx,wb ee uv3[n. OR�E� NL WE1NDNlC[PLAp[Splir[LMOCu WffwDwY[.bDY Ng81wgM f to R[44rt vpYFr [ VCI lOGrnx RIO CDuxrpl NIE PxgR IO b4 Oxe�LtlluiRrplNF tofYtlilaq]KirvllDxrhhnaNNl lNtvwity YYwgMLCpi�f4i �umRerom iwo uav�iwtluiaa uNI c�iLEllr°.mr�anlNroLtewlbr' nrwxe�nooxa'r ttxnrq txtllu w nrs LouralL Or rnt YYlD. Orgilif0. OiWrN4ror MxPmMO[0.wLtlyuxlt3[x9pl SriNLLCd Xp RLt SIN �� RODit YNDNLl6Wit14QMIu1KVx100it IWr .v�blE�RlL �ifu1W[Sw 11Ca O PNMgtn�Nrll�q eYY.C[ro wil.s PDApLKwWM[tuci oldMxs ONC11E t O QF I31 aVrvLL WNt MIM1 ELl[INNgIDIF[Cl PA31YgeWcx[CEFGI. MNM1 rH.cl cpar[xwptcne PxgNlom of fOYUK N(W IwgDPr[R PPdrO[MW ANIP rIGE CWNr ENLAKx W I� IlMLiI IAI PN149[Rwq iW INfA CpNlCI fOKncfDIGnlDtltlxuDl MI M[N[a VEMYY Qlcl [dgllxwY Dx Nrf rwbN lnbq, O M41]bVCxwlixeYiMu+irnpFia°ixwmnvW� MntpiNSx4p4Eb PRCIDR to NIDUDt Rll K[f51wY QBpINq WLCIWLSIMA[OWltl[ oP[xn1nN vF1afIQY:i cpollpreplYlr[I1olR i4h4 O MOn[C! HWM1 QMlt I1CWRLY[MO����NLibaxla�buclalWl OYLxWP4'ruPCP�� Dq�QIci PEDIMIM[1rtiwM ©wOwYC�i CMCYlaxilomFWPI �fYl[[N�[xMxWC6(i�PYxRrvQYr W{I cMtlnpepl lil[ PRgxl4gDNq PxONDF Nl IKC[SLNv tNlax IxD Wr[RWSrDRYpwR[l[Ngp[RxrnwL V[i[Y. RECESSED CAN LIGHT DETAILNOSCALE oecr�sraLLneDrcm Iec••,�'`-�arw,u—I Cornurrlg Enpinaaa E1.5 12 (' e I 1 1 i 1 1 1 �L im�l I I I it .— v ODQ-tOLTON rW1: TOILCr - TNd.TER. - T iD9, T ti0, T fii L- oof . ... F Y. U DEMOLITION GENERAL NOTES: U A HRpr rEKl xumpnua3n[pGmwnlNRul[ctwx uu0.urgwruw. f. HRVYL1ACIfXVKFPF411R[V[pE WtrlMrfRtlfldEORIRIfgxPttlrR , l 4 P[V0.t NL[Llcfgc LCMc[EIN1WLlE iDBI NfIW.tORMIwCoIEINKtIuI. V Q "�' ^• 4 nCVOvL AIt[LLCIP1UL OtNcf9 WIWEgN4 W111NRYWKL ttNfiXIKNRI L KIroYLArq RL[wKct4KCILC11YJt0[MCCENIGKPRgwIN Cblf G V Cipx PUi x[ V Eb Af ([x (Yh161Nu911u1 �� VRDNce NMut I:OKPYfAIEfId ALL AIgRff0.'LIbR[irgi tlCup NCIrKgYd xLWCGKixlglgll VR[s91pt[OorH[w1![. � � MLNOIOiI[LI�MD W ! loNWt N W�ML iM4L14H PIEPf<MECdpnlYq �./ x GAVntp[Xtltt •'., 0.EVMNMEIUixY4t0.NMc4rLliNKgtM RMNKX rSrWEN[O4uoi4Au14w�raw4h[siWciLr cOONla4u4wmnic AN4ALL 01xL0.MR1RVC1lgx tRK[E LOrRILKld Sr4LLVXo/R AIt {'( III"'777111///"""111 Urll Bp1 ANq Wi[p4f N[C[ffANY fOfAClGp[MLR[WNCOiEVPGWN PGSLR. GMgPRq. Ein to XICY 01s1ElOYKYIY OPlMtIW4L i0.Kid RwLHNN Ppsigp CRA11gM NYdER[plrgiocel[PYhr 1. nr+ni4 smu4EfwWUWunugNRLgeuLWnn