Loading...
HomeMy WebLinkAboutResolution - 2017-R0383 - Johnson General Contractors - 10_12_2017 (2)Resolution No. 2017-RO383 Item No. 6.15 October 12, 2017 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. 13524 for LP&L substation office renovations, by and between the City of Lubbock and Johnson General Contractors Group, LLC of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on October 12, 2017 DANIEL M. POPE, MAYOR ATTEST- k (m7a?r Y Rebecca Garza, City S cretary APPROVED AS TO CONTENT: Mark arw d, Assistant City Manager APPROVED AS TO FORM: elli Leisure, Assistant City Attorney ccd ocs/RES. Contract 13524-LP&L Substation Office Renovations 09,13.2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 0f 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 2017-263609 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. HDR Engineering, Inc. Austin, TX United States Date Filed: 09/21/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13634 Professional Engineering Services 4 Name of Interested PartY City,State, Count ry (place of business) Nature of interest (check applicable) Controlling I Intermediary HDR, Inc. Omaha, NE United States X Little, George A. Omaha, NE United States X Keen, Eric L. Omaha, NE United States X Felker, Brent R. Davis, CA United States X O'Reilly, Charles L. Boston, MA United States X 5 Check only if there is NO Interested Party. ❑ 6 AF i VIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. MICHELLE MAE BRITTON Notary ID #12379455 My Commission Expires �Zvot::"--- June 27, 2021 Sigr ature orized o6ent o ntr Ling business entity AFFIX NOTARY STAMP / SEAL ABOVE j Sworn to and subscribed before me, by the said _<_ ( ���J Z ,this the 2 f day of u ��' p"'21 �I'1��. 20 ��L, to certify which, witness my hand and seal of office. ,t 11 v y , , i � C, Signature o officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2017-263609 HDR Engineering, Inc. Austin, TX United States Date Filed: 09/21/2017 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 09/21/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 13634 Professional Engineering Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary HDR, Inc. Omaha, NE United States X Little, George A. Omaha, NE United States X Keen, Eric L. Omaha, NE United States X Felker, Brent R. Davis, CA United States X O'Reilly, Charles L. Boston, MA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: October 12, 2017 City of Lubbock Specifications for LP&L Substation Office Renovations RFP 17-13524-TF CONTRACT 13524 PROJECT NUMBER(S): 92498.8302.30000 Plans & Specifications may be obtained from BidSync.com 20 1-7- Rb - �3 CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDUM Paee Intentionally Left Blank .x City of W_ ubbock TEXAS ADDENDUM 1 Engineer's Addendum No. 1 RFP 17-13524-TF LP&L Substation Office Renovations DATE ISSUED: August 24, 2017 CLOSE DATE: August 30, 2017 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the proposal submittal form. Engineer's Addendum No. 1 1. Please review and incorporate Engineer's Addendum No. 1. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@Vmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 006 96w" CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A - review of such notifications will be made. PARKHILL SMITH & COOPER 4222 85th Street 11n Lubbock, Texas 79423 _r 806.473.2200 D AR� �5 PLAN LOU Cr 3V. �t Nj9T 9764 �P F OF Attention of all Prospective Proposers/Plan Holders is directed to the following modifications to the referenced Drawings and Project Manual. This Addendum becomes a part of the Contract Documents and modifies the original Contract Documents dated May 2017 as noted below: This Addendum consists of 1 page(s) and the no drawing(s). I. CHANGES TO PROJECT MANUAL: A. NONE II. CHANGES TO DRAWINGS: A. NONE III. CLARIFICATIONS A. Will you issue a finish schedule? A. General Finish Notes are provided on Sheet A-101. B. Specification Section 09310-3.7/A refers to protection of tile work, protect with kraft paper or other "heavy covering". Would Builder Board/Surface Shields (surfaceshields.com) be considered a "heavy covering"? A. Contractor is responsible to protect all installed products, materials and finishes until substantial completion. Contractor to determine suitable material to adequately protect and cover. \\Data1\Projects\2016\8714.16\03_PRCMNT\02_ADDM\PSC-Arch Addenda.docm Abilene Albuquerque Amarillo Austin El Paso Frisco Las Cruces Lubbock Midland team-psc.com City of Lubbock Bid RFP 17-13524-TF City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 17-13524-TF LP&L Substation Office Renovations 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. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. 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. V Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. 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 l , 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 CONFLICT OF INTEREST QUESTIONNAIRE. i 9. "� Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 11, Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. la�n.` Dn aenegA3 A,r�rDvn c; LC, (Type or Print Company Name) ? __ . W712017 7:22 AM p, 5 Page Intentionally Left Blank 1. 2. 3. 4. 1.. 5. 6. 7. 8. 9. 10. 11. il 11. 12. 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. LUMP SUM PROPOSAL PRICE SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Pau Intentionally Left Blank NOTICE TO OFFERORS RFP 17-13524-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m. on August 30, 2017 or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: LP&L Substation Office Renovations After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole " responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. e The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 p.m. on August 30, 2017, and the City of Lubbock City Council will consider the proposals on September 27, 2017, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror P p p Y p regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on August 16, 2017 at 10 a.m., in City Council Conference Room, Suite 201, 16251311 Street, Lubbock, TX 79457. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each r offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .?Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish LP&L Substation Office Renovations per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 p.m. August 30. 2017 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: RFP 17-13524-TF LP&L Substation Office Renovations and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non- mandatory nre-nronosal conference will be held August 16. 2017. at 10 a.m.. in Citv Council Conference Room, Suite 201, 1625 13' Street, Lubbock, TX 79457. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. t 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at hqp://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS - 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. j. 1� 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price ( due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal RFP 17-13524-TF LP&L Substation Office Renovations Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice _ to Offerors. $ - If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past jhistory and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the _ 9 obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience 1 with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of io ?.._ i Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $100,000 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR 11 34. 35 GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE-t CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or �( improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the I worker is employed by the contractor or any subcontractor in the execution of the contract for the prof ect. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the 12 u locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htip://www.wdol.gov/dba.qWx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay 9 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. P' 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Paiie Intentionally Left Blank rl, 1 City of Lubbock Bid RFP 17-13524-TF PROPOSAL SUBMITTAL FORM LUMP SUM PRICE PROPOSAL CONTRACT DATE: g-i -So 1-2-01-7 PROJECT NUMBER: RFP 17-13524-TF LP&L Substation Office Renovations Proposal of J QM 0M & t) 2r 1 C\-Nom }-yt,c,, -U C' (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the LP&L Substation Office Renovations having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the renovations of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to renovate the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL ITEM NO. DESCRIPTION UNIT TOTAL PRICE Complete new Interior finish out to an existing open shell space, totaling approximately 815 sq. ft. 1 Bid the & labor for the LS h, Dq 5-— consists of materials necessary improvements for the above referenced S,�t� ,v7.c r� )DA"6- project as further specified herein. _ DURATION 1. Number of days required for construction of Item 1: TOTAL CALENDAR DAYS: s 8f712017 7,22 AM P. 32 City of Lubbock Bid RFP 17-13524-TF j f,,.., Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 150 Calendar Days Completed by Contractor or thereafter as stipulated in the specifications and t- other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $250 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has " carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's initials ",_7 8/7/2017 7:22 AM p. 33 City of Lubbock SW RFP 17-13524-TF Enclosed with this proposal is a Cashier's Check or Certified Ch%k Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars {$ } or a Proposal Bond in the sum of�'f� Dollars {$ _J, which it is agreed shall be collected and retained by the Owner as liquidated da &ages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL MT MITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) AT] ES . Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Z4 7-o %-1 Addenda No. Date Addenda No. Date Addenda No. Date MIWBE Firm: Date: c� 30 • y-j i7 Authoriz r Signature (Printed Jr Typed Name) Co v � Mr \ n.0 MA � �� X Q�r1129C?� ac Commpanypany ;2,L`7 Address City, County State Zip Code Telephone: 19 Fax: AM Email-��5-Pr-t�� �rsYr� FEDERAL TAX ID or SOCIAL SECURITY No. &712017 7:22 AM p. 34 V Endurance Endurance American Insurance Company Bid Bond Know all men by these presents: That we, the undersigned JOHNSONGENERAL CONTRACTORSGROUP, LLC 3407 40TH STREET, LUBBOCK,TX79413 , as Principal (hereinafter the "Principal"), and Endurance American Insurance Company 750 Third Avenue, 2nd Floor, New York, NY 10017 , a Delaware corporation (hereinafter the "Surety"), are held and firmly bound unto CITY OF LU BBOCK, PO BOX 20DO, LUBBOCK, TX 79453 (hereinafter the "Obligee") in the penal sum of 5% OF AMOUNT BID $5% OF AMOLI T BIp for the payment of which sum the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. Whereas, the Principal has submitted a bid for LP&L SUB -STATION OFFICE RENOVATIONS - f117-13524-TF 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 materials furnished In prosecution thereof, or in the event of the failure of the Principal to enter into 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 reasonably contract whh 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. The liability of the Surety hereunder shall in no event exceed the lesser of: (a) the penalty hereof, or (b) the difference between the amount specified in the Principal`s bid and any larger amount for which the Obligee reasonably contracts with another party to perform the work specified in the Principal's bid. Signed and sealed this 30 day of AUGUST 2017 Principal: JOHNSON GENERAL CONTRACTORS GROUP, LLC By: :�51—y Name & Title7 (SEAL) Surety: E dur nce Amerl ran ompany By: Name: AWN R. TAYLOR, ATTO EY IN FACT (Attomey-fn-Fact) 1� Endurance American Insurance Company Page 1 of 1 SUR 0205 0716 _ ENDURANCE AMERICAN INSURANCE COMPANY 090 POWER OF ATTORNEY Wpow adafen by these rP wnt, that ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware corporation (the 'Corporation*), with offices at 750 Third Avenue, New York, NY 10017, has made constituted and appointed and by these prasents, does make, constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L MILLER, MITCHELL JENNINGS, JAMES R. REID, CAREY BRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN MOORE, TRICIA BALOLONG its We and (awful Aeorney(s}in-fact. at LUBBOCK in the State of TX and each of them to have full power to act without the othercr others, to make, execute, seat and deliver forand on its behalf fonds, undertakings or obligations In surety or co -surety vnth others, also to execute and deliver on its behalf renewals, extensions. agreements, waivers, consents or stipula" s to such aforesaid bonds, undertakings or obligations provided, however that no single bond or undertaking so made, executed and delivered shah obligate the Corpora pynet sum thereof in excess of the sum of TWENTY MILLION Dollars ($20,000,000), Such orsa Wises, when duty executed by said altomey(s)an•fad, shall be binding upon the Corporation as lully and to the same extent as If signed by the Pre s th , seal attested by Its Corporate Secretary . ThL?�@�xhtment is made under arfdby n of certain resokutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of Judy, 2011, a co _ ifw� idt appe t rider the he entilled'CeAlxate' . a Th r of Attom �D��ggd and seals jbjacsknile under and by authority of the following resolution adopted by the Board of (Directors of the Corporation by unanimous written consent on >s�day of ,13.'1UiiSdnd said has not since been revoked, amended or repealed RESQL ranUr�, - of Y pursuant to certain resolutions adopted by the Board of 0i eclors of the Corporation by unanimous written consent on the 21st day olJuy 2011 t�i$ t�re e Cl%irectars 'a ' rs and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by ixs'unde , and any such power of r certi�caTe bet' ,pAh facsimile signature or seal shah be valid and binding upon the Corporation In the future with respect to any bond or undertaking to which d Is attached. Fur} ` - IN WITNESS WHEREOF, the Corporation has caused these presents to be duty signed and its corporate seal to be hereunto affixed and attested this 7th day of June 2017 at New York New York. (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY A1TE5T By RICHARD M. APPEL, SENOR VICE PRESIDENT BRIAN BEGGS, EXECUTIVE VICE PRESIDENT STATE OF NEW YORK s& MANHATTAN p COUNTY OF NEW YORK On the 7th day of June, 2017 before me personally came BRIAN BEGGS to me known who being by me duly sworn, did depose and say that (s)he resides in NEW YORK, NEW YORK that (s)he is a EXECUTIVV VICE 7RESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, the Corporationdesaibed in and which executed Ire above instrument, that (s)ha knows Ow seal of said Co the seal affixed to said Instrument is such corporate seat, that it was so affixed by order of the Board of Directors of said Corporation, and that (sine signed his (her) qp ekfi !q d (Notarial S� T A ® NO. :` OS�i734i1 `. ® B3A�1FtE 114 ' NEW YORV, Cm4g1t` ,_ NWas.lamesBerrerrat Notary Public -My Commission Expiresl2/0712019 ®CDMIA EXP. CERTIFICATE STATE Y9 k tC'.�efZlss MANHATTAN COUNTIGO �� TCF� o t, CHRISTbR%AAHROI die PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware Corporation ((ha'Corpwatdon'), hereby oe" r 1. That the original ��rer of attorney of witch the forego ng is a copy was duty executed on behalf of the Corporation and has no! since been revoked ,amended or modified, that the undersigned has compared the foregoing copy thereof with the original power of attomey, , and that fro same H a true and cortect copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21 st day of July, 2011 and said resolutions have not since been revoked, amended or modified' 'RESOLVED that each of the Individuals named below is authorized to make, execute, seal and delyer for and on behalf of the Corporation any and aU bonds, undertakings or obligations M surely or co -surety with others and to execute and deliver for and on behalf of the Corporation renewals, extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations: RICHARD M. APPEL, BRIAN BEGGS And be tit further RESOLVED,* Id named above is authorized in appoint attorneys -dn•fact for the purpose of making, executing, sealing and delivering bonds, undertakings or ( obfgauoo csoraoiM11:an o t behalf of Ire Corporation " 3. Thee solo r p above resolutions are we curd correct copies of the dub ons so recorded d of the whole thereof S{ DYJ IN W S EREOF, (have hereu �� cry hand and affixed the cortorate seal this ay (J ", Seal) SEAL .q 10 AW CHRISTOPHER SPARRO, PRESIDENT 5 3 ,� Any reproducti f we wxd ®artrtrrzrz=tut, ``5� Primary Sur" Clam Suto"SioreWNybarddeint$uxr�o-kttl.rnm Surely CL*4 Hotline- 577479.7575 Mmwg Address Surety C1ama Depxtnwt 750 Third Aw nue -1 M Floor, New Yet, NY 1D017 e TEXAS - IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numeeo de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 You may write the Company at: Endurance American Insurance Company Attention: Surety 750 Third Avenue New York, NY 10017 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 PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi. texas.eov E-mail: ConsumerProtection@tdi. texas.eov 1-877-676-7575 Usted tambien puede escribir a: Endurance American Insurance Company Attention: Surety 750 Third Avenue New York, NY 10017 Puede communicarse con el Departamento de 5eguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas at: 1-800-252-3439 Puede escribir al Departamento de 5eguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi. texas.eov E-mail: ConsumerProtection@tdi. texas.eov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo, debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI) ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de information y no se convierte en parte o condition del documento adjunto. CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and g damages. k Complete the following information for your organization: City of Lubbock SW RFP 17-13524-TF Contractor's General Information Vice President's Name(s) Secretary's Name Average Number of Current Full Time Employees I I C? 9 BRI2017 7.22 AM Average Estimate of Revenue for the Current Year P� 36 City of Lubbock ENd RFP 17-13524-TF Contractor's Organizational Experience Organization Doing Business As Business Address of Regional Office u �" List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent 21 Years experience in projects similar to the proposed project: As a General Contractor enture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? IWO If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? Q� If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local, state or federal agency within the last five ears? N a If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating liti ation? ? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? N b If yes provide full details in a separate attachment. See attachment No. to V712017 7:22 AM p, 37 City of Lubbock Bid RFP 17-13524 TF Contractor's Proposed Key Personnel Organization Doing Business As Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the tide and names of key personnel. Include this chart at an attachment to this description. See attachment No. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chap at an attachment to this description. See attachment No. