Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2011-R0425 - Contract - G Greenstreet Inc.- Wastewater Vehicle Storage - 09_27_2011 (2)
Resolution No. 2011-RO425 September 27, 2011 Item No. 5.10 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10166 for Wastewater Vehicle Storage Facility, by and between the City of Lubbock and G. Greenstreet, Inc., 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 September 27, 2011 TOM MARTIN, MAYOR ATTEST: 0_�O� -49 � -_a - Reber a Garza, City Secretary APPROVED AS TO CONTENT: Md,WJA6,9- 4V-d — Marsha Reed, Chief Operations Officer APPROVE AS TO FORM: Chad Weaver, Assistant City Attorney sj xcdocsIRES.Contract-G. Greenstreet Inc.9.1. t 1 September 1, 2011 BOND C CK BEST RATING LICEI��I T TEXAS DATE BY: CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR Wastewater Vehicle Storage Facility ITB 11-10166-MA CONTRACT: 10166 PROJECT NUMBER: 92002.8304.20000 TyubVo ofck (FIGS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE I BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR Wastewater Vehicle Storage Facility ITB 11-10166-MA CONTRACT: 10166 PROJECT NUMBER: 92002.8304.20000 17'r of lubbock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE I PAGE INTENTIONALLY LEFT BLANK ADDEDN-LJMS PAGE INTENTIONALLY LEFT BLANK ADDENDUM W ITB NO.11-10166-MA Wastewater Vehicle Storage Facility 5� ,y f �e^l:I bbock ISSUED: August 8, 2011 CLOSE DATE & TR%1E: August 17, 2011 @ 3:00 P.M. NEW CLOSE DATE & TIME: AUGUST 31, 2011 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid 11-10166-MA . Where any item called for in the ITB documents is supplemented here; the original requirements, not affected by this addendum, shall remain in effect. Please be advised: The closed date for this project has been extended until August 31, 2011 @ 3:00 p.m. 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 malvarez(@mylubbock.us THANK YOU, %via A4wf 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 bidder's responsibility to advise the City of Lubbock Director of Purchasing Et Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. city Of lubboc, k TEXAS ADDENDUM #2 ITB NO. 11-10166-AIA Wastewater Vehicle Storage Facility DATE ISSUED: August 22, 2011 CLOSE DATE & TEM: August 31, 2011 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid 11-10166-MA . Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please be advised: 1) The Summary of Work as been revised as follows: a. Under Section 01010 Summary of Work, subsection 1.2 Project A. An additional bullet as been added: • The Contractor will be responsible for submitting proof of a Request For Qualification process to the City of Lubbock for the footing design associated with the building. 2) Question & Answers on Bidsync.com. 3) Sealed Plans are attached. Questions & Answers: Question 1 Could you please specify an exit light for this project? Answer 1 The exit light should be a: Lithonia Quantum Series LED Quick Mount #LQM s W 1 R 120/277 EL N Description: LED Exit sign fixture with white thermoplastic housing and integral emergency battery pack. Question 2 Please confirm that the new top of building slab is to be 8" above the surrounding existing grade. • Page 2 August 22, 2011 Answer 2 The building shall be a minimum of 8" above the compacted subgrade and sitting flush with the existing surrounding soils. Since the slab has a slight slope the west portion of the slab will be slightly higher and may require some fill. Question 3 Will a geotechnical report be provided for this project, so that we may design the foundation, as required by the bid documents? If no geotechnical is to be provided before bid time, could you please provide, for bid purposes, the desired soil bearing capacity at the bottom of the footing, so we will have a parameter to which to design our footing? Answer 3 The City of Lubbock called for an opinion from the Texas Board of Professional Engineers and in accordance with this opinion the design of the buildings footing must be submitted for review purposes by City of Lubbock, and the contractor will be responsible for submitting proof of a Request for Qualification process for the footing design associated with the building. Question 4 Please confirm that the City of Lubbock is providing the required millings for us to spread. Answer 4 The City of Lubbock will provide millings to the contractor. Question 5 Please confirm the City of Lubbock will clear all debris from the work area prior to construction. Answer 5 Before the start of construction the building site will be cleared of all debris by City Forces. Question 6 Please specify the type of concrete you desire (class, compressive strength, cement ratios, ect.), for each location (exterior / interior slabs, footings, etc.) Answer 6 Provide Class P concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average compressive strength of 3,500 psi at 7 days or a minimum average flexural strength of 680 psi or a minimum average compressive strength of 4,400 psi at 28 days. Test in accordance with Tex-448-A or Tex-418-A. The concrete mixture is to be tested and the results must be submitted to the City of Lubbock for approval before the slab and ramp are poured. Page 3 August 22, 2011 The contractor may also use a mix which is being used on current TxDOT projects from an approved supplier for the slab and ramp. A11 requests for additional information orclarification must lie"submitted in writing acid 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 malvarezArnylubbock.us THANK YOU, W44r4 i 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 bidder's responsibility to advise the Citv of Lubbock Director of Purchasing £t Contract Management if anv laneuase, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. LUBBOCK WATER UTILITIES MAINT. BUILDING AT SOUTH FUEL SITE MAYOR TOM MARTIN CITY COUNCIL VICTOR HERNANDEZ, FLOYD PRICE, TODD KLEIN, PAUL BEANE, KAREN GIBSON, JIM GILBREATH CITY MANAGER LEE ANN DUMBAULD CHIEF OPERATIONS OFFICER MARSHA REED, P.E. CHIEF WATER UTILITIES ENGINEER JOHN TURPIN, P.E. F4-0- bock JUNE 20 11 GENERAL NOTES: PAIDR TO THE COMNENCE?,!E4T OF COSTRUCTION. THE CONTRACTOR SMALL ERAHENE THE COI7PACT OOC.T•EN IS ANU GPEcl FICAri OS. THE PLAN. INCLUDING ALL NOTE5 ANO ANY OTHER 4PFUCABLE SINZAFW ASO SPECIFICATIONS RELEVANT TO THE PROPER COPLETION OF THE *T/RW SPECIFIED. FAILURE ON THE PART OF THE CONTRACTOR TO EXAMINE ALL SIANJARCS M SPECIFICATIONSPFATAIMMO TO THIS gilt SHALL IN NO WAY RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY OF PEAFOW H+ HE Wi.Po( 1N gh:OPOgxCE VI iH ALL SUCH APPLl CABLE STNIIIAPOS AOD SPEC IFICATIDNS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR THE PEARS,ME7MOO5, TEU WI ODES. SEOUkNNCES. Al" PROCEDURES OF UTklSTRlIC rI ON NJO ANY SOFFIT PRECAUTION PROCRAS PELAii NG (N ANY WAY TO THE CONNOI TIOS OF IBC PREMISES OP THE INFOW71CN SHOW ON THESE AWINNO9 CONCERNING TYPE, INFORMATIOL AND THE LOCH TTLRN CF UNXAOROUO AND OTHER UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR COMPREHENSIVE, THE OETERNIn.TTIWb HE ON AS TO TTYFE AND LOCATIONS O ALL UNOERtRi"NO UTILITIES AND OTHER UTILITIES AS NAY BE IECESSMY TO AVOID OA✓AGET_ SHALL BE THE RESPONSIBILITY OF THE CDNTRACTOK THE C'ONTRACrDR SMALL R_P,IA ANT O4MACf_S TO EXISRNG UTILITIES I!I•EDIATELY OMO AT N0 AOOITIONM. COST TO IW, CITY OF LUBBOCW. THE CONTMCIOA SHALL BE RESPORS'IOLE FOR UOTIFYING UT7 LiTY COMPANIES HAVING PROPERTY IN THE AREA OF COHSIFJCTION A MINIMUM OF 48 NOLFS PRIOR M ANY EXCAVATIO. CONTRACTOR SHALL EMPLOY SERVICES OF OIGTESS AS NOTED ON DN71DNIIS. I7 SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR 70 LOCATE 40 PROTECT ALL PUBU.IC AID PRIVATE UTILITIES IN THE CIRSTROKTION OF TILLS PAOJECr. ALL STORM SELER IXF.75. NYYIMO,ES. CLEANOU7S. YALYE W.METER 13MRS, FIRE HYDRANTS, CAS MAINS, ELECTRIC ANO TELEPHONE COL^Ul T B.PM:S. ETC. MIST BE ADJUSTED TO THE PROPER LINE AND GRAM BY THE CONTRACTOR. EX'STIW, IPPROYEPENTS. INT.LUDINT., BUT NOT LIM97ED Tp, IRRIGATION LINEG. SPAIW:LER HEFAS. FENCES. GATES. ORM.D SURFACES, LRNDS 11J„ UTILITY PIPELINES. *0 DRAINAGE STRUCTLMES T 1C14 ARE REKMN O O1 ALIERED TO FERW T INSTALLATION OF THE L'ORIL 5I1ALL OE REPAIRED OR REPLACED BY THE MTRACTOR AT THE COI TRACT DR'S EXPENSE. IN THE B(eE LOCATION An0 INCONDITION EGU4. TO OR BETTER THAW FUtRHO. AT AL TIMES THAT WGAk IS FRMRE55ING. THE CONTRACTOR SHALL NAVE A OESIOIATEO COTETEN7 PERSON ON -SITE *0 SNA.t. BE RESPONSIBLE FOR SUPERVISING THE Stint 41m M105E DUTY IT VILL BE TO PERFORM REGUIFiO SAFETY INSPECTIONS (M TO OI RECT ALL REOUIRCD CONSTRUCTION SAFETY AC7111TIE?. ALL CONSTRUCTION SHALL BE IN ACCOWA'E WITH THE LATEST L1TY OF LUBBOCK S744VARA OE5'O+ REOUIREPENTS edM SPECt FICATICNS. IN THE CASE OF Cl1`1F'LI CT BETWEEN ORAWNGS. SPEC'FI CATIM" OA CITY OF LUOBOCX ST"*410 REOUIREMENFS AND SPECIFII?STI DNS. THE NOS' STR(M0ENT SHALL BE FOLLOWED UNLESS REOUESTEO BY CONTRACTOR AND APPROYEO TN WRITING BY CITY OF LU08= ENGINEER Tph 10ETRU LDINOILIL 'BIEnO�SPO6IBlfi FOR SURVEYIW AND OCTERNINING THE ELEVATIONS MILLI EHOSRINTTIR 11I'tE>S ,IJElP T`UBJllLE FOR IM111M FtY1'ROR¢7NG SIX IG' 1pINNpCpH�ES TIF GRAIRL NS ITN THE IN � Af+DF INAt AID BIRD BATHS ADCCR ONACE THC RUApYUY PRIOR TO ANY CONSTRUCTION DIFFERENT FROM THIS PLAN. CALL JOSH FLOG AT 540.4152 FOR AUTPORIZATION, ALL VARIANCES SMALL BC RFCMF'STEO AND APPROVED 114 VRI TIEN FOOL ALL CONS7RUCTION SMALL. BE IN ACCORA CE WITH 111E LATEST CITI OF LMDCV ENE -INURING OEFARTI,"T PEOUIREMENTS AWT SPECI FI G.TIDI7B. PROJECT LOCATIONS • � s a~<. __ a gym„ inn A.-y• � y .:1 _ f• 4T4T SOWN SITE M - •. ., r f:..I� T "r FUEL UE1. St T INDEX OF DRAWING SHEETS PROJECT 711,E $HEEr SITE PLAN 4.NO GENERAL NOTES SHEET 1 OF 5 FOUNDATION PLAN/OErAILS STOOP NWD H4N0 Wit -TAILS SHEET ' O OF 7 HPNO RAft DETAILS WET + 4 OF 5 ELEVATIONS I MEET 5 OF 5 1-EC3END f.•''1 BSiUILDIRAL1PNG SITE C�1 AD ROADWAY MILLINGS DIG--gTESS NOTE: CONT SHALLACONTACT DIG-TESS 11-800•DIG-TESS1 FOR gTU 1LITY IL.AOTER NO HAN TWO FULL WORKING COAYIUS CINFppLG TO CONSTRUCTION1hC/ ubbock fYf \! 3.0.•2I1002 C.I.P.•92002.8002 DESIGNED BY+JK DRAWN BY- AD CHECKED BY: JT SCALE: V-50' DATE: 05/I6/2011 HAUNT. BUILDING AT SOUTH FUEL SITE DRAWING 1-D-1041 SHEET I of 6 �'8ErJ Earn ,mot wall. Y� 'r,.Sa `'iaWlvN:xn:N" u4r'.'D1S.+. y � � NAY. +T n GRADE BEAM SECTION 'A" SOUTHWEST CORNER n.t.s. BOLLARD DETAII. "E" N.I.S. �Y COLD CONSTRUCTION JOINT ESEE NOTE 1) N.T.S. I �'1 _T r NNYTIA �� SAWED TRANSVERSE SAWED TRACTION ✓ LONGITUDINAL JOINT ColJOINT T N.T.S. N.T.S. EDGE OF SECTION "RAMK" P N.T.S. •f � ,y' . „.� �� 1P• r : /,•� . �Y � ��i8'.h. 'd"�7i,Y.o.y r"'-"` („, , , . � •'i'' "r4• . y ,iS` 11..E .r,..-• �..4a, GRADE BEAM GRADE BEAM GRADE BEAM SECTION "B" SECTION "C" SECTION "D'• NORTHEAST CORNER SOUTHEAST CORNER NORTHWEST CORNER N.T.S. N.T.S. N.T.S. AP•C Ta A+Tw mtua tc!•+tlaA I. THE SLAE WILL BE CONTt M.pL5 W"SS AN LWORESEEABLE PROBLEM OCCURS. NO TrMSYERSE OR LOOT TUNUINALCVLO CC`STNUCTi DNI JOINTS WILL BE ALLOWED OTrffftNISE. '¢I}• / 2. SAWED JOINTS WILL BE CONPLETFO AS SOON: AS THE SLAB HAS (PIED ENOL" TO WLK ON. 1 H j ).THE SL4' IS DESTONLO 10 CARRY THE 41CHT OF THE YEMCLE MY. F00"TION ERSION FOR INS I SLOPE�J,—,_,c.c i.n --- BUILDING WILL BE THE RESPONSISILlrI OF THE CONTRACTOR/PRE-FAB KIAL BUILDING SUPPLIEFL 4.SWCAAOE WILL BE 'DNVACTED TO 95% OF S1ANDOM PROCTOR DENSITY. ' •�/�.< S. iH£ C 47WTOR WILL BE REOUIREO TO PROCURE R &JILDINU PERM T. m7irnti• K . O.000TRACTOR IS RESPONSIBLE FOR 51AYEYINO AND VERIFYING ,HL ELEVAr10" PPJDR TO BEOINNING CONSTRICTION. T.A V FDOTING WILL BE REQUIRED FOR ALL AREAS OF THE SUILOING THAT ARE NUT DEDICATED FOB, SECTION AT OVERHEAD DOOR THE STRICTURE'S SUPPORT TO ENSURE THAT HU UNDERNIINE OF THE SOIL rMES PLACE. SECTION "F" 'A DErAu 'o H.T.S. NAIL um D+P SIZEsTTtL 44ns x T Eecr rAw Ltrt munmrsL artJOINT at JO)Nf Cpi7i.+OlNT tua TFu:Na '3PCNNG �Krtw sv4l•Iw stiNOTH un.t sltE ,t�.r It4n., rtn., ioiui rNi.r K 1 T TO 4 1 L DETAIL 'C' DETAIL 'C' zo• v SCALE: N.T.S. LEGEND DIG-TESS NOTE I CONTRA 0 SHALI N ACT DIG-TgSS ((1.000 --qT) IG-TESS) [SCATESLC.OY VLLH Oj��Ioo'�N INC W0 CCDBM�Sp{1g�PRTIJRC TO CONSTRUCTION ING/ J.O.•211002 C.I.P. •92002.8002 DESIGNED BY:JK DRAWN BY;AD CHECKED BY.JT SCALE V-S' DATE: 05/10/2011 MAINT• BULL➢INC AT SOUTH FUEL SITE DRAWING 1 - D-1041 SHEET 2 oI 5 (SHOP SPLICES ANO SPLICL JOINTS ONLY SHOW ON ONC 7YPE FOR CLARITYi V L' T_`.7 ELEe4TIOA 0PARALLEL TO GROUND. `ONE �!OP SPLICE, PEP PANEL S PEPN[1TTEO WITH MINLVXIM �2' Dip STANDARD PIPE 12. 375• 0.0.. 0. 21.3' MPLI ALL ffS P[RC[NT FcNETRATI ON. TII WELD NAY BE SMARM•. THIC[HESSf. M.IPS: POSSS. . 1 POST MOUNT M IL• FOR CHI I•YI HU AHD SR. M!f RG NUS? TO FIT OIA OF TOP RAIL. GROWL DR SINGLE YEE UAOOV . CKNO SMDOTM PROVIDE HOLES AS N�EL:O IN POST FOR ORLVANI2l NG `" ;SHOP -PLICE IS PETI.MIT7F.0 VITN NINIRM AS PERCEN7 ORMJNA E 0.@ YEN'!i PEyf.TgA}i VH. THE "LR NAY HE RnUnai fiRVOVE tiR I NGLC VEE GROOVE, nI NO SF>aOTH. !1`.EC `ItANCM1L FA3R1 CpTiM 0CTMI LS' FOR SPLICE JUf Ni S. (•�SBE ITAW UE Tpi LS LOCM1TED F.LSEVAff.RE IN t•LMNS `OR RA -I ,vim vL' UTA ROUND BAR EU SPA AT d' MU. PLQMgl SLOPE AHO UI NENSI O!!S, Nsi;fl l•OM RAW SLOPE WI LI N0T EKCEEO B.3 PERCENT. LEVEL LA..M'D1NG RE,IJI HED FOR EACII ALL PICKETS. 3P• P.I RE IF GRADE F%nEF.nS H V_HL'_117, (ej WHEN NEE'OED FVp xcESSIBILl7T' ,GRK•E S PCROENT: 0.1 AS NF.'EOEO FG11 PEOESTRIAH SAFETY. ell01A E%T.RP HEAVY PJ PE. 0— 3: 5' 0.0,. 0.171' MALL IN CKNESS). Ii1RALLET. C RA.W.'SE OEMAI.K. FROVi UE HOLES ,,(C��.. NOT 10 54 USED ON DRI DGE5. •LY AS HEEDED IN I' DIA PI PF. FOR ITAL.VM1NI 7.1 Ni. ORAL HALE AND VENTING. e: !;SEE 'GE'N.:iRAL NUfES' FOR ANCIWF 65L7 INFORYA Tf CN. SEE 'HAKVIia1L F'A9R(Cpfi [iN � 1 � CAPS!a ' F'q$ XnNpR�iL ENO - f.RPS: � POST 1 TOP OF CURB 1 ( rtOp AWr I OEMALK ' EU?LDI Nc / MX*L / ; TYi1 TV1>/L�'1 I7 STEpa'SEETI of Vi Wi4HCRpf'i`• L POST FCtJNCATI DNS' 4 VIFIY I•i SECTION U-B (JIOVING `MORAIL TER!k NATION, (SHOWING HAKORAIL TY 91 RECOMMENDED USAM •• Cy il, ill FELOPT!ONS NTOH CEO •3O' GRDPOFF TY A, 7Y D. I c, OR TV D DRCPOFF' art ALO>TG TV E OR TT F E1 KE PAIT! __..___.._.._... � bSUA;o�[['4n Gi"L'6P.SP•�xs4[«:a, o• .VP J • n•w',oi �nNOR,� • nw. [' c[xv.cTCiz S:AATlA[ RAMP LANDING DETAIL SECTION "G" 11MEND DIG-TESS NOTE: CONTRACTOR SHALL, S90NTACT 11-500•D1G-TESS1 FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COA(M E'XING GRIM NGr PAVING: CONS1'RUCTiON j fubbock MAI J.O.•211002 0.I.P.•02002.8002 DESIGNED BY; JK DRAWN BY:AD CHF.CKE BY' JT SCALE: I .5' DATF_05/16/2011 MAINT. BUILDING AT SOUTH FUEL SITE DRAWING •W .,•__•••yIND^1041 SHEET 3 of 5 4' DIA EXTRA HEAVY PIPE SLECVE MENDER SFLI CC 11.315' O.D.. 0.1711. I!u DtA TANDARD WALL TNT CY.NE551 PIPE 10. 64C' O.D.. 0.1 OV WALL— { THI CKNESSI i I �A1NdVAYdWdldd'd' �uvIVJ :V: S^^^lP.AO------- `I/4' DIA PI"_ ff VE 11T MN !N PREOFIU.ED HCI.F t4 it SPLICE—'-4 OOTTOH OF SLEEVE NF.POER. A'f S_PLICE JO1N'fS N.T.S. •"'_.___�...__...^.� _IO •CRAM' LANDIN SINGI,Is••LEVEL RAMP N.r.s. __•RAMP r POST 4T PU(�yC 1Tp� YPY RA POST SPA R A 6f P .l�I.T.EKS.G.C:CL9..N— N.T.S. fr 1, I. I I t I~•Ifi/2• SA$' FL r„LI 13/1 C' Dlf. IsL_ \ BDLI HJLE9 BRAINNCiE TVs' TYPICAL POST BASE PLATE DETAIL 17Yi'" ;J I' 614 EX7NA HEAVY PIPE ti_]i S' C.D.. 0. 17, PROVIDE HOLES A5 NEEDEDLIN to V OIp P PELFORK 1�DALVANIZIM DRAINAGE ANC VENTING. v HALL THICKNESS AHPLUl6EA%L '0^ISO. OCEC `POST ,a IT GI PI DF TOP RAIINihPRtND MiDERHil ESGA?CET NEEDED IN POST FOR OA, NI7.t NC. ORAI HALE AND NEEDED I 0 S14NF17 ACCORDINTi TO AIAAT. TEXAS ACCESSIBILITY SIANDAHDS. ONI FOAM BUILDING CODE, AND AASHTJ LAFO SPECIFIC4TIOH5. HANDRAIL ANCHORASE DETAILS SHOW Oil THIS STANWIRD MY Amin N7DIFIC'ATI ON FDR SELECT STRUCTURE TYPES SEE. APPROPRIATE DETAILS ELSEUNERE IN PLANS FOR THESE tool F..ATI DNS. PIPE WILL CONFORM TO PSN-A53 GRACE B, A500 DT.4DC B OR4501. STEEL iNAtfS AND STEEL ORBS WILL CONF64M TO ASTl7-435. GILVANI2E ALL STEEL CONPONENTS EXCEPT REINFORCING STEEL UNLe'iS NofEB OTHERWI5E, CONCRETE FOR FOUNDATIDNS WILL BE tN ACCORDANCE WITH ITEM SJt SIDEWALk". ALL RE NFLACTNC SrE'EL N1iT BE GRACE 60. SPA LAPS. WERE REOUIRED. ALL BE AS FDLLOWSL UNCOATED - •4 - 1' •5• EPDXY COATED - •4 c -1' WEN THE PLANS REGUt RE PAINTEO STEEL, FOLLOW THE REOUIHEHEN71 FOR PAINTING CALVANIZF.O 57EEL IN TIEM Iff 'CLEANING AND PAINTING STEEL', SLEEVE NENBERS WILL RECEIVE GALVANIZATION nNo ONLY' GET FIELD PAINTEO AFTCR INSTALLATION UNCLES DIRECTED OTNFRWIlE RY RUST WEEK. EPDXY ANCHOR DOLTS FOR WALL ND'UNT AND POST BASF. PLATE WItJ_ BE • -DtA ASIM 426 7HREr•DFD RODS WT Ttf GHE N_X NUT AND DUE HARDENED STEEL WASHER AT EPCH EOL7, U14 I'HIiEp3E0 RO0 END[Ohf'NT CEPO1 F'OR WALL NL'INIS 1S 3 •' AND EN6EDFENT DEPTH Fiat FDST DASE, PLATE 15 5'. DIDEO THRE4DE0 RIDS INTO CORCF,ETE WITH A TYPE III :CLASS Cl EPDXY NEE T11,4 7HE AEGUTRENtiNTS OF DHS-0100. •EPDXEF.S AND ADHESIVES'. MJX An DISPENSE ABHF.SIYF. WITH THE NA 1ACYLAER'S STATIC MIXING N3ZILE/OL4%L CARTRIDGE SYSTEM CORE DRILL. HDLES lPEACUSSION DRILLS NG NOT PERMITTED,. `iSEE 'CCHERAL 40TES' FOR ANCHOR DOLT INFORHATION. De NNRS St•31 SPACED AT 12' MIX fSPAC-AO 3' FAONI OUTSIDE COCC of OVERALL LE0.'GTH OF RAtPISIOEWLKI. PROVI BE I •A2' END COVER 10 04PS C:•41 FROM 010510C EDGE OF OVERALL LFNC•TH OF RWN 51DEUALK. GENERAL NOTES' 4 ;S3 •g � EXTETI t:L POs TP �vP! �REt FOtL'&fear ;^N �} f\1 L4y OARS s •31 ' iZ�OARS Of - 4) N.1.5. _1.S. cuRt3 5le• HOR20 HEx rfEW a �NCTHR OLT f 4STM-B30 'n u ONEACA IIOC IASTH•A IN ME }I— HRSOC.NEG 4 T WA5HEF LACED LARGER PEX NUT, - ONE FUD;TIONK HEX RUT CA BE EADE 9R Fdi'-- r TACK E4LlN THREADED Roa WEL I 4•` FLUSH OR I/IS' NMA-^ CAST -IN -PLACE „g1CgQK BOLT OPTIONS N:?."5. TusEO r•DR ro dnS rL4 E-3.NLl, AT THE CM7RGCTON'S DP710N THE POSTBASE PLATE AflCHDR BOLTS MAY BE CAST A TN 111E Hp Pi STDEWAIk tSEE GAS T•IN•ALACE ANCHOR DOLT OPTIC�T, CP7t ONAL CAST MPI.PCF. PtNCHOR BOLTS WILL DE •' OI4 4 TH A3B7 GRADE 4 BCL TS tCA 436 THRE4CE0 PCICS WITH ONE TACK WELDED HEX NOT EACHI A TH ONE f1E% NOT AND ONE HARDENED STEEL WASHER AT EACH DOLT. VIDEDFE.NT DEFTif OF CAST -IN -PLACE DOLT WILL BE B' FCR POST BASE' PLATE. HANOFAI LS AND ANY WALL OR OTHER SURFACE ADJACENT TO THEM WILL BE FREE OF ANY SHARP OR AORASI VC 'ELEMENTS. SUDM r SHOP DRAWINGS TD THE ENGINEER UNLESS OTHERWISE NOTED. FOR CURVED HANDRAIL APPLICATIOtM FABRICATE THE HANDRAIL TO THE CURVE IF RADIUS IS LESS THAN 60C FT. SHOP DRAW, NSS ARE REQUIRED. WHEN RAIL IS FAEATCPIEO TO THE CURVE. POSTAL; HANDRAILS. ERECTION DRAWINGS WILL BE SUSHI-,TED TU 7HC 'NGitEER FOR APPROVAL TO ENSURE PROPER 4H11/GP^SPL [e JD DIMA NNGET OCt.TI SYSWILL �HOW pNOHnANORAIL�LEN;,THS WITH IDENii FICATI0CATIONS WITH SOLT3 vE5T710WyNG5WEHf PE4C HAW NORAS L GOES LC4 PIC LAYOUT. Pp•.'N£KT FOR CONCRETE ri CEVALRS DP CURD RAMT6 WILL BE PAID FOP. IN r„YORChVCE WITH ITCH S31 'SI DE"* S'. PAYNENr FCI ALL 17EMC SHOW IS TO BE INCLUDED IN LNI7 PRICE BID IN ACCORDANCE WITH ITEH 450'1111ILINC' N THE TYPE SPECIFIED. ALL EXPOSED F.OGES WILL ES ROURBED JR CHAWERED TO APPROXINITELY•• BY CRINGING, LEGM4D DIG-TESS NOTE: CONTRACTOR SHALL CONTACT DIG-TEb`S Q••800-DIG-TESS) FOR UTILITY LOCATES N0 LATER THAN TWO FULL WORKING COAMENCINC TO GRADING/ PAVING/ CONSTRUCTION Lubbock 1 LiXT J.0-211002 C.LP •02002 5002 DESIGNED BY: JK DRAWN R1'• AD CHECKED BY:JT SCALE: 1"•5' DATE: 05l10/201L MAIM'. BUILDING AT SOUTH FUEL SITE DRAWING 1-D-CU41 SHEET 4 Of 5 NapF SGLL +0 EAST ELEVATION ,w"5 GOLLN70 VEST ELEVATION NORTH ELEVATION SOUTH ELEVATION Mwocrl LEGEND DI"ESS ggNOTD gCgHALRACTHACT DIC •TRSS 116800 l •800-DIC •TESS) F�ppyyj�TI G�� ULLaWORKING TWO UUUAYS PRIOR TO COMMENC��INppGpp CONSTRVCT10ttiNC/ ni %AS Ilk "MGERS J.0.-211002 C.I.P.•92002.8002 DFSICNED BY:JK DRAWN SY:AD CHECKED BY: JT SCALE 1-5' DATE: 05/16/21011 MAINT.BUILDING AT SOUTH FUEL SITE DRAWING 1-D-l041 SHEET 5 of 5 Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. 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. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. S. Complete and submit the 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. (Type or Print Company Name) � ... ...... _'____--___--___-____-__--___� � PAGE INTENTIONALLY LEFT BLANK I R, INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. LUMP SUM BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION 4. LIST OF SUB -CONTRACTORS S. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIAL CONDITIONS (IF APPLICABLE) 12. SPECIFICATIONS 3 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 amendment 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 ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. f 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB 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 bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with *the Texas Open _ Records Act. 7 LICENSES PERMITS TAXES E, i. The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. CONFLICT OF INTEREST 9.1 The bidder 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 bid, the bidder certifies and represents to the City the bidder 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 bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. - 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work - contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. Marta Alvarez, Director of.Purchasing and Contract Management City of Lubbock Purchasing and Contract Management 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: malvarez@mylubbock.us Bidsync: www.bidsyne.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 120' ONE- HUNDRED AND TWENTY) CALENDER DAYS FOR SUBSTANTIAL COMPLETION from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City. reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 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 unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. ... 10 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.= 24 - CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED 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 WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate 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 bidders' 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 bidder'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 the contract requiring an inspector shall not be performed on weekends 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 Sunday or holidays, the Contractor j 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 Sunday 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. Vi 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for ITB 11-10166-MA, Wastewater Vehicle Storage Facility 12 30 31 32 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. OUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder 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 bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 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 three (3) 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. BID AWARD 13 'I 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 1 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT 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 INVITATION TO BID. 32.7 The estimated budget for the construction of this project is $ 100,000. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. The 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 ITB process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and materials at the lowest practicable price, for the best interests and benefit of the taxpayers and property owners. Violation of this provision may result in rejection of the bidder's proposal. 34 PREVAILING WAGE RATES 34.1 Bidders 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 34.2 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 14 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. 34.3 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: hM://www.gpo.gov/davisbacon/allstates.html 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 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. 15- BED -SUBrVHTTAL FORM PAGE INTENTIONALLY LEFT BLANK BID SUBMITTAL FORM LUMP SUM PRICE BID CONTRACT DATE: S -&-m-a PROJECT NUMBER: 11-10166-MA - Wastewater Vehicle Storage Facility Bid'ofk'LGrrJa1'Tr2tG7, /li>L (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the Maintenance Building at the South Fuel Site, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to famish 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 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. 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. ITEM DESCRIPTION QTY UNIT EXTENDED COST I. Mobilization and Demobilization: 1 LS $ For all equipment that is needed to complete this project for the lump sum price 2. Engineered Building: 1 LS $ All labor, materials, equipment, and tools necessary for the erection of the building, including all electrical, mechanical work/HVAC, footing, and building, specified herein, complete in place, according to the plans and specifications, 3_ Slab and Ramp: 1 LS $ All labor, materials, and tools necessary for completion of the slab and ramps as specified herein, complete in place, l�/ 3 (JrP according to the plans andspecifications, ' ITEM DESCRIPTION Unit Qty Unit EXTENDED Price COST ATL Alternative 1: Driving Surface Construction: SY 2725 $'' — $ � 1 All labor and tools necessary for the application of ;�600 provided millings, into existing soils and compacted to 95% of standard proctor. TOTAL LUMP SUM (ITEMS 1 THRU 3) $ A�- t� __ _ Bidder's Initials t bidder 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 120 (ONE HUNDRED AND TWENTY) CALENDER DAYS FOR SUBSTANTIAL COMPLETION thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200 (TWO HUNDRED) for each 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. Bidder understands and agrees that this bid submittal shall be completed and, submitted. in. accordance, with instruction number 23 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him _A� Bidder's Initials No Text PAGE INTENTIONALLY LEFT BLANK f_l Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, G. Greenstreet, Inc., as Principal, hereinafter called the Principal, and the North American Specialty Insurance Company, a Corporation created and existing under the laws of the State of New -- -Hampshire--whose principal- office is- -in-Manchester,— NH; as -Surety, —hereinafter -called -the Surety, are- held ---- and firmly bound unto City of Lubbock, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five percent (5 %) of the greatest amount bid dollars ($---------- ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for City of Lubbock Waste Water Vehicle Storage Facility NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 31st day of August, 2011. Attest: Witness: Form S-3266-4 Printed in U.S.A. 12-70 G. Greenstreet, Inc. (Principal) By (SEAL) JILL LEACH a u . Notary Public, State of Texas My Commission Expires January 16, 2012 North American S'. ►, Insurance Company-- , I: Kevin J. act (SEAL)':. PAGE INTENTIONALLY LEFT BLANK NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: W. LAWRENCE BROWN, TRACY TUCKER, -- -- — TOBIN TUCKER, KEVIN J. DUNN and STEVEN TUCKER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by =} law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be, affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ```���OGllt7Yj 0,c3 OiPbRj�Kp�� ��pt10NAt/Y TF ; By pSt�bi • dG - siltSEAL m a Steven P. Anderson, President & Chief Executive officer of Washington International Insurance Company Z •f • G SL r� PYy 1973 & Senior Vice President of North American Specialty Insurance Company o f }rn„ 71//11il11ll1;ii\1\\ By DavidAl. Layman, Senior Vice Preshien of Washlogton International Insumnce Company tam & Vice President or North American Specially Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington international Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this l5th day of February20 11 North American Specialty insurance Company Washington international insurance Company State of Illinois County of Cook SS: On this 15th day of February 20 1 I_, before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M, Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. . CIALSEAV DONNAD.SKLENS Notary Pub&, State of IDiuois MyCbtnmission Expires 111/11GQ011 Donna D. Sklens, Notary Public I, James A, Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still 1 full force and effect. S� IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 5 day of t 1 20Y� �. James A. Carpenter, Vice President & Assistant Se& mAa or%Vnihinvoa-intemmional Insur.mce Company & North American Specialty huurancC Zr npanr - PAGE INTENTIONALLY LEFT BLANK Ll 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents 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 bidder 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 regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: OUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO ✓ If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. A-"' Bidder's Initials PAGE INTENTIONALLY LEFT BLANK LIST OF SUB -CONTRACTORS PAGE INTENTIONALLY LEFT BLANK 1. 