Ey O 1, rpi aLnEru i4tle xpwaroAu aYI4wL cR+rRKrdsw[PxowxEW '�I inl CAW0.RE ceVWIXEIOf RCC1Rl[XEOLWYGt Ai RLWME010314roNi LM4KMIfCItY4LNtl HCNWI'JL[pYR!lRN VqM LhC[PI VApNY Vgi[gl0 � � �% ;+`C p IxWwGulcamurArpwutq lr4irw9ceoKAtlummXAneSULr o< ti rpawRnlwvgNL u4mAU WafrocaaulumA4oneswKNIWH KCOVEtWty XA0.f64iM in[ceVWnpL wpNF AhgKa-'_pifE WOK0VxR1ce RLArgttdlMAlE9. C', r� '�I "�G~ y� t WKPACI YRLL Hu�MOVMctu3t f[MNII�gIat�iNONL((dpKW1n talrttticeVRltgpCF AIIIK [gi1Rq[lCCIgCAI[WPYNq n4i COYLCIf wIXOtxLPVATp �.N �.i � ` m r1.,Yyp u, HPn PENt1LVIFYfGMB��E�4f�igp LMV�ipq � � f^I hWiO�uSfo5iVulpW NfVOH4hAntlO3RRce. � � I W KEYED NOTES: rgwrxNmius.RLA OC Wf(NOW4LUWNtGNVEON91rohCRMP'L4 rrvrt ALL WSNtlIrWf 11[M[f W IIfEN00Ll Ll[fINDORCYi roxfYMK 3 REVtN[AILAfSOt4iN fhOKSArgOwglf Nql tl[WONLVSf4 Oi IIfLl02 ALL Wflug0.ff[P1ARf5WllpRo04 Wiihq[RWiioR[44t E402NLxS5IX.V.lEDIfORfS/�MCIx➢IRT RDT RLMREV[Fq O [D:Iep aLN[Ace wNl1EDN[CLPtARL9 io LE REV WLD4NMf WGffO. O W w Wln rRWi VOVIIt(4LISVi fkMFf iDlf NLVGTII WEIVtl CWNI OWSTrgxtwro¢ neu4.mumnlNAc[o, O4dI[ci liNf AN[AIo hEDup Wq[R lYINiE,PxAIf Af IrtW[ONv ElKkicald}ged=W IXEMMT44-1 ConwMg Enginms F RdP/ATIOIV PLAN, To"" - OTNCATR - T 1". T Mo. T I" - LI Tl16 R?IC/ATION PLAN, T01 - OTNCATM - T IM. T WO, T I" - POMK L L O �o LJ O nr� b �o bm. m .,wATION PLAK TNUTCR OMIGaANNE - IJSNTN& R D40VATION PLAN: TNeATCR RENOVATION GENERAL NOTES: � !� .c�RalmmmR.wroawntoulcuva. ln,o rurli a fvuwwio.Hcruw enl.ua Rwra.uef uxwroau Ncac KEYED NOTES i Mlvd4M Tb Al!/. O] �r�raaLL MRW bm1N1lm NODfMaxwroalo NlvlllYm /rlll4lIHMM m J011la fflTK Wnoinu wGlCH IIIPIOCKW awe N!A [d✓tCtb�/llaurlmaKVl MC�a vuYY [FIRCOMIrmW w3lRrnM Polo O f.WrlIOAN IA♦1.1MmLYfauaoaaa mRAfW{RiMm to u1[4 O ....�^rfmHN aClIYCI NTbmLY fiRM �WC1Ka Irm muwuna.arwartwna.l iamra TYaly W!1 OOGMCIIISM1IaIaO C1onV1O1MOaCM1YMOlIM� lla WuiOrfHf.tool mpMNORw Nin san. wW����l�wer! O� aCCi40mOrrt IRIUICt roll aON�M ralm[Hq ERaa�mruavu mmuu wvr^•^cnaanm OKwlllll ll[lulQf lotl lmlNllDNONIW CaIIi RIrNCJwIINY�WI i�O WfIN00LVrrMG4r wN �4LUlu M9 WlCWii KClMarl ltalllllaGllbL 6utlKl altar®W�a1r�OR NilI1CwM WT/al(D OIawEYrVula ulCMI MOIHCOMLCi[�1M01CMt uflr COeOlmb In Oi! lur/4lf Nf Ohaal. Wvr MMIpY KRwlalMlaNIINM[/.iOKWwNrlraMlK Oa MYVHHInDrm