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assi went should also be included. Role Primary Candidate Alternate Candidate Project Manager •r c Project Superintendent ` y' Project Safety Officer _ 1yl"�trL Quality Control Manager n If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 11 W712017 7;22 AM p. 38 City of Lubbock Bid RFP 17-13524 TF Proposed Project Managers Organization Doing Business As, Name of individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proeet Completion Date Reference Contact Information,flisting names indicates ape rovat to contacting the names individuals as n reference Name Name Title/ Position Title/ Position Or ization Organization Telephone Telephone E-mail E-mail Pro ect Proect Candidate role on Candidates role Project on Proect momem Name of individuai Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Name Name Title/ Position Title/ Position Orgeization Organization Telephone Telephone E-mail E-mail Project Proect Candidate role on Candidate role Project on Proect 12 p, 39 Wt2017 7:22 AM City of Lubbock Bid RFP 17-13524-TF Proposed Project Superintendent Organization Doing Business As j Name of Individual << J Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments _ Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Reference Contact Information (lisfing names indicates up roval to contacting the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone Tele hone E-mail E-mail Pra'ect Project Candidate role on Candidate role Project IBM on Project I Name of Individual Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Tele hone E-mail E-mail Project Project Candidate role on Candidate role Pro"ect on Project 13 8f7M17 7,22 AM p. 40 City of Lubbock Bid RFP 17-13524 TF l Proposed Project Safety Officer Business As Name of Individual Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Proiect I Completion Date I Reference Contact Information (listing names indicates anoroval to contacting the names individuals as a reference) I Candidate role on Name of Individual Candidate role on Proiect Years of Experience as Project Safety Officer Years of Experience with this organization Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project .r.:. u.,.: 1 r ....re.: r%-, Name Candidate role on I I Candidate role Project on Project 1_ 81712017 7:22 AM 14 p. 41 City of Lubbock Bid RFP 17-13524 TF Proposed Project Quality Control Manager Organization Doing Business As I j;% , 23 Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Protect Completion Date Reference Contact Information(listing names indicates a roval to contactin the names individuals as a reference Name Name Title/ Position Title/ Position Organization Organization Telephone_ Telephone E-mail E-mail Proect Project Candidate role on Candidate role Pro ect on Proect Name of Individual Years of Experience as Quality Control Manager Years of Experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date Name Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Candidate role Pro ect on Project 15 8/7/2017 7 22 AM p. 42 City of Lubbock Bid RFP 17-13524-TF r. 16 8/7/2017 7:22 AM p. 43 City of Lubbock Bid RFP 17-13524-TF Contractor's Subcontractors and Vendors Organization Doing Business AsJ&/;:)(-,r7jig EMEEMEMEM Provide a list of subcontractors that will provide more than 10 percent of the work ased on contract amounts Name Work to be Provided Est. Percent HUB/MWBE of Contract Firm C n Provide information on the proposed key personnel, project experience and a description of pas( relationship and work ex erience for each subcontractor listed above using the Project Information Forms. Provide a list of major a ui ment proposed for use on this ploject. Attach Additional Information ifnecess Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Only and WBE Install Firm i 17 89/2017 7:22 AM p. 44 City of Lubbock 81�Po��2aTF Current Projects and Project Completed within the fast 10 Years Project Owner I I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer MQuality Control Manager ana er Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost77777T Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (fisting names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager 18 W12017 7:22 AM a. 45 City of Lubbock Bid RFP 17-13524-TF Prniect Infnrmatinn Project Owner Project Name General Description of Project Joel 1111JR1111M Budget History Schedule Performance Amount °/a of Bid Amount Date Days Sid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues I Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Sure! Number of Issues Total Amount involved in Resolved Resolved Issues - Number of Issues Total Amount involved in Pendin Resolved Issues 16 817/2017 7:22 AM p, 46 Attachment #1 RFP 17-13448-7F Solid Waste Maintenance Shop Renovations and New Storage Building August 3`d, 2017 Material supplier pulled proposal for supplying spec metal building components which forced Johnson General Contractors Group, I.I.C. to withdraw proposal Cory Johnson 1716 Norwich Avenue Lubbock, Texas 79416 (806)777-1871 cory@diamondjtexas.com Work Experience Johnson General Contractors Group, LLC., Lubbock, TX Co -Owner, July 2015 — present 1. Job Estimating 2. Project Manager 3. Field Superintendent Rockin' J Services, LLC., Lubbock, TX Owner/ Operator, March 2013 — present 1. Daily Operations Pioneer General Contractors, Amarillo, TX Superintendent, February 1998 — March,2013 1. Commercial Construction Superintendent Jones and Associates, Lubbock, TX Construction Manager, January 1996 — February 1998 1. Superintendent 2. Estimating 3. Sales Diamond J, Lubbock, TX Superintendent, January 1991— January 1996 1. Estimating 2. Sales 3. Construction Manager 4. Superintendent High Plains Construction, Lubbock, TX Carpenter, May 1987—January 1991 Education Hale Center High School, Hale Center, TX Texas Tech University, Lubbock, TX - Paramedic Troy Johnson 340740th Street Lubbock, Texas, 79413 (806)790-7788 Diamond)@suddenlinknet WORK EXPERIENCE JOHNSON GENERAL CONTRACTORS GROUP LLC, Lubbock, TX Co -Owner, Jul 2015 — Present • Office operations • Job Estimating • Project Manager • Field Superintendent DIAMOND J, Lubbock, TX Owner/Operator, Jan 1991— J1112015 • Daily Operations HIGH PLAINS MILLWORKS, Lubbock, TX Owner/Operator, Jan 1986 — Jan 1991 • Daily Operations EDUCATION Hale Center High School, Hale Center, TX • Valedictorian • National Honor 9odety Texas Tech University, Lubbock, TX Petroleum Engineering ADDITIONAL SKILLS • Estimating and supervision of residential remodeling projects • New residential home construction • Commercial construction estimating • Commercial construction project management • Commercial construction superintendent • Daily operations of commercial construction company • Master carpenter 3407 40th Street Lubbock, Texas, 79413 (806)790-7788 D1atnondj@suddenlink.net Statement of Experience 1. True Value Red Bud Center- August 2016 2. Lubbock Vascular Access Center Renovations— November 2016 3. Lubbock County Courthouse Glazing Replacement- September 2016 4. Miller Mortuary and Forensic Lab Renovations- January 2015 5. Kiromic of Lubbock- July 2015 6. DBAT of Lubbock- July 2015 7. Red Bull Distributing - October 2015 Troy Johnson- Diamond J Experience Prior to JGCG 2015 Project List 1. Miller Family Services 2. South Plains Mall Guest Services 3. Spencer Gifts- South Plains Mall 4. Rehab Lubbock 5. Texas Migratory Council Facility 6. Davron Facilty 7. Macerich Corporate- Multiple Jobs 8. Sunglass Hut- Nationwide Installs 9. Victoria's Secret- South Plains Mall 10. Bacon Heights Baptist Church Renovations- Worship Center 11. Bacon Heights Baptist Church Basement Renovations 12. Texas Tech University JOC Dormitory Restroom Renovations 13. One -Nine Skate Park Cory Johnson- Superintendent- Pioneer General Contractors Experience Prior to JGCG 2015 Project List 1. BSA Medical Center- Women's League House- Amarillo, TX 2. HB Reality Corporate Offices- Amarillo, TX 3. Dental Offices, Dr. Ryan Street- Amarillo, TX 4. Dental Offices, Dr. Cindy Shmidt- Amarillo, TX 5. Bible Baptist Church — Slaton, TX 6. Denver Division Safeway Grocery Stores- 20 Locations 7, Albertsons Grocery Stores, Texas Division- 5 Locations FJ 3407 40`h Street Lubbock, Texas 79413 (806)332-4841 Diamondjtexas.com City of Lubbock Bid RFP 17-13524-TF r t_ City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, famish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. Contractor 46riginal Signature) /LD Z( J-,9 4)LD-%ox> Contractor (Print) CONTRACTOR'S BUSINESS NAME: 6'Cne244� cat C�C �.t 'r1y� LL (Print or Type) CONTRACTOR'S FIRM ADDRESS: 3l-I ©~i 40'—s1—V C A— NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the Citv of Lubbock at (806) 775-2572. RFP 17-13524-TF LP&L Substation Office Renovations k W712017 722 AM p. 47 Page Intentionally Left Blank City of Lubbock Bid RFP 17-13524-TF SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence Involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things, a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. _ Offeror's Initials 817/2017 7.22 AM p. 49 City of Lubbock Bid RFP 17.13524-TF i QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO� If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NOr If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: i . D ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature nWWzh j fl✓ Title &712017 7:22 AM City of Lubbock Bid RFP 17-13524-TF i SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME; 13 -:ginD (C V e& LL�-- FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Official: Printed name of company official signing above: /911 it 014 L1900 Date Siancd:l'�b 2U )77 8/7/2017 7:22 AM P. 51 Pate Intentionally Left Blank City of Lubbock Bid RFP 17-13524-TF PROPOSED LIST OF SUB -CONTRACTORS Company Name` �, A Location 1 • ��ldf�.�G1,1d.hCt c.� ti t � 2. �Q�,� 3 sic t A 1 3. �- Fl/3 tip 4. 5. b. 9. 10. 11. 12. 13. 14. 15. M. Minority Owned Yes No ❑ ❑ 'rr— ❑ ❑ ❑ ❑ ❑ ❑ ❑ D ❑ ❑ ❑ o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO f( SUBMITTED BY: (PRINT NAME OF COMPANY) RFP 17-13524-TF LP&L Substation Office Renovations 8/7/2017 7:22 AM p. 53 Pate Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No Oa ri 2. �1 C.4( 13 3. .5%�1 ��SCCY .� CfCi G. 13 4. Ps _o 0 6. — 7. cr 8. 0 0 9. 10. u 11. 12. ° 13. 14. 15. C, 0 16. — 0 SUBMITTED BY: -JOh )n " PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 17-13524-TF LP&L Substation Office Renovations Pau Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY `PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CUBE (CONTRACTS MORE THAN s501000) .KNOW ALL `MEN BY THESE PRESENTS, that Logall g1era1 Contractors Group. JLLC (hereinafter called the Principal(s), as Principal(s), and ENDURANCE AMERICAN INSURANCE COMPANY (Hereinafter Galled the Suret % as Surety(s), are held and firmly bound unto the City of Lubbock (hat inafter called the +CSbiigee), in the amount of Lft+�-Eta Tg6sand Nlele%fe Dollars `(•95) lawful money of the United States for the payment w ereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the = day of October07 to RFP >!'1-15Z4TF LY'8cL Sabstaion 0tlklce Renovu ees 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 apart 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 bite 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, }IOWEVER, that this band 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 theprovisions o f said f Article to the same extent as if it were copied at length herein. t-3 IN WITNESS WHEREOF, the said. Principal (s) and Surety (s) have signed and sealed this instrument this 12TH day of OCTOBER 2017. ENDURANCE AMERICAN INSURANCE COMPANY JOHNSON.GENERAL CONTRACTORS GROUP, LLC (Company Name) By: TROY JOHNSON (Printed Name y,,--' (Signature) (Title) �i�rf The unftl d surety company represents that i is duly qualified to do business in Texas, and hereby designates J., KIRK LLOUGH, an agent resident in Lubbock County to whom any requisite notices may be dolivermd and on whom service ofprocess may be had in matters arising out of such suretyship. ENDURANCE LMERICAN INSURANCE COMPANY Surety 2 ENDURANCE AMERICAN INSURANCE COMPANY 090 POWER OF ATTORNEY ?pow aff.Wen 6y t%tese (Present, that ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware corporation {the "Corporation'), with offices at 750 Third Avenue, New York, NY 10017, has made, constituted and appointed and by these presents, does make, constitute and appoint KIRK KILLOUGH, ALICIA GRUMBLES, TRACY L. MILLER, MITCHELL JENNINGS, JAMES R. REID, CAREYBRENT AYCOCK, DAWN TAYLOR, AARON ENDRIS, MARY ELLEN MOORE, TRICIA BALOLONG its true and lawful Altorney(s)-in-tact, at LUBBOCK in the State of TX and each of them to have full power to act without the other or others; to make, execute, seal and deliver for and on its behalf bonds, undertakings or obligations in surety or co -surety with others, also to execute and deliver on its behalf renewals extensions, agreements, waivers, consents or stiiputa cis 10,4qngto such aforesaid bonds, undertakings or obligatons provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corptlra69 ttaen (1dfie penal sum thereof in excess of the sum of TWENTY MILLION Dollars ($20,000,000). = Such bah' l s rpg es when duty executed by said altorney(s)-in-fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the PresieMl h�' „_ - 2 riata seal attested by its Corporate Secretary Thii6ppointm8flt is made under smithy a4)t ,,d of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July, 2011, a cod eitoich appe !pytnder the hekdptg`gentitied `Certificate" . Th er of Attorney— ed and sea i facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on e2'lit day9f July,�lind said resoutia- has not since been revoked; amended or repealed: RES"' Mitt�yrantinf � f att�Trey pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 2lst day of July, 2011 ihB st alure f lfgci � ri dWrs a % oilers and the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile , and any such power bf allr f cerb0catd heerilltJ aeh facsimile signature or seal shall be valid andbinding upon the Corporation in the futurewith respect toany bond or undertaking to which itfs attached. IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seat to be hereunto affixed and attested this 7th day of June, 2017 at New York, New York. (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST-/ BY RICHARD M. APPEL, SENIOR VICE PRESIDENT BRIAN BEGGS, EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss: MANHATTAN COUNTY OF NEW YORK On the 7th day of June, 2017 before me personally came BRIAN BEGGS to me known, who being by me duty sworn, did depose and say that (s)he resides in NEW YORK, NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that (s)he knows o the seal of sato G r� ,t dthe Beal affixed to said instrument is such corporate seal; that it was so affixed by order of g1e Board of Directors of said Corporation, and that (s)he signed his (her) alne ih�Dy9iifenrdy f (Notarial-Seo�* a t 411 P1E Nicholas JamesBenena6, Notary Public • My Commission Expires 12J0712019 f4 CERTIFICATE STATEO14�Et+tYQP t`ss:MANHATTAN COUNtOEESTCTER." I, CHRISTOP.HEfi SPARRO1'IhdRESiDENT of ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware Corporation (the "Corporation"), hereby certify: 1. That the original poJrer of attomey of which the foregoing is a copy was duty executed on behalf of the Corporation and has not since been revoked , amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney , and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July, 2011 and said resolutions have not since been revoked; amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds , undertakings or obligations in surety or co -surety with others and to execute and deliver for and on behalf of the Corporation renewals , extensions, agreements, waivers, consents or stipulations relating to such aforesaid bonds, undertakings or obligations: RICHARD M. APPEL, BRIAN BEGGS And be it further Seal) REOF, I have Mi. 4 .., IQ �.s named above is authorized to appoint attorneys -in-fact for the purpose of making, executing, sealing and delivering bonds on behalf of the Corporation abode resolutions are true and correct copies of the lutions Jso d and of the whole thereofIf . setipy hand and affixed the corporate seal This ay oRK -? �" CHRISTOPHER SPARRO, PRESIDENT Any reproductions are void. Primary Surety Claims Submission: suretybenditms@sempo-intl.com Surely Claims Hotline:877.676-7575 Mailing Address: Surety Claims Department, 750 Third Avenue —10th Floor, New York. NY 10017 undertakingsar TEXAS- IMPORTANT NOTICE AVISO 1MPORTANTE To obtain information or make a complaint: Para obtener information o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania para information o para someter una queja al: 1-877-676-7575 You may write the Company at: Endurance American Insurance Company Attention: Surety 750 Third Avenue New York, NY 10017 You may contact the Texas Department of l Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http:/1www.tdi. texas.eov E-mail: ConsumerProtectioni?« tdi. texas.xov 1-877-676-7575 Usted tambien puede escribir a: Endurance American Insurance Company Attention: Surety 750 Third Avenue New York, NY 10017 Puede communicarse con el Departamento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http-//www.tdi. texas.gov E-mail: ConsumerProtection@tdi. texas.eov PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contactthe company first. If the dispute reclamo, debe comunicarse con la compania is not resolved, you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TD1). ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de information y no se convierte en parte o condition del documento adjunto. CERTIFICATE OF INSURANCE Pate Intentionally Left Blank i.. TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY 0 Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ n Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY C Any Auto Combined Single Limit $ C All Owned Autos Bodily Injury (Per Person) $ C Scheduled Autos Bodily Injury (Per Accident) $ C Hired Autos Property Damage $ Ej Non -Owned Autos E GARAGE LIABILITY G Any Auto Auto Only - Each Accident $ J Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK F 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ v Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ C Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. L- CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage - showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; -' (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and 6 materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and `} filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. PaEe Intentionally Left Blank CONTRACT t_. Pa2e Intentionally Left Blank Contract 13524 STATE OF TEXAS COUNTY OF LU3BOCK THIS AGREEMENT, made and entered into this 12" day of October, 2017 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 Johnson General Contractors Group, LLC of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 17-13524-TF LP&L Substation Office Renovations 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, machine equipment, tools su superintendence, labor, p p p � pp � D',p , r _ insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Johnson General Contractors Group, LLC's proposal dated August 20, 2017 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER): Johnson General Contractors Group, LLC Bv: r By: PRINTED NAME: TITLE: b OJL) `"— COMPLETE ADDRESS: Johnson General Contractors Group, LLC 3407 4011 Street Lubbock, TX 79413 ATTEST: �0�e) SOAoo Corporate fcoetary Daniel M. Pope, Mayor ATTEST: NtA+a'Xe r-w Re ecca Garza, City Se retary APPROVED AS TO CONTENT: 11 6'/ Representative of Facilitates Management APIPIROVED A TO FORM: Kelli Leisure, Assistant City Attorney t Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 d r_t CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 I FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 80 Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7ch business day after the date the vendor becomes aware of the facts that require the statement to be filled. 1 Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-information 1", CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES k§V__; i i Texas Government Code 2252.908 j Disclosure of Interested Parties Form 1295 [" House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, notarizing and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info_form1295.1itm GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT v 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, person, co- partnership or corporation, to wit Johnson General Contractors Group, LLC, 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 so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. t 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, ? designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," I "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). i ...k p{4� 4 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The pipeline must be backfilled, tested, final grading and seeding performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work 14 15. 16. contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent j required by the contract documents. The Owner or Owner's Representative shall have the right at all times to ' observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether l; Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination -; at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish -- Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance �- with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. t 24. EXTRA WORK y The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to 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. 6 1.7 1 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than seven (7) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. 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. f L i.., 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENTS SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. �.. E f (--a D. Builder's Risk Insurance/Installation Floater Insurance, The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Pollution Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Pollution Liability Insurance with limits of $2,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000. 