2. 3. 4. 5. 6. 7. s. 9. 10. 11. 12. 13. 14. 15. 16. BID 11-10166-MA, Wastewater Vehicle Storage Facility LIST OF SUB CONTRACTORS Company Name Location Services Provided RROAbF-L Q1-j+Sc�c�. "BOCV- . %.m?'-Mck oyemm booms LS—Luca- ()V'R Dogs PAuC.o2, T'eR2ELl- _ KeTA-L - hey .Dt')£t S tSCt .i4 t iZ U4 f cx� "Ac Company l✓''. Grier e�a!%�GG% /�� Address City, County State 12140 Zip Code 7gsloS: 'telephone: 0076 Fax: eM Minority Owned Yes No s� ❑ ❑ ar ❑ ar 41, ❑ ❑ v--� ❑ rar ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 PAGE INTENTIONALLY LEFT BLANK BID 11-10166-MA, Wastewater Vehicle Storage Facility FINAL LIST OF SUB CONTRACTORS Minority Owned Company Name Location Services Provided Yes No " 1• f''�� L1 CdB tr iA C'dsy4 [8' ❑ 2. ��4 0�� Gw�3 r21f� �� ❑ 5;," 3. cte. /3u ?',ta f��E��/G,�I+J /5,ir/l�%i a' 4. 5. 6. 7. ❑ ❑ 8. ❑ ❑ g, ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ Company t4 t�r�rpee City, County zgj2u . 79444 State Zip Code Telephone: ! - -7W-g0lel Fax: _ --7"=,9722 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO 3 PAGE INTENTIONALLY LEFT BLANK PAYMENT BOND PAGE INTENTIONALLY LEFT BLANK STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that C1-(���Q �� , (hereinafter called the Principal(s), as Principal(s), and` 1 1.. �i •, t i 9 _ t - _ 1 _ _ 1 t, _ „' - /) _- _ . (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One . hundred seventy-one thousand four hundred fifty dollars. Dollars ($ 171,450.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of September, 2011, to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS 'REOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2011. Surety wJ� Ae *By._ (Title) � .G�slr2r�r- Luc (Company Name) By: 6014 "0." (Prin ed Name) ( ignature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates 4P on iNWk) an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. Approved as to form: City of u ck By: City Attorn * Note: If signed by an Office 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. C PERFORMANCE BOND V-1 PAGE INTENTIONALLY LEFT BLANK STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that ' ��S1��1 )Y) G (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One hundred seventy-one thousand four hundred fifty dollars. - Dollars ($_I71,450.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of September, 2011. to and said r ' Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal day of 2011. J. Dr), �"W) -F:ad- (s) and Surety (s) have signed and sealed this instrument this (Company Name) By: a 1) t•�pw. (Printe Name) Ok �' /" (Si ature) 1'k-'r7— (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Yf M N I AW 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. ety��s cun, iinWLA Approved as to Form City of u ock By: City Attorney (Title) ol. b\wy\, * Note: If signed by an Office 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. 3 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: W. LAWRENCE BROWN, TRACY TUCKER, KEVIN J. DUNN and STEVEN TUCKER JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 241h of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." �muatwwu„ym By �h!`4�OR9p SG Q.r• SEAL ; m= Steven P. Anderson, President & Chief Executive Officer of Washington International insurance Company 2? SEAL[ W ? 1973 4 & Scnlor Vke President of North American Specialty Insurance Company sA. �c yip/ doN " !`N By - David David M. Layman, Senior Vice Presideo of Washington International Insurance Company ran & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 15th day of September 2011 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this 15th day of September 20 11 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington Intemational Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ICIAL SEAL LL NELSON ( k�, [N:arARYIC - STATE OF 1111NOISSIONEmRESAN03/12 D. Jill Nelson, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this U •�r� day ofie /^ , 20—a. James A. Carpenter, Vice President & Assistant Secretary of Washington International insurance Company & North American Specially Insurance Compauy IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @ tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- $00-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httu://www.tdi.state.tx.us E-mail: ConsumerProtection @ tdi.state.tx.tis DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Ltsurance Company and/or North American Specialty Insurance Company pr-imero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK 0 DATE '4� CERTIFICATE OF LIA Y INSURANCE 9/30/201N1 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Sanford & Tatum Insurance Agency 6303 Indiana Ave Ave. _ __. P.O. BOX 64790 Lubbock TX 79464 CONTACT NAME: Dee Bartlett PHONE . (806) 792-5564 FAc No • (806) 792-9344 EMAIL DRESS bartlettd@sanfordtatum. oom INSURERS AFFORDING COVERAGE NAIC N INSURERA:Valley Forge Insurance Co 20508 INSURED G. Greenstreet, Inc 112 E. 82nd Street Lubbock TX 79404 INSURERS Natl Fire Insur of Hartford 20478 INSURERC:Continental Casualty Company 0443 INSURER D : INSURERE; INSURERF: COVERAGES CERTIFICATE NUMBER:11/12 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILT R LTR TYPE OF INSURANCE ADDLSUBR POLICY NUMBER MMIDD/YY Y EFF POLICYEXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Fx_1 OCCUR Y Y 029198623 /26/2011 /26/2012 AMAX PREMISES c $ , 000, 000 MED EXP (Any one person) _1 $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO- LOC $ AUTOMOBILE LIABILITY COMEaBI ED SINGLE LIMIT a cident) 11000,000 _ BODILY INJURY (Per person) $ B X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS y i 027233039 /26/2011 /26/2012 BODILY INJURY (Per accident) $ PROPERTY DAMAGE P i t $ NON -OWNED HIRED AUTOS AUTOS X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 _ AGGREGATE $ 5,000,000 C EXCESS LIAR CLAIMS -MADE DIED I X I RETENTION 10,00 $ 029198637 /26/2011 /26/2012 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE Y / N OFFICERIMEMBEREXCLUDED? (Mandatory in NH) NIA y 029198640 8/26/2011 /26/2012 X I WC STATU- I OTH- ER E.L. EACH ACCIDENT $ 1 , 000 000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) CERTIFICATE HOLDER IS PRIMARY ADDITIONAL INSURED ON THE GENERAL LIABILITY INCLUDING PRODUCTS AND COMPLETED OPERATIONS & ADDITIONAL INSUERD ON THE AUTO WITH A WAIVER OF SUBROGATION ON THE GENERAL LIABILITY, AUTO & WORKERS' COMPENSATION WHEN REQUIRED BY WRITTEN CONTRACT. UEH:I ItIGA I t MULUtK I;ANUtLL.A 1 IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 AUTHORIZED REPRESENTATIVE Sanford/DAB -- �" 4_1 ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved INS025oninn5tni Tho nrrnRn nnma anti Innn nra ranictararl marlrc of GrnRn PAGE INTENTIONALLY LEFT BLANK CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; ✓ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; 3 ✓ (3). provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ✓ (5) retain all required certificates of coverage on file for the duration of the project and .for one year thereafter; ✓ (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; ✓ (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes:: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. PAGE INTENTIONALLY LEFT BLANK REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 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 (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based. on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. PAGE INTENTIONALLY LEFT BLANK CONTRACT PAGE INTENTIONALLY LEFT BLANK CONTRACT 10166 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 27 h of September, 2011, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and G. Greenstreet, Inc. of the City of Lubbock , County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID 11-10166-MA, Wastewater Vehicle Storage Facility 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 Conditions of Agreement. G. Greenstreet, Inc.'s bid dated August 31, 2011 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid 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: -' COMPLETE ADDRESS: Company G 4 ktwQe , ht�! v- Address L! Zrs7"�Zf'h StT City, State, Zipl,,,,�"7'sc{ ATTEST: _ Corpq(rate Seeretary CITY OF LUBBOCK, TEXAS (OWNER): By: MAYOR ATTEST: City Skretary APPROVED AS TO CONTENT: er's ReprWentatre arsha`Reed, Chief of Operations APAS O RM: AS Attorney PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK a H GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER 5; Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit G. Greenstreet, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, John Turnin, P.E. Chief Water Utilities Engineer so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors shall 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 Bidders, General Instructions to Bidders, Bid, 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 Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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 shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE ' Written notice shall be deemed to have been dulyserved if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall 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 are 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 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 the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, 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 1. 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. ,,P3 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. ir 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 are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall 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 �E 4 t j r� 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 Owne'r's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges 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 'a kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the - type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. _Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall 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 bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 ._$ f, 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED 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 WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. i A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations AGG Contractual Liability Personal & Adv. Injury WITH HEAVY EQUIPMENT & XCU (Explosion, Collapse, Underground) ENDORSEMENT B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $300,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 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 l Q J of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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 shall 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 materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. 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. 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. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: i 10_ (a) provide coverage for its employees providing services on a project, for the duration of the ..4. project based on proper reporting of classification codes and payroll amounts and filling -., of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 die project, regardless of the identity of their employer or status as an employee " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (vvwwAdi.stateAx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided tie 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; �-� 11 t 29 30. (iii) include in all contracts to provide services on the project the following language: j "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 x insurance carrier or, in the case of a self -insured, with the ,< commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 9 the project; and ._I (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 ° j compensation, job training, and other terms conditions and privileges of employment. L P � j g> P g PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form; the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, 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 12_ t__ and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 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 $200 (TWO HUNDRED) PER CALENDER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. . IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor `• shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in ij securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except 14 J q� e. 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 bids offered for the work. In the event the amount of work to be done and materials to be famished 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. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work fumish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 15 42. PARTIAL PAYMENTS 43 44. On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 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. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which 16 zz 1= 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. 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 b the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed Y P � g 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 w Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the '3 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: 17 (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and r supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have ' been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Sure if applicable, at the respective addresses designated in this contractprovided, however, that actual Surety, PP P � , written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said - notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. -, The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 18 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 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. K�e� 11 Ii� 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 $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus 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 p 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 ! __ 19 Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the s 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. 20 DAVIS BACON WAGE DETERMINATIONS Rates Fringes Painter - Brush, Roller & Spray ............................$ 15.81 4.56 --------------------------------------------------------- * PLUM0629-019 09/24/2010 Rates Fringes PLUMBER/PIPEFITTER...............$ 21.00 6.25 --------------------------------------------------------- SHEE0049-007 06/16/2010 Rates Fringes SHEETMETAL WORKER (HVAC Duct and System Installation Only) .... $ 21.20 8.95 ----------------------------------------------------------- SUTX2009-168 06/03/2009 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 18.58 0.00 ELECTRICIAN ......................$ 18.09 2.36 IRONWORKER, STRUCTURAL ........... $ 10.38 0.00 LABORER: Common or General ...... $ 8.86 0.00 LABORER: Mason Tender - Brick ... $ 11.00 0.00 OPERATOR: Backhoe/Excavator..... $ 13.81 0.00 OPERATOR: Blade/Grader .......... $ 12.97 0.00 OPERATOR: Front End Loader ...... $ 12.23 0.00 ROOFER ...........................$ 12.06 0.00 TILE SETTER ......................$ 8.50 0.00 TRUCK DRIVER .....................$ --------------------------------------------------------- 10.15 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. 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 EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK VAC -CON TRUCK FACILITY TECHNICAL SPECIFICATIONS ........................ :16H-14 ... TU.Rp.liy.*." ...... .. ..... ..... ... 99600 DUNE, 2011 TABLE OF CONTENTS Maintenance Building at South Fuel Site DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work...................................................................3 01019 Contract Considerations.............................................................1 01023 Change Order Procedures...........................................................3 01039 Coordination of Meetings............................................................3 01140 Work Restrictions....................................................................3 01300 Submittal Procedures.................................................................4 01310 Progress Schedules................................................................2 01400 Quality Requirements................................................................4 01410 Testing Laboratory Services........................................................3 01500 Temporary Facilities and Controls.................................................1 01576 Waste Material Disposal............................................................2 01700 Contract Closeout......................................................................3 DIVISION 2 - CONCRETE 03300 Cast -in -Place Concrete...............................................................5 DIVISION 3 - BUILDING 13120 Pre -Engineered Metal Building....................................................16 a SECTION 01010 SUMMARY OF WORK PART 1— GENERAL 1.1 SUMMARY A. The OWNER is the City of Lubbock B. The Owner's representative is: a. John Turpin P.E. Chief Water Utilities Engineer City of Lubbock (806) 775 — 2342 C. Section includes: a. Project description b. Permits and licenses c. Access to site d. Contractor's use of the premises e. Coordination requirements f. Coordination drawings g. Preconstruction meeting h. Warranty 1.2 PROJECT DESCRIPTION A. This project involves the complete construction of a pre -fabricated metal building involving: • HVAC/Mechanical Work • Electrical • Concrete Work: building foundation, slab, ramp and ADA ramp • A fully engineered pre -fabricated metal building meeting all current City of Lubbock Building codes, proper permitting, specifications, and plans here in. • The Contractor will be responsible for providing a pre -fabricated engineered building and footing for the building 1.3 DEFINITIONS A. Furnish: To supply products to the project site, including delivering ready for unloading and replacing damaged and rejected products. B. Install: To put products in place in the work ready for the intended use, including unloading, unpacking, handling, storing, assembling, installing, erecting, placing, applying, anchoring, working, finishing, curing, protecting, cleaning, and similar operations. C. Provide: To furnish and install products. D. Indicated: Shown, noted, scheduled, specified, or drawn, somewhere in the contract documents. Vac -Con Truck Facility _ 01019-1 - June 2011 SECTION 01019 CONTRACT CONSIDERATIONS PART 1— GENERAL 1.1 SECTION INCLUDES A. Schedule of Values B. Application for Payment 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on Engineer approved Contractor's form or electronic media printout. B. Submit Schedule of Values in duplicate within five (5) days after receiving the bid tabulation. C. Revise schedule to list approved Change Orders, with each Application for Payment. 1.3 APPLICATIONS FOR PAYMENT A. Submit two (2) copies of each application on Engineer approved Contractor's form or electronic media printout. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: Monthly, submit application for payment on or about the 10`h day of each month. D. Include an updated construction progress schedule, materials received, and manifest. E. Submit the following along with the application for final payment: a. The documentation for the completed project. b. Signed affidavit from a Notary Public that all claims on this job have been settled and that all bills owed by the Contractor for the project including materials and labor have been paid. c. Contractor warranties for this job shall be signed and sealed by a Notary Public. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION F Vac -Con Truck Facility 01019-1 June 2011� 1 g� �_r SECTION 01028 CHANGE ORDER PROCEDURES PART 1— GENERAL 1.1 SECTION INCLUDES A. Submittals B. Documentation of change in Contract Sum/Price and Contract'rime C. Change procedures D. Stipulated price change order E. Unit price change order F. Time and material change order G. Execution of change orders H. Correlation of Contractor submittals 1.2 RELATED SECTIONS A. Document — General Contract Conditions B. Section 01300 —Submittals: Work schedule C. Section 01700 —Contract Closeout 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME ' A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. t-, B. Document each quotation for a change in a cost or time with sufficient data to allow evaluation of the quotation. C. On request, provide additional data to support computations: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract 'Time. e. Credit for deletions from Contract, similarly documented. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. Vac -Con 'truck Facility 01028-1 June 2011 d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. The Contractor will prepare and submit an estimate within seven (7) days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with 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. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. The Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in the Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by the Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. The Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. Vac -Con Truck Facility 01028-2 June 2011 i_ x. t 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Order: The Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to records each authorized Change Order as a separate tine item and adjust the Contract Sum/Price. E. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 — PRODUCTS Not used PART 3 -- EXECUTION Not used Vac -Con "Truck Facility END OF SECTION 01028-3 June 2011 SECTION 01039 COORDINATION AND MEETINGS PART l — GENERAL 1.1 RELATED DOCUMENTS A. Drawings: General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 -- General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Coordination B. Field engineering C. Preconstruction meeting D. Progress meetings E. Preinstallation meetings 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and cleanup of Work of -separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 FIELD ENGINEERING A. Locate and protect survey control and reference points. B. Verify set -backs and easements; confirm drawing dimensions, and elevations. C. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.5 PRECONSTRUCTION MEETING A. The Engineer will schedule a meeting before a Notice to Proceed. B. Procedures and processing of field decisions, submittals, and substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. C. Agenda: a. Use of premises by Owner and Contractor. b. Distribution of executed Contract Documents. c. Submission of list of Subcontractors, list of products and progress schedule. Vac -Con 'rruck Facility 01039-1 Tune 2011 d. Designation of personnel representing the parties in Contract and the Engineer. e. Owner's requirements. f. Construction facilities and controls provided by Owner. g. Survey and layout. h. Security and housekeeping procedures. L Schedules. j. Procedures for testing. k. Procedures for maintaining record documents. 1. Inspection and acceptance of finished products. D. Record minutes and distribute copies within Five (5) days after meeting to participants and those affected by decisions made. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the work at minimum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda a. Review minutes of previous meetings. b. Review of Work progress. c. Field observations, problems, and decisions. d. Identification of problems which impede planned progress. e. Review of submittals schedule and status of submittals. E Review of off site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. m. Other business related to Work. E. Record minutes and distribute copies within five (5) days to Engineer, participants, and those affected by decisions made. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Vac -Con Truck Facility 01039-2 June 20l l i__ B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct location. END OF SECTION Vac -Con "Crock facility 01039-3 June 2011 SECTION 01140 WORK RESTRICTIONS PART 1— GENERAL 1.1 SECTION INCLUDES A. Use or premises B. Special scheduling requirements C. Working period_ D. Utility cutovers and interruptions E. Noise restrictions F. Occupancy requirements 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 USE OF PREMISES A. Use of site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. a. Limits: Confine all construction operations to the construction areas shown on the plans. b. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. i. Schedule construction to minimize obstruction of driveways and entrances. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the Work. B. Permission to interrupt and utility service shall be requested in writing a minimum of fourteen (14) calendar days prior to the desired date of interruption. 1.5 WORKING PERIOD A. Working Hours: Regular working hours shall be within an eleven (11) hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight (S) hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to disallow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: Vac -Can Truck Facility 01140-1 June 2011 a. New Year's Day b. Good Friday Holiday c. Memorial Day Holiday d. Independence Day Holiday e. Labor Day Holiday f. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. g. Christmas Week. If Christmas Day falls on Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work outside Regular Hours: Work outside regular working hours requires Owner's approval. Make application twenty-one (21) calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The Drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. The Contractor shall keep on -site a hand portable sound measurement device for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. The Contractor shall provide a minimum of five (5) days advance written notice of construction to businesses and residences along the construction route. B. The advance written notice shall be in the form of a single page flyer to be placed by hand by the Contractor's forces in mailboxes, door handles, or handed to applicable individuals at each route building. C. The text for the advance written notice will be provided by the Owner in written form and electronic form. D. Reproduction shall be at the Contractor's expense. E. Distribution shall be at the Contractor's expense. F. Single page flyers shall be of a paper or post card color other than white to direct the recipient's attention to the information. G. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. H. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non- trafficability). Vac -Con "Fnick Facility 01140-2 June 2011 1. s � 1 fi_ I 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is the Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. The Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude the Contractor from seeking other water sources for use in construction. Such water resources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION Vac -Con Truck Facility �� 011 10-3 .tune 2011 1 ('th d. 1'esting requested by the Contractor and not required by the Contract Documents are the Contractor's responsibility. e. Where the Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were the Contractor's responsibility, provide quality control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. 'Testing Agency Responsibilities: Cooperate with the Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. a. Notify the Engineer or Contractor promptly of irregularities or deficiencies , observed in the work during performance of its services. tz b. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the requirements. c. Submit a certified written report, in triplicate, of each test, inspection, and similar quality control service through the Contactor. d. Do not release, revoke, alter, or increase requirements of the Contract Documents Work. or approve or accept and portion of the e. Do not perform any duties of the Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance or operations to permit assignment of personnel. Provide the following: a. Access to the Work. b. Incidental labor and facilities necessary to facilitate tests and inspections. c. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. d. Facilities for storage and field curing of test samples. n e. Additional associated services required of the Contractor for testing access are listed in the specification Sections. f. Delivery of samples to testing agencies. g. Preliminary design mix proposed for use for material mixes that require control by testing agency. h. Security and protection for samples and for testing and inspecting equipment at Project site. ! E. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. a. Schedule times for tests, inspections, obtaining samples, and similar activities. PART 2 — PRODUCTS Not used Vac -Con Truck Facility 01400-3 June 2011 ■ PART 3 — EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction, and restore substrates and finishes. a. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality control service activities. C. Repair and protection are the Contractor's responsibility, regardless of the assignment of responsibility for quality control services. END OF SECTION Vac -Con Truck Facility 01400-4 June 2011 SECTION 01410 TESTING LABORATORY SERVICES PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1-- General Requirements apply to Work of this Section 1.2 SECTION INCLUDES A. Selection and payment B. Contractor submittals C. Laboratory responsibilities D. Laboratory reports E. Limits on testing laboratory authority F. - Contractor responsibilities P 1.3 RELATED SECTIONS A. Section 01300 — Submittals B. Section 01700 — Contract Closeout C. Individual Specification Sections: Inspection, tests, and standards for testing are required. 1.4 REFERENCES A. ANSUASTM D3740 — Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSI/ASTM E329 — Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. s 1.5 SELECTION AND PAYMENT A. An independent firm, provided at the Contractor's expense, will perform inspection, tests, and other services specified in individual specification Sections and as required by the Engineer. B. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. 0 C. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. a. Notify the Engineer and independent firm forty-eight (48) hours prior to expected time for operations requiring services. _ Vac -Con Truck Facility 01410-1 June 2011 Lil b. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. E. The cost associated with compliance testing shall be paid by the Contractor. Re- testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for re -testing will be paid by the Contractor. 1.6 QUALITY ASSURANCE A. Comply with requirements of ANSUASTM E329 and ANSUASTM D3740R. B. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. C. "Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) standards or accepted values of natural physical constants. 1.7 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Provide qualified personnel at site. Cooperate with the Engineer and Contractor in performance of services. C. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. D. Ascertain compliance of materials and mixes with requirements of Contract Documents. E. Promptly notify Engineer and Contractor of observed irregularities or non- conformance of Work or Products. F. Perform additional inspections and tests required by the Engineer. 1.8 LABORATORY REPORTS A. After each inspection and test, promptly submit three (3) copies of laboratory report to the Engineer and to the Contractor. B. Include: a. Date issued b. Project title and number c. Name of inspector d. Date and time of sampling or inspection e- Identification of product and Specification Section f. Location in the Project g. Type of inspection or test h. Date of test i. Results of tests j. Conformance with Contract Documents C. When requested by the Engineer, provide interpretation of test results. Vac-Con'rruck Facility 01410-2 June 2011 1.9 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work. C. Laboratory many not assume any duties of the Contractor. D. Laboratory has no authority to stop the Work. 1.10 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C.. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify the Engineer and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. 1.11 SCHEDULE OF INSPECTIONS AND TESTS A. As indicated in individual Specification Sections. PART 2 — PRODUCTS Not used PART 3 — EXECUTION Not used END OF SECTION Vac -Con Truck Facility 01410-3 June 2011 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 — GENERAL e 1.1 RELATED DOCUMENTS A. Drawings, General Condition of the Contract for Construction. Supplement Conditions and Division 1—General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.3 RELATED SECTIONS A. Section 01700 — Contract Closeout Requirements: Final Cleaning 1.4 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service to field office or field superintendent at time of project mobilization. 1.5 TEMPORARY WATER SERVICE -- A. Provide, maintain, and pay for suitable quality water service required for construction operations. B. Exercise measures to conserve water. 1.6 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.7 BARRIERS A. Construction: At Contractor's option, commercial grade chain link fence or solid wood fence, painted. B. Provide six (6) foot high fence around immediate construction site, equip with vehicular and/or pedestrian gates with locks. i Vac-Con'rruck Facility 01500-1 June 2011 a. Provide fencing to prevent unauthorized entry to construction areas to allow for Owner's use of the site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. C. Provide protection for plant life designated to remain. D. Protect non -awned vehicular traffic, stored materials, site, and structures from damage. 1.8 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.9 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic through landscaped areas. 1.10 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.11 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Existing on -site roads may be used for construction traffic. 1.12 PROGRESS CLEANING A. Maintain areas free of water materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.13 PROJECT IDENTIFICATION Vac -Con 'rruck Facility 01500-2 June 2011 A. Project sign is not required. 1.14 FIELD OFFICES AND SHEDS A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack and drawing display table. 1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS. ' A. Remove temporary above grade or buried utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of two (2) feet. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS Not used f PART 3 - EXECUTION Not used END OF SECTION Vac -Con Truck Facility 01500-3 June 2011 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1— GENERAL 1.1 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.2 SUBMITTALS A. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. B. Submit a copy of written permission from property owner, along with a description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall t include hold -harmless clauses naming the City of Lubbock, Texas as the entities y to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. j PART 2 — PRODUCTS Not used PART 3 — EXECUTION 3.1 SALVAGEABLE MATERIAL A. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements of Section 02221 — Removing Existing Pavements. 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site and legally disposed of at a proper facility such as the WestTexas Region Disposal Facility (WTRDF). a. Excess material may be disposed at the WTRDF. There will be a tipping fee of $28.50 per ton for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the WTRDF, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposaYdisfees.htm. There will also be a fee of $15.00 per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices. B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the property owner. See Paragraph l .3.0 above. Vac -Con 'truck Ficility Y 01576-1 �� June 2011 C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. Vac -Con Truck Facility END OF SECTION 01576-2 June 201 t SECTION 01700 CONTRACT CLOSEOUT PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Instructions to Bidders, General Conditions of the Agreement, Special Provisions and Division 1 -- General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures B. . Final cleaning C. Adjusting- D. Project record documents E. Operations and maintenance data F. Warranties G. Spare parts and maintenance materials. 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 Engineer's inspection. a. Should the Engineer consider the work incomplete or defective: i. The Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. ii. The Contractor shall take immediate steps to remedy the stated deficiencies and submit a second written certification that the work is complete. iii. The Engineer will reinspect the Work. B. Provide submittals to the Engineer that are required by governing or other authorities. C. 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 site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch, and touch-up marred surfaces to match adjacent finishes. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. Vac -Con 'rruek Facility 01700-1 June 2011 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work a. Contract Drawings b. Specifications c. Addenda d. Change Orders and other Modifications to the Contract e. Reviewed strop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. c. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: a. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. b. Field changes of dimension and detail. c. Details not on original Contract Drawings. d. Changes made by Addenda and Modifications. F. Submit final survey of installed sewer main as specified in Section 0 10 10 — Summary of Work. G. -Submit two (2) copies to the Engineer with claim for final Application for Payment. 1.7 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.8 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2 — PRODUCTS Not used Vac -Con Truck Facility 01700-2 June 2011 PART 3 — EXECUTION Not used END OF SECTION Vac-Con'rruck Facility 01700-3 June 2011 SECTION 03300 CAST-INI -PLACE CONCRETE PART 1— GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. � 1.2 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash or other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. ._ B. Design Mixes: For each concrete mix, include alternate mix' designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. a. Indicate amounts of mix water to be withheld for later addition at Project site. Water added at project site will not be permissible without paperwork showing how much water has been withheld. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service i performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. a. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. D. ACI Publications: Comply with the following, unless more stringent provisions i are indicated: a. ACI 301— Specification for Structural Concrete Vac -Con Truck Facility 03300-1 June 2011 b. ACl 117 — Specifications for Tolerances for Concrete. Construction and Materials. PART 2 — PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. a. Plywood, metal, or other approved panel material. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. D. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. a. Formulate form -release agent with rust inhibitor for steel form -facing materials. E. Form -Ties: Factory -fabricated, removable or snap -off metal or glass -fiber - reinforced plastic form ties designed to. resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. a. Furnish units that will leave no corrodible metal closer than one (1) inch to the place of the exposed concrete surface. b. Furnish ties that, when removed, will leave holes less than one (1) inch in diameter in concrete surface. c. Furnish ties with integral water -barrier plates to galls indicated to receive damp proofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Shall comply with Item 440 "Reinforcing Steel" and Item 360 "Concrete Pavement' of Texas Department of Transportation "Standards Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004" and all references there in. 2.3 CONCRETE MATERIALS A. Shall comply with Item 421 "Hydraulic Cement Concrete" and Item 360 "Concrete Pavement" of Texas Department of Transportation "Standards Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004" and all references there in. 2.4 ADMIXTURES A. Shall comply with Item 421 "Hydraulic Cement Concrete" of Texas Department of Transportation "Standards Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004" and all references there in. Vac -Con Truck Facility 03300-2 June 20 11 2.5 CURING MATERIALS A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials" 2.6 CONCRETE MIXES A. Shall comply with Item 421 "Hydraulic Cement Concrete" and Item 360 "Concrete Pavement" of Texas Department of Transportation `'Standards Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004" and all references there in. 2.7 FABRICATING REINFORCEMEN'r A. Shall comply with Item 440 "Reinforcing Steel" and Item 360 `Concrete Pavement "of Texas Department of Transportation "Standards Specifications For Construction And Maintenance of Highways, Streets and Bridges 2004" and all references there in. 2.8 CONCRETE MIXING A. Shall comply with Item 421 "Hydraulic Cement Concrete"and Item 360 "Concrete Pavement" of Texas Department of Transportation "Standards Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004" and all references there in. PART 3 — EXECUTION 3.1 FORMWORK A. Erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for included surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts form forming keyways, reglets, recesses, and the like, for easy removal. a. Do not use rust -stained steel form -facing material. F. Set edge of forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure Vac-Con'rruck Facility 03300-3 June 2011 units to support screed strips, use strike -off templates, or compacting type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of fonmvork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. 1. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. - K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 SHORES AND RESHORES A. Comply with ACI 318, ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.3 STEEL REINFORCEMENT A. Shall comply with Item 440 "Reinforcing Steel' and Item 360 "Concrete Pavement "of Texas Department of "Transportation "Standards Specifications For Construction And Maintenance of Highways, Streets and Bridges 2004" and all references there in. 3.4 JOINTS A. No cold joints will be allowed for slab constriction. 3.5 CONCRETE PLACEMENT A. Shall comply with Item 421 "Hydraulic Cement Concrete" and Item 360 "Concrete Pavement" of Texas Department of Transportation "Standards Specifications for Construction and Maintenance of Highways, Streets and Bridges 2004" and all references there in. Vac -Con Truck Facility 03300-4 June 2011 3.6 CONCRETE PROTECTION AND CURING A. All fresh concrete surfaces shall be completely painted with a liquid membrane forming curing compound and the application shall conform to DMS - 4650 and TxDOT Item "Concrete Strictures - Curing Materials". A. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. B. Concrete forms shall be left in place for curing purposes for a minimum of 3 Days. Vac -Con Truck Facility END OF SECTION 03300-3 June 2011 SECTION 13120 PRE-ENGINEERED METAL BUILDING PART 1 GENERAL 1.01 Summary A. The following paragraphs in this section give the specifications on the various materials and construction methods that are to be used in the construction of the Pre -Engineered Metal Building. B. The Pre- Engineer Metal building shall meet all requirements set forth by the City of Lubbock to acquire a building permit. The building must also follow the rules and regulations established by the Engineering Practice Act and the Architecture Practice Act. C. The building shall include all primary and secondary structural framing members, connection bolts, covering, doors, windows, skylights, flashing, fasteners, closures, tape and tube sealant, insulation, and other miscellaneous items as shown or called for in the drawings or specifications. D. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. E. All materials shall be submitted to and approved by the Owner's Representative before being used. F. All references in these specifications shall be the latest revisions. It shall be the responsibility of the contractor to ensure conformance with the most recent applicable standards for Pre -Fab Metal Buildings. G. The contractor will be responsible for procuring a building permit with the City of Lubbock and for conforming to all applicable City of Lubbock Ordinances. 1.02 SYSTEM PERFORMANCE REQUIREMENTS A. A single -story, single span, rigid frame -type pre-engineered metal building of the nominal length of sixty (60) feet, width of forty-five (45) feet, eave height of eighteen (I8) feet, and a roof pitch of 1:12. All Frames small be considered pinned at the base. B. Exterior walls shall be covered with field assembled wall panels attached to framing members using exposed fasteners. C. Roof system consists of the manufacturer's standard insulated metal roof_ Hold insulation in place by wire mesh. Manufacturer's standard building components and accessories may be used, provided components, Vac -Con Truck Facility SEC 13120-1 June 2011 accessories, and complete structure conform to design indicated and specified requirements. D. The work in this section includes the complete engineering, fabrication and erection of the metal building system, including, but not necessarily limited to the following: 1. Structural frame, building foundation, foundation anchor bolts, sub-purlins and bracing. 2. Pre -finished exterior wall panels with R-13 blanket type insulation. 3. Pre -finished roofing panels with R49 blanket type insulation. 4. Manufacturer's standard trim and accessories. 1.03 SUBMITTALS A. The manufacture shall design the metal building to meet all specifications and any applicable building standards. The contractor is responsible for making an independent determination of any local codes or any other requirements not part of the Order Documents. B. The manufacture shall be responsible for the structural design of the metal building it sells to the contractor. Contractor or contractor's Engineer shall be the Design Professional or Engineer of Record for the Construction Project. The contractor shall be responsible for any components or material not furnished for this project, and their interface and connection with the metal building. • The contractor shall be responsible for submitting a pre-fab building, footing and all associated appurtenances to the City of Lubbock Building Codes for a building permit. C. The contractor shall submit product data consisting of metal building system manufacturer's product information for building components and accessories. D. The contractor shall submit shop drawings for concrete slab including anchor bolt placement, metal building structural framing system, roof and siding panels, and other metal building system components and accessories that are not fully detailed or dimensioned in the manufacturer's product data. The drawings shall indicate size, profiles, and dimensions required of the pre-engineered metal building system. Metal building systems having equal performance characteristics with deviations from indicated dimensions and profiles may be considered, provided deviations do not change the design concept or intended performance. The burden of proof for equality is on the proposer. E. The contractor shall furnish complete erection drawings prepared by or under the supervision of a professional engineer legally authorized to practice in the State of Texas. Vac -Con Truck Facility SEC 13120-2 June 2011 F. The drawings shall include details showing anchor bolt placement. The drawings shall show the fabrication and assembly of the metal building system. Including sidewall, end wall, roof framing, and a transverse cross-section. The manufacturer shall provide layouts of panels on the walls and roofs, details of edge condition, joints corners, custom profiles, supports, anchorage, trim, flashing, closures, and special details. G. Details of metal building accessory components shall be provided and methods of installation included. Provide details of louvers, ventilators, gutters, downspouts and other sheet metal accessories. Included shall be methods of joining and anchorage. H. The manufacture shall submit four (4) copies of color samples showing the full range of available colors, finishes, textures, and patterns'for the metal rooting and siding panels, I. After the owner has tentatively selected the color, textures and finish the manufacture shall provide sample panels 12" tong by actual panel width, in the profile, style, color, and texture indicated. Included shall be clips, battens, fasteners, closures, and other panel accessories. 1.04 QUALITY ASSURANCE A. The work shall be performed in accordance with RISC 360-05, and MBMA Low Rise Building Systems Manual. B. All structural steel sections and welded plate members shall be designed in accordance with the AISC Specification for Structural Steel Buildings - Allowable Stress Design and Plastic Design. C. All light gauge cold -formed structural members and exterior covering shall be designated in accordance with the AISI Specification for the Design of Cold -Formed Steel Structural Members. D. All welding shall be in accordance with the ANSUAWS D1.1 Structural Welding Code -Steel or the ANSUAWS D1.3 Structural Welding Code - Sheet Steel, as applicable. 1.05 DESIGN REQUIREMENTS A. Engineer, design, fabricate and erect the pre-engineered metal building system to withstand loads from winds, snow, gravity, structural movement, including movement thermally induced, and to resist in- service use conditions that the building will experience, including exposure to weather, without failure. Design each member to withstand stresses resulting from combinations of loads that produce the maximum allowable stresses in that member as prescribed in MBMA's Design Practices Manual." Vac -Con Truck Facility SEC 13120-3 June 2011 B. Basic design loads include live load, wind load, and seismic load, in addition to the dead load. Wind framing members shall be concealed from view within the architectural framing components unless specifically noted otherwise. C. Collateral loads include additional dead loads over and above the weight of the metal building system such as sprinkler system and roof mounted mechanical systems. D. Allowable design limits 1. The allowable bay spacing shall be designed at twenty feet (20') to twenty-five feet (25'). 2. Eave height shall be eighteen feet (18'). 3. The frame live load is 20 psf not reduced. 4. The uniform roof live load is 20 psf. 5. The roof snow load is 25 psf. 6. The wind load should be figured with a design wind velocity of I00 mph. 7. The seismic zone used for this design area is "A" Category 8. The dead load shall be the combined weight of all permanent construction as per manufacturer. 9. Code: IBC- 2006 10. Roof system shall have a UL Class 90 wind uplift rating. E. Structural steel shall comply with the American institute of Steel Construction's (AISC) "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings" for design requirements and allowable stresses. F. Light gage steel shall comply with the American Iron and Steel Institute's (AISI) "Specifications for the Design of Cold Formed Steel Structural Members" and "Design of Light Gage Steel Diaphragms" for design requirements and allowable stresses. G. Welded Connections shall comply with American Welding Society's (AWS) "Standard Code for Arc and Gas welding in Building Construction" for welding procedures. PART 2 PRODUCTS 2.01 MATERIALS A. Hot roiled steel structural shapes shall comply with ASTM A 36 or A 529 B. Steel tubing or pipe shall comply with ASTM A 500, grade B, ASTM A 501, or ASTM A 53. Vac -Con Truck Facility SEC 13120-4 June 2011 C. Steel member fabricated from plate or bar stock shall provide 42,000 psi minimum yield strength and comply with ASTM A 529, ASTM A 570, or ASTM A 572. D. Steel members fabricated by cold forming shall comply with ASTM A 607, grade 50. E. Cold rolled carbon steel sheet shall comply with requirements of ASTM A 366 or ASTM A 568. F. Hot rolled carbon steel sheets shall comply with requirements of ASTM A 568 or ASTM A 569. G. Structural quality zinc -coated (galvanized) steel sheets shall comply with ASTM A446 with G90 coating complying with ASTM A525. Grade to suit manufacturers standards. H. Aluminum -coated steel sheets shall comply with ASTM A463 with T1- 40 coating. 1. Aluminum sheets shall comply with ASTM B 209 for Alclad alloy 3003 or 3004 with temper as required to suit forming operations. J. Botts for structural framing shale comply with ASTM A 307 or ASTM A 325 as necessary for design loads and connection details. K. Thermal insulation shall be glass fiber blanket insulation and comply with As'Th4 C 991, of 0.6 lb per cu. ft. Density, Thickness required to provide an R-19 thermal rating (ceilings) or R-13 thermal rating (walls), with UL flame spread classification of 25 or less, and 2 inch wide continuous vapor -tight edge tabs. L. Fiberglass insulation facings shall be laminated on one side with vinyl film facing. M. Sealant shall be equal to Vulkem 116 polyurethane sealant as manufactured by Mameco. N. Paint coating materials shall comply with performance requirements of the federal specifications indicated. 