wRR. COv!llKwlaRRlOMrLNrlfl fmf MiYIr WCrCumlrrOrmw O�n10AlnaovYrtCYCK/N.cCti aCmpISCTTOgSrOm MCr6raY aCRrItllMFLIf NTb11!JH HIIv [i.cl �r[If11v<YfNIaiM lArdmwf wllH OH NCN.YPamN ?rQlydYflllCfLlILCr AarPl Olbl1m R11vlwWYlrpuICRYY1 W1Ta fGa1l(.T TO ClL lAIIIMOWrpWlf l!lC6WYIpraCWRC1l OI[� �fIM[�rAvaKNI MhL! KIOY.MrrN4uW.a0 W lwurca.mnrna.ouirx wsrrLcrmonom wme Ou WMKW.N�mw!!UY[I14u tlDYllAM1lM olr �' ��� wwnio�owarr�r�rul�wolcrvouo uanaaunrw.w W h OTEIW.CE 9URE fL0.91t ►LJ.11 . B.GL7I.ICAL 0040LITION O TERRACE 7U" F&. . PLAN - O.GGTRICAL ROiOJAT ONS ELECTRICAL SYMBOL SCHEDULE :d l_J 1 I° N b Cf (?` VNa.Ow.uuetti.A.i nn.ms d • C4 0 O L-- i i i 1 GENERALNOTES: AK.I(L+aClcu�uOL44yRWH>WMQVY>WML WKiIIM LLaK > � rtGYM°t0>N�dI°aEn YVLLmLNIYCIL,muOui[° �MM L•.°.(MWILNMJM!QLaMf�G1.01fARNlIR°N,LDILY.M,wY � (W[RCOn.tt.. L,G,O.LlV LLIf1W fbnr awrcwL � M,O NrCdLd Y�XNLOWO4OWgQ �tlIObLIdMS D NOTES: I Iaia�ism °a�wlb •�iai[a¢i ��.Iw�L.wxLrumaiwa,m.rwL.c QQ (osl�na wv� mur l[x,°aaao..o alwrmnn° �' wl�� ar'fDio°.i °O1I. •L.eeamwuw.roantm�L �.N.�rMw�n[i..n Lm°>I.o�i. s°ato�nwourucm omn+o �w�.:aww�uolw"a i°LDi•na�'°wown�I Kaosoua,.erucm.[w-.w LNrIN.wu.OX °.ei[. wfoli I�00'.l uO.V4CL1aMLLLNn L �.Cd14alW.A3,.16fppW1.IO V•.LIYGNtlDIWM>N if111[[. VaIT LLKI M1pIW °II°fl. O11LW.OtKdp, °OnN,.r° NNhI[°N [IbINO K1Il6 .[CdNICI 1° °.nUlId1A>im1N°, ptq.I.bflq'.R °1N WMLICKYIfgt Qi f.o.,o[fbwu wxc�nalttRpf°Il cbw.aarrn,•r°nua wu Nal v.(A cLul K TIRJI°I nbYL I[°lnna a wMP+m[P W..41NL ILW N.YLA SW,OI NLA>IW>d LC4Ma LIJ1Y, L.a.CI COMAnOI<a1 am OM,I�M..Q1Ni`�l� A L�MLL.�°ap1°I IU YVILL[iv1.C�iW'�>C .'O°)�iw! > uwNc.[°Law. uN(r n.elcaamsw°IL. �Ni,u¢amccrwofp1mwwr �a °uwLo`�°io v,(�alart�"eL,�NOiou.a LwINa OI1.LL. ..LnN:�°L,O N�°YIN'1N EINNMM]1°MII.Ly,IG aLMIq®IIIaiL10 LuiIN0. CIVIC CENTER RENOVATIONS - UGHnNG FIXTURE SCHEME ww.cmnLn `ram uae e 'S>1 .etLSS[O" PL2fiw^gi3'— n�dA"'""' P b `•(wLFb'ir '""'- o I I �— MIS I e uTrS— It •31�➢.Z2�i36LL. — w FFFCi6[b— to to .�L—.SOn'35AtP�o r iiFi u7 zzr obRS?a—� -G--�- OWN- � abuLIfWM2NWLaMbL i Nqq ftlnlrl6MMLl1.I1GLIL'NnQur. 1 IW4r. 10 Li ...vtlOILCL. YIL1.wA.O p1V 1 � l ie=�i'Y-t'1:1'1.1'_.•r-,-s7 f;c.T:�T2 a, r fijcs-T;-r.