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 1 payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: 9 8 (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage ' showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. t 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 10 L <. F L_. (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; 11 7 (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of (_^ coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 ? days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi,state.txus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will 12 i provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as v required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such l_ individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men {-' and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been -- paid, discharged or waived. r 13 i L i; 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner _ _P 14 i } may withhold permanently from Contractor's total compensation, the sum of $250.00 (Two Hundred and Fifty Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250.00 (Two Hundred and Fifty Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated fof -- - substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. .. _ 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly € agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty t _ , (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 15 t 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective <___) 16 f work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's ,- agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding -- the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK 17 Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or , the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims cost losses and damages (including but not limited to all fees and charges of the engineers, architects g (� g g g , attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. G$ Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the 18 jSurety 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 1 Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the 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, 19 notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor { and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 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. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions` shall control._ 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES t11 � F__ 8 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 t li _ 20 1.. work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. �. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the - City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. 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 21 such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual 60. HOUSE BILL 1295 DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created§2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http: //www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information 61. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. l� 22 DAVIS-BACON WAGE DETERMINATIONS Pa2e Intentionally Left Blank EXHIBIT A Rates Fringes General Decision Number: TX170334 04/14/2017 TX334 CARPENTER ........................ $ 20.81 ------------------------------------------------- Superseded General Decision Number: TX20160334 F a-. State: Texas Construction Type: Building Counties: Crosby and Lubbock Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis - Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing n the contract in calendar year 2017. p go ec The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /06/2017 .. , 1 04/ 14/2017 } * BOIL0074-003 01/01/2017 Rates Fringes i. BOILERMAKER ...................... $ 28.00 22.35 CARP0665-001 05/01 /2014 ELEC0602-008 09/01/2016 Rates Fringes ELECTRICIAN ...................... $ 21.31 3%+9.05 ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane ............. $ 29.00 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 (3) Hydraulic cranes 59 Tons and under .............. $ 27.50 IRON0084-011 06/01 /2015 Rates Fringes 6.76 10.60 10.60 10.60 IRONWORKER, ORNAMENTAL ........... $ 23.02 6.35 IRON0263-003 06/01/2015 Rates Fringes IRONWORKER, STRUCTURAL ........... $ 23.00 6.55 PLUM0404-001 07/01 /2016 Rates Fringes PLUMBER .......................... $ 25.91 9.40 ---------------------------------------------------------- S HEE0049-001 06/01 /2015 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only) ............... $ 22.93 11.33 --------------------------------------------------------- SUTX2014-060 07/21/2014 Rates Fringes BRICKLAYER ....................... $ 20.04 0.00 CEMENT MASON/CONCRETE FINISHER ... $ 19.60 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) ...............$ 19.77 7.13 IRONWORKER, REINFORCING .......... $ 12.27 0.00 LABORER: Common or General ...... $ 12.35 0.00 LABORER: Mason Tender - Brick ... $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer..............$ 12.49 2.13 LABORER: Roof Tearoff........... $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 0.00 OPERATOR: Bulldozer ............. $ 18.29 1.31 OPERATOR: Drill ................. $ 16.22 0.34 OPERATOR: Forklift ..............$ 14.83 0.00 OPERATOR: Grader/Blade .......... $ 13.37 0.00 OPERATOR: Loader ................$ 13.55 0.94 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 16.03 0.00 OPERATOR: Roller ................$ 12.70 0.00 PAINTER (Brush, Roller, and Spray) ........................... $ 14.27 0.00 ROOFER ...........................$ 13.75 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 21.13 6.53 TILE FINISHER .................... $ 11.22 0.00 TILE SETTER ...................... $ 14.00 2.01 TRUCK DRIVER: Dump Truck ........ $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 4.11 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested parry'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. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank Project Manual Lubbock Power & Might Tix'eaax�r:a yarr.s Lubbock Power & Light Substation Office Renovation Lubbock, Texas PARKH I LLSM ITH &COOPER May 2017 PSC Project # 03871416 Lubbock Power & Light Substation Office Renovation TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1 - GENERAL REQUIREMENTS 01100 Summary 01200 Price and Payment 01300 Administrative Requirements 01330 Submittal Procedures 01400 Quality Requirements 01500 Temporary Facilities and Controls 01600 Product Requirements 01650 Starting of Systems 01700 Execution Requirements DIVISION 2 — SITE WORK 02072 Minor Demolition for Remodeling DIVISION 3 — CONCRETE 03300 Cast -In -Place Concrete 5� AN PV <G DIVISIONS 4 - 5 2N C Not Used d y� �j. 9764 � DIVISION 6 — WOOD AND PLASTICS �TF �Q- OF 06114 Wood Blocking and Curbing 5/19/17 06400 Architectural Woodwork DIVISION 7 — THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers DIVISION 8 — DOORS AND WINDOWS 08110 Hollow Metal Frames 08210 Clad Wood Doors 08700 Hardware 08711 Door Hardware Schedule 03871416 TABLE OF CONTENTS PAGE - 1 05/17 J" I Lubbock Power & Light Substation Office Renovation DIVISION 9 — FINISHES 09250 Gypsum Board Systems 09310 Ceramic Tile 09510 Acoustical Ceilings 09653 Resilient Base and Accessories 09669 Resilient Tile Flooring 09912 Interior Painting DIVISION 10 — SPECIALTIES 10265 Impact -Resistant Wall Protection 10400 Identifying Devices 10522 Fire Extinguishers and Cabinets 10800 Toilet Accessories DIVISIONS 11 -14 Not Used DIVISION 15 — MECHANICAL 15000 General Provisions for Mechanical and Electrical 15300 Piping and Accessories 15350 Plumbing Systems 15400 Air Distribution 15500 15550 Hangers and Supports Vibration Isolation 15600 Insulation 15700 Equipment 15800 Testing, Adjusting and Balancing Mechanical Systems DIVISION 16 — ELECTRICAL 16010 Basic Electrical Requirements 16110 Raceways 16120 Wires and Cables 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16195 Electrical Identification 16441 Safety Switches 16510 Lighting REo ARc y PLAN < �� N 03871416 TABLE OF CONTENTS PAGE - 2 05/17 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 15 - MECHANICAL 15000 General Provisions for Mechanical and Electrical 15300 Piping and Accessories 15350 Plumbing Systems 15400 Air Distribution 15500 Hangers and Supports 15550 Vibration Isolation 15600 Insulation 15700 Equipment 15800 Testing, Adjusting and Balancing Mechanical Systems DIVISION 16 - ELECTRICAL 16010 Basic Electrical Requirements 16110 Raceways 16120 Wires and Cables 16130 Boxes 16140 Wiring Devices 16170 Grounding and Bonding 16195 Electrical Identification 16441 Safety Switches 16510 Lighting Fanning, Fanning & Associates, Inc. Texas Registered Engineering Firm F-00294 2555 74"' Street Lubbock,Texas 79423 Tel 806.745.2533 Fax 806.745.3596 www.fanninqfanning.com ilk 40 4 ..� ip. WOTT M. FANNINO i %g 61441 05/19'/17 05/19/17 03871416 TABLE OF CONTENTS TOC - 1 05/17 Lubbock Power & Light Substation Office Renovation SECTION 01100 SUMMARY PART I - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project; Work covered by Contract Documents. 2. Work by Owner. 3. Contractor use of site and premises. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT; WORK COVERED BY CONTRACT DOCUMENTS A. Without force or effect, work of the Project consists of a complete new interior finish out to an existing open shell space, totaling approximately 815 sq. ft. 1.3 WORK BY OWNER A. Items noted'NIC' (Not in Contract), workstation cubicles, will be furnished and installed by Owner. General Contractor to coordinate. B. Items Furnished by Owner for Final Connection by Contractor: Workstation cubicles. 1.4 CONTRACTOR USE OF SITE AND PREMISES A. Limit use of site and premises to allow: 1. Work by Others and Work by Owner. B. Construction Operations: Limited to areas noted on Drawings. C. Time Restrictions for Performing Interior Work: Verify with Owner. D. Utility Outages and Shutdown: Verify with Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871416 05/ 17 SUMMARY 01100 - 1 Lubbock Power & Light Substation Office Renovation SECTION 01200 PRICE AND PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Material allowances. 2. Inspection and testing allowances. 3. Schedule of Values. 4. Application for Payment. 5. Change Procedures. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section 2. Section 01330 "Submittal Procedures" for Schedule of Values. 3. Section 01600 "Product Requirements" for product substitutions. 1.2 MATERIAL ALLOWANCES A. Costs Included in Material Allowances: Cost of product (materials and equipment) to Contractor or Subcontractor, less applicable trade discounts, delivery to site, and applicable taxes. B. Costs Not Included in the Material Allowance, but included in Contract Sum/Price: Handling at the site, including unloading, uncrating, and storage; protection of products from elements and from damage, labor, installation and finishing costs, overhead, profit, and other expenses contemplated for stated allowance amounts. C. Architect Responsibilities: 1. Consult with Contractor in consideration and selection of product, suppliers. 2. Select products in consultation with Owner and transmit decision to Contractor. 3. Prepare Change Order. D. Contractor Responsibilities: 1. Assist Architect in selection of product and suppliers. 2. Obtain proposals from suppliers and offer recommendations. 3. On notification of selection by Architect, execute purchase agreement with designated supplier. 4. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 5. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. E. Funds will be drawn from Cash Allowances only by Change Order. F. At closeout of Contract, funds remaining in Cash Allowances will be credited to Owner by Change Order. 1.3 INSPECTION AND TESTING ALLOWANCES A. Costs Included in Allowances: Cost of engaging an inspection or testing firm, execution of inspection or tests, and reporting results. 03871416 PRICE AND PAYMENT 01200 - 1 05/ 17 .k- Lubbock Power & Light �j Substation Office Renovation { _ B. Costs Not Included in the Allowance but Included in Contract Sum/Price: 1. Incidental labor and facilities required to assist inspection or testing firm. 2. Costs of testing laboratory services required by Contractor separate from Contract M1 Document requirements. 3. Costs of retesting upon failure of previous tests as determined by Architect/Engineer. r.... C. Payment Procedures: 1. Submit three copies of the inspection or testing firm's invoice with next application for payment. . 2. Pay invoice on approval by Architect/Engineer. D. Inspection and Testing Allowances: 1. Include the stipulated sum of $1500.00 for payment of testing laboratory services specified in Section 01400. E. Funds will be drawn from Inspection and Testing Allowances only by Change Order. F. At closeout of Contract, funds remaining in Inspection and Testing Allowances will be credited to Owner by Change Order. - 1.4 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet for each Scope of Work. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section, separating labor and material for each line item. Identify site mobilization, general conditions, testing, bonds and insurance as separate line items. D. Include in each line item, the amount of Allowances specified in this Section. E. Include within each line item, a directly proportional amount of Contractor's overhead and profit. F. Revise schedule to list approved Change Orders, with each Application For Payment. 1.5 APPLICATIONS FOR PAYMENT A. Submit notarized copy of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: As defined in Owner -Contractor agreement. D. Include one copy of waiver of liens from each subcontractor. 1.6 CHANGE PROCEDURES A. The Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Owner/Contractor Agreement by issuing Architect's Supplemental Instructions on Architect's Standard Supplemental Instruction form. B. The Architect may issue a Construction Change Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. 03871416 PRICE AND PAYMENT 01200 - 2 05/17 Lubbock Power & Light Substation Office Renovation C. The Contractor may propose a change by submitting request for change to the Architect, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Architect. E. Unit Price Change Order: For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Directive. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F. Construction Change Directive: Architect may issue a directive, on AIA Form G713 Construction Change Directive signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. G. Time and Material Change Order 1. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. 2. Architect will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 3. Maintain detailed records of work done on Time and Material basis. 4. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: AIA G701 Change Order. I. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. J. Change Order: Furnish an itemized breakdown, in form acceptable to Architect of all costs and supporting information including but not limited to quantities, material prices, tier subcontracted work is performed at, labor rates and employer payments and rental rates. The itemized breakdown detail shall be the same for any subcontractor work. Provide complete supporting information for profit and overhead or markups used when so requested. Consider the following items a part of overhead or Contractor's and sub -contractor's mark-up and do not include as a separate cost item: Labor for Superintendents, Assistant Superintendents, home office personnel, timekeepers and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on site and main offices; modification to record contract documents nor guarantee period costs. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871416 PRICE AND PAYMENT 05/ 17 01200 - 3 Lubbock Power & Light Substation Office Renovation SECTION 01300 ADMINISTRATIVE REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Project Information Management 2. Coordination. 3. Preconstruction meeting. 4. Request for information. 5. Progress meetings. 6. Preinstallation meetings. 7. Cutting and patching. 8. Alteration project procedures. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A. Administration and exchange of project information will be accomplished through the use of the Architect's web -based Newforma® Info Exchange. B. Project information to be exchanged through Newforma® Info Exchange site includes, but is not limited to, the following: 1. Product Submittals 2. Requests for Information (RFI) 3. Applications for Payment 4. Schedules 5. Construction Change Requests (CCRs) 6. Close-out Documents 7. Construction Document Files a. Weather Days b. Electronic File Requests C. Correspondence d. Test Reports e. Meeting Minutes f. Field Reports 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements. B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. 03871416 ADMINISTRATIVE REQUIREMENTS 01300 - 1 05/17 Lubbock Power & Light i Substation Office Renovation C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Large Apparatus: Any large piece of apparatus which is to be installed in any space in the building, and which is too large to permit access through windows, doorways or shafts, shall be brought to the job by the Contractor involved and placed in the space before the enclosing 2 -, structure is completed. F. Items 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 G. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion. H. After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption 1_ of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Architect will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Architect, Contractor and major Subcontractors. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 4. Designation of personnel representing the parties in Contract and the Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for j payments, proposal request, Change Orders, Request for Information (RFI), and _. Contract closeout procedures. 6. Review Notice to Proceed (NTP) and Substantial Completion Dates. 7. Scheduling. a. Use of premises by Owner and Contractor., b. Owner's requirements. C. Temporary utilities provided by Owner. d. Security and housekeeping procedures. e. Construction progress meetings. f. Procedures for testing. g. Procedures for maintaining record documents. h. Requirements for start-up of equipment. i. Inspection and acceptance of equipment put into service during construction period. 8. Scheduling activities of Construction Material Testing (CMT) lab. 03871416 ADMINISTRATIVE REQUIREMENTS 01300 - 2 05/17 . ' Lubbock Power & Light Substation Office Renovation 1.5 REQUEST FOR INFORMATION A. Contractor shall use Architect's Newforma® Info Exchange website when submitting Requests For Information (RFI). Only Contractor can submit RFIs to Architect. RFI requests from subcontractors or material suppliers will not be considered. B. All information indicated on the RFI to be provided by Contractor shall be complete before a request can be uploaded to the Architect's Newforma® Info Exchange website. Requests with incomplete information will not be accepted. Submission of a complete RFI request by Contractor does not constitute an RFI until Architect makes the determination. If Architect determines that request can not be answered with the information provided in the Contract Documents, Architect will then assign an RFI tracking number. Requests determined by Architect not to be an RFI will be returned to Contractor electronically and deleted from Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. C. RFIs may contain more than one item when the items are related issues. Otherwise, only one item shall be addressed on each RFI request. D. Architect's response to the RFI will be in writing and issued to Contractor and Owner electronically via Architect's Newforma® Info Exchange website. E. Responses from Architect will not change any requirement of the Contract Documents. Should Contractor believe an RFI response to cause a change to the Contract, Contractor shall give written notice to Architect in accordance with the requirements in the Contract. Written notice shall include specific reasons and an order of magnitude of Cost and/or Time that Contractor deems appropriate based on the Architect's RFI response. Contractor's written notice does not constitute a Change Order, but provide a basis for further review and discussion with the Architect. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at minimum monthly intervals. B. Architect will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, and Architect, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. ( 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. E1 12. Effect of proposed changes on progress schedule and coordination. .; 13. Other business relating to Work. 03871416 ADMINISTRATIVE REQUIREMENTS 01300 - 3 05/17 Lubbock Power & Light Substation Office Renovation t { 1.7 PREINSTALLATION MEETING A. When required in individual specification Sections, convene a preinstallation meeting at work site prior to commencing work of the Section. B. Require attendance of parties directly affecting, or affected by, work of the specific Section. C. Notify Architect four days in advance of meeting date. D.: Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes, and distribute copies within three days after meeting to participants, with three copies to Architect. PART 2 - PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Motors: Specific motor type is specified in individual specification sections. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. C. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather -exposed or moisture -resistant elements. 