0. Shop primer for ferrous metal shall be fast -curing, lead free, universal primer selected by the manufacturer for resistance to normal atmospheric corrosion, compatibility with finish paint systems, capability to provide a sound foundation for field -applied topcoats despite prolonged exposure, and shall comply with FS "I"r-P-645. P. Shop primer for galvanized metal surfaces shall be zinc dust -zinc oxide primer selected by the manufacturer for compatibility with substrate and comply with FS TT-P-641. Vac -Con Truck Facility SEC 13120-5 June 20t I 2.02 STRUCTURAL FRAMING A. The contractor must verify that foundation, floor slab, and placed anchors are in correct position. B. Rigid frames shall be fabricated from structural steel shapes or plates. Provide factory -welded, shop painted frames with tapered column rigid frames. Furnish frames with attachment plates, bearing plates and splice members. Set column base plates with non -shrink grout to achieve full plate bearing. The grout shall be non -shrinking type, premised compound consisting of non-metallic aggregate, cement, and water reducing and plasticizing agents, capable of producing 2400 psi in two (2) days and 7000 psi in twenty-eight (28) days. All framing members shall be factory drilled for field bolted assembly. Bolts shall be either high- strength bolts, furnished with nuts, conforming to ASTM A325, or machine bolts, furnished with nuts, conforming to ASTM A307. Drawings will be furnished indicating the placement of the differing bolts. A325 bolts shall be tightened by the "turn -of -nut" method. The facing surfaces of all bolted connections shall be smooth and free from buns or distortions. All A307 bolts shall be electro-zinc plated. All A325 bolts shall be furnished black. Field cutting or drilling, when required, shall be clearly noted on the drawings. Do not field cut or alter structural members without approval from manufacturer. C. All flange to web welds shall be continuous gas metal or submerged are partial penetration fillet welds on one side of the web. Other welds shall be either the gas metal, or shielded arc process. Butt welds in flange plates and webs shall be full penetration. D. All fi-aming members shall carry an easily visible identifying mark stamped, stenciled or printed on each member. E. Bearing end frames shall consist of columns at the building corners, intermediate column(s), and a continuous rafter beam supported by the post and beam bearing frames at end walls where indicated with flush girts. Interior frames may be substituted for bearing frames. F. The inside flange of frames shall be braced adequately so that the allowable compressive stress is adequate for the design load combination. G. The manufacturer shall provide the following secondary framing members. Roof purlins, sidewall and end wall girts: "C" or "Z" shaped sections fabricated from shop painted roll formed steel. "Z" sections shall have unequal flanges and stiffening lips. Stiffening tips shall be formed at an angle of 50 degrees with the flanges to pennit nesting during shipping and when making overlapping connections. Purlin braces shall be manufacturers standard. Eave struts shall be unequal flanged "C" shaped sections formed to provide adequate backup for both wall and roof panels. Fabricated from shop painted roll formed steel. Flange bracing shall be manufacturers standard. Base or sill angles shall be Vac -Con Truck Facility SEC 13120-6 June 2011 fabricated shall be fabricated from 14 gage shop painted cold fonned steel sections. Secondary structural members, except columns and beams, shall be the manufacturers' standard sections. Ff. Provide shop painted bolts except when structural framing components are in direct contact with roofing and siding panels. Provide zinc -plated or cadmium -plated bolts when structural framing components are in direct contact with roofing and siding panels. 1. After erection, prime welds, abrasions, and surfaces that were not shop primed. All welding materials required shall meet AWS D1.1. Clean surfaces to be primed of loose mill scale, rust, dirt, oil, grease, and other matter precluding paint bond. Prime structural steel primary and secondary framing members with the manufacturer's standard rust - inhibitive primer. Prime galvanized members, after phosphoric acid pretreatment, with manufacturer's standard zinc dust -zinc oxide primer. Color selected by owner. Follow procedures of SSPC-SP3 for power tool cleaning, SSPC-SP7 for brush-off blast cleaning, and SSPC-SP 1 for solvent cleaning. Erect framing in accordance with RISC specifications. The contractor shall provide for high winds during erection. The contractor shall provide temporary bracing to maintain structure plumb and building alignment until completion of erection and installation of permanent bracing K. The manufacturer shall provide standard roof and wall X-bracing as engineered by the manufacturer. Sidewall and wind posts located in corners are acceptable unless noted otherwise. All wind bracing shall be concealed. Diaphragm bracing is unacceptable. L. All galvanized cable used for X bracing shall conform to ASTM A475, Extra High Strength. All hardware used with this cable shall have physical characteristics meeting or exceeding the cable used. M. Al I hot rolled steel plate and flat bar shall conform to ASTM A529, Grade 50 or A572, Grade 50 having a minimum yield strength of 50 ksi. N. Structural framing members for all openings shall be adequate for the specified design loads. Install door frame and overhead door as per manufacturer's instructions. Seal wall watertight with sealant. 2.03 ROOFING AND SIDE PANELS A. All painted hot -rolled steel sheets shall conform to ASTM A570 or A607, Grade 55, having a minimum yield strength of 55 ksi. All pre - galvanized hot -rolled steel sheets shall conform to ASTM A653, Grade 50, and Class 1 with a Coating Designation of G90. The minimum yield strength shall be 50 ksi. Minimum ordered thickness for coated steel products always include the thickness of the coating. The contractor shall exercise care when cutting pre -finished material to ensure cuttings do not remain on finish surface. The contractor shall use exposed fasteners to Vac -Con Truck Facility SEC 13120-7 June 2011 IA fasten cladding system to structural supports, aligned level and plumb. End laps shall be Located over supports. Install sealant and gaskets to prevent weather penetration lap endsa. minimum two- (2) inches. Provide expansion joints where indicated on drawings. B. The manufacturer's standard factory formed R-configuration wall panel system or equivalent from 26-gage (0.0179 in.) zinc -coated steel sheets, structural quality, Grade C., and factory painted. C. The manufacturer's standard factory formed R-configuration roof panel system designed for mechanical attachment of panels to roof purlins. Form panels of 26-gage (0.0179 in.) galvalume-coated steel sheets, structural quality, Grade C and factory painted. Provide purlin bracing per manufacturer's standard for code noted. D. Wall panels shall be 36" to the weather with 1-1/4" deep major ribs every 12" and two 3/16" deep minor ribs between each major rib. E. Panels shall be continuous from 1-1/2" below the column base to the roofline, except where the required length would exceed 35'-0 in which case the panels would lap at a girt. The panel must not rest on the concrete foundation; the panel must sit 1/4" above the concrete. All panels shall be square cut at the roofline. F. Panels shall be secured to intermediate framing members with sheet metal screws at a maximum spacing of 12" on center. Sheet metal stitch screws at a maximum of 42" on center shall be installed at the sidelaps. G. Owner shall select colors from available standard wall panel colors. H. The manufacture shall submit four (4) samples of pre -coated metal panels for each color selected (8'/2 " X I 1") in size illustrating color and texture. Roof panels shall be 36" to the weather with 1-1/4" deep major ribs every 12" and two 3/16" deep minor ribs between each major rib. The roof, when constructed with the aforementioned panel and in conjunction with contractor's standard installation procedures, shall meet the requirements of Underwriters Laboratories standard UL 580 Class 90 for uplift resistance. J_ Panels shall be continuous from ridge to eave on building 70'-0 wide or less. Where end laps are required, they shall be a minimum of 6" and shall occur at a purlin. A closure strip shall be installed at the eave. K. Before securing, all laps of roof panels shall be sealed with a continuous ribbon of tape sealant. L. Panels shall lie secured to intermediate framing members with sheet metal screws at a maximum spacing of 12" on center. At end laps, the Vac -Con Truck Facility SEC 13120-8 June 201 I. 1 maximum screw spacing shall be 6" on center. Sheet metal stitch screws at a maximum of20" on center shall be installed at the side laps. M. Owner shall select colors from available standard roof panel colors. N. The manufacture shall submit four (4) samples of pre -coated metal panels for each color selected (8 % "X t 1") in size illustrating color and textu re. O. A continuous sill support member shall be provided to which the base of the wall covering may be attached. This member shall be 0.069" (14 gauge) minimum thick angle, secured to the concrete floor by manufacture supplied fasteners at a maximum of Y-0 on center. 2.04 FASTENERS A. The manufacturer shall supply all fasteners required for construction. At least a 5 percent excess over the required amount for each metal building of nuts, bolts, screws, washers, and other required fasteners. The excess shall be packed in cartons labeled to identify the contents and store on the site where directed. These materials are for the owners extra stock and future use. B. Fasteners for construction shall be self tapping screws, bolts, nuts, self locking rivets, self locking bolts, end -weld studs, and other suitable fasteners designed to withstand design loads. Use plated fasteners for exterior application and galvanized or cadmium -plated fasteners for interior applications. Provide fasteners with heads matching color of roofing or siding sheets by means of plastic caps or factory -applied coating. C. The manufacturer shall provide metal -backed rubber washers under heads of fasteners bearing on weather side of panels. Use proper tools to obtain controlled uniform compression for a positive seal without rupture of the rubber washer. D. Locate and space fastenings in true vertical and horizontal alignment. 2.05 ACCESSORIES A. The manufacturer shall provide the following sheet metal accessories factory formed of the same material in the same finish as roof and wall panels: I. Flashing 2. Closures 3. Filers 4. Metal expansion joints 5. Ridge covers 6. Fascias Vac -Con Truck Facility SEC 13120-9 June 2011 7. Operable ridge vents with bird screen and damper B. A closed cell expanded cellular rubber, self extinguishing flexible closure strip, chemically cross -linked, polyethylene, die -formed closure strip shall be provided for installation at the eave and the rake of the building. All closure strips shall be cut or pre -formed to accommodate the appropriate panel's inside or outside face, as required. Provide closure strips where indicated or necessary to ensure weather tight construction. 2.06 TAPE SEALANT A. A Sealant for roof side laps, end laps, and flashing shall be a gray, pressure sensitive, 100 percent solids, gray polyisobutyl compound continuous sealing tape with release paper backing. Sealant tape shall be provided in fifty -foot rolls incorporating the use of a coated, waterproof release paper for ease of installation. B. The tape sealant shall be comprised of not less than a 50 percent blend of butyl rubber and elastomeric polymers. The balance of the ingredients shall be both stable reinforcing and inert fillers. The material shall be non -asphaltic, non -shrinking, non- drying, and non -toxic. Adhesion shall be superior on metal, plastics and painted surfaces at a temperature range of -40 degrees to +200 degrees Fahrenheit. C. The tape shall provide permanently elastic, non -sag, nontoxic, non- staining tape ''/z inch wide and 1/8 inch thick, and a life of a minimum of twenty years. 2.07 TUBE SEALANT A. An acrylic based tube sealant, one part elastomeric polyurethane sealant ~4 as recommended by the building manufacturer, shall be provided for sealing applications including (but not exclusively) the following: gutter/downspout joining, window and door perimeter caulking. The sealant shall provide a high performance, flexible seal with superior adhesion and elasticity. B. The manufacturer shall provide a standard shop applied finish equivalent to Kynar 500 finish to galvanized steel roof and wall panels, and related trim and accessory elements. For roofing and siding, apply finish coat to on exterior facings and manufacturer's standard wash coat on reverse face. Kynar 500 finish shall have a 20 year warranty. The galvanized steel shall be cleaned with an alkaline compound, then treat with zinc phosphate conversion coating, and seal with a chromic acid rinse. Apply baked on Thermo setting modified acrylic enamel to pretreated steel sheets, in one or more coats as standard with the manufacturer to achieve a minimum dry film thickness of 1.5 mils. The owner shall select building colors from the manufacturer's standard colors. 2.08 FLASHING, CLOSURES AND "TRIM Vac -Con Truck Facility SEC 13120-10 June 2011 A. Flashing and/or trim shall be furnished at the rake, corners, eaves, framed openings, and wherever necessary to provide weather tightness and a finished appearance. B. A die -formed panel, matching the adjoining roof panels, shall be provided along the building for roof slopes up through 6:12. C. Owner shall select colors from available standard trim colors. 2.09 GUTTERS AND DOWNSPOUTS A. Eave gutters shall be roll -formed to a profile, free of objectionable waviness and any other imperfections. This shall include end pieces, outlet tubes, and other special pieces as required. Size in accordance with SMACNA. The face of the gutter shall match the profile of the rake trim. All gutter sections shall be securely fastened by rivets and sealed at end laps. The outside face of the gutter shall be supported by 0.029" (22 gauge) minimum thick factory painted supports on Y-0 centers. The standard "Shadow" style gutter has an approximate cross sectional area of 32-3/8 square inches. B. Downspouts shall be VxV roll -formed box sections. This shall include end pieces, outlet tubes, and other special pieces as required. Matching finish steel fasteners shall be provided to hold downspouts P away from the building wall. Locate the fasteners at the top and bottom of downspout and at 5' intervals. Kick outs (not elbow type) shall be provided on each downspout. C. They shall be supported secured rigidly to the structure. All seams between joints shall be sealed watertight. Flash and seal gutters to downspouts. Space downspouts at twenty (20) feet minimum to fifty (50) feet maximum, and supply splash pans at downspouts to control erosion. Apply bituminous paint to surfaces in contact with cementious materials. D. Color shall match standard trim color selected by Owner's Representative. E. Other materials may be used based on the particular building design requirements. 2.10 HOLLOW METAL DOORS AND FRAMES A. Fabricate door from cold rolled, pickled and oiled, stretcher leveled steel; 18 gauge face sheets. Use 16 gauge for channel frames and 22 gage for interlocking vertical channels or'Y' shaped member reinforcing. Construct doors rigid, neat, and free from defects with continuous welded joints at door edges dressed smooth and invisible. No joints shall occur oil face of door. Mortise, reinforce, drill and tap with templates for frames to receive the mortise hardware.. Provide reinforcing plates for surface applied hardware. Reinforce for hinges with 7 gage steel; for Vac -Con Truck Facility SEC 13120-11 June 2011 locks and other hardware cutouts with 12 gage steel and for surface applied hardware with 12 gage steel. Provide 1/8" clearance at jambs and 3/16" at sills except fire doors and where indicated otherwise. Bevel lock edge of stiles 1/8" in 2". B. Form metal frames to size an shapes as requested by the building manufacturer from cold rolled, pickled and oiled steel sheets with clean and smooth surfaces. Fabricate all frames from 14 gage steel. Construct frames strong, rigid, neat and free from detects, true and fully welded unit type construction at joints. Miter joints and continuously arc -weld full depth and width of frames. Dress smooth and invisible welds of joints exposed surfaces. Mortise, reinforce, drill and tap with templates for frames to receive the mortise hardware. Provide reinforcing plates for surface applied hardware. Reinforce for hinges with 7 gage steel; for locks and other hardware cutouts with 12 gage steel and for surface applied hardware with 12 gage steel. Provide 26 gauge galvanized cover boxes in back of all hardware cutouts. Provide temporary steel spreaders fastened across bottom of frames. Label each frame before shipping with metal or plastic tags to show their location, size, door swing, and other pertinent information. C. Clean ferrous metal and treat chemically to prepare for maximum paint adhesion. Apply coat of rust -inhibitive metal primer by spraying or dipping. Bake oven -dry prime coat to secure hard, abrasion -resistant finish. Finish surfaces smooth and free from irregularities and rough spots. D. Each door unit will be furnished with a 1/2" high extruded aluminum threshold with sweep strip and necessary fasteners. E. Each door unit will be furnished with a set of 0.054" (16 gauge), red oxide primed, channel extensions with bolts and clips to secure the doorframe to the next wall member, if required. Intermediate girts (if existing) and sheets shall be field cut to accommodate door installation. 2.11 HARDWARE A. Each door unit will be furnished with a set of (three) 4-1/2 " x 4-1/2" (.134) frill mortise, plain bearing hinges with a US26D (satin chrome) finish and non -removable pins. B. Each door unit will be furnished with a lever action handle (A.D.A.) and a dead bolt. All with satin chrome finish. C. Each dead bolt unit must be able to be keyed to existing locks on site. A key shall be provided to the contractor that the locks must fit. D. Door closures shall be of the Size IV hydraulic type, standard duty, with an aluminized painted finish and shall be mounted to the door leaf with thru-bolts. Vac -Con Truck Facility SEC 13120-12 June 2011 2.12 SECTIONAL STEEL DOOR A. The sectional steel door shall be Overhead Door Corporation Series 424 or approved equal. B. Sectional steel door assembly with rabbited meeting rails to form weather tight joints and provide full -width interlocking structural rigidity. C. Panel Thickness: 2". D. Exterior Surface: Ribbed. E. Steel: Minimum 24 gage, galvanized. F. Center and end stiles: 16 gage. G. Standard Springs: 10,000 cycles (high cycles). 1-I. Glazing: Partial glazing of one (1) steel panel. I. Finish and Color: Factory applied baked on white polyester. J. Wind load design: ANSI/DASMA 102 standards and as required by code. K. Hardware: Galvanized steel hinges and fixtures. Ball bearing rollers with hardened steel races. L. Lock: Interior mounted slide lock (keyed). M. Weather-stripping: Flexible PVC on bottom section and perimeter. N. Track: Provide track as recommended by manufacturer to suit loading requirements and clearances available. O. Electric Motor Operations: Provide UL listed electric operator, size and type as recommended by manufacturer to move door in either direction at not less than 2/3 ft or more than lft per second. Side -mount with emergency chain hoist, commercial grade. P. Entrapment Protection: Electric syncing edge Q. Operator Controls: Push button operated control stations with open, close, and stop buttons for surface mounting for interior location. 2.13 FIBERGLASS BLANKET INSULATION A. Install 4" fiberglass blanket insulation in the walls and 6" fiberglass blanket insulation in the ceiling. Vac -Con Truck Facility SEC 13120-13 June 2011 4 B. Fiberglass blanket insulation shall have an R Factor of R-19 in the ceiling and R-13 in the walls. C. The density of the fiberglass blanket shall be 0.60 pounds per cubic foot. D. The fiberglass blanket shall be laminated to a white taffeta vinyl vapor barrier leaving a 2" tab on each side. The vinyl vapor barrier shall have a nominal thickness of 4 mils. E. The composition material of facing, adhesive, glass fiber blanket shall have a flame spread index (FSI) of 25 or less as classified by Underwriters Laboratories standard UL 723. F. Insulation shall be provided in rolls, cut to the specific lengths required for proper installation. Rolls for the roof shall be of continuous lengths for buildings up to 120'-0 wide, while the rolls for the walls shall be multiple increments of necessary lengths to be cut to proper length in the field. All rolls shall be individually protected in clear plastic bags. G. Fiberglass blanket insulation shall utilize 20 gauge galvanized wire with 2" hexagonal wire mesh for attachment and support. PART 3 EXECUTION 3.01 FABRICATION A. Design prefabricated components and necessary field connections required for erection to permit easy assembly and disassembly. Clearly and legibly mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals. Shop fabricate framing components to indicate size and section with base plates, bearing plates and other plates required for erection welded in place. Provide holes for anchoring or connections shop drilled or punched to template dimensions. B. SHOP CONNECTION: shall provide power riveted, bolted, or welded shop connections. C. FIELD CONNECTION: Provide bolted field connections. Vac -Con Truck Facility SEC 13120-14 June 2011 3.02 ERECTION A. FRAMING: Erect framing true to line, level, plumb, rigid, and secure. Level base plates to a true even plane with all bearing to support the structure. B. PERLINS AND G1RTS: Provide rake or gable purlins wit height -fitting closure channels and fascias. Locate and space wall girts and suit door and window arrangements and heights. Secure purlins and girts to structural framing and hold rigidly to a straight line by sag rods. C. BRACING: Provide diagonal rod or angle bracing in roof and sidewalls as indicated. Moment -resistant frames may be used in lieu of sidewall rod bracing to meet the manufacturer's standard. Provide framed openings of proper design and size to reinforce openings and to carry loads and vibrations imposed. This should include all equipment furnished under the mechanical and electrical sections. Securely attach all equipment to the building's structural frame. D. ROOFING AND SIDING: Arrange and nest side lap joints so prevailing winds blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. Apply panels and associated items for neat and weather tight enclosure. Avoid panel creep or application not true to litre. Protect factory finishes from damage during construction. Provide weather seal under ridge cap, flash and seal roof panels at cave and rake with rubber or other closures to exclude weather. Field cutting of panels by torch is not permitted. Provide weather seal under ridge cap, flash and seal roof panels at cave and rack with rubber, and closures to exclude weather. E. ROOF PANEL, SYSTEM: Fasten roof panels to purlins with self - drilling fasteners in accordance with the manufacturer's instructions. At end laps of panels, install tape caulk between panels. Use rubber jacks at all roof penetrations, Dek-rite or equal, pitch pans are not acceptable. F. WALL SHEETS: Apply polyurethane sealant continuously between metal base channel (sill angle) and concrete and elsewhere as necessary for waterproofing. Handle and apply sealant and backup in accordance with the sealant manufacturer's recommendations. Align bottom of wall panels and fasten panels with blind rivets, bolts or self -tapping screws. Fasten flashing and trim around openings and similar elements with self tapping screws. Fasten window and door frames with machine screws or bolts. When building height requires two rows of panels at gable ends, align lap of gable panels over wall panels at cave height. Install screw fasteners with power tools having controlled torque adjusted to compress rubber washer tightly without damage to washer, screw threads, or panels. Install screws in predrilled holes. Provide weatherproof escutcheons for pipe and conduit penetrating exterior walls. Vac -Con Truck Facility SEC 13120-15 June 2011 G. SHEET METAL ACCESSORIES: Install gutters, downspouts, ventilators, louvers, and other sheet metal accessories in accordance with the manufacturer's recommendations for positive anchorage to building and weather tight mounting. 14. HOLLOW METAL FRAMES: install frames straight, plump and level. Securely anchor frames to structure. 1. STEEL SECTIONAL DOOR: Take field measurements and examine conditions of substrates, supports, and other conditions under which this work is to be performed. Strictly comply with manufacturer's installation instructions and recommendations. Coordinate installation with adjacent work to ensure proper clearances and allow for maintenance. Instruct Owner's Representative in proper operations and maintenance schedule. Test sectional doors for proper operation and adjust as necessary to provide proper operation without binding or distortion. Inspect panels before installation for damage t9 finishes or dents. Approval from the Owner's representative must be gotten before a damaged panel can be used. Upon approval touch up damaged coatings and finishes and repair minor damage. Clean exposed surfaces using non-abrasive materials and methods recommended by the manufacturer of material or product being cleaned. J. THERMAL INSULATION: Install I layer of insulation full height in all exterior walls behind the metal wall panels. Install 4" UL-rated fiberglass blankets straight and true in one-piece lengths with both sets of tabs sealed to provide a complete vapor barrier. Securely attach blankets with poultry netting to prevent sag. Install I layer of 6" UL-rated fiberglass blanket with vinyl -reinforced vinyl facing concurrently with installation of roof panels in accordance with manufacturer's directions. Install blankets straight and true in underside of roof sheets, extending across the top flange of the purlin members and held taut and snug to roofing panels. Provide Roll -runner system in foot with 3 bands. K. CLEANING: Clean component surfaces of matter that could preclude paint bond. Touch up abrasions, marks, skips, or other defects to shop - primed surfaces with the same type material as shop primer. Clean all exposed surfaces of the metal building system prior to the owner's acceptance. Remove all debris, tools, equipment, and extra materials resulting from the work of this section from the site at the completion of work. END OF SECTION Vac -Con Truck Facility SEC 13120-16 June 2011 DIVISION 16 ELECTRICAL City Of Lubbock Vacuum Truck Maintenance Facility Lubbock, Texas ELECTRICAL TABLE OF CONTENTS SECTION TITLE 16000 GENERAL REQUIREMENTS FOR ALL ELECTRICAL WORK.... 16060 GROUNDING AND BONDING ............................................. 16070 ELECTRICAL HANGERS AND SUPPORTS ............................ 16075 ELECTRICAL IDENTIFICATION ......................................... 16123 BUILDING WIRE............................................................ 16130 RACEWAY (CONDUIT) AND BOXES .................................. 16140 WIRING DEVICES........................................................... 16411 ENCLOSED SWITCHES .................................................... 16421 ENCLOSED CONTROLLERS ............................................. 16442 PANELBOARDS............................................................. 16491 FUSES........................................................................... 16510 INTERIOR LUMINAIRES .................................................. ... .............. . DAWD K. KOUTM ........................ V . 89359 At" V�flOe��� Ate. ��4��vm• Compliance Services Group, Inc. Firm Registration Number F-1070 la r- SECTION 16000 GENERAL REQUIREMENTS FOR ALL ELECTRICAL WORK PART 1 GENERAL 1.1 RELATED WORK A. Examine all Drawings, Specifications, and associated Contract Documents and coordinate them with work described in this Division of the Specification. 1.2 DESCRIPTION OF WORK A. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, fees, and incidentals necessary for the complete installation of all electrical work required in the Contract Documents. B. It is the intent of the Contract Documents to provide an installation complete in every respect. C. All items noted, indicated, and called for herein and on the Drawings shall be furnished and installed by this Contractor unless noted to be furnished by others. These items may include wiring, conduit systems, electrical equipment, and other electrical systems required for a complete system. D. - in the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. E. The Contractor is advised to visit the premises and thoroughly familiarize himself with existing conditions including any conditions on which his work might depend. Advise the Architect of any discrepancy or conflict prior to bidding. The submission of bids is deemed evidence of the Contractors coordination of all existing conditions and the inclusion of all considerations for existing conditions into his bid. 1.3 DRAWINGS AND SPECIFICATIONS A. These Specifications are accompanied by Drawings and details of the installations indicating the locations of equipment, outlets, controls, circuits, and related items. The Drawings and these Specifications are complimentary to each other, comprising the Contract Documents, and what is required by one is as binding as if required by both. Where conflicts may occur between the Drawings and the Specifications, the most stringent interpretation of the design concept is binding unless the Engineer waives this provision. B. If the Contractor deems it necessary to change or depart from indications, requirements, or similar instructions of the Drawings or Specifications, submit to the Engineer for review details of and reasons for the proposed departures. Do not make changes or departures without prior approval. General Requirements for all Electrical Work 16000 - l B. All demolition of existing electrical facilities shall be performed by Division 16 unless noted or directed. otherwise. 1.10 SUBMITTAL AND APPROVAL OF MATERIALS A. Within a minimum of thirty (30) days after the contract has been awarded, submit for approval complete data covering equipment and materials which the Contractor proposes to furnish and for which submittal information is required. Consult the General and Special Conditions of the Contract Documents to determine if a faster response time than thirty days is required. B. General submittal requirements: 1. Before submitting shop drawings or any related material to the Engineer, Contractor shall: :i. Thoroughly review safety practices, precautions, and programs for the construction process and determine if any proposed or indicated construction or sequences of construction will or may possibly cause undue hazards, fail to properly protect workers, or otherwise violate the letter or intent of applicable safety practices. Any such question of compromise of safety shall be brought to the immediate attention of the Engineer. b. Review each submission for conformance with the means, methods, techniques, sequences, and operations of construction. C. Coordinate all items to determine if the physical sizes of the submitted items are in accordance with the allowable sizes or dimensions as indicated on the Drawings and as called for on any dimensioned Architectural plans.. d. Approve each submittal prior to submission to the Engineer. Stamp or otherwise acknowledge that the submission has been reviewed and approved prior to submission. e. Notify and document in the submittal index any deviation from specified materials. 2. Submit all data at one time in heavy paper binders sized for enclosures. Partial submittals may only be made for large projects and only with the prior approval of the Engineer. 3. The Architect, Engineer, and Owner will each retain one copy of each submittal. Provide sufficient additional copies for the Contractor's use and the use of his suppliers. C. Submittal documents: 1. Provide a cover sheet with the following information: the title of the submittal; the name and location of the building; the names of the Architect and Engineer; the name of the entity making the submittal; the supply house(s) supplying the equipment, and the date of the submittal. 2. Equipment requiring submittal: a. Lighting fixtures, lenses, lamps, and ballasts. b. Panelboards, switchboards, and transformers. C. Motor and circuit disconnects and safety switches. d. Starters and the loads that they control. e. Contactors, time clocks, and photocells. f, Fuses. General Requirements for all Electrical Work 16000 - 4 g. Wiring devices and plates. h. Conduit, raceways, and fittings. i. Wires and cables. J. Boxes. k. Grounding Materials. 1. Molded case circuit breakers. M. Terminal Cabinets. D. Submittal approval and review: 1. Submittals which are submitted in the manner outlined previously will be reviewed by the Engineer. 2. The Contractor shall notify the Engineer of any time constraints for equipment order placement, release, or similar requirements that make expeditious submittal approval required. The Engineer will then make a good faith effort to expedite said submittals. Otherwise, submittals will be reviewed during the course of normal work. 3. The Engineers approval and review process is provided under the following conditions: a. The Engineer will make a good faith effort to evaluate all materials and equipment submitted. b. The Engineer may require additional documentation, tests, information, or other data in order to finalize the approval process. If this additional documentation or information is not provided, is provided in an unsatisfactory manner, or is not provided in a timely manner, the affected materials and equipment shall be furnished as specified, complete in all respects. C. The approval review will be performed only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. d. Modifications or comments made on or attached to the shop drawings or submittals do not relieve the Contractor from compliance with the requirements of the Drawings and Specifications. e. Approval of a specific item does not include approval of the assembly of which the item is a component. f. Quantities of materials or numbers of items to be installed are solely the responsibility of the Contractor. 1.11 SUBSTITUTIONS A. The use of trade names in these specifications is not for the purpose of excluding any suppliers of equal equipment or to limit competition, unless expressly noted. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the Drawings and in the various sections of the Specifications is intended only to establish a standard of duality. However, it is the responsibility of the Contractor to review all items he wishes to substitute. C. Unless noted otherwise, the following categories of items shall each be furnished by a single manufacturer: 1. Switchboards, panelboards, disconnect switches. 2. Starters and contactors. General Requirements for all Electrical Work 16000 - 5 3. Lighting fixture lamps. 4. Fuses. S. Wiring devices and plates. The Architect reserves the right to disqualify a manufacturer from supplying a portion of the items in a category if the manufacturer cannot furnish all items in a category. D. The Contractor may submit substitute materials or methods (unless such substitution is prohibited on the Drawings or in the Specifications) which he feels are equal or superior to those specified. If the Contractor does submit alternate materials or methods, it is understood that the Contractor: 1. Has investigated the substitute product and determined that it has all the. same accessories and is equal or superior in all respects to that specified. 2. Has coordinated the installation of the equipment which he proposes to substitute with all trades and includes the costs for any changes required for the substitution. 3. Waives any and all claims for additional costs related to the substitution. 4. Will secure authorization through the submittal process as outlined from the Engineer prior to ordering and installing the substitute. 1.12 RECORD DRAWINGS A. Keep a set of Drawings on the job, noting all changes made in these Drawings in connection with the final installation including dimensioned locations of all lines and utilities outside the building. B. Turn over to the Architect, for delivery to the Owner, at least one clean, neatly marked set of blue line drawings showing "as -installed" work. PART 2 PRODUCTS 2.1 STANDARDS FOR MATERIALS A. National Electrical Code requirements. B. Material testing: l . Materials must be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL (Electrical Testing Laboratories) where testing for the particular type of material is available. 2. Materials shall bear the UL or ETL label where labeling service is available. 3. The listing and/or labeling will be accepted as evidence that the materials or equipment conform to the applicable standards of that testing organization. 4. Where certification by more than one testing laboratory is available, the certification arrived at by the most stringent testing method is required. 2.2 STANDARD PRODUCTS A. Materials and equipment must be the standard products of manufacturers regularly engaged in the manufacture of products conforming to these Specifications. General Requirements for all Electrical Work 16000 - 6 2.3 CONDITION OF MATERIALS AND APPURTENANCES A. All conduit, fixtures, panelboards, and other material systems must be new. The contractor shall submit manufacturer's certificate identifying all materials and equipment as conforming to these specifications and such codes and standards as applicable. Any materials or equipment not so identified shall be removed from the site at owner's request. B. Replace any equipment injured or damaged in transit from the factory, during delivery to premises, while in storage on premises, while being erected and installed, or while being tested, until time of final completion, without extra cost to Owner. PART 3 EXECUTION 3.1 SPACE AND EQUIPMENT ARRANGEMENT A. Install equipment to allow ready access to parts requiring operation or service without disassembly of other equipment. B. Working clearances required by the NEC are minimum standards. C. Protect equipment against construction and weather damage. 3.2 CUTTING AND PATCHING A. Where it becomes necessary to cut through any wall, floor, or ceiling to permit installation or repair of any electrical work, such cutting must be approved by the Architect. The Contractor is not permitted to cut or modify any structural members without the written permission of the Architect. 3.3 CLEANING A. Keep the premises free from accumulations of waste material or rubbish. B. At completion of the job, remove all tools, scaffolding, and surplus materials and leave the area "broom clean". 3.4 SLEEVES AND PENETRATIONS A. Install conduit sleeves in a timely manner so as not to impede other trades. Moisture seal sleeves in a manner approved by the Architect. B. Install pitch pans and flashing for roof penetrations that are compatible with the roofing systems. Roof penetrations are subject to the approval of the Architect. 15 FABRICATION AND INSTALLATION REQUIREMENTS A, Manufacturer's Directions: Manufacturer's direction shall be followed in all cases where such directions cover points not specified herein or indicated on the Drawings. B. Trench, fill and backfill as required for installation of all systems. General Requirements for all Electrical Work 16000 - 7 ........ C. Test equipment and make adjustments or changes as required for proper operation. D. After systems have been tested and adjusted for proper performance, arrange and conduct training sessions as required to familiarize owners personnel with system operation. 3.6 CONDITIONS OF EQUIPMENT AT FINAL, ACCEPTANCE A. Prior to the time of acceptance, inspect all installed systems to assure the following has been completed: 1. All fixtures are operating and lenses and reflectors are free of dust. debris, and Fingerprints. 2. Lamps are new or do not have significantly reduced lifetimes. 3. Switchboards and panelboards have all conductors neatly formed, laced and made-up tight. Enclosures are cleaned of stray paint, dust, grease and visible fingerprints. 4. All circuit directories and labels are in place. 5. Wall plates and exposed parts of equipment are clean, free of paint, plaster, and other foreign materials. 6. All scratched surfaces are touched -up with paint matching original paint type and color. Where paint cannot be matched. repaint the entire surface in a color and manner approved by the Architect. END OF SECTION General Requirements for all Electrical Work 16000 - 8 SECTION 16060 GROUNDING AND BONDING PART 1 GENERAL 1.1 SUMMARY A. Section includes: I. Rod electrodes. 2. Wire. 3. Mechanical connectors. 4. Exothermic connections. 1.2 REFERENCES A. IEEE 142 (Institute of Electrical and Electronics Engineers) - Recommended Practice for Grounding of Industrial and Commercial Power Systems. B. IEEE 1100 (Institute of Electrical and Electronics Engineers) - Recommended Practice for Powering and Grounding Sensitive electronic Equipment. C. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. D. NFPA 70 (National Fire Protection Association) - National Electrical Code. 1.3 SYSTEM DESCRIPTION A. The grounding electrode shall be the nearest one of the following: I . An effectively grounded structural metal member of the structure. 2. An effectively grounded metal water pipe within 5-ft from the point of entrance into the building. 3. Rod electrodes, where electrodes indicated in I and 2 are not available. 4. Grounding and grounding electrodes shall comply with the requirements of N.E.C. 250.30. 5. Grounding and bonding shall be in accordance with the N.E.C. 2009. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 25 ohms maximum. 1.5 SUBMITTALS A. Submit in accordance with other sections. B. Product Data: Submit data on grounding eIectrodes and connections. C. Test Reports: Indicate overall resistance to ground and resistance of each electrode. Grounding And Bonding 16060 - I 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of components and grounding electrodes. 1.7 QUALITY ASSURANCE A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL labeled. B. Perform Work in accordance with State and local standards. C. Maintain one copy of each document on site. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum 3 years documented experience, 1.9 DELIVERY, STORAGE, AND HANDLING A. Reference other sections - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. D. Do not deliver items to project before time of installation. Limit shipment of bulk and multiple -use materials to quantities needed for immediate installation. 1.10 COORDINATION A. Reference other sections - Administrative Requirements: Requirements for coordination. PART 2 PRODUCTS 2.1 ROD ELECTRODES A. Product Description: 1. Material: Copper -clad steel. 2. Service entrance ground: 3/a" diameter and 10' length. 3. Non -service entrance grounds: V?' diameter and 8' length. Grounding And Bonding 16060 - 2 2.2 WIRE A. Material: Stranded copper. B. Grounding Electrode Conductor: Copper conductor requirements, bare or as indicated. Size to meet NFPA 70. C. Bonding Conductor. Copper conductor insulated. D. Minimum grounding conductor shall be #12 AWG. 2.3 MECHANICAL CONNECTORS A. Manufacturers: 1. Apache Grounding/Erico Inc. 2. Copperweld, Inc. 3. Thomas & Betts, Electrical 4. Burndy Hyground System 5. Substitutions: In accordance with other sections. B. Description: Bronze connectors, suitable for grounding and bonding applications, in configurations required for particular installation. 2.4 EXOTHERMIC CONNECTIONS A. Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. PART 3 EXECUTION 3.1 EXAMINATION A. Reference other sections - Administrative Requirements: Verification of existing conditions before starting work. B. Verify final backfill and compaction has been completed before driving rod electrodes. 3.2 PREPARATION A. Remove paint, rust, mill oils, surface contaminants at connection points. 3.3 EXISTING WORK A. Modify existing grounding system to maintain continuity to accommodate renovations. B. Extend existing grounding system using materials and methods compatible with existing electrical installations, or as specified. 3.4 INSTALLATION A. Provide bonding to meet Regulatory Requirements. Grounding And Bonding 16060 - 3 B. Install in accordance with IEEE 142 and IEEE 1100. C. Install rod electrodes at locations as indicated on Drawings. Install additional rod electrodes to achieve specified resistance to ground. D. Install grounding and bonding conductors concealed from view. E. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each on suitable lug, bus, or bushing. F. Accomplish grounding of electrical system by using insulated grounding conductor installed with feeders and branch circuit conductors in conduits. Size grounding conductors in accordance with NEC. Install from grounding bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes or metal enclosures of service equipment. Ground conduits by means of grounding bushings on terminations at panelboards with installed number 12 conductor to grounding bus. G. Permanently attach equipment and grounding conductors prior to energizing equipment. 3.5 FIELD QUALITY CONTROL A. Reference other sections - Execution Requirements: Field inspecting, testing, adjusting, and balancing. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Grounding and Bonding: Perform 'inspections and tests listed in NETA ATS, Section 7.13. D. Perform ground resistance testing in accordance with IEEE 142. E. Perform continuity testing in accordance with IEEE 142. F. When improper grounding is found on receptacles, check receptacles in entire project and correct. Perform retest. END OF SECTION Grounding And Bonding 14 16060 - 4 SECTION 16070 ELECTRICAL HANGERS AND SUPPORTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Mechanical sleeve seals. 6. Firestopping relating to electrical work. 7. Firestopping accessories. 1.2 REFERENCES A. NFPA 70 (National Fire Protection Association) - National Electrical Code. B. NECA (National Electrical Contractors Association) - Standard of Installation. C. UL (Underwriters Laboratories, Inc.) - Fire Resistance Directory. 1.3 DEFINITIONS A. Firestopping (Through -Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke, heat, and hot gases through fire rated construction. 1.4 SYSTEM DESCRIPTION A. Firestopping Materials: Install fire stop devices or approved fire retardant compounds where raceways pass through fire rated walls or floors unless the penetration is fire sealed by another trade using a method approved by the Architect or inspecting authority. B. Firestop interruptions to fire rated assemblies, materials, and components. 1.5 PERFORMANCE REQUIREMENTS A. Firestopping: Provide certificate of compliance from authority having jurisdiction indicating approval of materials used. 1.6 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Requirements for submittals. B. Product Data: Electrical Hangers And Supports 16070 - 1 ......... ......... I. Hangers and Supports: Submit manufacturers catalog data including load capacity. 2. Firestopping: Submit data on product characteristics, performance and limitation criteria. C. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with State and local standards. B. Maintain one copy of each document on site. 1.8 QUALIFICATIONS N. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum 3 years documented experience. 1.9 DELIVERY, STORAGE, AND HANDLING A.' Reference other sections - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. 1.10 ENVIRONMENTAL REQUIREMENTS A. Reference other sections - Product Requirements: Environmental conditions affecting products on site. B. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F. C. Maintain this minimum temperature before, during, and for minimum 3 days after installation of firestopping materials. D. Provide ventilation in areas to receive solvent cured materials. PART 2 PRODUCTS 2. I CONDUIT SUPPORTS A. Manufacturers: I . Allied Tube & Conduit Corp. Electrical Hangers And Supports 16070 - 2 2. Electroline Manufacturing Company. 3. O-Z Gedney Co. 4. Substitutions: In accordance with other sections. B. Hanger Rods: Threaded high tensile strength galvanized carbon steel with free running threads. C. Beam Clamps: Malleable Iron, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: hardened steel. D. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to tighten. E. Conduit clamps - general purpose: One hole malleable iron for surface mounted conduits. 2.2 FORMED STEEL CHANNEL A. Manufacturers: 1. B-Line Systems 2. Unistrut Corp. 3. Substitutions: In accordance with other sections. B. Product Description: Galvanized 12 gage thick steel. With holes 1-112 inches on center. 2.3 SPRING STEEL CLIPS A. Product Description: Mounting hole and screw closure. 2.4 SLEEVES A. Furnish materials in accordance with State and local standards. B. Sleeves for penetrations Through Non -fire Rated Floors: 18 gage thick galvanized steel. C. Sleeves for penetrations Through Non -fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage thick galvanized steel. D. Sleeves for penetrations Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed. E. Fire -stopping Insulation: Glass fiber type, non-combustible. 2.5 MECHANICAL SLEEVE SEALS A. Product Description: Modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between object and sleeve, connected with bolts and pressure plates causing rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation. 2.6 FIRESTOPPING A. Manufacturers: Electrical Hangers And Supports 16070 - 3 1. Dow Corning Corp. 2. 3M fire Protection Products. 3. Substitutions: In accordance with other sections. B. Product Description: Different types of products by multiple manufacturers are acceptable as required to meet specified system description and performance requirements; provide only one type For each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Silicone elastomeric compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Foam compound. 3. Formulated Firestopping Compound of Incombustible Fibers: Formulated compound mixed with incombustible non -asbestos fibers. 4. Fiber Stuffing and Sealant Firestopping: Composite of ceramic fiber stuffing insulation with silicone elastomer for smoke stopping. 5. Mechanical Firestopping Device with Fillers: Mechanical device with incombustible fillers and silicone elastomer, covered with sheet stainless steel jacket, joined with collars, penetration sealed with flanged stops. 6. Firestop Pillows: Formed mineral fiber pillows. C. Color: Dark gray. 2.7 FIRESTOPPING ACCESSORIES A. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces and suitable for required fire ratings. B. Installation Accessories: Provide clips, collars, Fasteners, temporary stops or dams, and other devices required to position and retain materials in place. C. General: 1. Furnish UL listed products. 2. Select products with rating not less than rating of wall or floor being penetrated. D. Non -Rated Surfaces: 1. Stamped steel, chrome plated, hinged, split ring escutcheons or floor plates or ceiling plates for covering openings in occupied areas where conduit is exposed. 2. For exterior wall openings below grade, furnish modular mechanical type seal consisting of interlocking synthetic rubber links shaped to continuously fill annular space between conduit and cored opening or water -stop type wall sleeve. PART 3 EXECUTION 3.1 EX.AMINATION A. Reference other sections - Administrative Requirements: Verification of existing conditions before starting work. B. Verify openings are ready to receive sleeves. C. Verify openings are ready to receive firestopping. Electrical Hangers And Supports 16070 - 4 i 3.2 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affecting bond of firestopping material. B. Remove incompatible materials affecting bond. C. Install backing materials to arrest liquid material leakage. D. Obtain permission from Architect/Engineer before using powder -actuated anchors. E. Do not drill or cut structural members. 3.3 INSTALLATION - HANGERS AND SUPPORTS A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors. 2. Steel Structural Elements: Provide beam clamps and spring steel clips. j 3. _ Concrete Surfaces: Provide expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts and hollow wall fasteners. 5. Sotid Masonry Walls: Provide expansion anchors. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws. B. Locate and install anchors, fasteners, and supports in accordance with NECA Standard of ' Installation. C. Install conduit and raceway support and spacing in accordance with NEC. 1 D. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. a E. Install multiple conduit runs on common hangers. F. Supports: I . Fabricate supports from structural steel or formed steel channel. Install hexagon head bolts to present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts. 2. Install surface mounted cabinets and panelboards with minimum of four anchors. i 3. In wet and damp locations install steel channel supports to stand cabinets and panelboards l inch off wall. 4. Support vertical conduit at every floor. 3.4 INSTALLATION - FIRESTOPPING A. Install material at fire rated construction perimeters and openings containing penetrating sleeves, piping, ductwork, conduit and other items, requiring firestopping. B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. Electrical Hangers And Supports 16070 - 5 SECTION 16123 BUILDING WIRE PART 1 GENERAL 1.1 SUMMARY i A. Section includes building wire. 1.2 'REFERENCES r A. NECA (National Electrical Contractors Association) - Standard of Installation. B. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. C. NFPA 70 (National Fire Protection Association) - National Electrical Code. Y' t 1.3 SYSTEM DESCRIPTION A. Product Requirements: Provide products as follows: I t 1. Solid conductor for feeders and branch circuits 10 AWG and smaller. 2. Stranded conductors for control circuits. 3. Conductor not smaller than 12 AWG for power and lighting circuits. 4. ' Conductor not smaller than 16 AWG for control circuits. 4� 5. 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. 6. 10 AWG conductors for 20 ampere, 240 volt branch circuits longer than 200 feet. B. Wiring Methods: Provide the following wiring methods: 1. Concealed Dry Interior Locations: Use only building wire, Type THW or THHN/I'HWN insulation in raceway. 2. Exposed Dry Interior Locations: Use only building wire, Type THW or THHN/THWN insulation in raceway. 3. Above Accessible Ceilings: Use only building wire, Type THW or THHN/THWN insulation in raceway. 4. Wet or Damp Interior Locations: Use only building wire, Type TRW or THHN/THWN insulation in raceway. 5. Exterior Locations: Use only building wire, Type THW or THHN/I'HWN insulation in raceway. 6. Underground Locations: Use only building wire, Type THW or THHN/THWN insulation in raceway. 1 A DESIGN REQUIRENIENTS A. Conductor sizes are based on copper. Building Wire And Cable 16123 - 1 1.5 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Requirements for submittals. B. Product Data: Submit for building wire and each cable assembly type. 1.6 CLOSEOUT SUBMITTALS A. Reference other sections - Execution Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing prodacts specified in this section with minimum three years documented experience. 1.8 FIELD MEASUREMENTS A. Verify field measurements are as indicated on Drawings. 1.9 COORDINATION A. Reference other sections - Administrative Requirements: Requirements for coordination. B. Where wire and cable destination is indicated and routing is not shown, determine routing and lengths required. C. Wire and cable routing indicated is approximate unless dimensioned. Include wire and cable lengths within 10 ft of length shown. PART 2 PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Diamond Wire & Cable Co. 2. Essex Group Inc. 3. General Cable Co. 4. Okinite. 