�-; `�3 :�=:t� O-94— P—TW. PLOOK IL" - PO"W Ll"Ir"b O W OLMY N OTNGTR PARTWL RLGaE PIaN - POYIX LIbPrTiNb ROt�/.1TIGN� t;p,u , Z a5. � cp.baaei � N — ;emu: W I DEMOLITION GENERAL NOTES: w �[xvY Erv:l SYvfaexwPe.mne WnraYtNnerw[auaNvinErnla V Q b /. IxO iE1131Y SNYEPOWND.FM,prY3DYPYrOE�tlR111YCiWrb ElEC,xrcY �� fn xEIXN[n IOYINIOPYIaerLESF S,NL,IY coOPp41ED WllllxE ! tPCpeiPUClI[N1NML2. ogNPILIw31WLPPDO¢Yl un �GMII rt<L9 SNY 1 O flclliulE iti PEOEW CD tE N W MNY wv<x rurll Cio FFEP CY61W0lNLl,tY Cof/u11fPtW Ire,oYteCOrEaYCMa IIFW �r�cm01�ImF�ww lOpa6PNOt �/}y/�. � DEMOLITION KEYED NOTES: PLYGK Nm P[PIKEYNEE SvitMEe (W NPIXJm r rmut�I�M[Lua DmbWNlt.iMHE PaWRUE Wu[bWtflr[e to t nn.vw+[[fei can rs OEYt ,Y D.mI[NGNf'1e,[DlnftflX[loiEll[NDKOMIrx[fUo[o, OPE4u[O[pwmxr. iD YPLYov[p NmnCflu.[o. RENOVATION KEYED NOTES: t mwYc watwN[PSv[loms. n,wrExoxauuu swuNtacwlPa lyre •.•rtm.N, futuaaNmfprwinoimlYPYwwNloew,Pa Irfcv 0.OKU[GNr. Oo�4llYV+D�Nufq NYI4[SINEYtfIWOWRDIa igr�ii N YO W Y [aYCI EntlDprs nI bf IL �il[mrro niowxiiroiD3�mN �ewirv'inrocwcuiliwrfewn:wiswinl Pau ronmw.,u„nmxore r. Qi YwucFnEDmwuuN.lrEnfueD sr Emilumralw[loGllpl �aELl,ctl IO ENbI M Ew MN ePNKn Y3x1t21 N:D Itv. aYY[P b W IM [P IO PCeavi, GN xFYFO M,E ,. EkcYld BMafhenknl �8l. 1'�.f>dL531f.4—� ConwWrg Engmas E2.1 12 •^�- .� t v r+ 1:`�a r rt; r 1 1 �� t.t Q xr�P� Q ?i��r��'�,'�-�atr irT{rr�•r�rrrri�-a- r� r, t i.�f CY� Ot O{ I r 71x 4�1t Is tpi:� t<<t;: �tr rir_r r, \i5`e1 QrP' rtr r11{t ar.r::'itrrir F''it r? j: r�`rifii� t i Ir-Pi- (D ;r .� � tEr-t°t1iY�t'!'Erl(ir[°ttr err,. 1I�1.t'1ti{ i llrr-s!},,� °rtrr 'Q sz � E r � f'(•� � x E 1't-I' i r`I 13 r77 ��v}1 ���rF� r YpSr[ttt'P�r{lrrta, rr rr �' ".'; �•,'t S � � 1 1 r t t C �..p� t t � 1 .:fit I r ,�,.. v Qi � � 4 C' t `.E �`� 3 Q t-�r 7 e r r 1 �-• _ r Q.rx�Yl i 7 ,Q O-nreaTas rl�rne n.w - a.ecnvu� ecMoun�v L GENERAL NOTES: � wan u+crwwoe uaou+eornvamowe. arweauunnxkws. 4 [fTenlWlrr nulllmuYnl[MrIpW MW COrC11111Cinrt WCrgCa nmruaawunroaxi Dorn ouu■ arncur maa.ueowmue ov+nxo�uooucaarixniovrwu, carniucrn u.air�oxoe ru .war+wn r� aa10�'nc roo�rcniraxo�rwuri arwiw..��r'O�� ° ri<�u:wnar�wa�o.no�'wi r�w.niaw�aMa� oroom.w. KEYED NOTES: r ewr°o rruraxuur.,o..n. �ornMcra. roaw,e xn�.n>o .avA uasnuw+n uux uur,n uoawo�.aro ww, x.war. ro .e.u.aumuna we�o.wa. a.cr canoo-nmurc �ru oarroc®wrronrtto roue w�nwrobrtrw[nro�[r m oarwarn.uoMunrouvr xoruuwwmror�rw ruhaia ro a nuawmuanxnw.rew°ti wrwu.crweonc«saxure Qi amuawu.aureownnmat¢roaisrwinxuarucm anmo ry uronwcwgncur xoovra.n ro.euw vurarou rwxoco �aoruaw �am'ir rwi�vo ea..