03871416 ADMINISTRATIVE REQUIREMENTS 01300 - 4 05/17 Lubbock Power & Light Substation Office Renovation 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight -exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non -conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials using masonry saw or core drill. F. Restore Work with new products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Maintain integrity of wall, ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. J. Identify any hazardous substance or condition exposed during the Work to the Architect for decision or remedy. 3.4 ALTERATION PROJECT PROCEDURES A. Materials: As specified in product Sections; match existing products and work for patching and extending work. B. Employ skilled and experienced installer to perform cutting and patching. C. Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D. Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition unless otherwise specified. E. Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F. Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. G. When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Architect for review. H. Where a change of plane of 1 /4 inch or more occurs, submit recommendation for providing a smooth transition for Architect review. I. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. J. Finish surfaces as specified in individual product Sections. END OF SECTION 03871416 ADMINISTRATIVE REQUIREMENTS 05/17 01300 - 5 Lubbock Power & Light Substation Office Renovation SECTION 01330 SUBMITTAL PROCEDURES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal procedures. 2. Resubmittal requirements. 3. Construction progress schedules. 4. Proposed products list. 5. Shop drawings. 6. Product data. 7. Samples. 8. Design data. 9. Test reports. 10. Certificates. 11. Manufacturers' instructions. 12. Manufacturers' field reports. 13. Erection drawings. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01200 "Price and Payment" for schedule of Values; Inspecting and Testing Allowances. 3. Section 01400 "Quality Requirements" for manufacturers' field services and reports; Testing Laboratory Services. 4. Section 01700 "Execution Requirements" for contract warranty, manufacturer's certificates and closeout submittals. 1.2 SUBMITTAL PROCEDURES A. Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B. Produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700. C. Transmit each submittal separately with Contractor's standard transmittal letter including Contractor's name, address and phone number. Each submittal shall contain only one specification section. D. Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. E. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing sheet and detail number(s), and specification Section number, appropriate to submittal. F. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. G. Schedule submittals to expedite the Project, and deliver to Architect. Coordinate submission of related items. 03871416 SUBMITTAL PROCEDURES 01330 - 1 05/17 Lubbock Power & Light Substation Office Renovation t! H. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. I. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. All information, comments, field verifications, responses or other notations marked on submittals by the Contractor shall be done in blue or green colors only. J. Allow space on submittals for Contractor and Architect review stamps. K. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly - -, report any inability to comply with provisions. L. Submittals not requested will not be recognized or processed. M. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals will be uploaded to Architect's Info Exchange website. N. The submittal procedures described in this Article applies to the Construction Progress Schedule, Products List, Shop Drawings, Product Data, Samples (actual samples and digital files of same), Design Data, Test Reports, Certificates, Manufacturer's Instructions and Field Reports, Erection Drawings and any other type of submittal submitted to Architect. 1.3 RESUBMITTAL REQUIREMENTS A. Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B. Mark as RESUBMITTAL. C. Re -use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re -submittal. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule for Architect's review within 15 days after date established in Notice to Proceed. B. Revise and resubmit as required. C. Submit revised schedule with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E. Indicate product/material manufacturer's lead-time for delivery to site. Include as a separate line for each product/material. F. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. G. Indicate estimated percentage of completion for each item of Work at each submission. , 03871416 SUBMITTAL PROCEDURES 01330 - 2 (- 05/17 Lubbock Power & Light Substation Office Renovation H. Submit separate schedule of submittal dates for shop drawings, product data, samples, and { dates reviewed submittals will be required from Architect. Indicate decision dates for selection of finishes. �- I. Determine appropriate lead times to allow for manufacturing and delivery of products/material for incorporation into the Work. Indicate product/material manufacturer's lead-time for manufacturing and delivery to site. Include as a separate line for each product/material. Failure to timely submit and process submittals, and ordering of products/materials for delivery to site will not be grounds for approval of substitutions for other products/materials. J. Revisions To Schedules: 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. Y 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3. Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including effect of changes on schedules of separate contractors. 1.5 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.6 SHOP DRAWINGS A. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B. Printable Image Size: Minimum 8-1/2 x 11 inches and maximum 30 x 42 inches. C. Draw details to a minimum scale of 1/2 inches equal to 1 foot. D. Draw site plans to same scale indicated on contract drawings. E. Draw all other plans to a minimum scale of 1/8 inch equal to 1 foot. F. Construction Documents (electronic or paper format) issued by the Architect cannot be used in any shape, form or fashion in the creation and development of shop drawings, except that electronic files containing floor plans or site plans which have been purchased from the Architect may be used as "backgrounds" for Contractor, subcontractors, sub -subcontractors and material suppliers in the Shop Drawing process. G. Electronic Files 1. Electronic AutoCAD drawing files are available for purchase from the Architect upon request. Cost of the files are indicated below plus applicable taxes. a. 1 — 3 sheets $100.00 per sheet b. 4 — 6 sheets $400.00 flat fee C. 7 — 9 sheets $500.00 flat fee 2. Only the Contractor or his subcontractors and sub -subcontractors may purchase an electronic file. An electronic file will be provided in the software release currently used by the Architect. File will be provided via Architect's Info Exchange website. 3. Electronic Revit model files are available for purchase from the Architect upon request. Cost of the model files are $150.00 each plus applicable taxes. Only the Contractor or his subcontractors and sub -subcontractors may purchase an electronic file. An 7 03871416 SUBMITTAL PROCEDURES 01330 - 3 05/ 17 c- Lubbock Power & Light Substation Office Renovation electronic file will be provided in the software release currently used by the Architect. File will be provided via Architect's Info Exchange website. 4. Prior to delivery of the file, purchaser shall sign an Electronic File Transfer Release Form. Payment for an electronic file shall occur upon delivery of file to purchaser. 5. Electronic file shall be used only for the production of information required by this project and shall not be used in any other form (in whole or part). 6. In the creation and publication of Shop Drawings, under no circumstances shall the Design Professional's seal or title block of the drawing be reproduced. All shop drawings must be original works from the Contractor subcontractors, sub - subcontractors and material suppliers. 1.7 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B. Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C. Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D. After review, distribute in accordance with Article titled SUBMITTAL PROCEDURES above and provide copies for Record Documents described in Section 01700 "Execution Requirements." 1.8 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Accompany physical sample with color digital image (photo or scanned PDF) of sample. Coordinate sample submittals for interfacing work. B. Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number of samples specified in individual specification Sections; one of which will be retained by Architect. F. Reviewed samples which may remain as part of the Work are indicated in individual specification Sections. G. Samples will not be used for testing purposes unless specifically stated in individual specification section. 1.9 DESIGN DATA A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 03871416 SUBMITTAL PROCEDURES 01330 - 4 05/17 Lubbock Power & Light Substation Office Renovation 1.10 TEST REPORTS l A. Submit for Architect's knowledge as contract administrator or for Owner. B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.11 CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.12 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing. B. Identify conflicts between manufacturers' instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 1.13 MANUFACTURER'S FIELD REPORTS A. Submit reports for Architect's benefit as contract administrator or for Owner. B. Submit report within 30 days of observation to Architect for information. C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.14 ERECTION DRAWINGS A. Submit drawings for Architect's benefit as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871416 SUBMITTAL PROCEDURES 01330 - 5 05/17 Lubbock Power & Light Substation Office Renovation SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Quality control and control of installation. 2. Tolerances. 3. References. 4. Mock-up requirements. 5. Testing and Inspection services. 6. Manufacturers' field services. 7. Examination. 8. Preparation. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01330 "Submittal Procedures" for submission of Manufacturers' Instructions and Certificates. 3. Section 01600 "Product Requirements" for requirements for material and product quality. 4. Section 01700 "Execution Requirements" for starting of Systems. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer. G. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing in place. 03871416 QUALITY REQUIREMENTS 01400 - 1 05/17 Lubbock Power & Light -� Substation Office Renovation 1.4 REFERENCES A. For products or workmanship specified by association, trade, or other consensus standards, comply with requirements of standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by Code. C. Obtain copy of standards when required by specification section. D. Neither contractual relationship, duties nor responsibilities of parties in Contract nor those of the Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.5 MOCK-UP REQUIREMENTS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups shall be comparison standard for quality level for the Work. D. Where mock-up has been accepted by Architect and is specified in individual specification sections to be removed, remove mock-up and clear area. 1.6 TESTING AND INSPECTION SERVICES A. Employ and pay for services of an independent testing agency or laboratory meeting requirements specified. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Architect or the Owner. C. Testing, inspections and source quality control may occur on or off project site. Perform off - site testing as required by Architect or Owner. D. Independent Testing Laboratory firm's reports will be submitted to the Architect, with a copy to the Contractor. Reports will indicate observations and results of tests and will indicate compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to project site, and provide assistance by incidental labor as requested. _ 1. Notify Architect and independent firm 48 hours prior to expected time for operations requiring services. 2. Pay for additional samples and tests required for Contractor's use. F. Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to contract requirements. G. Re -testing and/or re -inspection required because of non-conformance to specified requirements will be charged to the Contractor by deducting re -testing and/or re -inspection charges from the Contract Sum/Price. 1.7 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of 03871416 QUALITY REQUIREMENTS 01400 - 2 ' 05/17 t "Y Lubbock Power & Light Substation Office Renovation F1 surfaces and installation, quality of workmanship, and start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. Refer to Section 01330 "Submittal Procedures," Manufacturers' Field Reports article. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond. END OF SECTION 03871416 QUALITY REQUIREMENTS 01400 - 3 05/17 Lubbock Power & Light Substation Office Renovation SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Utilities: Electricity, lighting, heat, cooling, ventilation, and water facilities. 2. Temporary Controls: Barriers, protection of the Work, and water control. 3. Construction Facilities: Field offices, parking, and progress cleaning. 4. Removal of utilities, facilities, and controls. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01700 "Execution Requirements" for final cleaning. 1.2 TEMPORARY ELECTRICITY A. Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. D. Provide flexible power cords as required. E. Provide main temporary service disconnect and overcurrent protection at convenient location in conformance with National Electric Code. F. Permanent convenience receptacles may be utilized during construction. G. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1. Provide 20 ampere duplex outlets, single phase circuits for power tools for every 2000 sq. ft. of active work area and at specific locations as required. 2. Provide 20 ampere, single phase branch circuits for lighting. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Existing building lighting may be utilized during construction. Owner will maintain lighting and pay cost of energy used. Exercise measures to conserve energy. B. Provide and maintain 0.25 watt/sq. ft. HID lighting to interior work areas after dark for security purposes. C. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. D. Maintain lighting and provide routine repairs. 1.4 TEMPORARY HEAT A. Provide and pay for heat devices as required to maintain specified conditions for construction operations until new heating system is installed. B. Owner will pay cost of energy used. Exercise measures to conserve energy. 03871416 TEMPORARY FACILITIES & CONTROLS 01500 - 1 05/17 "- Lubbock Power & Light Substation Office Renovation C. Enclose building prior to activating temporary heat in accordance with Exterior Enclosure Article in this Section. D. Prior to operation of permanent equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. t E. Maintain minimum ambient temperature of 50 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. 1.5 TEMPORARY COOLING A. Provide and pay for temporary cooling devices as required to maintain specified conditions for construction operations until new cooling system is installed. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Enclose building prior to activating temporary cooling in accordance with Enclosures article in this section. D. Prior to operation of permanent equipment for temporary cooling purposes, verify installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and worn or consumed parts. E. Maintain maximum ambient temperature of 80 degrees F in areas where construction is in progress, unless indicated otherwise in specifications. 1.6 TEMPORARY VENTILATION A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Provide temporary fan units as required to maintain clean air for construction operations. C. Owner will pay cost of energy used. Exercise measures to conserve energy. 1.7 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. Extend and supplement with temporary devices as needed to maintain specified conditions for construction operations. B. Owner will pay cost of water used. Exercise measures to conserve water. C. Provide temporary pipe insulation to prevent freezing. 1.8 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facilities shall not be used. 1.9 FIELD OFFICES AND SHEDS A. Existing spaces may be used for field offices and for storage. B. Storage Areas And Sheds 1. Size storage to requirements for products of individual Sections, allowing for access and orderly provision for maintenance and for inspection of products to requirements of Section 01600. 2. Fire Extinguishers: Appropriate type fire extinguisher at each storage area. 3. Interior Materials in Storage Sheds: As required to provide specified environmental t conditions for storage of products. 03871416 TEMPORARY FACILITIES & CONTROLS 01500 - 2 05/17 f Lubbock Power & Light Substation Office Renovation 4. Heating and Ventilation: As required to maintain products in accordance with Contract Documents 5. Lighting: As required for maintenance and inspection of products. C. Maintenance And Cleaning: 1. Weekly janitorial services for offices; periodic cleaning and maintenance for office and storage areas. 2. Maintain approach walks free of mud, water, and snow. D. Removal: At completion of Work remove buildings, foundations, utility services, and debris. Restore areas. 1.10 EMPLOYEE RESIDENTIAL OCCUPANCY A. Not allowed on Owner's property. 1.11 PARKING A. Use of existing on -site streets and driveways for construction traffic is permitted. B. Use of existing parking facilities by construction personnel is permitted. C. Do not allow heavy or tracked vehicles or construction equipment in parking areas. D. Do not allow vehicle parking on existing pavement. E. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2. Maintain existing paved areas used for construction; promptly repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition. F. Mud from Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.12 PROGRESS CLEANING A. Maintain areas free of waste 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 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for trees, shrubbery and lawns designated to remain. Replace damaged trees, shrubbery and lawns to original condition. C. Protect site improvements including but not limited to pavements, walkways and drainage structures from damage. Replace damaged site improvements to original condition. D. Protect non -owned vehicular traffic and stored materials from damage. 03871416 TEMPORARY FACILITIES & CONTROLS 01500 - 3 05/17 Lubbock Power & Light Substation Office Renovation 1.14 SECURITY A. Security Program: 1. Protect Work existing premises and Owner's operations from theft, vandalism, and unauthorized entry. 2. Initiate program at project mobilization. 3. Maintain program throughout construction period until Owner occupancy. 1.15 WATER CONTROL A. Grade site to drain. B. Maintain excavations free of water. C. Provide, operate, and maintain pumping equipment. D. Protect site from puddling and running water. Provide water barriers as required to protect site from soil erosion. E. Provide water barriers as required to protect existing building from puddling, ponding or other water accumulation that may damage foundations or other sub -surface construction. 1.16 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. B. Provide positive means to prevent air -borne dust from dispersing into atmosphere. 1.17 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at one time. C. Provide temporary measures including berms, dikes, and drains, and other devices to prevent water flow that would result in erosion. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.18 NOISE CONTROL A. Provide methods, means, and facilities to minimize disruption of Owner's operations and activities due to noise produced by construction operations and noise transfer from construction areas to Owner occupied areas. B. Conduct activities that will produce noise that will or potentially will interfere with Owner's operations and activities at times agreed to by Owner after normal work Owner hours of occupancy or on weekends. 1.19 PEST AND RODENT CONTROL A. Provide methods, means, and facilities to prevent pests, insects, and rodents from entering facility or damaging the Work. 03871416 TEMPORARY FACILITIES & CONTROLS 05/17 01500 - 4 Lubbock Power & Light' Substation Office Renovation 1.20 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. 1.21 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide protective coverings at openings in walls, roof, and soffits. D. Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.22 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B. Remove risers for underground utilities to a minimum depth of 2 feet and cap. C. Remove buried equipment, facilities, and materials completely. D. Backfill excavations as specified in other sections and grade site as indicated. E. Clean and repair damage caused by installation or use of temporary work. F. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 4 I 03871416 TEMPORARY FACILITIES & CONTROLS 01500 - 5 05/17 5 _� 0 Lubbock Power & Light Substation Office Renovation SECTION 01600 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Products. 2. Product delivery, storage and handling. 3. Product options. 4. Substitutions. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01400 "Quality Requirements" for product quality monitoring. Testing Laboratory Services. 1.2 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. D. Materials required to match existing work and not otherwise specified, shall be equal to the existing work in quality, color and finish. Workmanship and installation shall be comparable to adjacent existing work. The Architect shall be the sole authority in determination of acceptable work. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accord with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2. Store sensitive products in weather -tight, climate controlled enclosures. 03871416 PRODUCT REQUIREMENTS 01600 - 1 05/17 ,3 Lubbock Power & Light Substation Office Renovation 3. For exterior storage of fabricated products, Place on supports, above ground, sloped to drain water. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. { 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8. Materials, products and equipment may be stored off site in a bonded and insured warehouse approved by the Architect and Owner. General Contractor to pay all costs incurred for off -site storage facilities. C. Handling: Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. 1.5 SUBSTITUTIONS A. Instructions to Proposers specify time restrictions for submitting requests for Substitutions during the proposal period to requirements specified in this Section. B. Substitutions (after the proposal period) may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Proposer: 1. Has investigated proposed product and determined that it meets or exceeds the quality g p p p q tY i__ level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become , apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re - approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to k_ _ one proposed Substitution. t, 03871416 PRODUCT REQUIREMENTS 01600 - 2 05/17 1- Lubbock Power & Light Substation Office Renovation I 2. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. 3. An item by item (line by line) comparison of each item listed in the specification shall be compiled and submitted comparing specified material/product with proposed substitution. 4. A statement setting forth changes in other material, equipment or other portions of the Work including changes in the work of other contracts that incorporation of the proposed substitution would require shall be included. 5. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 6. The Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03871416 05/17 PRODUCT REQUIREMENTS 01600 - 3 Lubbock Power & Light Substation Office Renovation SECTION 01650 STARTING OF SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Starting systems. 2. Demonstration and instructions. 3. Testing, adjusting, and balancing. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 01400 "Quality Requirements" for manufacturers field reports. 3. Section 01700 "Execution Requirements" for system operation and maintenance data and extra materials. 4. Section 15800 "Testing Adjusting and Balancing Mechanical Systems." 1.2 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 1.3 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. For equipment or systems requiring seasonal operation, perform demonstration for other season. C. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance. D. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. E. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 03871416 STARTING OF SYSTEMS 01650 - 1 05/16 i Lubbock Power & Light Substation Office Renovation f PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION L 03871416 STARTING OF SYSTEMS 01650 - 2 OS/16 Lubbock Power & Light Substation Office Renovation r� SECTION 01700 EXECUTION REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Closeout procedures. 2. Final cleaning. 3. Starting of systems. 4. Demonstration and instructions. 5. Testing, adjusting and balancing. 6. Protecting installed construction. 7. Hazardous materials affidavits. 8. Project record documents. 9. Operation and maintenance data. 10. Manual for materials and finishes. 11. Manual for equipment and systems. 12. Spare parts and maintenance products. 13. Product warranties and product bonds. 14. Maintenance service. B. Related Sections: 1. Other Division 01 Specification Sections apply to Work of this Section. 2. Section 15800 "Testing, Adjusting and Balancing Mechanical Systems" for Testing, Adjusting and Balancing services. 1.2 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect/Engineer's review. B. Provide submittals to Architect required by authorities having jurisdiction. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.3 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. D. Clean filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste and surplus materials, rubbish, and construction facilities from site. 03871416 EXECUTION REQUIREMENTS 01700 - 1 05/17 Lubbock Power & Light Substation Office Renovation 1.4 STARTING OF SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect seven days prior to start-up of each item. C. Verify each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of applicable Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report in accordance with Section 01330 that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of products to Owner's personnel two weeks prior to date of Substantial Completion. B. Demonstrate Project equipment by qualified manufacturer's representative who is knowledgeable about the Project. C. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. E. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. G. Required instruction time for each item of equipment and system is specified in individual sections. 1.6 TESTING, ADJUSTING AND BALANCING A. Testing, adjusting and balancing will be performed in accordance with requirements specified in Section 15800 "Testing, Adjusting and Balancing Mechanical Systems." B. Owner will appoint, employ, and pay for services of independent firm to perform testing, adjusting, and balancing. C. Independent firm will perform services specified in Section 15800 "Testing, Adjusting and Balancing Mechanical Systems." D. Reports will be submitted by independent firm to Architect indicating observations and results of tests and indicating compliance or non-compliance with requirements of Contract Documents. 03871416 EXECUTION REQUIREMENTS 01700 - 2 05/17 Lubbock Power & Light Substation Office Renovation 1.7 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. D. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 1.8 HAZARDOUS MATERIALS AFFIDAVITS A. Contractor, each subcontractor, each sub -subcontractor, and each material/product supplier to provide a notarized affidavit declaring that hazardous materials were not incorporated into construction of or delivered to the Project. B. Hazardous materials include asbestos, lead polychlorinated biphenyl (PCB), prohibited termite eradication chemicals or any substance of any proportion determined or suspected by an agency of federal or state government to create a health hazard. C. Provide table of contents listing all affidavits in alphabetical order and assemble with metal prong binder in durable plastic presentation cover. D. Prepare binder cover with printed title "AFFIDAVITS OF NON -INCORPORATED HAZARDOUS MATERIALS", Title of Project, Project Address, Owner's Name, Address and Phone and date of Construction Completion. E. Provide one complete set of the aforementioned information in the prescribed format and on CD in PDF format. F. Submit prior to Application for Final Payment. 1.9 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Complete set of MSDS sheets for all materials. 7. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress, not less than weekly. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. f� t 03871416 EXECUTION REQUIREMENTS 01700 - 3 05/17 f� s Lubbock Power & Light Substation Office Renovation 3. Changes made by Addenda, Change Orders, RFI responses, and other modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. 6. Changes made by Addenda, Change Order, RFI responses, and other modifications. y _ G. Submit documents to Architect with claim for final Application for Payment. 1.10 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch (A4) text pages, three D side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide binder contents with permanent page dividers, logically organized as w described below; with tab titling clearly printed under reinforced laminated plastic tabs. D. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. --, E. Contents: Prepare Table of Contents for each volume, with each product or system description identified, typed on white paper, in three parts as follows: - 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. F _ b. List of equipment. C. Parts list for each component. ( d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. - C. Certificates. d. Photocopies of warranties. 4. Submit one complete set of the aforementioned information in the prescribed format -- and on CD in PDF format. 5. Provide CD with three separate titles as noted above (Part 1, Part 2 and Part 3) 6. Submit binder and CD with Application for Final Payment. 03871416 EXECUTION REQUIREMENTS 01700 - 4 05/17 �l Lubbock Power & Light Substation Office Renovation 1.11 MANUAL FOR MATERIALS AND FINISHES A. Submit one copy and CD in PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect/Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes in final form within 10 days after final inspection. E. Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. Include information for re- ordering custom manufactured products. F. Instructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. G. Moisture Protection and Weather Exposed Products: Include product data listing applicable reference standards, chemical composition, and details of installation. Include recommendations for inspections, maintenance, and repair. H. Additional Requirements: As specified in individual product specification sections. I. Include listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 1.12 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit one copy and CD in PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volume(s) 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of document sets as required prior to final submission. D. Submit one set and CD in PDF format of revised final volumes in final form within 10 days after final inspection. E. Each Item of Equipment and Each System: Include description of unit or system, and component parts. Identify function, normal operating characteristics, and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. G. Include color coded wiring diagrams as installed. H. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and special operating instructions. I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. J. Include servicing and lubrication schedule, and list of lubricants required. 03871416 EXECUTION REQUIREMENTS 01700 - 5 05/17 _. l_ Lubbock Power & Light Substation Office Renovation K. Include manufacturer's printed operation and maintenance instructions. L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings, with color coded piping diagrams as installed. P. Include charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 01400. S. Additional Requirements: As specified in individual product specification sections. T. Include listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. 1.13 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts, maintenance, and extra products in quantities specified in individual specification sections. B. Deliver to Project site and place in location as directed by Owner; obtain receipt prior to final payment. 1.14 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed in duplicate by responsible subcontractors, suppliers, and manufacturers, within ten days after completion of applicable item of work. B. Execute and assemble transferable warranty documents and bonds from subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form, contain full information, and are notarized. D: Co -execute submittals when required. E. Include Table of Contents and assemble in separate three D side ring binder with durable plastic cover. F. Submit one complete set of the aforementioned information in the prescribed format and on CD in PDF format. G. Submit prior to Application for Final Payment. H. Time Of Submittals: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. 2. Make other submittals within ten days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within ten days after acceptance, listing date of acceptance as beginning of warranty or bond period. 1.15 MAINTENANCE SERVICE A. Furnish service and maintenance of components indicated in specification sections for one year from date of Substantial Completion. B. Examine system components at frequency consistent with reliable operation. Clean, adjust, and lubricate as required. I L_y 03871416 EXECUTION REQUIREMENTS 01700 - 6 05/ 17 r Lubbock Power & Light Substation Office Renovation C. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by manufacturer of original component. D. Do not assign or transfer maintenance service to agent or Subcontractor without prior written consent of Owner. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) 11WIX032011OW01 l 03871416 EXECUTION REQUIREMENTS 01700 - 7 05/17 Lubbock Power & Light Substation Office Renovation SECTION 02072 MINOR DEMOLITION FOR REMODELING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removal of designated building equipment and fixtures. 2. Removal of designated construction. 3. Disposal of materials. 4. Identification of utilities. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section 2. Section 01100 "Summary" for work sequence. 3. Section 01200 "Price and Payment" for allowances. 4. Section 01300 "Administrative Requirements." 5. Section 01500 "Temporary Facilities & Controls" for temporary dust control barricades, security at Owner occupied areas, and cleanup during construction. 6. Section 01700 "Execution Requirements" for project record documents. 1.2 SUBMITTALS FOR CLOSEOUT A. Refer to Section 01700 "Execution Requirements" for procedures for submittals. B. Project Record Documents: Accurately record actual locations of capped utilities and subsurface obstructions. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition work, dust control, products requiring electrical disconnection and reconnection. B. Obtain required permits from authorities. C. Do not close or obstruct egress width to any building or site exit. D. Do not disable or disrupt building fire or life safety systems without 3 days prior written notice to Owner. E. Conform to procedures applicable when hazardous or contaminated materials are discovered. 1.4 COORDINATION A. Refer to Section 01300 "Administrative Requirements" for Coordination and project conditions. B. Coordinate Work with other affected mechanical and electrical work associated with roof penetrations. 1.5 SCHEDULING A. Refer to Section 01330 "Submittal Procedures" for work schedule. 03871416 MINOR DEMOLITION FOR REMODELING 02072 - 1 05/ 17 Lubbock Power & Light Substation Office Renovation B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. 1.6 PROJECT CONDITIONS A. Conduct demolition to minimize interference with adjacent and occupied building areas. B. Cease operations immediately if structure appears to be in danger and notify Architect. Do not resume operations until directed. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers or partitions as required. B. Erect and maintain weatherproof closures for exterior openings. C. Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit continued Owner occupancy. D. Where interior demolition occurs immediately adjacent to occupied portions of the building, construct dust -proof partitions of minimum nominal 4-inch studs, 5/8-inch drywall (joints taped) on occupied side, 1/2-inch fire -retardant plywood on demolition side. Fill partition cavity with sound -deadening insulation full thickness of partition depth. E. Protect existing materials, equipment and construction which are not to be demolished. F. Provide protective covers over existing carpet, vinyl composition, sheet vinyl, ceramic tile, and/or wood flooring. G. Provide temporary protective corner protection at all outside corners along route for removal of refuse. H. Do not store nor pile demolition materials or equipment on any part of the structure in a manner that would cause permanent damage. I. Prevent movement of structure; provide bracing and shoring. J. Notify affected utility companies before starting work and comply with their requirements. K. Mark location and termination of utilities. Provide bypass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Architect if shutdown of service is necessary during changeover. L. Provide appropriate temporary signage including signage for exit or building egress. M. Set refuse containers at location approved by Architect or Owner. N. Environmental Controls: Use water sprinkling, temporary enclosures, and other methods to limit dust and dirt migration. Comply with governing regulations pertaining to environmental protection. O. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. 3.2 DEMOLITION [ j A. General I. Demolish in an orderly and careful manner. Protect existing supporting structural members and other construction to remain. ` ` 03871416 MINOR DEMOLITION FOR REMODELING 02072 - 2 05/17 I ­ Lubbock Power & Light Substation Office Renovation 2. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. a. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. 3. Maintain fire protection services during demolition operations. 4. Use of explosives for demolition will not be allowed. B. Hazardous Materials 1. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. C. Flame Cutting 1. Do not use cutting torches for removal until work area is cleared of flammable materials. 2. At concealed spaces, such as interior of ducts and pipe spaces, verify condition of hidden space before starting flame -cutting operations. 3. Maintain portable fire suppression devices during flame -cutting operations. D. Utilities and Equipment 1. Disconnect and identify designated utilities within demolition areas. E. Plaster and Masonry Material Demolition 1. Saw cut concrete block and masonry materials with power operated saws designed specifically for this purpose. 2. Cut plaster at junctures with construction to remain using power -driven masonry saw or hand tools; do not use power -driven impact tools. 3. Demolish plaster in small sections. F. Mechanical and Electrical Equipment 1. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. 2. Submit report to Architect in written, accurate detail. Pending receipt of directive from Architect, rearrange demolition schedule as necessary to continue overall job progress without undue delay. 3.3 DISPOSAL A. Coordinate route for movement of refuse within the existing building with the Owner's representative to create the least amount of interference with Owner's continuing occupancy and operations. B. Remove demolished materials from site except where specifically noted otherwise. C. Do not burn or bury materials on site. D. Storage or sale of removed items on site will not be permitted. E. Remove materials as Work progresses. t i 03871416 MINOR DEMOLITION FOR REMODELING 02072 - 3 05/17 Lubbock Power & Light Substation Office Renovation 3.4 CLEANUP A. Repair damaged pavement and/or landscaping under refuse containers and return to original condition. B. Repair existing finishes to remain, which are damaged during demolition, to match adjacent finishes. C. Vacuum all soiled carpet along the refuse removal route. Repair or replace carpet along the refuse removal route which has been damaged. Make repairs to satisfaction of Owner's representative. D. Upon completion of demolition work, remove tools, equipment, and demolished materials from site. E. Remove protections and leave exterior areas broom clean. F. Remove temporary Work. G. Repair demolition performed in excess of that required. Return elements of construction and surfaces to remain to condition existing prior to start operations. H. Repair adjacent construction or surfaces soiled or damaged by demolition work. END OF SECTION 03871416 MINOR DEMOLITION FOR REMODELING 02072 - 4 05/17 Lubbock Power & Light Substation Office Renovation SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast -in place concrete, formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.3 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Admixtures. 2. Curing materials. 3. Adhesives. 4. Vapor retarders. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Submitted compressive test results must be less than 6 months old. 1. Indicate amounts of mix water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. 03871416 05/17 CAST -IN -PLACE CONCRETE 03300 - 1 Lubbock Power & Light Substation Office Renovation C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. ACI Publications: Comply with the following, unless more stringent provisions are s -i indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." E. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1. Prior to placing any concrete, hold a pre -installation conference meeting involving the Superintendent, Architect, applicable subcontractors, and testing lab. The meeting will include the following subjects (minimum): a. Site Preparation b. Grades and drainage C. Installation of auxiliary materials (vapor retarders, ducts, pipes, etc.) _ d. Coordination with other subcontractors e. Type of floor and thickness f. Forming g. Bulk head locations h. Reinforcement, placement and clearances i. Joints j. Flatness and levelness k. Concrete materials 1. Hot weather and cold weather placement in. Compaction of soil n. Adding water o. Placement method p. Finishing tools and finishing IJ q. Curing r. Sealing/hardeners S. Testing and inspection J 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. 1. Avoid damaging coatings on steel reinforcement. PART 2 - PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. -' 1. Plywood, metal, or other approved panel materials. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. 4 �f 03871416 CAST -IN -PLACE CONCRETE 03300 - 2 05/17 i I Lubbock Power & Light Substation Office Renovation D. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. 2.2 STEEL REINFORCEMENT ' A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets. 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber - reinforced concrete of greater compressive strength than concrete, and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. Plastic, wood, concrete or clay blocks and other devices are not permissible. B. Joint Dowel Bars: Plain -steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. C. Joint Dowel System: Diamond dowel system from PNA Construction Technologies (1-800-542-0214). 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type UII. 1. Fly Ash: ASTM C 618, Class C. B. Normal -Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Class: Moderate weathering region, but not less than 3M. 2. Nominal Maximum Aggregate Size: 1-1/2 inches. 3. Combined Aggregate Gradation: Well graded from coarsest to finest with not more than 18 percent and not less than 8 percent retained on an individual sieve, except that less than 8 percent may be retained on coarsest sieve and on No. 50 sieve, and less than 8 percent may be retained on sieves finer than No. 50. C. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. 03871416 CAST -IN -PLACE CONCRETE 03300 - 3 05/17 e Lubbock Power & Light Substation Office Renovation 2.6 VAPOR BARRIERS A. Vapor Barrier (Under Slab): Shall conform to ASTM E 1745, Class A and shall have a maximum water vapor permeance of 0.01 perms [grains/(ftz * hr * in. Hg)] before and after the mandatory conditioning tests ASTM E 1745 Section 7. Vapor barrier component no less than 15 mils thick in accordance with ACI 302, 1R-96. B. Granular Fill: Narrowly graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 448; coarse -aggregate size 89; with 100 percent passing a '/z-inch sieve and 0 to 5 percent passing a No. 50 sieve. 2.7 CURING MATERIALS A. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. B. Water: Potable. C. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 22 percent solids. 2.8 RELATED MATERIALS A. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. 2.9 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. B. Repair Topping: Traffic -bearing, cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/4 inch. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5700 psi at 28 days when tested according to ASTM C 109/C 109M. 2.10 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: 1. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. 03871416 CAST -IN -PLACE CONCRETE 03300 - 4 05/17 2 Lubbock Power & Light Substation Office Renovation 2. For each design mix submitted that includes the use of fly ash, an alternate design mix shall be submitted excluding fly ash. The alternate design mix shall be provided for concrete placements that occur during cold weather as defined by ACI 306.1. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Slab -on -Grade: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches 3. Maximum Slump: 6 inches. 4. Maximum water-cementitious material ratio:.45. 5. Cementitious material shall be 15% fly ash by weight. D. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 20 percent. E. Air Content: Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus 1 or minus 1.5 percent, unless otherwise indicated: 1. Air Content: 5.5 percent for 1-1/2-inch- nominal maximum aggregate size. 2. Air Content: 6 percent for 1-inch- nominal maximum aggregate size. 3. Air Content: 6 percent for 3/4-inch- nominal maximum aggregate size. F. Admixtures with chloride -ions are prohibited. G. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 4. Use corrosion -inhibiting admixture in concrete mixes where indicated. 2.11 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.12 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. 03871416 CAST -IN -PLACE CONCRETE 03300 - 5 t 05/17 Lubbock Power & Light Substation Office Renovation 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: t 1. Class A, 1/8 inch. 2. Class B, 1/4 inch. 3. Class C, 1/2 inch. 4. Class D, 1 inch. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. ° Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. 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 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1. At least 70 percent of 28-day design compressive strength. 03871416 CAST -IN -PLACE CONCRETE 03300 - 6 05/17 {1 it Y! Lubbock Power & Light Substation Office Renovation fC. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 VAPOR BARRIER A. Vapor Barrier: Place, protect, and repair vapor -retarder sheets according to ASTM E 1643 and manufacturer's written instructions. 3.5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. F. All reinforcement to be in place prior to placing of concrete. Equipment will not be allowed to drive over reinforcement. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 4. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 5. Use epoxy -bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1. Sawed Joints: Form contraction joints with early entry power saw. Cut 1/8-inch- wide joints into concrete within 1 to 2 hours after the finishing process and before final set. .v, 03871416 CAST -IN -PLACE CONCRETE 03300 - 7 05/ 17 Lubbock Power & Light Substation Office Renovation D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants, specified in Section 07900 — Joint Sealers, are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. 1. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. i B. Do not add water to concrete during delivery, at Project site or during placement unless approved by Engineer. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. D. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of 1 vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open- t textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 03871416 CAST -IN -PLACE CONCRETE 03300 - 8 05/17 r, i Lubbock Power & Light Substation Office Renovation F. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. G. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. 8. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. r 3.9 FINISHING FLOORS AND SLABS t A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and i .. finishing operations for concrete surfaces. Do not wet concrete surfaces. 03871416 CAST -IN -PLACE CONCRETE 03300 - 9 05/17 Lubbock Power & Light Substation Office Renovation B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull - floated or darbied. Use stiff brushes, brooms, or rakes. 1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low Ir spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to y floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. vx 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system 2. Finish surfaces to the following tolerances, measured within 24 hours according to ASTM E 1155 for a randomly trafficked floor surface: a. Specified overall values of flatness, F(F) 35; and levelness, F(L) 25; with minimum local values of flatness, F(F) 24; and levelness, F(L) 17; for slabs - on -grade. 3. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1 /8 inch. E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming r- with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. j ( 3 03871416 CAST -IN -PLACE CONCRETE 03300 - 10 05/17 - Lubbock Power & Light Substation Office Renovation 3.11 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by the following method: C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by the following method: 1. Initial curing period of four (4) days: a. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: 1) Water. 2) Continuous water -fog spray. 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture -retaining cover or a curing compound that the manufacturer recommends for use with floor coverings. 2. Secondary curing period of three (3) days: a. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.12 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least six months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid epoxy joint filler full depth in saw -cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 03871416 CAST -IN -PLACE CONCRETE 03300 - 11 05/17 S Lubbock Power & Light Substation Office Renovation 3.13 CONCRETE SURFACE REPAIRS f A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 'a 03871416 CAST -IN -PLACE CONCRETE 03300 - 12 05/17 Lubbock Power & Light Substation Office Renovation w7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 4 E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. ( F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.14 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. -, 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; ASTM C 173, volumetric method, for structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 6. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four ry standard cylinder specimens for each composite sample. a. Cast and field cure one set of four standard cylinder specimens for each composite sample. 7. Compressive -Strength Tests: ASTM C 39; test two laboratory -cured specimens at 7 days and two at 28 days. a. Test two field -cured specimens at 7 days and two at 28 days. b. A compressive -strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. 8. Testing specimens are to be taken after all admixtures and/or field added water has been added and incorporated into concrete. C. When strength of field -cured cylinders is less than 85 percent of companion laboratory - cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. D. Strength of each concrete mix will be satisfactory if every average of any three consecutive r compressive -strength tests equals or exceeds specified compressive strength and no 03871416 CAST -IN -PLACE CONCRETE 03300 - 13 05/17 Lubbock Power & Light Substation Office Renovation compressive -strength test value falls below specified compressive strength by more than { 500 psi. E. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project t identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of Y break for both 7-and 28-day tests. F. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may r be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. e_t G. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed by Architect. END OF SECTION 03871416 CAST -IN -PLACE CONCRETE 03300 - 14 05/17 i t Lubbock Power & Light Substation Office Renovation SECTION 06114 WOOD BLOCKING AND CURBING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Nailers. 2. Roof curbs. 3. Blocking in wall and roof openings. 4. Wood furring and grounds. 5. Concealed wood blocking for support of toilet and bath accessories, wall cabinets, wood trim, toilet partitions, handrails, TV brackets and all other wall mounted equipment and accessories requiring support or other sections referencing this section. 6. Telephone and electrical panel back boards. 7. Preservative treatment of wood. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 08110 "Hollow Metal Frames" for door openings to receive wood blocking. 3. Section 09250 "Gypsum Board Systems" for gypsum board systems. 1.2 REFERENCES A. ALSC (American Lumber Standards Committee) - Softwood Lumber Standards. B. ANSI A208.1 - Mat -Formed Wood Particleboard. C. APA/EWA (APA/The Engineered Wood Association) - Certification. D. ASTM A 15 3 - Zinc Coating (Hot Dip) of Iron and Steel Hardware. E. ASTM A563 Carbon and Alloy Steel Nuts. F. ASTM F568 Carbon and Alloy Steel Externally Threaded Fasteners. G. AWPA C1 (American Wood Preservers Association) - All Timber Products - Preservative Treatment by Pressure Process. H. AWPA C9 Plywood, Pressure Treatment. I. AWPA C20 (American Wood Preservers Association) - Structural Lumber Fire Retardant Treatment by Pressure Process. J. AWPA C27 Plywood, Fire -Retardant Pressure Treatment. K. FS FF-N-105B Nails, Brads, Staples and Spikes: Wire, Cut and Wrought. L. SPIB (Southern Pine Inspection Bureau) - Lumber Grading Rules. M. WCLIB (West Coast Lumber Inspection Bureau) - Lumber Grading Rules. N. NLGA (National Lumber Rules Authority) O. WWPA (Western Wood Products Association). 1.3 QUALITY ASSURANCE A. Perform Work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by ALSC. 03871416 05/17 WOOD BLOCKING AND CURBING 06114 - 1 Lubbock Power & Light Substation Office Renovation 2. Wood Structural Panel Grading Agency: Certified by APA/EWA - The Engineered Wood Association. 3. Lumber Grading Rules: NFoPA. B. Factory grade stamp each piece of lumber and each wood structural panel. In lieu of grade stamping, submit manufacturer's certificate certifying that products meet or exceed specified requirements. -'. C. Mark each treated item with the Quality Mark Requirements of an inspection agency approved by ALSC's Board of Review. 1.4 SUBMITTALS A. Submit following in accordance with Section 01330: 1. Product Data a. Provide technical data on wood preservative materials and application instructions. B. Manufacturer's Certificate: Certify that products conform to specified requirements. 1.5 DELIVERY, STORAGE, AND HANDLING A. Refer to Section 01600 "Product Requirements" for product storage and handling requirements. B. Protect all wood materials from warping or other distortion by stacking in vertical position, braced to resist movement. C. Keep all wood materials covered and dry. Provide air circulation within and around stacks. PART 2-PRODUCTS 2.1 MATERIALS A. General 1. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 2. Provide dressed lumber, S4S, unless otherwise indicated. B. Nailers and Miscellaneous Framing: Yellow Pine species, No. 2 and better grade, 19 percent maximum moisture content, pressure preservative treat. C. Plywood: APA Structural I, Grade C-D; Exposure Durability 1; sanded. 2.2 ACCESSORIES A. Fasteners and Anchors: 1. Fasteners: ASTM F568 and FS FF-N-105B, Hot dipped or Electro galvanized steel.- 2. Decking Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing cadmium plated or zinc coated. `. 3. Anchors: - J a. At Metal Studs: Flat or oval head sheet metal screws as required by project conditions. b. At Face Brick: Self tapping masonry anchors equal to Hilti Kwik-Con. C. At Mortar Joints: Expansion type anchors equal to Rawl wedge anchors. 03871416 WOOD BLOCKING AND CURBING 06114 - 2 05/17 Lubbock Power & Light Substation Office Renovation d. At Hollow Masonry: Resin injected screen anchors equal to Hilti HIT C20. e. At Grout Filled Masonry and Concrete: Expansion bolts or self -tapping masonry anchors as required by project conditions. f. At Drywall: Equal to Hilti Togglers. B. Structural Framing Connectors: Hot dipped galvanized steel, sized to suit framing conditions. 2.3 FACTORY WOOD TREATMENT A. Shop pressure treat and deliver to site ready for installation, wood materials requiring pressure impregnated preservatives. B. Wood Preservative (Pressure Treatment): AWPA Treatment C 1 using water borne preservative with 0.25 percent retainage. C. Brush apply two coats of preservative treatment on wood in contact with cementitious materials, roofing and related metal flashings and other exterior locations. D. Apply preservative treatment in accordance with manufacturer's recommendations. Ensure site -sawn ends are similarly treated. E. Allow preservative to cure prior to erecting members. PART 3-EXECUTION 3.1 SITE APPLIED WOOD TREATMENT A. Brush apply two coats of preservative treatment on wood in contact with cementitious materials, roofing and related metal flashings and all other exterior locations. B. Apply preservative treatment in accordance with manufacturer's instructions. C. Treat site -sawn ends. D. Allow preservative to cure prior to erecting members. 3.2 INSTALLATION A. Set members level and plumb, in correct position. B. Place horizontal members, crown side up. C. Space framing and furring 16 inches o.c. unless otherwise indicated. D. Install telephone and electrical panel back boards with plywood sheathing material where required. Size the back board by 12 inches beyond size of electrical panel. 03871416 05/17 END OF SECTION WOOD BLOCKING AND CURBING 06114 - 3 Lubbock Power & Light Substation Office Renovation SECTION 06400 ARCHITECTURAL WOODWORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cabinet units. 2. Countertops. 3. Cabinet hardware. 4. Prefinished exposed surfaces. 5. Preparation for site finishing concealed surfaces. 6. Preparation for installing utilities. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 01400 "Quality Requirements" for testing laboratory services. 3. Section 06114 "Wood Blocking and Curbing" for grounds and support framing. 4. Section 07900 "Joint Sealers" for seals at adjoining construction. 5. Section 09912 "Interior Painting" for site finishing of casework. 6. Division 15 "Mechanical" for plumbing fixtures. 7. Division 16 "Electrical" for power, signal, and data wiring. 1.2 REFERENCES A. ANSI A135.4 - Basic Hardboard. B. ANSI A161.1 - Countertops. C. ANSI A208.1 - Mat Formed Wood Particleboard. D. ANSI A208.2 — Medium Density Fiberboard. E. ASTM D 103 7 — Evaluating Properties of Wood -Base Fiber and Particle Panel Materials. F. AWI - Quality Standards, Eighth Edition G. BHMA A156.9 - Cabinet Hardware. H. BHMA A156.11 - Cabinet Locks. I. CID A -A 1936A - Adhesive, Contact. J. HPMA HP - American Standard for Hardwood and Decorative Plywood. K. ISSFA — Definition and Performance Standard for Solid Surface Materials. L. NEMA LD3 - High Pressure Decorative Laminates. M. NHLA - Rules for the Measurement and Inspection of Hardwood & Cypress N. PS 1 - Construction and Industrial Plywood. O. PS 20 - American Softwood Lumber Standard. 1.3 SUBMITTALS A. Shop Drawing and Product Data 1. Indicate materials, component profiles and elevations, assembly methods, joint details, fastening methods, accessory listings, hardware location and schedule of finishes. 03871416 ARCHITECTURAL WOODWORK 06400 - 1 05/17 4.. Lubbock Power & Light Substation Office Renovation 2. For shop drawings submitted in phases, number phases in sequential order and provide master cross reference indicating room number in numerical sequence, millwork elevation and shop drawing sheet where detailed. 3. Product Data: Provide data for hardware accessories. B. Samples: Submit four 2 x 3 inch size samples of each color selected, illustrating counter top and cabinet finish. 1.4 QUALITY ASSURANCE A. Perform cabinet construction in accordance with AWI premium quality standards and as specified. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.5 DELIVERY, STORAGE, AND PROTECTION A. Transport, handle, store, and protect products to site under provisions of Section 01600. B. Protect units from moisture damage. 1.6 ENVIRONMENTAL REQUIREMENTS A. During and after installation of work of this section, maintain the same temperature and humidity conditions in building spaces as will occur after occupancy. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Water Resistant Particleboard 1. Willamette Industries; Albany, OR. 2. Fiber Resin Industries, Inc.; Oconomowoc, WI. 3. Flakeboard Company; St. Stephen, New Brunswick. 4. Hambro Forest Products; Crescent City, CA. B. Water Resistant Fiberboard 1. Sierra Pine; Martell, CA. 2. Georgia Pacific; Sault Ste. Marie, Ont. C. Hardware 1. Julius Blum, Inc.; Stanley NC. 2. Grass America, Inc.; Kernersville, NC. 3. Hafele America Co.; Archdale, NC. 4. H.B. Ives; New Haven, CT. 5. Hewi, Inc.; Lancaster, PA. 6. Knape & Vogt Manufacturing Co.; Grand Rapids, MI. 7. Liberty Hardware; Greensboro, NC. 8. Rangine Corp.; Millis, MS. 9. Stanley Hardware; New Britain, CN. D. Substitutions: Under provisions of Section 01600. 