5. Substitutions: in accordance with other sections. B. Product Description: Single conductor insulated wire. C. Conductor. Copper. D. Insulation: NFPA 70; Type TRW or THHNITHWN insulation for all conductors. Building Wire And Cable 16123 - 2 PART 3 EXECUTION 3.1 EXAMINATION 3.2 3.3 A. Reference other sections - Administrative Requirements: Coordination and project conditions. B. Verify interior of building has been protected from weather. C. Verify mechanical work likely to damage wire and cable has been completed. D. Verify raceway installation is complete and supported. PREPARATION A. Completely and thoroughly swab raceway before installing wire. INSTALLATION A. Route wire and cable to meet Project conditions. B. Install wire and cable in accordance with NECA "Standard of Installation." C. Neatly train and lace wiring inside boxes, equipment, and panelboards. D. Identify and color code wire and cable under provisions of Section 16075. Identify each conductor with its circuit number or other designation indicated. E. Special Techniques --Building Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment. F. Special Techniques - Wiring Connections: I . Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. 6. Install insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 3.4 WIRE COLOR A. General 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following: a. Black and red for single phase circuits at 120/240 volts. Building Wire And Cable 16123 - 3 3.5 2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices and boxes. Colors are as follows: a. Black and red for single phase circuits at 120/240 volts. B. Neutral Conductors: White: When two or more neutrals are located in one conduit, individually identify each with proper circuit number. C. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded. D. Feeder Circuit Conductors: Uniquely color code each phase. E. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction boxes. FIELD QUALITY CONTROL A. Reference other sections - Quality Requirements: Testing and inspection services B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION Building Wire And Cable 16123 - 4 SECTION 16130 RACEWAY (CONDUM AND BOXES PART I GENERAL 1.1 SUMMARY A. Section includes conduit and tubing, surface metal raceways, wireways, outlet boxes, and pull and junction boxes. B. Related Sections: 1. Section 16141 -Floor Boxes. 1.2 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. NFPA 70 (National Fire Protection Association) - National Electrical Code. D. NECA (National Electrical Contractor's Association) - "Standard of Installation" E. NEMA FB I (National Electrical Manufacturers Association) - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. F. NEMA OS 1 (National Electrical Manufacturers Association) - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. G. NEMA RN I (National Electrical Manufacturers Association) - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. H. NEMA TC 2 (National Electrical Manufacturers Association) - Electrical Plastic Tubing (EPT) and Conduit (EPC40 and EPC-80). I. NEMA TC 3 (National Electrical Manufacturers Association) - PVC Fittings for Use with Rigid PVC Conduit and Tubing. J. NEMA 250 (National Electrical Manufacturers Association) - Enclosures for Electrical Equipment (1000 Volts Maximum). 1.3 SYSTEM DESCRIPTION A. Raceway (conduit) and boxes located as indicated on Drawings, and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system. Raceway And Boxes 16130- 1 B. Underground More than 5 feet outside Foundation Wall: Provide PVC coated rigid steel conduit, wrapped rigid steel conduit and concrete -encased thin -wall nonmetallic conduit. Provide cast metal boxes. C. Underground Within 5 feet from Foundation Wall: Provide PVC coated rigid steel conduit or wrapped rigid steel conduit. Provide cast metal boxes. D. Under Slab on Grade: Provide rigid steel conduit and PVC conduit. Provide cast metal boxes. E. Outdoor Locations, Above Grade: Provide rigid steel conduit. Provide cast metal outlet, pull, and junction boxes. F. Wet and Damp Locations: Provide rigid steel conduit. Provide cast metal outlet, junction, and pull boxes. Provide flush mounting outlet box in finished areas. G. Concealed Dry Locations: Provide electrical metallic tubing. Provide sheet -metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes. H. Exposed Dry Locations: Provide electrical metallic tubing. Provide sheet -metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes. [A DESIGN REQUIREMENTS A. Minimum Raceway Size: a/2 inch unless otherwise specified. 1.5 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Submittal procedures. B. Product Data: Submit for the following: 1. Flexible metal conduit. 2. Liquidtight flexible metal conduit. 3. Nonmetallic tubing. 4. Raceway fittings. 5. Conduit bodies. 6. Surface raceway. 7. W ireway. 3. Pull and junction boxes. 9. Handholes. C. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.6 CLOSEOUT SUBMITTALS A. Reference other sections - Execution Requirements: Closeout procedures. Raceway And Boxes 16130 - 2 B. Project Record Documents: I . Record actual routing of conduits larger than 2 inch trade size. 2. Record actual locations and mounting heights of outlet, pull, and junction boxes. 1.7 DELIVERY, STORAGE, AND HAIN'DIANG A. Section 01600 - Product Requirements: Product storage and handling requirements. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. 1.8 COORDINATION A. Reference other sections - Administrative Requirements: Coordination and project conditions. B. Coordinate installation of outlet boxes for equipment connected under Section 16180. C. Coordinate mounting heights, orientation and locations of outlets mounted above counters, benches, and backsplashes. PART 2 PRODUCTS 2.1 METAL CONDUIT A. Rigid Steel Conduit: ANSI C80.1. B. Fittings and Conduit Bodies: NEMA FB 1; all steel fittings with threaded couplings. 2.2 PVC COATED METAL CONDUIT A. Product Description: NEMA RN 1; rigid steel conduit with external PVC coating, 20 mil thick. B. General 1. Protective layer may be factory applied PVC coated or galvanized conduit may be wrapped with 2 layers or corrosion -resistant tape. 2. Corrosion -resistant tape shall be 0.01 inch half -lapped taped equal to Scotch 50 applied after pipe primer. 3. Hot dipped galvanized steel with threads galvanized after cutting. C. Fittings and Conduit Bodies: NEMA FB l; steel fittings with external PVC coating to match conduit. 2.3 FLEXIBLE METAL CONDUIT A. Product Description: Interlocked steel construction. Aluminum is not permitted. Raceway And Boxes 16130-3 B. Fittings: NEMA FB I with fitting specifically approved for use with steel flexible conduit. 2A LIQUIDTIGHT FLEXIBLE METAL, CONDUIT A. Product Description: Interlocked steel construction with PVC jacket. B. Fittings: NEMA FB l with water tight fittings specifically approved for use with liquid tight flexible conduit. 2.5 ELECTRICAL METALLIC TUBING (EMT) A. Product Description: ANSI C80.3; galvanized tubing. B. Fittings and Conduit Bodies: NEMA FB I; steel compression type. C. Do not use in slabs or below grade. D. Use for all interior dry locations not subject to damage. 2.6 NONMETALLIC (PVC) CONDUIT A. Product Description: NEMA TC 2; Schedule 40 PVC. Flame retardant type resistant to bending and cracking. B. Fittings and Conduit Bodies: NEMA TC 3. C. Used for under slab conduits. Vertical risers and ells installed below grade shall be rigid steel with wrapping. D. Do not use above grade. E. Joints made with PVC fittings applied with solvent compound after thorough cleaning. 2.7 SURFACE METAL RACEWAY A. Used only with permission of Engineer or Architect on solid existing surfaces or where specifically indicated on drawings. I . Hubbell Wiring Devices. 2. Walker Systems Inc. 3. The Wiremold Co. 4. Substitutions: in accordance with other sections. B. Product Description: Sheet metal channel with fitted cover, suitable for use as surface metal raceway. C. Size: Area as required with minimum fill capability and capacities to comply with requirements of the N.E.C. D. Finish: Gray enamel. Raceway And Boxes 16130 - 4 E. Fittings, Boxes, and Extension Rings: Furnish manufacturer's standard accessories; match finish on raceway. 2.8 WiREWAY A. Product Description: General purpose or Raintight type wireway as indicated on drawings. B. Knockouts: Manufacturer's standard. C. Size: Length as indicated on Drawings. D. Cover: Screw cover with full gaskets. E. Connector: Flanged. F. Fittings: Lay -in type with removable top, bottom, and side; captive screws. G. Finish: Rust inhibiting primer coating with gray enamel finish. 2.9 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. I . Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; furnish 112 inch male fixture studs where required. 2. Concrete Ceiling Boxes: Concrete type. B. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Furnish gasketed cover by box manufacturer. Furnish threaded hubs. C. Wall Plates for Finished Areas: As specified in Section 16140. D. Wall Plates for Unfinished Areas: Furnish gasketed cover. 2.10 PULL AND ]UNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4, flat -flanged, surface mounted junction box: I. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. PART 3 EXECUTION 3.1 EXAMINATION A. Reference other sections - Administrative Requirements: Coordination and project conditions. Raceway And Boxes 16130 - 5 B. Verify outlet locations and routing and termination locations of raceway prior to rough - in. 3.2 EXISTING WORK A. Remove exposed abandoned raceway, including abandoned raceway above accessible ceiling finishes. Cut raceway flush with walls and floors, and patch surfaces. B. Remove concealed abandoned raceway to its source. C. Disconnect abandoned outlets and remove devices. Remove abandoned outlets when raceway is abandoned and removed. Install blank cover for abandoned outlets not removed. D. Maintain access to existing boxes and other installations remaining active and requiring access. Modify installation or provide access panel. E. Extend existing raceway and box installations using materials and methods compatible with existing electrical installations, or as specified. F. Clean and repair existing raceway and boxes to remain or to be reinstalled. 3.3 INSTALLATION A. Install Work in accordance with State and local standards. B. Install raceway and boxes in accordance with NECA "Standard of Installation." C. Ground and bond raceway and boxes in accordance with Section 16060. D. Fasten raceway and box supports to structure and finishes in accordance with Section 16070. E. Identify raceway and boxes in accordance with Section 16075. F. Arrange raceway and boxes to maintain headroom and present neat appearance. 3.4 INSTALLATION - RACEWAY A. Raceway routing is shown in approximate locations unless dimensioned. Route to complete wiring system. B. Arrange raceway supports to prevent misalignment during wiring installation. C. Support raceway using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. D. Group related raceway; support using conduit rack. Construct rack using steel channel specified in Section 16070; provide space on each for 25 percent additional raceways. E. Do not support raceway with wire or perforated pipe straps. Remove wire used for temporary supports Raceway And Boxes 16130 - 6 F. Do not attach raceway to ceiling support wires or other piping systems. f:. G. Construct wireway supports from steel channel specified in Section 16070. H. Route exposed raceway parallel and perpendicular to walls. -j F I. Route raceway installed above accessible ceilings parallel and perpendicular to walls. J. Route conduit under slab from point-to-point. K. Maintain clearance between raceway and piping for maintenance purposes. L. Maintain 12 inch clearance between raceway and surfaces with temperatures exceeding 104 degrees F. M. Cut conduit square using saw or pipe cutter; de -burr cut ends. N. Bring conduit to shoulder of fittings; fasten securely. O. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe - 3 nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for minimum 20 minutes. P. Install conduit hubs or sealinglocknuts to fasten conduit to sheet metal boxes in dam P and wet locations and to cast boxes. Q. Install no more than equivalent of three 90 degree bends between boxes. Install conduit F bodies to make sharp changes in direction, as around beams. Install hydraulic one-shot bender to fabricate bends in metal conduit larger than 2 inch size or use factory elbows. is R. Avoid moisture traps; install junction box with drain fitting at low points in conduit t_ system. S. Install fittings to accommodate expansion and deflection where raceway crosses seismic, control and expansion joints. T. Install suitable pull string or cord in each empty raceway except sleeves and nipples. 1" U. Install suitable caps to protect installed conduit against entrance of dirt and moisture. V. Surface Raceway: Install flat -head screws, clips, and straps to fasten raceway channel to surfaces; mount plumb and level. Install insulating bushings and inserts at connections to l outlets and comer fittings. W. Close ends and unused openings in wireway. 3.5 INSTALLATION - BOXES A. Install wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device. JJJ B. Adjust box location up to 10 feet prior to rough -in to accommodate intended purpose. r 1 Raceway And Boxes 16130-7 -, �1 1 1_ � C. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. D. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. E. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. F. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. G. Do not install flush mounting box back-to-back in walls; install with minimum 6 inches separation. Install with minimum 24 inches separation in acoustic rated walls. H. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. 1. Install stamped steel bridges to fasten flush mounting outlet box between studs. J. Install flush mounting box without damaging wall insulation or reducing its effectiveness. K. Install adjustable steel channel fasteners for hung ceiling outlet box. L. Do not fasten boxes to ceiling support wires or other piping systems. M. Support boxes independently of conduit. N. Install gang box where more than one device is mounted together. Do not use sectional box. O. Install gang box with plaster ring for single device outlets. 3.6 INTERFACE WITH OTHER PRODUCTS A. . Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods in accordance with other Sections. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. Coordinate location with rooting installation specified in other Sections. C. Locate outlet boxes to allow luminaires positioned as indicated on reflected ceiling plan(s) and lighting plans(s). D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. 3.7 ADJUSTING A. Reference other sections - Execution Requirements: Testing, adjusting, and balancing. B. Adjust flush -mounting outlets to make front flush with finished wall material. Raceway And Boxes 16130 - 8 C. Install knockout closures in unused openings in boxes. 3.8 CLEANING A. Reference other sections - Execution Requirements: Final cleaning. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. END OF SECTION Raceway And Boxes 16I3Q - 9 SECTION 16140 WIRING DEVICES PART 1 GENERAL 1.1 SUMMARY A. Section includes wall switches; receptacles; and device plates. B. Related Sections: l . Section 16130 - Raceway and Boxes. Outlet boxes for wiring devices. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) - Standard of Installation. B. NF.MA WD 1 (National Electrical Manufacturers Association) - General Requirements for Wiring Devices. C. NEMA WD 6 (National Electrical Manufacturers Association) - Wiring Device -- Dimensional Requirements. 1.3 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Submittal procedures. B. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations. 1.4 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. 1.5 EXTRA MATERIALS A. Reference other sections - Execution Requirements: Spare parts and maintenance products. PART 2 PRODUCTS 2.1 WALL SWITCHES A. Manufacturers: 1. Leviton Model 1221. 2. Hubbell Model 1221. 3. General Electric Model 5951. 4. Substitutions: In accordance with other sections. Wiring Devices 16140 - 1 B. Product Description: NEMA WD I, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: White plastic with toggle handle. D. Utilize equivalent series of switches for double -pole, three-way and four-way applications. E. Ratings: 1. Voltage: Match branch circuit characteristics. 2. Current: 20 ,unperes. F. Ratings: Match branch circuit and load characteristics. 2.2 RECEPTACLES A. Manufacturers: 1. Leviton Model 5362. 2. Hubbell Model 5362. 3. General Electric Model GE5362. 4. Substitutions: In accordance with other sections. B. Product Description: NEMA WD 1, Heavy-duty general use receptacle. C. Device Body: White plastic. D. Configuration: NEMA WD 6. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. 2.3 WALL PLATES A. Decorative Cover Plate: Smooth 302 stainless steel. B. Jumbo Cover Plate: Smooth 302 stainless steel. C. Weatherproof Cover Plate: Stainless steel plate with hinged and gasketed device cover. PART 3 EXECUTION 3.1 EXAMINATION A. Reference other sections - Administrative Requirements: Coordination and project conditions. B. Verify outlet boxes are installed at proper height. C. Verify wall openings are neatly cut and completely covered by wall plates. Li Wiring Devices 16140 - 2 1 D. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.2 PREPARATION A. Clean debris from outlet boxes. 3.3 EXISTING WORK A. Disconnect and remove abandoned wiring devices. B. Modify installation to maintain access to existing wiring devices to remain active. C. Clean and repair existing wiring devices to remain or to be reinstalled. 3.4 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Install receptacles with grounding pole on bottom. E. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor. F. Install decorative plates on switch, receptacle, and blank outlets in finished areas. G. Connect wiring devices by wrapping solid conductor around screw terminal. H. Use jumbo size plates for outlets installed in masonry walls. I. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. 3.5 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights as specified and as indicated on drawings. B. Install wall switch 48 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor, unless otherwise noted on drawings. D. Install convenience receptacle 6 inches above counter, unless otherwise noted on drawings. E. Install telephone/data outlet boxes at 18 inches above finished floor, unless otherwise noted on drawings. Wiring Devices 16140 - 3 3.6 FIELD QUALITY CONTROL A. Reference other sections - Quality Requirements: Testing and inspection services. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.7 ADJUSTING A. Reference other sections - Execution Requirements: Testing, adjusting, and balancing. B. Adjust devices and wall plates to be flush and level. 3.8 CLEANING A. Reference other sections - Execution Requirements: Final cleaning. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION Wiring Devices 16140 - 4 SECTION 16411 ENCLOSED SWITCHES PART I GENERAL 1.1 SUMMARY A. Section includes fusible and nonfusible switches. B. Related Sections: I . Section 16491 -Fuses. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) -Standard of Installation. B. NEMA FU I (National Electrical Contractors Association): Low Voltage Cartridge Fuses. C. NEMA KS 1 (National Electrical Contractors Association): Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). D. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). 1.3 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Submittal procedures. B. Product Data: Submit switch ratings and enclosure dimensions. 1.4 CLOSEOUT SUBMITTALS A. Reference other sections - Execution Requirements: Closeout procedures. B. Project Record Documents: Record actual locations of enclosed switches and ratings of installed fuses. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. PART 2 PRODUCTS 2.1 FUSIBLE SWITCH ASSEMBLIES Enclosed Switches 16411-1 A. Product Description: NEMA KS 1, Type HD with externally operable handle interlocked to prevent opening front cover with switch in ON position, enclosed load interrupter knife switch. Handle lockable in OFF position. B. Fuse clips: Designed to accommodate NEMA FU 1, Class R fuses. C. Enclosure: NEMA KS 1, to meet conditions. Fabricate enclosure from steel finished with manufacturer's standard gray enamel. 1. Interior Dry Locations: Type 1. 2. Exterior Locations: Type 3R. D. Service Entrance: Switches identified for use as service equipment are to be labeled for this application. Furnish solid neutral assembly and equipment ground bar. E. Furnish switches with entirely copper current carrying parts. 2.2 SWITCH RATINGS A. Switch Rating: Horsepower rated for AC or DC as indicated on Drawings. B. Short Circuit Current Rating: UL listed for 200,000 rms symmetrical. PART 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install enclosed switches plumb. Provide supports in accordance with Section 16070. C. Height: 5 ft to operating handle. D. Install fuses for fusible disconnect switches. Refer to Section 16491 for product requirements. E. Install engraved plastic nameplates in accordance with Section 16075. F. Apply adhesive tag on inside door of each fused switch indicating NEMA fuse class and size installed. 3.2 FIELD QUALITY CONTROL A. Reference other sections - Execution Requirements: Testing, adjusting, and balancing. B. Inspect and test in accordance with META ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.5. END OF SECTION Enclosed Switches 16411 -2 SECTION 16421 ENCLOSED CONTROLLERS PART 1 GENERAL 1.1 SUMMARY A. Section includes manual and magnetic motor controllers in individual enclosures. t .2 REFERENCES A, NECA (National Electrical Contractors Association) -Standard of Installation B. NEMA AB 1 (National Electrical Manufacturers Association) - Molded Case Circuit Breakers. C. NEMA FU 1 (National Electrical Manufacturers Association) - Fuses. D. NEMA ICS 2 (National Electrical Manufacturers Association) - Industrial Control and Systems: Controllers, Contactors, and Overload Relays Rated Not More Than 2000 Volts AC or 750 Volts DC. E. NEMA ICS 5 (National Electrical Manufacturers Association) - Industrial Control and Systems: Control Circuit and Pilot Devices. F. NEMA ICS 6 (National Electrical Manufacturers Association) - Industrial Control :ind Systems: Enclosures. G. NEMA KS I (National Electrical Manufacturers Association) - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). H. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems 1.3 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Submittal procedures. B. Product Data: Submit catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Test Reports: Indicate field test and inspection procedures and test results. 1.4 CLOSEOUT SUBMITTALS A. Reference other sections - Execution Requirements: Closeout procedures. B. Project Record Documents: Record actual locations and ratings of enclosed controllers. Enclosed Controllers 16421-1 C. Operation and Maintenance Data: Submit Replacement parts list for controllers. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. PART 2 PRODUCTS 2.1 FRACTIONAL -HORSEPOWER MANUAL MOTOR STARTER A. Product Description: NEiV1A iC5 2, AC general-purpose, Class A, manually operated, full -voltage controller for fractional horsepower induction motors, with thermal overload unit, and toggle operator. B. Enclosure: NEMA ICS 6, Type 1 for interior dry locations, Type 3R for exterior and damp/wet locations. PART 3 EXECUTION 3.1 INSTALLATION A. Install enclosed controllers as indicated on Drawings, in accordance with NECA "Standard of Installation." B. Install enclosed controllers plumb. Provide supports in accordance with Section 16070. C. Select and install overload heater elements in motor controllers to match installed motor characteristics. D. Install engraved plastic nameplates. Refer to Section 16075 for product requirements and location. 3.2 FIELD QUALITY CONTROL A. Reference other sections - Execution Requirements: Testing, adjusting, and balancing. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.16.1. END OF SECTION Enclosed Controllers 16421 -2 �I SECTION 16442 PANELBOARDS PART 1 GENERAL 1.1 SUMMARY A. Section includes distribution and branch circuit panelboards, electronic grade branch circuit panelboards, [and load centers]. B. Related Sections: I. Section 16060 - Grounding and Bonding. 2. Section 16075 - Electrical Identification. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) -Standard of Installation B. NEMA AB 1 (National Electrical Manufacturers Association) - Molded Case Circuit Breakers. C. NEMA FU 1 (National Electrical Manufacturers Association) - Fuses. D. NEMA ICS 2 (National Electrical Manufacturers Association) - Industrial Control and Systems: Controllers, Contactors, and Overload Relays Rated Not More Than 2000 Volts AC or 750 Volts DC. E. NEMA ICS 5 (National Electrical Manufacturers Association) - Industrial Control and Systems: Control Circuit and Pilot Devices. F. NEMA KS 1 (National Electrical Manufacturers Association) - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). G. NEMA PB 1 (National Electrical Manufacturers Association) - Panelboards. H. NEMA PB 1.1 (National Electrical Manufacturers Association) - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. I. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems 1.3 SUBMITTALS A. Submit in accordance with other sections - Submittal Procedures: Requirements for submittals. B. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker arrangement and sizes. C. Product Data: Submit catalog data showing specified features of standard products. Panelboards 16442 - l 1.4 CLOSEOUT SUBMITTALS A. Reference other sections - Closeout Submittals: Requirements for submittals. B. Project Record Documents: Record actual locations of panelboards and record actual circuiting arrangements. C. Operation and Maintenance Data: Submit spare parts listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. 1.6 MAINTENANCE MATERIALS A. Reference other sections - Execution Requirements. B. Furnish two of each panelboard key. PART 2 PRODUCTS 2.1 DISTRIBUTION PANELBOARDS A. Manufacturers: - 1. Cutler Hammer. 2. General Electric. 3. Siemens. 4. Square D. 5. Westinghouse. 6. Substitutions: In accordance with other sections. B. Product Description: NEMA PB 1, circuit breaker or fusible switch type as indicated on drawings. C. Panelboard Bus: Copper, current carrying components, ratings as indicated on Drawings. Furnish copper ground bus in each panelboard. D. Minimum integrated short circuit rating: Fully rated as indicated on Drawings. E. Molded Case Circuit Breakers: NEMA AB 1, circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Furnish circuit breakers UL listed as Type HACR for air conditioning equipment branch circuits. F. Enclosure: NEMA PB 1, Type I for interior dry locations and Type 31Z for all other locations. Panelboards 16442 - 2 i a G. Cabinet Front: Surface door -in -door type, fastened with hinged door with flush lock, finished in manufacturer's standard gray enamel. 2.2 BRANCH CIRCUIT PANELBOARDS A. Manufacturers: 1. Cutler Hammer. 2. General Electric. 3. Siemens. 4. Square D. 5. Westinghouse. 6. Substitutions: In accordance with other sections. B. Product Description: NEMA PB 1, circuit breaker type, lighting and appliance branch circuit panelboard. C. Panelboard Bus: Copper, current carrying components, ratings as indicated on Drawings. Furnish copper ground bus in each panelboard. D. Minimum Integrated Short Circuit Rating: Fully rated as indicated on Drawings. E. Molded Case Circuit Breakers: NEIVIA AB 1, bolt -on type thermal magnetic trip circuit breakers, with common trip handle for all poles, listed as Type SWD for lighting circuits, Type HACR for air conditioning equipment circuits, Class A ground fault interrupter circuit breakers as indicated on Drawings. Do not use tandem circuit breakers. F. Enclosure: NEMA PB 1, Type lfor interior dry locations and Type 3R for other locations. G. Cabinet Box: 6 inches deep, 20 inches wide. H. Cabinet Front: Flush cabinet front with concealed trim clamps, concealed hinge, metal directory frame, and flush lock keyed alike. Finish in manufacturer's standard gray enamel. PART 3 EXECUTION 3.1 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1 and NECA "Standard of Installation." B. Install panelboards plumb. C. Install recessed panelboards flush with wall finishes. D. Height: 6 feet to top of panelboard; install panelboards taller than 6 feet with bottom no more than 4 inches above floor. E. Install filler plates for unused spaces in panelboards. Panelboards 16442 - 3 F. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes to balance phase loads. G. Install engraved plastic nameplates in accordance with Section 16075. H. Install spare conduits out of each recessed panelboard to accessible location above ceiling. Minimum spare conduits: 5 empty l inch. Identify each as SPARE. I. Ground and bond panelboard enclosure according to Section 16060. Connect equipment ground bars of panels in accordance with NEC Article 517. 3.2 FIELD QUALITY CONTROL A. Reference other sections - Quality Requirements: Testing and Inspection Services. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform circuit breaker inspections and tests listed in META ATS, Section 7.6. D. Perform switch inspections and tests listed in META ATS, Section 7.5. E. Perform controller inspections and tests listed in NETA ATS, Section 7.16. L 3.3 ADJUSTING A. Reference other sections - Execution Requirements. B. Measure steady state load currents at each panelboard feeder, rearrange circuits in panelboard to balance phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. END OF SECTION F, Panelboards 16442 - 4 =i i3 SECTION 16491 FUSES PART i GENERAL 1.1 SUMMARY A. Section includes fuses. 1.2 REFERENCES A. NEMA FU 1 (National Electrical Manufacturers Association) - Low Voltage Cartridge Fuses. 1.3 DESIGN REQUIREMENTS A. Select fuses to provide appropriate levels of short circuit and overcurrent protection for the following components: wire, cable, bus structures, and other equipment. Design system to maintain component damage within acceptable levels during faults. B. Select fuses to coordinate with time current characteristics of other overcurrent protective elements, including other fuses, circuit breakers, and protective relays. Design system to maintain operation of device closest to fault operates. 1.4 FUSE PERFORMANCE REQUIREMENTS A. Main Service Switches Larger than 600 amperes: Class L. B. Main Service Switches: Class RK5. C. Power Load Feeder Switches Larger than 600 amperes: Class L. D. Power Load Feeder Switches: Class RK5. E. Motor Load Feeder Switches: Class RK5. F. Lighting Load Feeder Switches: Class RKI (non -time -delay). G. Other Feeder Switches: Class RK5. H. General Purpose Branch Circuits: Class RK5. 1. Motor Branch Circuits: Class RK5. 1.5 SUBMITTALS A. Reference other sections - Submittal Procedures: Submittal procedures. B. Product Data: Submit data sheets showing electrical characteristics, including time - current curves. Fuses 16491 - t 1.6 CLOSEOUT SUBMITTALS A. Reference other sections - Execution Requirements: Closeout procedures. B. Project Record Documents: Record actual sizes, ratings, and locations of fuses. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. 1.8 MAINTENANCE MATERIALS A. Reference other sections - Execution Requirements: Spare parts and maintenance products. B. Furnish two fuse pullers. 1.9 EXTRA MATERIALS A. Reference other sections - Execution Requirements. B. Furnish three spare fuses of each Class, size, and rating installed. PART 2 PRODUCTS 2.1 FUSES A. Manufacturers: I. Bussman 2. Littlefuse. 3. Shawmut. 4. Substitutions: In accordance with other sections. B. Dimensions and Performance: NEMA FU 1, Class as specified or as indicated on Drawings. C. Voltage: Rating suitable for circuit phase -to -phase voltage. 12 CLASS RK1 (TIME DELAY) FUSES A. Dimensions and Performance: NEMA FU 1. B. Voltage: Rating suitable for circuit phase -to -phase voltage. C. Construction: As required for particular equipment and application. 2.3 CLASS RK1 (NON -TIME -DELAY) FUSES A. Dimensions and Performance: NEMA FU 1. Fuses 16491 - 2 B. Voltage: Rating suitable for circuit phase -to -phase voltage. C. Construction: As required for particular equipment and application. 2.4 CLASS RK5 FUSES A. Dimensions and Performance: NEUTA FU I. B. Voltage: Rating suitable for circuit phase -to -phase voltage. C. Construction: As required for particular equipment and application. PART 3 EXECUTION 3.1 INSTALLATION A. Install fuse with label oriented so manufacturer, type, and size are easily read. END OF SECTION Fuses 16491 - 3 SECTION 16510 INTERIOR LUMINAIRES PART 1 GENERAL 1.1 SUMMARY A. Section includes interior luminaires, lamps, ballasts, and accessories. 1.2 REFERENCES A. ANSI C82.4 - Ballasts for High -Intensity Discharge and Low Pressure Sodium Lamps (Multiple Supply Type). 1.3 SUBMITTALS A. Refer to other sections - SubmittaI Procedures: Submittal procedures. B. Shop Drawings: Indicate dimensions and components for each luminaire not standard product of manufacturer. C. Product Data: Submit dimensions, ratings, and performance data. 1.4 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. L5 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. PART 2 PRODUCTS 2.1 INTERIOR LUMINAIRES A. Product Description: Complete interior luminaire assemblies, with features, options, and accessories as scheduled. B. Refer to other sections- Product Requirements for product options. 2.2 HIGH INTENSITY DWHARGE (HID) BALLASTS A. Product Description: ANSI C82.4, metal halide or high pressure sodium lamp ballast, suitable for lamp specified with voltage to match luminaire voltage. 2.3 HID LAMPS A. Types as specified on drawings for each luminaire. Interior Luminaires 165I0- 1 PART 3 EXECUTION 3.1 INSTALLATION A. Install suspended luminaires using pendants supported from swivel hangers. Install pendant length required to suspend luminaire at indicated height. B. Install surface mounted luminaires plumb and adjust to align with building lines and with each other, Secure to prevent movement. C. Install wall -mounted luminaires at height as indicated on Drawings. D. Install accessories furnished with each luminaire. E. Connect luminaires to branch circuit outlets provided under Section 16130 using flexible conduit. F. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. G. Install specified lamps in each luminaire. 3.2 FIELD QUALITY CONTROL A. Refer to other sections - Quality Requirements: Testing and inspection services B. Operate each luminaire after installation and connection. Inspect for proper connection and operation. 3.3 ADJUSTING A. Refer to other sections - Execution Requirements: Testing, adjusting, and balancing. B. Aim and adjust luminaires as indicated on Drawings. 3.4 CLEANING A. Refer to other sections - Execution Requirements: Final cleaning. B. Remove dirt and debris from enclosures. C. Clean photometric control surfaces as recommended by manufacturer. D. Clean finishes and touch up damage. 3.5 PROTECTION OF FINISHED WORK A. Refer to other sections - Execution Requirements: Protecting finished work. B. Relamp luminaires having failed lamps at Substantial Completion, Interior Luminaires 16510-2 END OF SECTION Interior Luminaires 16510-3 a v r_- Vacuum Truck Maintenance Facility City of Lubbock SECTION 15000 GENERAL PROVISIONS FOR MECHANICAL PART I GENERAL. 1.1 SPECIAL NOTE The Architectural, Structural, and Electrical Plans and Specifications, including the supplements issued thereto, Information to Bidders, and other pertinent documents issued by the Engineer, are a part of these specifications and the accompanying mechanical plans, and shall be complied with in every respect. All the above is included herewith, will be issued separately or is on file at the Engineer's office, and shall be examined by all bidders. Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for additional compensation due to omission of drawings. Where the Supplementary General Conditions conflict with the General Conditions, the Supplementary General Conditions shall govern. 1.2 CHECKING DOCUMENTS The drawings and the specifications are numbered consecutively. The Contractor shall check the drawings and specifications thoroughly and shall notify the Engineer of any discrepancies or omissions of sheets or pages. Upon notification, the Engineer will promptly provide the Contractor with any missing portions of the drawings or specifications. No discrepancies or omissions of sheets or pages of the contract documents will relieve the Contractor of his duty to provide all work required by the complete contract documents. d " 1.3 RULES FOR RUNNING LINES In general, the lines and ducts to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of various lines and ducts and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. A. All piping and ductwork for the mechanical trade shall be concealed in chases in finished areas, except as indicated on the drawings. Horizontal lines run in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically -' indicated or directed. B. Piping and ductwork may be run exposed in machinery and equipment spaces, where serving as connections to motors and equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required C. All conduits in any space where they are exposed shall run parallel with the building walls. They shall enter the concealed areas perpendicular with the walls, ceilings or floors. Fittings shall be used where necessary to comply with this requirement. General Provisions for Mechanical 15000 - 1 Vacuum Truck Maintenance Facility City of Lubbock D. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. E. The mechanical plans do not give exact details as to elevations of lines and ducts, exact locations, etc., and do not show all the offsets, control lines, pilot lines and other installation details. The Contractor shall carefully lay out his work at the site to confortn to the architectural and structural conditions, to provide proper grading of lines, to avoid all obstruction, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation. F. The mechanical plans do not give exact locations of outlets, fixtures, equipment items, etc. The exact location of each item shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at the building, and in cooperation with other sections. Minor relocations necessitated by the conditions at the site or as directed by the Engineer shall be made without any additional cost accruing to the Owner. G. The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Engineer before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractors) own expense. H. The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Engineer before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. Order of precedence shall be observed in laying out the pipe, ductwork, and material in order to tit the material into the space above the ceiling and in the chases and walls. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. General Provisions for Mechanical 1 5000 - 2 1—' Vacuum Trick Maintenance Facility City of Lubbock J. Piping and ducts serving outlets on items of equipment shall be run in the most appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be nun as close as possible to the underside of the top and in a neat and inconspicuous manner. K. Exceptions and inconsistencies in plans and specifications shall be brought to the Engineer's attention before the contract is signed. Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. L. The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. M. Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 15 and that work is not indicated on the respective "M" or "P" drawings, he shall notify the Engineer in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. 1.4 VERIFICATION OF DIMENSION Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shal I be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference which may be found shall be submitted to the Engineer for consideration before proceeding with the work 1.5 INSPECTION OF SITE The accompanying plans do not indicate completely the existing mechanical installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be fret and the work to be accomplished in installing the new work in the underground serving to and from the new structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. 1.6 ELECTRIC CONTROL WIRING OF HVAC MOTORS AND MOTOR -OPERATED EQUIPMENT M. Control wiring of HVAC motors and motor -operated equipment: General requirements: a. It is the intent of these specifications to provide a clear delineation of responsibilities for the providing of electrical control wiring. General Provisions for Mechanical 15000 - 3 Vacuum Truck Maintenance Facility City of Lubbock b. Divisions 15 and 16 shall jointly coordinate with each other to insure that all control wiring is provided as described. C. All required items shall be furnished under the contract, with responsibilities of specific items as described hereafter, or in Division 16 Specifications. d. While these specifications indicate the contract responsibilities of the various Divisions, they do not prevent job -site mutually agreed upon revisions or modifications to these responsibilities provided that ultimate contract responsibilities are retained as described in the Specifications. 2. Responsibilities of Division 15 (Mechanical); a. Furnish and set in place, ready for electrical connection, all HVAC motors and motor -operated HVAC equipment unless specifically noted otherwise. b. Provide and set in place all HVAC control devices, such as relays, thermostats, electrically operated valves and related items. 3. Responsibilities of Division 16 (Electrical): a. Furnish, mount and connect to safety and disconnect switches for HVAC equipment not furnished from the factory with integral safety or disconnect switches. b. Connect to speed switches factory furnished on fractional horsepower equipment. Division 16 is not required to provide field installed speed switches unless specifically noted on the Drawings. C. Furnish, mount and connect to single and two speed full voltage non - reversing motor starters for all mechanical equipment requiring starters unless specifically noted otherwise on the Drawings. Generally, it is the responsibility of Division 16 (electrical) to provide and install all standard magnetic starters, except for integral starters normally provided with mechanical equipment such as chillers or rooftop units. d. Connect to line and load side power wiring of solid state starters or variable frequency drives furnished by Division 15. Generally, it is the responsibility- of Division 15 (mechanical) to provide and mount solid state or variable frequency drives. Coordinate with Division 15 to determine exact mounting and connection details of the equipment. e. Refer to the Drawings for specific or unusual connection arrangements. f. Provide and install all HVAC interconnecting control wiring between the equipment and its associated control. Install all HVAC control wiring in accordance with Division 16. General Provisions for Mechanical l 5000 - 4 Vacuum Truck Maintenance Facility City of Lubbock g. Control wiring for medical gas low voltage alarm valves and similar equipment shall be furnished and installed by Division 15 unless noted othenvise. 1.7 MOTORS M. All motors furnished under any of the several sections of these specifications shall be of recognized manufacture, of adequate capacity for the loads involved and wound for the current characteristics shown on the electrical drawings. All motors shall conform to the standards of manufacture and performance of the National Electrical Manufacturers' Association as shown in their latest publications. They shall further be listed by Underwriters Laboratories. 1.8 - PROGRESS OF WORK M. The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Engineer or Owner. 1.9 MANUFACTURER'S DIRECTIONS M. All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. 1.10 MATERIALS AND WORKMANSHIP M. All materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from defects. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc, and shall bear their label. N. Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample to the Engineer before proceeding. O. The Engineer reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Engineer's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, plumbing brass, grilles, registers, ceiling outlets and similar items and shall not be applicable to major manufacturers' items of equipment. P. The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. Q. The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. General Provisions for Mechanical 15000 - 5 i Vacuum Truck Maintenance Facilit y City of Lubbock R. The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 1.11 SUBSTITUTION OF MATERIALS A. Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard. The product of the particular manufacturer mentioned is of satisfactory construction and any substitution must be of quality as good as or better than the named article. No substitution shall be made without review by the Engineer, who will be the sole judge of equality. B. The Contractor shall submit for approval a complete list of the materials he proposes to use. This list shall give manufacturers' names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive literature and/or any supplementary data, drawings, etc., necessary to give full and complete details. C. Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material. 1.12 SHOP DRAWINGS A. Wherever shop drawings are called for in these specifications, they shall be furnished by the Contractor for the work involved for review by the Engineer as to the make and type of material. Shop drawings shall be submitted in sufficient time so that no delay or changes will be caused. This is done in order to facilitate progress on the job. Failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Engineer reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. B. The Engineer shall review Contractor submittals, such as shop drawings, product data, samples and other data, as required by the Engineer, but only for the limited purpose of checking for conformance with the design concept and the information expressed in the contract documents. This review shall not include review of the accuracy or completeness of details, such as quantities, dimensions, weights or gauges, fabrication processes, construction means or methods, coordination of the work with other trades or construction safety precautions, all of which are the sole responsibility of the Contractor. The Engineer's review shall be conducted with reasonable promptness while allowing sufficient time in the Engineer's judgment to permit adequate review. Review of a specific item shall not indicate that the Engineer has reviewed the entire assembly of General Provisions for Mechanical 15000 - 6 Vacuum Truck Maintenance Facility City of Lubbock which the item is a component. The Engineer shall not be responsible for any deviations from the contract documents not brought to the attention of the Engineer in writing by the Contractor. The Engineer shall not be required to review partial submissions or those for which submissions of correlated items have not been received. C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the EXACT ITEM offered and shall clearly identify the item with the project. D. All shop drawings shall be submitted at one time. Shop drawing submittals shall consist of a three-ring binder of all shop drawings. Each section shall be properly indexed and separated from other sections. All shop drawings shall be certified that they have been checked by the Contractor. Provide a space for both the Contractor's and Engineer's review stamp. E. The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Engineer, shall not relieve the Contractor from furnishing and erecting same. F. The Engineer reserves the right to directly charge the Contractor for time and material costs, at standard rates; if more than two (2) submittals of the same class or type of materials or equipment is required to obtain approval. 1.13 PROTECTION OF APPARATUS A. The Contractor shall at all times take such precautions as may be necessary to properly protect his new apparatus from damage. This shall include the erection of all required temporary shelters to adequately protect any apparatus stored in the open on the site, the cribbing of any apparatus above the floor of the construction, and the covering of apparatus in the incompleted building with tarpaulins or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Engineer will be sufficient cause for the rejection of the pieces of apparatus in question. 1.14 PERMITS, FEE, ETC. A. The Contractor under each section of these specifications shall arrange for a permit from the local authority. The Contractor shall arrange for all utility services, including sewer, water, gas and electric services as applicable. If any charges are made by any of the utility companies due to the work on this project, the Contractor shall pay these charges, including charges for metering, connection, street cutting, etc. The Contractor shall pay for any inspection fees or other fees and charges required by ordinance, law, codes and these specifications. General Provisions for Mechanical 15000 - 7 Vacuum Truck Maintenance Facility City of Lubbock 1.15 TESTING A. The Contractor under each section of these specifications shall at his own expense perform the various tests as specified and required by the Engineer and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. 1.16 LAWS, CODES AND ORDINANCES A. All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Engineer, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.17 TERMINOLOGY A. Whenever the words "furnish", "provide", "furnish and install," "provide and install', and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. The use of the word "shall" conveys a mandatory condition to the contract. D. "This section" always refers to the section in which the statement occurs. E. "The project" includes all work in progress during the construction period. F. "Concealed" areas are those areas which cannot be seen by the building occupants from the floor with all building components in place. "Exposed" areas are all areas which are exposed to view by the building occupants, including mechanical rooms. G. In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.18 COOPERATION AND CLEANING UP General Provisions for Mechanical 15000 - 8 Vacuum Truck Maintenance Facility City of Lubbock A. The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered or delayed at any time. B. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time from the Engineer, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. 1.19 COORDINATION OF TRADES A. The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details B. Items furnished under various sections which require plumbing connections shall be coordinated for services, pressure, size and location of connections, type_ of fuel, clearances for service, auxiliary devices required, etc. C. Items requiring insulation shall be fully insulated and that insulation shall be checked against manufacturer's directions and job requirements for suitability, coverage, thickness and finish. D. Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. E. All items specified under Divisions 15 and 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.20 CUTTING AND PATCHING A. The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors or ceilings General Provisions for Mechanical 15000 - 9 Vacuum Truck Maintenance Facility City of Lubbock required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the Engineer and the Contractor shall exercise due diligence to avoid cutting openings larger than required or in wrong locations. Verify the scope of this work at the site and in cooperation with all other trades before bidding. B. No cutting shall be done to any of the structural members that would tend to lessen their strength, unless specific permission is granted by the Engineer to do such cutting. C. The Contractor for work under each section shall be responsible for the patching of all openings cut to install the work covered by that section and to repair the damage resulting from the failure of any pat of the work installed hereunder. D. Before bidding, the Contractor shall review and coordinate the cutting and patching required under the respective section with all trades. E. In all spaces where new work under Division 15 and 16 is installed and no other alteration or refinishing work is shown or called for, existing floors, walls and ceilings shall be restored to match existing conditions. All cutting and patching shall be done by workmen skilled in the affected trade. F. Where openings are cut through masonry walls, the Contractor under each respective section shall provide and install lintels or other structural supports to protect the remaining masonry and adequate support shall be provided during the cutting operation to prevent any damage to the masonry occasioned by the operation. All structural members, supports, etc, shall be of the size, shape, and installed as directed by the Engineer. 1.21 PAINTING F. All painting shall be done by the Contractor under Division 9. Following is a general outline of the required work for Divisions 15. 1. When the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half flat half enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. 2. Paint all exposed pipe, conduit, boxes, cabinets, hangers and supports and miscellaneous metal. 3. Paint all exposed sheet metal. 4. Paint all insulated surfaces exposed to view, including piping, equipment, etc. Size surfaces until a smooth, non grainy surface is obtained. 5 Generally, painting is required on all surfaces such that no exposed bare metal or insulation surface is visible. 6 Paint all surfaces above or behind perforated return air grilles or other open spaced air outlet devices with flat black paint. All pipes, conduits, ductwork and structural members shall be painted. These surfaces shall be painted a distance away from the grille such that no unpainted surfaces are visible to a person standing on the room side and viewing through the device. General Provisions for Mechanical 15000 - 10 Vacuum Truck Maintenance Facility City of Lubbock 1.22 SEALING AROUND PIPES, CONDUITS, DUCTS, ETC. F. The Contractor installing pipes, conduits, ducts, etc. shall seal all spaces between pipes and/or sleeves where they pierce walls, partitions or floors with approved fire resistant caulk. The packing shall effect a complete fire and/or air seal where pipes, conduits, ducts, etc., pierce walls, floors or partitions. G. Firestopping materials shall be Hilti CS-240 Firestop Sealant with Hilti CS-2420 Intumescent Wrap. Firestopping shall be installed as recommended by the manufacturer for the specific application required. H. Rectorseal Metacaulk acceptable. 1.23 LARGE APPARATUS A. Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor involved and placed in the space before the enclosing structure is completed. 1.24 PREPARED OPENINGS A. It is anticipated that an opening will be required in the existing building for installation of the large equipment. Cooperate with all trades to avoid a larger opening than is required. The openings shall be restored after installation of the equipment. 