�c�'roewix.u�oxniaw¢n anr�o n<crncx G A }mow..a.wa>rv.wnaimiii�aiwoiux ein.+�.w0. m rmuvnmvw. Ha,.w.. ,ln,o wwaca»r.,,.•o. waunom,ruwwve.novno,a+umo, OPNlYltl6g01 OlLLlOONG➢mlw WLLNILQIOIYIVn TMnglO ,•�vp 1JYN "u ON i1.YVITI r]OY.010..O.N HOI �,nenV VPnn v�r nMiOIN,SH,bdYfIIl W1.�VWRaa���YIIOn� �� MlOnlINY1lIY 17•'Gil IJYtM� ONlMO q PiIaTN.L M 01 W OIOl1 YM1 01,YC11CNQ I}T Tn' Q Lm Ory W,YI T.' b110i11 :S310N 03,k3N Irwv),i001 w,#,WO, cnl,vca di,sM 1�IM:,lw YO,TI„.O� � �!m nri iNir,na,ciuimini10nmcwi °iar a"�„•v nuwum ,towr,n,va,vm,rr»,•,N yr m,o uuuOl,NlOY00]!V]p!H Hl1M,M00 ✓.n Ol WYroiY,}l.s,. ,.aiu,n nv,aa,aim vo,on.wrmN�.wmm.vum+,vum, , :S31ON 1" N3 4NOUYIO. - N , i1GO-II ]81Y7N1 � b ' J � �J t llr t•��.t l t_ �1-i�I t t � o.L}�1.1 r{ !a k v cl�rl � •r .•.;t t r. �r r !-7:::f i 7 k � ilk: C 1 i.:l_1-7111 t-k X-� 41:1: i:!>�•�, . 'C4' <r. ,�-i.t�%3:(_1,�1:•1-f:: r••:t:-t,l-.l-1-1::f r f d k 1.1-i::)-1: •.• W } . ' . O '-%. ! t ' �tJ:.i-.f��i::s::1.t,1-4-i-i-i,} t r k ! { � a 1 61 k-+• ti''..s �� •A '' . .���.-:-• . � �_•, t �' �•i:%t�ixi:icj_,j l�i:t ! i-hhrt��x-�a t �t t 11. ;A{,t � ibr< , �`�'-�.� f � 1 � �_�-��-r:r_i-i. ra,,. �r }.1-}�ts-t�-k ! a � a T 3 � � 4 ``� �',�•� _ � ,; i �v-'•-r•;c.t� 1 i! i 7.7-+-hi 7 t• f-'r-t l i t t 7 i-{ 1 !a 1 r _ , 4,51,.7ri� .• l�tki}3j+11}L }{7;{ i 1 ! ! 4.5:1 t k , A"i ��.Ll �'t � • .. _ ftt 1=��I-'�a I r f i i-iy�a r l t d�.f d- s I f {1;tlri 1 1 (-1.] u� l ��'{`�• ,,.0.. �r Q etaCtit,i', 14L,S1{i ` t ":.�. � l.r_t t J w� r = 1 lj�r�r!.. �.F-t-Etr t.7}-i � t•! i- t { j �-{tl �.t ��.1. �A Jt 44t4 �,yl,. rt( 11rtFtiittlt ©�blrti:-ltf8xl..r01��«k.,��1�� .,°a(t�l,� .. r;� • J-r -are 1 r- .i•i-i-.tl-i-x-{•H i 1-i t�_ S y-1.1:i:•f....., i„r �.,ta% '_>`;.,;��F�-•Ors r�rrl,;�rlrr' •7-i�i•a-F-ii-i-felts k4ikrtl-�,:.t:�•�'l�f�}��}:� 'ti 1,(t-t "• 1 1-f .� f 1 f 1-{ 7 t. Yl ___ { 1 �- }�,: �r.leeer+i-i-ltiil+p ta.4 iA11{fit �{:aa,.k. ".l.}� ,`... �c / � t:7:titt.:r:•i-}tilt lth�ic# f•. 1, t- 1 aF1}}(t_i-i.4tlic_ i(-r, r ry r_ J ,! t .� � .: •. . t i s b l i a ,� t 6 s a - •l.o..,..v.,r,Y fi< a `U, I I