03871416 05/17 ARCHITECTURAL WOODWORK 06400 - 2 Lubbock Power & Light Substation Office Renovation i 2.2 MATERIALS A. Softwood Lumber: PS 20; graded in accordance with AWI custom grade, average moisture content of 8 percent. B. Hardwood Lumber: NHLA; graded in accordance with AWI premium grade; average moisture content of 8 percent. C. Softwood Plywood: PS-1; graded in accordance with AWI, core materials of veneer, lumber or particleboard, type of glue recommended for application; face veneer and cuts D. Hardwood Plywood: HPMA; graded in accordance with AWI, core materials of hardwood veneer, lumber or particleboard; type of glue recommended for application. E. Particleboard: ANSI A208.1; Grade M-2 or M-3, composed of wood chips, medium density, with sanded faces. F. Water Resistant Particleboard 1. ANSI A161.2 and A208.1, Grade M-2 or M-3, with a 24 hour thickness swell factor of 5 percent or less and a 24 hour water absorption factor of 10 percent or less as tested in conformance with ASTM D1037. 2. Acceptable Product: Willamette Industries Duraflake WR. G. Fiberboard: ANSI A208.2, Grade MD. H. Water Resistant Fiberboard 1. ANSI A161.2 and A208.2 , Grade MD with a 24 hour thickness swell factor of 5 percent or less and a 24 hour water absorption factor of 10 percent or less as tested in conformance with ASTM D1037. 2. Acceptable Product: Sierra Pine Medex. I. Thermoset Decorative Overlay Covered Particleboard: ANSI A208.1; Grade M-2 or M-3, composed of wood chips, medium density; surfaced with thermofused melamine. J. Hardboard: ANSI A135.4; Pressed wood fiber with resin binder, tempered grade, 1/4 inch thick, smooth one side. K. Thermoset Decorative Overlay Covered Hardboard: ANSI Al 35.4; Pressed wood fiber with resin binder, tempered grade, 1/4 inch thick, smooth one side; surfaced with thermofused melamine. L. Plastic Laminate 1. Conformance: NEMA LD 3. 2. Grade a. Horizontal Exposed Surfaces: GP-50, 0.50 inch thick. b. Vertical Exposed Surfaces: GP-28, 0.28 inch thick. C. Backing Sheet: BK20, 0.20 inch thick backing grade, undecorated plastic laminate. 3. Color, Pattern, and Surface Texture: a. Plastic laminate color for countertops: As selected by Architect from manufacturer's full line of colors. b. Plastic Laminate color for wall and base cabinets: As selected by Architect from manufacturer's full line of colors. M. Adhesive: FS MMM-A-130 contact adhesive. Type recommended by laminate manufacturer to suit application. N. Fasteners: Size and type to suit application. O. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; Cadmium finish. P. Concealed Joint Fasteners: Threaded steel. G 03871416 ARCHITECTURAL WOODWORK 06400 - 3 05/17 E' Lubbock Power & Light Substation Office Renovation Q. Shelf Standards 1. Cabinet Mounted: BHMA A156.9, Type B04071, cut for fitted rests spaced at 1 inch centers; chrome satin finish. 2. Wall Mounted: BHMA A156.9, Type B04102, slotted for brackets spaced at 1 inch centers; chrome satin finish. ' R. Shelf Rests: BHMA A156.9, Type B04081, chrome satin finish. i_ S. Shelf Brackets: BHMA A156.9, Type B04112, formed steel brackets, chrome satin finish. T. Closet Rods .. 1. Fixed Rod: Equal to K&V model no. PKV 3 CHR, length to fit cabinet depth. 2. Sliding Rod: Equal to K&V model no. KV 1 NP, 16 inch length. U. Cabinet Drawer and Door Pulls: Extruded aluminum wire pull, satin finish, equal to Stanley No. 4484. V. Catches: BHMA A156.9, Type B03141. W. Slides 1. Standard Drawers: BHMA A156.9, Type B05051, with positive stop levers. 2. File Drawers: BHMA A156.9, Type B05051 (100 lb. load rated), full extension type with positive stop levers. 3. Cupboard Slides: Equal to Hafele floor mounted pull-out system model no. 421.56.409 with ceiling guide model no. 421.57.406. X. Hinges: Semi -mortised, self -closing, three dimensional adjustable type equal to Grass model no. 1203 screw -on hinge with winged base plate; brushed nickel finish. t 2.3 FINISHING MATERIALS A. Finishing: Site finish of casework scheduled to receive opaque and transparent finishes specified in Section 09912. 2.4 FABRICATION A. General 1. Shop assemble casework for delivery to site in units easily handled and to permit passage through building openings. 2. Fit shelves, doors, drawer fronts and other exposed and semi -exposed edges with veneer matching face finish as scheduled. Use one piece for full length only. 3. Cap exposed plastic laminate finish edges with material of same finish and pattern. 4. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. 5. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. 6. Fit corners and joints hairline; secure with concealed fasteners. Slightly bevel arises. 7. Apply laminate backing sheet to reverse side ofplastic wood laminate finished surfaces. 8. Provide cutouts for plumbing fixtures, inserts, appliances, outlet boxes, and fixtures and fittings. Verify locations of cutouts from on -site dimensions. Seal cut edges. 9. If veneer core plywood drawer sides, backs, and subfronts are used, assemble using dovetail or French dovetail construction. 10. Fabricate drawers with bottoms set into sides, back, and front 1/4 inch. I t . Construct cabinet bases of lumber products. Panel products such as plywood, particle board and MDF are not acceptable. 03871416 ARCHITECTURAL WOODWORK 06400 - 4 05/17 Lubbock Power & Light Substation Office Renovation B. Laminated Plastic -Covered Casework: 1. Fabricate in accordance with AWI Section 1600, flush overlay style, using the following materials: a. Body Members: Melamine covered particleboard. b. Stiles and Rails: Poplar, Alder or medium density particleboard. C. Shelves: Medium density particleboard. d. Backs: Tempered hardboard. e. Drawer Sides, Backs and Subfronts: Poplar, Alder or other solid wood. f. Drawer Bottoms: Tempered hardboard or thermoset decorative overlay covered hardboard. g. Drawer Fronts: Medium density particleboard or fiberboard. h. Doors: Medium density particleboard or fiberboard. C. Plastic Laminate Covered Countertops: 1. Conformance: Fabricate in accordance with AWI Section 400C. 2. Exposed Finish: GP-50 high pressure decorative laminate. 3. Core~ a. Countertops Without Sinks: Particleboard or fiberboard. b. Countertops with Sinks: Shop sanded, exterior grade, veneer core plywood, water resistant particleboard or water resistant fiberboard. 4. Backing Sheet: BK-20. 5. Locate counter butt joints minimum 2 feet from sink cutouts. 6. Mechanically fasten back splash to countertops. 7. Provide grommet at each knee space. Coordinate location with utilities. 2.5 FINISHING A. Sand work smooth and set exposed nails and screws. B. Finish for items scheduled to receive transparent or opaque finishes, specified in Section 09912 "Interior Painting." PART 3 - EXECUTION 3.1 EXAMINATION A. Verify existing conditions before starting work. B. Verify adequacy of backing and support framing. C. Verify location and sizes of utility rough -in associated with work of this section. 3.2 INSTALLATION A. Install casework and associated trim in accordance with AWI Section 1700. B. Set and secure casework in place; rigid, plumb, and level. C. Use fixture attachments in concealed locations for wall mounted components. D. Use concealed joint fasteners to align and secure adjoining cabinet units and counter tops. E. Seal splashes and returns to countertop and wall with type sealant specified in Section 07900 "Joint Sealers." F. Carefully scribe casework abutting other components, with maximum gaps of 1/32 inch. Do not use additional overlay trim for this purpose. G. Secure cabinet and counter bases to floor using appropriate angles and anchorages. it 03871416 ARCHITECTURAL WOODWORK 06400 - 5 05/17 1 3 r� Lubbock Power & Light Substation Office Renovation H. Secure countertop brackets to masonry surface with expansion type anchors and to drywall construction with fasteners installed to solid wood blocking secured to metal stud framing. 1. Ease all edges and comers of brackets by filing to a radius edge. I. Anchorage Devices 1. General: Use concealed anchorage devices at all locations except where otherwise approved by Architect. 2. Transparent or Opaque Finish Casework a. At exposed fixed locations, countersink and putty or countersink and conceal with solid wood plugs of species to match surrounding wood; finish flush with surrounding surfaces. b. At exposed locations requiring removable panels, provide brass screws and countersunk finishing washers. 3. Laminated Plastic -Covered Casework a. At exposed fixed locations, provide cadmium coated screws with countersunk finishing washers. b. At exposed locations requiring removable panels, provide brass screws and countersunk finishing washers. 3.3 FIELD QUALITY CONTROL A. Test substrate at countertops with sinks in conformance with ASTM D1037. B. Provide 2 pieces of substrate to testing laboratory, 12 x 12 inch in size taken from sink cutouts. 3.4 ADJUSTING A. Adjust installed work in accordance with Section 01700 "Execution Requirements." B. Test installed work for rigidity and ability to support loads. C. Adjust moving or operating parts to function smoothly and correctly. 3.5 CLEANING A. Clean installed work in accordance with Section 01700 "Execution Requirements." B. Clean casework, counters, shelves, hardware, fittings, and fixtures. END OF SECTION 03871416 05/17 ARCHITECTURAL WOODWORK 1•�11 • Lubbock Power & Light Substation Office Renovation 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials in compliance with manufacturer's recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.6 PROJECT CONDITIONS A. Environmental Requirements 1. Do not install solvent curing sealants in enclosed building spaces. 2. Do not install sealants when joint substrates are wet. 3. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.7 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with all Sections referencing this Section. 1.8 WARRANTY A. Provide five year warranty. B. Warranty: Include coverage of installed sealants and accessories which fail to achieve air tight and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. PART2-PRODUCTS 2.1 MATERIALS A. Elastomeric Sealants 1. General: Manufacturer's standard chemically curing, urethane, polyurethane, or polysulfide polymer based elastomeric sealant complying with ASTM C 920. 2. Types a. S-1: Type M, Grade P, Class 25. b. S-2: Type S, Grade P, Class 25. C. S-3: Type M, Grade NS, Class 25. d. S-4: Type S, Grade NS, Class 25. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. B. Latex Sealants 1. General: Manufacturer's standard one -part, nonsag, mildew -resistant, paintable latex sealant of formulation indicated that is recommended for exposed applications on interior and protected exterior locations and that accommodates indicated percentage change in joint width existing at time of installation without failing either adhesively or cohesively. 03871416 JOINT SEALERS 07900 - 3 05/ 17 Lubbock Power & Light Substation Office Renovation ra 0 E. F. 2. Types a. S-5; Acrylic -Emulsion Sealant 1) Composition: Manufacturer's standard product accommodating joint movement of not more than 5 percent in both extension and compression for a total of 10 percent. 2) Conformance: ASTM C 834 b. S-6; Silicone Emulsion Sealant 1) Composition: Manufacturer's standard product that accommodates joint movement of not more than 25 percent in both extension and compression for a total of 50 percent. 2) Conformance: ASTM C 834 and, except for weight loss measured per ASTM C 792, ASTM C 920. 3) Special Properties: Fungus and mildew resistant. 3. Color: As selected by Architect from manufacturer's full range of standard colors. 4. Use Locations: As indicated in Schedule at end of this Section. Type S-7; Acrylic Sealant 1. General: Manufacturer's standard one -part, nonsag, solvent -release -curing acrylic terpolymer sealant complying with AAMA 808.3, with capability to withstand 15 percent maximum cyclic movement (7-1/2 percent movement in both extension and compression) at time of application and remain adhered to joint substrates indicated for Project without failing cohesively when tested for adhesion and cohesion per ASTM C 719. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. Type S-8; Butyl Sealant 1. General: Manufacturer's standard one -part, nonsag, nonstaining, paintable, solvent -release -curing, polymerized butyl sealant formulated with minimum of 75 percent solids and tack -free time of 24 hours or less, complying with ASTM C 1311. 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. Type S-9; Pigmented Narrow Joint Sealant 1. General: Manufacturer's standard, solvent -release -curing, pigmented synthetic rubber sealant formulated for sealing joints 3/16 inch or smaller in width, complying with AAMA 803.3 2. Color: As selected by Architect from manufacturer's full range of standard colors. 3. Use Locations: As indicated in Schedule at end of this Section. Accessories 1. Primer: Non -staining type, recommended by sealant manufacturer to suit application. 2. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. 3. Joint Backing: ANSI/ASTM D1056; round, closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. 4. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 5. Masking Tape: Non -staining, non -absorbing type as recommended by sealant manufacturer. 03871416 JOINT SEALERS 07900 - 4 05/17 i Lubbock Power & Light Substation Office Renovation PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that joint openings are ready to receive work and field measurements are as shown on Drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing conditions and substrate. 3.2 PREPARATION A. Clean and prime joints in accordance with manufacturer's instructions. B. Remove loose materials and foreign matter which might impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C1193. E. Install masking tape where required to protect adjacent finished surfaces. 3.3 INSTALLATION A. Perform installation in accordance with ASTM C 1193 and manufacturer's written instructions. B. Measure joint dimensions and size materials to achieve required width/depth ratios. C. Install joint backing to achieve a neck dimension no greater than 1/2 the joint width. D. Install bond breaker where joint backing is not used. E. Remove and replace joint backing which has become wet, dirty, or exposed to weather for extended period of time. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. H. Tool joints concave in accordance with ASTM C1193 and manufacturer's written instructions. 3.4 CLEANING AND REPAIRING A. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. B. Repair or replace defaced or disfigured finishes caused by work of this Section. C. Cut out and remove damaged or deteriorated joint sealants and repair so that repaired areas are indistinguishable from original work. 3.5 PROTECTION OF FINISHED WORK A. Protect joint sealants during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. 3.6 SCHEDULE . A. Exterior Joints t� 1. Joints in Sheet Metal Flashing: Sealant Type S-9. B. Interior Joints 1. Horizontal traffic joints not exposed to fuel or gas spillage: Sealant types S-1, or S-2. 03871416 JOINT SEALERS 07900 - 5 05/17 Lubbock Power & Light Substation Office Renovation 03871416 05/17 2. Horizontal non -traffic joints not exposed to fuel or gas spillage: Sealant types S-1, S-2, S-3, or S-4. 3. Vertical or inclined joints such as panel, coping and control: Sealant types S-3, S-4. 4. Vertical or inclined joints such as perimeters of doors, windows, wall penetrations: Sealant types S-3, S-4 or S-6. 5. Non-structural hollow metal doors and borrowed lites. Sealant types S-3, S-4 S-5, S-6 or S-7. 6. Non-structural perimeter seals around plumbing fixtures, joints between ceramic tile and joints between ceramic tile and dissimilar materials: Sealant type S-6. 7. Non-structural perimeter seals at joints between countertops, backsplashes and walls: Sealant type S-7. END OF SECTION JOINT SEALERS 07900 - 6 Lubbock Power & Light Substation Office Renovation SECTION 08110 HOLLOW METAL FRAMES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Standard and custom hollow metal frames. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 08210 "Clad Wood Doors." 3. Section 08700 "Hardware." 4. Section 09912 "Interior Painting" for field painting hollow metal doors and frames. 1.2 REFERENCES A. ANSUSDI A250.8 - Recommended Specifications for Standard Steel Doors and Frames. B. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames, Frames Anchors and Hardware Reinforcing. C. ANSUSDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. D. ANSUSDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. E. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames. F. ASTM A1008 - Standard Specification for Steel Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. G. ASTM A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. H. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, Metallic - Coated by the Hot -Dip Process. I. ASTM C 1363 - Standard Test Method for Thermal Performance of Building Assemblies by Means of a Hot Box Apparatus. J. ANSI/BHMA A156.115 - Hardware Preparation in Steel Doors and Frames. K. ANSI/SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and Frames. L. ANSI/NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association. M. ANSI/NFPA 105: Standard for the Installation of Smoke Door Assemblies. N. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association. O. UL IOC - Positive Pressure Fire Tests of Door Assemblies. P. UL 1784 - Standard for Air Leakage Tests of Door Assemblies. 03871416 HOLLOW METAL FRAMES 08110 - 1 05/17 . Lubbock Power & Light Substation Office Renovation 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, hardware reinforcements, profiles, anchors, fire -resistance rating, and finishes. B. Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the steel door and frame supplier in order to prepare the doors and frames to receive the finish hardware items. C. Shop Drawings: Include the following: 1. Elevations of each frame design. 2. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 3. Locations of reinforcement and preparations for hardware. 4. Details of anchorages, joints, field splices, and connections. 5. Details of accessories. 6. Details of moldings, removable stops, and glazing. 7. Details of conduit and preparations for power, signal, and control systems. D. Samples for Verification: 1. Samples are only required by request of the architect and for manufacturers that are not current members of the Steel Door Institute. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain hollow metal doors and frames through one source from a single manufacturer wherever possible. B. Quality Standard: In addition to requirements specified, comply with ANSI/SDI A250.8, latest edition, "Recommended Specifications for Standard Steel Doors and Frames". C. Pre -Submittal Conference: Conduct conference in compliance with requirements in Section 01300 "Administrative Requirements" with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for installing hollow metal doors and frames and to verify installation of electrical knockout boxes and conduit at frames with electrified or access control hardware. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit and Project site storage. Do not use non -vented plastic. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum in a vertical position with heads up, spaced by blocking, on minimum 4-inch high wood blocking. Do not store in a manner that traps excess humidity. 1. Provide minimum 1/4-inch space between each stacked door to permit air circulation. Door and frames to be stacked in a vertical upright position. 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 03871416 HOLLOW METAL FRAMES 08110 - 2 05/17 Lubbock Power & Light Substation Office Renovation 1.7 COORDINATION A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace doors that fail in materials or workmanship within specified warranty period. B. Warranty includes installation and finishing that may be required due to repair or replacement of defective doors. PART2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. CECO Door Products. 2. Curries Company. 3. Steelcraft. 2.2 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. C. Frame Anchors: ASTM A 653/A 653M, Commercial Steel (CS), Commercial Steel (CS), Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. 2.3 STANDARD HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile. B. Interior Frames: Fabricated from cold -rolled steel sheet that complies with ASTM A 1008/A 1008M. 1. Fabricate frames with mitered or coped corners. 2. Fabricate frames, with the exception of slip-on drywall types, with "closed and tight" miter seams continuously welded on face, finished smooth with no visible seam unless otherwise indicated. 3. Frames for openings up to 48 inches in width: Minimum 16 gauge (0.053 inch) thick steel sheet. 4. Frames for openings 48 inches and wider in width: Minimum 14 gauge (0.067 inch) thick steel sheet. 5. Frames for Wood Doors: Minimum 16 gauge (0.053 inch) thick steel sheet. 4 03871416 HOLLOW METAL FRAMES 08110 - 3 05/17 -'> Lubbock Power & Light Substation Office Renovation 6. Manufacturers Basis of Design: a. CECO Door Products BQBU/DQ/DUBR/DR Series (Drywall Profile). b. Curries Company C/CM/CG Series (Drywall Profile). C. Hardware Reinforcement: Fabricate according to ANSUSDI A250.6 Table 4 with reinforcement plates from same material as frames. 