1.25 ACCESS PANELS A. Wherever mechanical and/or electrical equipment is installed and where future access is required through either walls or ceilings and such cannot be obtained through the removable ceiling or through other means, the Contractor shall provide Milcor Style "M" access doors at least 12 inches by 12 inches in size or larger if required for access. Provide access doors for all fire dampers, smoke dampers, valves, etc. 1.26 USE OF SYSTEMS -, A. It is considered that it will be necessary to operate the mechanical systems to provide heating and ventilation in portions of the building that are enclosed. As systems or portions of t- systems become operable, they shall be operated as required to maintain habitable conditions in enclosed portions of the building that are still under construction and portions that are fully complete as may be required to properly protect installed piping, equipment and 1 finishes. B. In order to provide protection to ducts, plenums, etc, install temporary filters over or in General Provisions for Mechanical 15000 - 11 Vacuum Truck Maintenance Facility City of Lubbock r. return air openings until all finished painting is completed. Protect supply outlets, coils, etc. as necessary in each case. C. Except for operation of cooling equipment to prove its performance and to adjust and balance the systems, that equipment will not be operated for comfort of construction workers. D. During warm weather the Contractor shall arrange for the operation of systems to supply 100 percent outside air. The systems controls shall be reset to their normal cycle of operation in each case during the times that heating is required and when the cooling equipment is operated F. Immediately prior to the time that the systems are to be accepted by the Owner, each system shall be carefully examined and if ductwork is dirty, it shall be carefully cleaned by men skilled in that type of work. All filters shall be put in first class condition by replacement of filters and/or other procedures as directed. F. The use of the equipment for maintaining environmental and/or protective temperature conditions shall in no way constitute acceptance of that equipment and the connected piping, ducts, insulation, finishes, etc. by the Owner. Furthermore, it shall in no way shorten the guarantee period hereinafter specified. The Contractor shall either secure extended warranties from the vendors of equipment or shall purchase insurance to provide proper coverage on the equipment through the guarantee period and shall file with the Engineer substantiating affidavits from equipment manufacturers or a copy of the insurance policy covering the equipment through the guarantee period. The personal underwriting of the Contractor for equipment manufacturers' warranties is not acceptable, but his personal underwriting of piping, ductwork, insulation and associated materials is acceptable subject to the provisions of the contract. G. The Contractor shall provide such labor as may be required in the operation of the systems and shall pay all costs. 1.27 SCHEDULE OF WORK G. The work under the various sections must be expedited and close coordination will be required in executing the work. The various trades shall perform their portion of the work at such times as directed so as to insure meeting scheduled completion dates, and to avoid delaying any other trade. The Engineer will set up completion dates, schedule the times of work in the various areas involved, etc. Each Contractor shall cooperate in establishing these times and locations and shall process his work so as to insure the proper execution of it. 1.28 WORKING TIME G. Where new connections are to be made into existing lines, present lines must be relocated or rerouted, present equipment items relocated or other work accomplished that would affect General Provisions for Mechanical 15000 - 12 Vacuum Truck Maintenance Facility City of Lubbock the operation of the present building, the work shall be carried on at such times as to cause a minimum of interference with the normal operation of that building. In certain eases the work may be accomplished during normal working hours during certain designated seasons or times of the year. In other cases the work may have to be executed during tithes of the day outside of the normal working period, on holidays, etc. Each individual case presents a separate decision as to the time during which it shall be performed. The Contractor involved shall present each case to the Engineer for his decision, which will be made after due consultation with the Owner. No additional compensation for overtime will be granted for compliance with these requirements. 1.29 RELOCATION OF EXISTING INSTALLATIONS G. There are portions of the existing plumbing system, heating, ventilating and air conditioning system and electrical system which shrill remain in use to serve the finished building in conjunction with the indicated new installations. By actual examination at the site, each bidder shall determine those portions of the remaining present installations which must be relocated to avoid interferences with the installations of new work of his particular trade and that of all other trades. All such existing installations which interfere with new installations shall be relocated by the Contractor under the Division in which the existing material normally belongs, and in a manner as directed by the Engineer. For example: 7. Existing plumbing piping, etc. shall be relocated under Division 15 where it interferes with the installation of new work. 8. Where existing piping, ductwork, etc, interferes with the installation of new work, it shall be relocated under Division 15. 9. Where existing conduit and electrical equipment interferes with the installation of new work, it shall be relocated under Division 16. H. Failure to become familiar with the extent of the relocation work involved shall not relieve the Contractor of responsibility and shall not be used as a basis for additional compensation. 1.30 SALVAGE MATERIALS A. All presently installed materials including pipes, valves, fittings, fixtures, ducts, conduits, wires, wiring devices, etc, that are not to be reused shall be removed by the Contractor under the section in which the particular items normally fall whenever they can be taken out of service. When the work is complete, there shall be no "dead" lines left installed in any portion of the area being remodeled, which shall include any temporary connections. All materials shall become the property of the contractor and removed from the site. 1.31 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT A. The shop drawings for all equipment are hereby made a pat of these specifications. The Contractor under each section of the specifications shall rough -in for the exact item to be furnished on the job, whether in another section of the specifications or by the Owner. The General Provisions for Mechanical 15000 - 13 Vacuum Truck Maintenance Facility City of Lubbock nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the name of the item, its mark number, area, space, or equipment served, and other pertinent information. 1.34 OPERATING INSTRUCTIONS A. The Contractor for each section of the work hereunder shall, in cooperation with the representatives of the manufacturers of the various equipment items, carefully instruct the Owner's representatives in the proper operation of each item of equipment and of each system. During the balancing and adjusting of systems, the Owner's representative shall be made familiar with all procedures. 1.35 OPERATING MANUALS A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks prior to completion of the work, the Engineer will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. B. Manuals shall contain the following data: 10. Catalogue data of all equipment. 2. Temperature control drawings (reduced in size) 3. Start-up instructions for major equipment. 4. Trouble shooting procedures for major equipment. 5. Wiring diagrams. 6. Recommended maintenance schedule for equipment. 7. Parts list for all items. S. Name and address of each vendor. 1.36 GUARANTEE: A. Unless a longer guarantee is hereinafter called for, all work, material and equipment items shall be guaranteed for a period of one year after acceptance by the Owner. All defects in labor and materials occurring during this period, as determined by the Engineer, shall be repaired and/or replaced to the complete satisfaction of the Engineer. Guarantee shall be in writing and in triplicate. 1.37 COMPLETION REQUIREMENTS A. Before acceptance and final payment the Contractor under each Division of the specifications shall furnish: Accurate record drawings, shown in red ink on blue line prints furnished for that General Provisions for Mechanical 15000 - 15 Vacuum Truck Maintenance Facility City of Lubbock Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B. Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Engineer and finally connect as directed by the Engineer. C. Should any shop drawings not be available for equipment furnished under other contracts or by the Owner, the Contractor under each section of these specifications shall bid the work as detailed on the drawings. D. Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. 1.32 MARKING OF PIPE A. The Contractor shall mark all accessible piping systems. The identification of a piping system shall be made by a positive identification of the material content of the system by lettered legend, giving the name of the content in full or abbreviated form. This mark shall be conspicuously placed at frequent intervals on straight runs, close to all valves, at changes of direction and where pipes pass through walls, floors or ceilings. Arrows shall be used to indicate direction of flow. B. Markers shall be placed on piping at each connection to an item of equipment, at each pump, and on each drop to an outlet. Markers shall be placed on each run of piping at intervals not exceeding 50 feet where exposed in a room and 25 feet when installed above removable ceilings, except that no exposed line shall enter a room without being identified therein. Marker on lines above removable ceilings shall be applied on the undersides of the lines and in other areas shall be applied to be most visible. C. Markers shall conform completely with "The Scheme for Identification of Piping Systems (ANSI A131 1981). Markers shall have ANSI specified color coded background, color of legend and legend letter size. D. Markers shall be equal to Seton Set Mark Pipe Markers. 1.33 IDENTIFICATION AND LABELING A. The Contractor shall make it possible for the personnel operating and maintaining the equipment and systems in this project to readily identify the various pieces of equipment, valves, piping, etc., by marking them. All items of equipment such as fans, pumps, etc., shall be clearly marked using engraved nameplates as hereinafter specified. The item of equipment shall indicate the same number as shown on the drawings. B. All items of mechanical equipment shall be identified by the attachment of engraved General Provisions for Mechanical 15000 - 14 Vacuum Truck Maintenance Facility City of Lubbock purpose all changes from the original plans made during installation of the work. Drawings shall he filed with the Engineer when the work is completed. 2. All manufacturers' guarantees. 3. All operating manuals. 4. Guarantees. 5. Test and Balance Report. 1.38 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION A. Before calling for the final inspection, the Contractor under each Division shall carefully inspect his work to be sure it is complete and according to plans and specifications. PART 2 — NOT USED PART 3 — NOT USED END OF SECTION General Provisions for Mechanical. 15000 - 16 Vacuum Truck Maintenance Facility City of Lubbock SECTION 15760 ELECTRIC UNIT HEATERS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Electric unit heaters. B. Related Sections: 1. Section 16140 - Wiring Devices: Execution requirements for electric connection - to units specified by this section. 1.2 REFERENCES A. Air -Conditioning and Refrigeration Institute: I . ARI 410 - Forced -Circulation Air -Cooling and Air -Heating Coils. B. Sheet Metal and Air Conditioning Contractors: 1. SMACNA - HVAC Duct Construction Standard - Metal and Flexible. 1.3 SUBMITTALS A. Product Data: Submit coil and frame configurations, dimensions, materials, rows, connections, and rough -in dimensions. Submit mechanical and electrical service locations, capacities and accessories or optional items. B. Manufacturer's installation Instructions: Submit assembly, support details, and connection requirements. C. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: Submit manufacturer's descriptive literature, operating instructions, installation instructions, maintenance and repair data, and parts listings. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with State of Texas and City of Lubbock standards. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. Electric Unit Heaters 15760 - 1 Vacuum Truck Maintenance Facility City of Lubbock B. Installer: Company specializing in performing Work of this section with minimum three years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Accept units on site in factory packing. Inspect for damage. Store under roof. 1.8 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. L9 WARRANTY A. Furnish five year manufacturer's warranty for unit heater motors. PART 2 PRODUCTS 2.1 ELECTRIC UNIT HEATERS A. Manufacturers: 1. Reznor Model EGEA. 2. Substitutions: Only as pre -approved by Engineer. B. Assembly: UL listed and labeled assembly with terminal box and cover, and built-in controls. C. Heating Elements: Enclosed copper tube, aluminum finned element of coiled nickel - chrome resistance wire centered in tubes and embedded in refractory material. D. Cabinet: 0.0478-inch thick steel with easily removed front panel with integral air outlet and inlet grilles. E. Element Hangers: Quiet operating, ball bearing cradle type providing unrestricted longitudinal movement, on enclosure brackets. F. Fan: Direct -drive propeller type, statically and dynamically balanced, with fan guard. G. Motor: Permanently lubricated, sleeve bearings for horizontal models; ball bearings for vertical models. H. Control: Separate fan speed switch and thermostat heat selector switch, factory wired, with switches built-in behind cover. Furnish thermal overload. Electric Unit Heaters 15760 - 2 # �1 Vacuum Truck Maintenance Facility City of Lubbock PART 3 EXECUTION 3.1 EXAMINATION A. Verify concealed blocking and supports are in place and connections are correctly located. 3.2 INSTALLATION A. Unit Heaters: Hang from building structure, with pipe hangers anchored to building, not from piping. Mount as high as possible to maintain greatest headroom unless otherwise indicated. B. Install electric heating equipment including devices furnished by manufacturer but not factory -mounted. Furnish copy of manufacturer's wiring diagram submittal. Install electrical wiring in accordance with manufacturer's submittals and Section 16150. 3.3 CLEANING A. After construction is completed, including painting, clean exposed surfaces of units. Vacuum clean coils and inside of cabinets. B. Touch-up marred or scratched surfaces of factory -finished cabinets, using finish materials furnished by manufacturer. END OF SECTION Electric Unit Heaters 15760 - 3 Vacuum Truck Maintenance Facility City of Lubbock SECTION 15830 FANS PART I GENERAL 1.1 SUMMARY A. Section Includes 1. Propeller fans. B. Related Sections: 1. Section 16140 - Wiring Devices: Execution and product requirements for connecting equipment specified by this section. 1.2 REFERENCES A. American Bearing Manufacturers Association: 1. ABMA 9 - Load Ratings and Fatigue Life for Ball Bearings. 2. ABMA 1 I - Load Ratings and Fatigue Life for Roller Bearings. B. Air Movement and Control Association International, Inc.: 1. AMCA 99 - Standards Handbook. 2. AMCA 204 - Balance Quality and Vibration Levels for Fans. 3. AMCA 210 - Laboratory Methods of Testing Fans for Aerodynamic Performance Rating. 4. AMCA 300 - Reverberant Room Method for Sound Testing of Fans. 5. AMCA 301 - Methods for Calculating Fan Sound Ratings from Laboratory Test Data- C. National Electrical Manufacturers Association: 1. NEMA MG 1 - Motors and Generators. 2. ABMA 250 - Enclosures for -Electrical Equipment (1000 Volts Maximum). D. Underwriters Iaboratories Inc.: 1. UL 705 - Power Ventilators. 1.3 SUBMITTALS A. Shop Drawings: Indicate size and configuration of fan assembly, mountings, weights and accessory connections. B. Product Data: Submit data on each type of fan and include accessories, fan curves with specified operating point plotted, power, RPM, sound power levels for both fan inlet and outlet at rated capacity, electrical characteristics and connection requirements. C. Manufacturer's Installation instructions: Submit fan manufacturer's instructions. Fans 15830 - 1 E Vacuum Truck Maintenance Facility City of Lubbock D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: Submit instructions for lubrication, motor and drive replacement, spare parts list, and wiring diagrams. 1.5 QUALITY ASSURANCE A. Performance Ratings: Conform to AMCA 210 and bear AMCA Certified Rating Seal. B. Sound Ratings. AMCA 301, tested to AMCA 300 and bear AMCA Certified Sound Rating Seal. C. UL Compliance: UL listed and labeled, designed, manufactured, and tested in accordance with UL 705. D. Balance Quality: Conform to AMCA 204. E. Energy Recovery Unit Wheel Energy Transfer Rating: Meet ARI 1060. F. Perform Work in accordance with State of Texas and City of Lubbock standards. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum three years documented experience approved by manufacturer. 1.7 DELIVERY, STORAGE, AND HANDLING A. Protect motors, shafts, and bearings from weather and construction dust. 1.8 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.9 WARRANTY A. Furnish five year manufacturer's warranty For fans. 1.10 MAINTENANCE SERVICE A. Furnish service and maintenance of fans for one year from Date of Substantial Completion. B. Examine each fan components monthly. Clean, adjust, and lubricate equipment. Fans 15830 - 2 _l Vacuum Truck Maintenance Facility City of Lubbock C. Include systematic examination, adjustment, and lubrication of fans, and controls checkout and adjustments. Repair or replace parts in accordance with manufacturer's operating and maintenance data. Use parts produced by manufacturer of original equipment. D. Maintain locally, near Place of the Work, adequate stock of parts for replacement or emergency purposes. Have personnel available to ensure fulfillment of this maintenance service, without unreasonable loss of time. E. Perform maintenance work using competent and qualified personnel under supervision and in direct employ of manufacturer or original installer. F. Do not assign or transfer maintenance service to agent or subcontractor without prior written consent of Owner. PART 2 PRODUCTS 2.1 PROPELLER FANS A. Manufacturers: 1. Greenheck Corp. Model SBE 2. Substitutions: As pre -approved by Engineer. B. Construction: 1. Impeller: Shaped steel or steel reinforced aluminum blade with hubs, statically and dynamically balanced, locked to shaft, furnished with V-belt drive. 2. Frame: One piece, square steel with die formed venturi orifice, mounting flanges and supports, with baked enamel finish. C. Accessories: 1. Back -draft Damper: Multiple blade with offset hinge pin, blades linked. 2. Outlet Damper: Multiple blade with offset hinge pin, blades linked, line voltage motor drive, power open, spring return. 3. Safety Screens: Expanded galvanized metal over inlet, motor, and drive; to comply with OSHA regulations. 4. Hood: Weather shield, to exclude rain and snow. D. Electrical Characteristics and Components: I . Electrical Characteristics: In accordance with Section 16140. PART 3 EXECUTION 3.1. INSTALLATION A. Secure wall fans with cadmium plated steel lag screws to structure. B. Install backdraft dampers on discharge of exhaust fans. Fans 15830 - 3 Vacuum Truck Maintenance Facility City of Lubbock 3.2 PROTECTION OF FINISHED WORK A. Do not operate fans until bearings are lubricated and fans have been test run under obsen ation. END OF SECTION Fans l5830 - 4 Vacuum Truck Maintenance Facility City of Lubbock SECTION 15850 LOUVERS PART I GENERAL 1.1 SUMMARY A. Section Includes: 1. Louvers. B. Related Sections: 1. Section 15905 — HVAC Instrumentation: Operators for adjustable louvers. L2 REFERENCES A. Air Movement and Control Association International, Inc.: l . AMCA 500 - Test Methods for Louvers, Dampers, and Shutters. 1.3 SUBMITTALS A. Product Data: Submit sizes, finish, and type of mounting. Submit schedule showing type, size, location, application, and noise level. B. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 QUALITY ASSURANCE A. Test and rate louver performance in accordance with AMCA 500. B. Perform Work in accordance with State of Texas and City of Lubbock standards. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented. PART 2 PRODUCTS 2.1 LOUVERS A. Manufacturers: 1. Ruskin Manufacturing Model ELF81S30. 2. Substitutions: As pre -approved by Engineer. B. Product Description: Stationary, drainable. _1 Louvers I S8S0 - 1 P , Vacuum Truck Maintenance Facility City of Lubbock C. Type: 6 inch deep with blades on 37-1/2 degree slope, heavy channel frame. D. Fabrication: 12 gage thick extruded aluminum, welded assembly, with factory mill finish. E. Mounting: Furnish with interior screw holes in jambs for installation. F. Bird Screen: Bird screen with 1/2 inch square mesh for exhaust and 3/4 inch for intake. G. Insect Screen: Aluminum mesh, set in aluminum frame. PART 3 EXECUTION 3.1 EXAMINATION A. Verify wall systems are ready for installation. 3.2 INTERFACE WITH OTHER PRODUCTS A. Check location of louvers and make necessary adjustments in position to conform to architectural features, symmetry, and lighting arrangement. END OF SECTION Louvers 15850 - 2 Vacuum Truck Maintenance Facility City of Lubbock SECTION 15905 HVAC INSTRUMENTATION L7s\i�� �►1=�_'7 1.1 SUMMARY A. Section Includes: 1. Thermostats. 2. Control dampers. 3. Electric damper actuators. 4. Nitrogen Dioxide Sensors. B. Related Sections: 1. Section 16140 - Wiring Devices: Execution requirements for electric connections specified by this section. 1.2 REFERENCES A. Air Movement and Control Association International, Inc.: I . AMCA 500 - Test Methods for Louvers, Dampers, and Shutters. B. American Society of Mechanical Engineers: 1. ASME B 16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. C. National Fire Protection Association: 1. NFPA 90A - Standard for the Installation of Air Conditioning and Ventilating Systems. 1.3 SUBMITTALS A. Product Data: Submit description and engineering data for each control system component. Include sizing as requested. B. Manufacturer's Installation Instructions: Submit. C. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.4 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of control components, including panels, thermostats, and sensors. B. Operation and Maintenance Data: Submit inspection period, cleaning methods, recommended cleaning materials, and calibration tolerances. HVAC Instrumentation 15905 - 1 Vacuum Truck Maintenance Facility City of Lubbock 1.5 QUALITY ASSURANCE A. Control Damper Performance: Test in accordance with AMCA 500. B. Perform Work in accordance with State of Texas and City of Lubbock standards. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum three years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Accept controls on site in original factory packaging Inspect for damage. 1.8 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.9 WARRANTY A. Furnish five year manufacturer warranty for each control system component. 1.10 MAINTENANCE SERVICE A. Furnish service and maintenance of control system for one year from Date of Substantial Completion. B. Furnish two complete inspections, one in each season, to inspect, calibrate, and adjust controls. Submit written report after each inspection. C. Include systematic examination, adjustment, and lubrication of unit, and controls checkout and adjustments. Repair or replace parts in accordance with manufacturer's operating and maintenance data. Use parts produced by manufacturer of original equipment. D. Maintain locally, near Place of the Work, adequate stock of parts for replacement or emergency purposes. Have personnel available to ensure fulfillment of this maintenance service, without unreasonable loss of time. E. Perform maintenance work using competent and qualified personnel under supervision of manufacturer or original installer. F. Do not assign or transfer maintenance service to agent or subcontractor without prior written consent of Owner. HVAC Instrumentation 15905 - 2 Vacuum Truck Maintenance Facility City of Lubbock PART 2 PRODUCTS 2.1 THERMOSTATS A. Manufacturers: 1. Reznor Model EGEA Remote Unit. 2. Substitutions: As pre -approved by Engineer. B. Electric Room Thermostats: 1. Type: NEMA DC 3, 24 volts. 2. Service: heating only. 3. Minimum Range: 40 - 70 degrees F. 4. Covers: set point adjustment. 2.2 CONTROL DAMPERS A. Manufacturers: I. Ruskin Model CD60. 2. Substitutions: As pre -approved by Engineer. B. Performance: Test in accordance with AMCA 500. C. Frames: Galvanized steel, welded or riveted with corner reinforcement, minimum 16 gage. D. Blades: Galvanized steel, maximum blade size 6 inches wide, 24 inches long, minimum 14 gage, attached to minimum 1/2 inch shafts with set screws. E. Blade Seals: Synthetic elastomeric mechanically attached, field replaceable. F. Jamb Seals: Stainless steel spring. G. Shaft Bearings: Stainless steel sleeve. H. Linkage Bearings: Concealed in frame. I_ Outside Air Damper Leakage: Maximum leakage rate of 3.0 cfm per square foot at 1.0 inch wg pressure differential. J. Maximum Pressure Differential: 6 inches wg. K. Temperature Limits: - 40 to 200 degrees F. 2.3 ELECTRIC DAMPER ACTUATORS A. Manufacturers: 1. Ruskin Model ABAR120. 2. Substitutions: As pre -approved by Engineer. HVAC Instrumentation 15905 - 3 0 Vacuum Truck Maintenance Facility City of Lubbock B. Operation: Two -position, spring -return. C. Enclosure Rating: NEMA 250 Type 2 Enclosure. D. Mounting: Direct mount. E. Stroke: 90 seconds end to end full stroke, 15 seconds return to normal for spring retum. F. Protection: Electronic stall protection. G. Control Input: 0-10 VDC or 0-20 mADC. H. Power: Nominal 120 volt AC. I. Torque: Size for minimum 150 percent of required duty. J. Duty cycle: rated for 65,000 cycles. K. Accessories: 1. Cover mounted transformer. 2. Auxiliary potentiometer. 3. Damper linkage. 4. Direct drive feedback potentiometer. 5. Output position feedback. 6. Field selectable rotational, spring return direction, field adjustable zero and span. 7. End switch. 2.4 NITROGEN DIOXIDE SENSORS A. Manufacturers: 1. Kele Inc. Model GMT-NO2. 2. Substitutions: As pre -approved by Engineer. B. Control Power Type: NEMA DC 3, 24 volts. C. Control Input: 4-20 mA DC. D. Sensor Range: 0 —10 ppm. PART 3 EXECUTION 3.1 EXAMINATION A. Verify building systems to be controlled are ready to operate. B. Verify location of thermostats and nitrogen dioxide sensors with Drawings before installation. HVAC Instrumentation 15905 - 4 0 Vacuum Truck Maintenance Facility City of Lubbock 3.2 - INSTALLATION A, Install thermostats and nitrogen dioxide sensors after locations are coordinated with other Work. 3.3 3.4 B. Install thermostats 12 inches below unit heaters. C. Install nitrogen dioxide sensors IS inches above finished floor height or as recommended by manufacturer for this application. D. Install control panels adjacent to associated equipment on vibration free walls or freestanding supports. Use one cabinet for each system. Install engraved plastic nameplates for instruments and controls inside cabinet and engraved plastic nameplates on cabinet face. E. Install "hand/off/auto" selector switches to override automatic interlock controls when switch is in "hand" position. F. Install conduit and electrical wiring in accordance with Section 16140. FIELD QUALITY CONTROL A. After completion of installation, test and adjust control equipment. Submit data showing set points and final adjustments of controls. DEMONSTRATION AND TRAINING A. Demonstrate complete operation of systems, including sequence of operation prior to Date of Substantial Completion. B. Demonstrate complete and operating system to Owner. END OF SECTION HVAC Instrumentation 15905 - 5