2.4 FRAME ANCHORS A. Jamb Anchors: 1. Stud Wall Type: Designed to engage stud and not less than 0.042 inch thick. B. Floor Anchors: Floor anchors to be provided at each jamb, formed from A60 metallic coated material, not less than 0.042 inches thick. 2.5 HOLLOW METAL PANELS A. Provide hollow metal panels of same materials, construction, and finish as specified for adjoining hollow metal work. 2.6 FABRICATION A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. When shipping limitations so dictate, frames for large openings are to be fabricated in sections for splicing or splining in the field by others. B. Tolerances: Fabricate hollow metal work to tolerances indicated in ANSUSDI A250.8. C. Hollow Metal Frames: 1. Shipping Limitations: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 2. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make L ° smooth, flush, and invisible. a. Welded frames are to be provided with two steel spreaders temporarily J attached to the bottom of both jambs to serve as a brace during shipping and handling. Spreader bars are for bracing only and are not to be used to size the frame opening. 3. High Frequency Hinge Reinforcement: Provide high frequency hinge reinforcements s at door openings 48-inches and wider with mortise butt type hinges at top hinge locations. 4. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge straps for _ t continuous hinges specified in hardware sets in Section 08700 - Door Hardware. 5. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners unless otherwise indicated for removable stops, provide security screws at exterior locations. 6. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. r- 1 03871416 HOLLOW METAL FRAMES 08110 - 4 05/17 I Lubbock Power & Light Substation Office Renovation 7. Jamb Anchors: Provide number and spacing of anchors as follows: a. Stud Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Three anchors per jamb up to 60 inches high. 2) Four anchors per jamb from 60 to 90 inches high. 3) Five anchors per jamb from 90 to 96 inches high. 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof above 96 inches high. 5) Two anchors per head for frames above 42 inches wide and mounted in metal stud partitions. 8. Door Silencers: Except on weatherstripped or gasketed doors, drill stops to receive door silencers. Silencers to be supplied by frame manufacturer regardless if specified in Section 08700 "Hardware." D. Hardware Preparation: Factory prepare hollow metal work to receive template mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door Hardware Schedule and templates furnished as specified in Section 08700 "Hardware." 1. Locate hardware as indicated, or if not indicated, according to ANSUSDI A250.8. 2. Reinforce doors and frames to receive non -template, mortised and surface mounted door hardware. 3. Comply with applicable requirements in ANSUSDI A250.6 and ANSI/DHI Al 15 Series specifications for preparation of hollow metal work for hardware. 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 16 Sections. 2.7 STEEL FINISHES A. Prime Finishes: Doors and frames to be cleaned, and chemically treated to insure maximum finish paint adhesion. Surfaces of the door and frame exposed to view to receive a factory applied coat of rust inhibiting shop primer. 1. Shop Primer: Manufacturer's standard, fast -curing, lead and chromate free primer complying with ANSUSDI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; and compatible with substrate and field -applied coatings. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. General Contractor to verify the accuracy of dimensions given to the steel door and frame manufacturer for existing openings or existing frames (strike height, hinge spacing, hinge back set, etc.) C. Proceed with installation only after unsatisfactory conditions have been corrected. 03871416 HOLLOW METAL FRAMES 08110 - 5 05/17 ` Lubbock Power & Light Substation Office Renovation 3.2 PREPARATION A. Remove welded in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Prior to installation, adjust and securely brace welded hollow metal frames for squareness, alignment, twist, and plumbness. C. Tolerances shall comply with SDI-117 "Manufacturing Tolerances Standard Steel Doors and Frames." D. Drill and tap doors and frames to receive non -template, mortised, and surface -mounted door hardware. 3.3 INSTALLATION A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with ANSI/SDI A250.11 and NFPA 80 at fire rated openings. 1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete and frames properly set and secured, remove temporary braces, leaving surfaces smooth and undamaged. Shim as necessary to comply with installation tolerances. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with post -installed expansion anchors. 3.4 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. B. Remove grout and other bonding material from hollow metal work immediately after installation. C. Prime -Coat and Painted Finish Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat, or painted finishes, and apply touchup of compatible air drying, rust -inhibitive primer, zinc rich primer (exterior and galvanized openings) or finish paint. END OF SECTION 03871416 05/17 HOLLOW METAL FRAMES 08110 - 6 Lubbock Power & Light Substation Office Renovation SECTION 08210 CLAD WOOD DOORS M PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Flush solid core low pressure clad or decorative laminate doors. 2. Factory fitting clad wood doors to frames and factory machining for hardware. 3. Light frames and glazing installed in clad wood doors. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 08110 "Hollow Metal Frames" for clad wood doors in steel frames. 3. Section 08700 "Hardware" for door hardware for clad wood doors. 1.2 REFERENCES A. ANSI A208.1 - Particleboard. B. Intertek Testing Service (ITS Warnock Hersey) - Certification Listings for Fire Doors. C. NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association. D. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association. E. UL IOC - Positive Pressure Fire Tests of Door Assemblies; UL 1784 - Standard for Air Leakage Tests of Door Assemblies. F. Window and Door Manufacturers Association - WDMA I.S.1-A Architectural Wood Flush Doors. 1.3 SUBMITTALS A. Product Data: For each type of door indicated. Include details of core and edge construction, louvers, trim for openings, and WDMA I.S.1-A or AWS classifications. B. Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the clad door supplier in order to prepare the doors and frames to receive the finish hardware items. C. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details not covered in Product Data; location and extent of hardware blocking; and other pertinent data. 1. Indicate dimensions and locations of mortises and holes for hardware. 2. Indicate dimensions and locations of cutouts. 3. Indicate fire protection ratings for fire rated doors. D. Samples for Initial Selection: For decorative laminate door faces. 1. Decorative laminate, 8 by 10 inches, for each color and pattern selected. 2. Corner sections of doors, 12 x 12 inches, with door faces and edges representing actual materials to be used. 3. Frames for light openings, 6 inches long, for each material, type, and finish required. E. Warranty: Sample of special warranties. { 03871416 CLAD WOOD DOORS 08210 - 1 05/ 17 r} s Lubbock Power & Light Substation Office Renovation 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain clad wood doors through one source from a single manufacturer wherever possible. B. Quality Standard: In addition to requirements specified, comply with WDMA I.S.1-A, latest edition, "Industry Standard for Architectural Wood Flush Doors." and the following minimum values (for particle core doors): 1. NWWDA TM-7 Cycle Slam Test: 1,000,000 cycles. 2. NWWDA TM-8 Hinge Loading Test 1,000 lbs. 3. NWWDA TM-10 Edge Screw Holding Test 850 lbs. 4. NWWDA TM-10 Face Screw Holding Test 650 lbs. C. Security Rating for Particle Core Doors: ASTM F 476, Grade 40. D. Pre -Submittal Conference: Conduct conference in compliance with requirements in Section 01300 "Administrative Requirements" with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for receiving, handling, and installing clad wood doors. 1.5 DELIVERY, STORAGE, AND HANDLING A. Comply with requirements of referenced standard and manufacturer's written instructions. B. Package clad wood doors individually in plastic bags or cardboard cartons and wrap bundles of doors in plastic sheeting. C. Mark each door on top rail with opening number used on Shop Drawings. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install doors until spaces are enclosed and weathertight, wet work in spaces is complete and dry, and HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace doors that fail in materials or workmanship within the specified warranty period. 1. Failures include, but are not limited to, the following: a. Warping (bow, cup, or twist) more than 1/4 inch in a 42-by-84-inch section. b. Delaminating of face in decorative laminate faced doors. 2. Warranty includes installation that may be required due to repair or replacement of defective doors. 3. Warranty Period for Solid Core Interior Doors: Life of installation according to manufacturer's written warranty. PART 2 - PRODUCTS 2.1 DOOR CONSTRUCTION, GENERAL A. WDMA I.S.1-A Performance Grade: Extra Heavy Duty; Aesthetic Grade: Premium. 03871416 CLAD WOOD DOORS 08210 - 2 -, 05/17 Lubbock Power & Light Substation Office Renovation B. Particleboard Core Doors: 1. Particleboard for LPDL doors: ANSI A208.1, Grade M-2. 2. Particleboard for HPDL doors: ANSI A208.1, Grade LD-2. 3. Wood Stiles and Rails: As required to meet Extra Heavy Duty Performance level. 4. Blocking: As required to meet Extra Heavy Duty Performance level. C. Mineral Core Doors: 1. Core: Non-combustible mineral product complying with requirements of referenced quality standard and testing and inspecting agency for fire protection rating indicated. 2. Blocking: Provide composite blocking with improved screw holding capability approved for use in doors of fire protection ratings indicated as needed to eliminate through -bolting hardware. 3. Edge Construction: At hinge stiles, provide laminated edge construction with improved screw holding capability and split resistance with outer stile matching polymer edging. 2.2 HIGH PRESSURE DECORATIVE LAMINATE (HPDL) FACED DOORS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Algoma Hardwoods HPDL. 2. Graham HPDL. 3. Marshfield Marquis. 4. VT Industries HPDL. B. Plastic Laminate Faces: High pressure decorative laminates complying with NEMA LD 3, Grade HGS. C. Color or Wood Grain Pattern: As selected by Architect from manufacturer's full line of colors. D. Exposed Edges: Laminate applied to all four edges. E. Provide doors with pilot holes factory drilled for vertical edge hinges and lock sets. F. Construction: Stiles and rails are bonded to core, then entire unit abrasive planed before faces and crossbands are applied. 2.3 FABRICATION A. Factory fit doors to suit frame opening sizes indicated. Comply with clearance requirements of referenced quality standard for fitting unless otherwise indicated. 1. Comply with requirements in NFPA 80 for fire rated doors. B. Factory machine doors for hardware that is not surface applied. Comply with final hardware schedules, door frame Shop Drawings, DHI Al 15-W series standards, and hardware templates. 1. Coordinate with hardware mortises in metal frames to verify dimensions and alignment before factory machining. 4 03871416 CLAD WOOD DOORS 08210 - 3 05/17 4,e Lubbock Power & Light Substation Office Renovation PART 3 - EXECUTION 3.1 EXAMINATION A. Examine doors and installed door frames before hanging doors. 1. Verify that frames comply with indicated requirements for type, size, location, and swing characteristics and have been installed with level heads and plumb jambs. 2. Reject doors with defects. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Hardware: For installation, see Section 08700 "Hardware." B. Installation Instructions: Install doors to comply with manufacturer's written instructions and the referenced quality standard, and as indicated. C. Factory Fitted Doors: Align in frames for uniform clearance at each edge. 3.3 ADJUSTING A. Operation: Re -hang or replace doors that do not swing or operate freely. B. Replace doors that do not comply with requirements. Doors may be repaired if work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION 03871416 CLAD WOOD DOORS 08210 - 4 05/17 Lubbock Power & Light' Substation Office Renovation SECTION 08700 - HARDWARE 1 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mechanical door hardware for the following: a. Swinging doors. B. Related Requirements: I . Divisions 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Door: A hinged or sliding barrier at the entrance of a building or room. B. Leaf. A single independently moving panel of a door. C. Pair: A door with two horizontal leafs. 13 COORDINATION A. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. 1.4 PREINSTALLATION MEETINGS A. Keying Conference: Conduct conference at Project site.Use the first option when access control is not within this contract. I. Conference participants shall include Owner. 2. Incorporate conference decisions into keying schedule after reviewing door hardware keying system including, but not limited to, the following: a. Flow of traffic and degree of security required. b. Preliminary key system schematic diagram. C. Requirements for key control system. d. Address for delivery of keys. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. I. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Door Hardware Schedule: Prepared by or under the supervision of Installer's Architectural Hardware Consultant. Coordinate door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. I . Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the - fabrication of other work that is critical in Project construction schedule. 2. Format: Use same scheduling sequence and format and use same door numbers as in a door hardware schedule in the Contract Documents. 03871416 HARDWARE 08700 - 1 - 05/17 3_ Lubbock Power & Light Substation Office Renovation 3. Content: Include the following information: a. Identification number, location, hand, fire rating, size, and material of each door and frame. b. Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. C. Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. d. Fastenings and other installation information. e. Explanation of abbreviations, symbols, and designations contained in door hardware schedule. f. Mounting locations for door hardware. g. List of related door devices specified in other Sections for each door and frame. C. Keying Schedule: Prepared by or under the supervision of Installer's Architectural Hardware Consultant, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are i coordinated with the Contract Documents. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain each type of door hardware from single manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation. B. Accessibility Requirements: For door hardware on doors in an accessible route, comply with Texas Accessibility Standard. 1. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf. 2. Comply with the following maximum opening -force requirements: a. Interior, Non -Fire -Rated Hinged Doors: 5 lbf applied perpendicular to door. b. Sliding or Folding Doors: 5 lbf applied parallel to door at latch. C. Fire Doors: Minimum opening force allowable by authorities having jurisdiction. 3. Bevel raised thresholds with a slope of not more than 1:2. Provide thresholds not more than 1/2 inch high. 4. Adjust door closer sweep periods so that, from an open position of 90 degrees, the door will take at least 5 seconds to move to a position of 12 degrees from the latch. 5. Adjust spring hinges so that, from an open position of 70 degrees, the door will take at least 1.5 seconds to move to the closed position. 03871416 HARDWARE 08700 - 2 05/17 Lubbock Power & Light Substation Office Renovation 2.3 SCHEDULED DOOR HARDWARE 2.4 2.5 A. Provide products for each door that comply with requirements indicated in Part 2 and door hardware schedule. 1. Door hardware is scheduled in Section 08711 "Door Hardware Schedule." HINGES A. Hinges: BHMA A156.1.Provide hinges per this Article where butt hinges are scheduled. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allegion plc. b. Bommer Industries, Inc. C. Hager Companies. d. McKinney Products Company; an ASSA ABLOY Group company. e. Stanley Commercial Hardware; a division of Stanley Security Solutions. 2. Quantity: Refer to the Installation Article in Part 3 of this Section. 3. Grading: a. On other doors, grade hinges per written manufacturer's recommendations. b. Do not provide hinges less than Grade 3. 4. Base Metals: a. Exterior Doors: Provide hinges on non -rated exterior doors with a base metal of brass, bronze, or stainless steel 300 Series. b. Interior and Rated Doors: Provide hinges on interior and rated doors with a base metal of steel. 5. Finish: US26D. 6. Provide wide throw and swing clear hinges when dimensionally required. MECHANICAL LOCKS AND LATCHES A. Lock Functions: As indicated in door hardware schedule and within this Article. B. Lock Backset: 2-3/4 inches unless otherwise indicated. C. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. 1. Flat -Lip Strikes: For locks with three-piece antifriction latchbolts, as recommended by manufacturer. 2. Extra -Long -Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum -Frame Strike Box: Manufacturer's special strike box fabricated for aluminum framing. 4. Rabbet Front and Strike: Provide on locksets for rabbeted meeting stiles. D. Mortise Locks: BHMA Al56.13; stamped steel case with steel or brass parts; Series 1000. 1. Products: Subject to compliance with requirements, provide one of the following: a. Allegion plc; L9000 or 24/25 Series. b. Arrow USA; an ASSA ABLOY Group company; AM/BM Series C. Best Access Systems; Stanley Security Solutions, Inc; 45H Series. d. Corbin Russwin, Inc.; an ASSA ABLOY Group company; ML2000 Series. e. Hager Companies; 3800 Series. £ Marks USA; 5 Series. g. PDQ Manufacturing; MR Series. h. SARGENT Manufacturing Company; ASSA ABLOY; 8200 Series. 03871416 HARDWARE 08700 - 3 05/17 Lubbock Power & Light Substation Office Renovation i. Stanley Commercial Hardware; a division of Stanley Security Solutions; QM 100 Series. j. Yale Security Inc; an ASSA ABLOY Group company; 8800 Series. E. Finish: BHMA; 626. 2.6 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver. 1. Manufacturers: Subject to compliance with requirements, provide Corbin Russwin, Inc.; cylinders. B. Standard Lock Cylinders: BHMA A156.5; Grade I permanent cores; face finished to match lockset. 1. Core Type: Removable. 2.7 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, appendix. Provide one extra key blank for each lock. Incorporate decisions made in keying conference. 1. Existing System: a. Master key or grand master key locks to Owner's existing system. 2.8 MECHANICAL STOPS AND HOLDERS A. Wall -Mounted Stops: BHMA A156.16. 1. Wall Stops: Provide one L02251, wall stop, per leaf where scheduled. 2.9 DOOR SILENCERS A. General Door Silencers: BHMA A156.16, L03011. 2.10 AUXILIARY DOOR HARDWARE A. Coat Hook Basis -of -Design Product: Rockwood Manufacturing Company; 790 or comparable product. BHMA A156.18; 626. 2.11 FABRICATION A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire -rating labels and as otherwise approved by Architect. 1. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. 03871416 HARDWARE 08700 - 4 05/17 Lubbock Power & Light Substation Office Renovation x C. Fasteners: Provide door hardware manufactured to comply with published templates i prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat -head screws with finished heads to match surface of door hardware unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2. Spacers or Sex Bolts: For through bolting of hollow -metal doors. 3. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated. 4 2.12 FINISHES A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire -rated door assembly construction, wall and floor construction, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Wood Doors: Comply with door and hardware manufacturers' written instructions. 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Wood Doors: DHI's "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work. Do not install surface -mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 03871416 HARDWARE 08700 - 5 05/17 i` i Lubbock Power & Light Substation Office Renovation 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Hinges: Install types and in quantities indicated in door hardware schedule, but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches of leaf height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. D. Stops: Provide wall stops for interior leafs and overhead stops for exterior leafs unless other type stops are indicated in door hardware schedule. 3.4 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 3.5 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.6 DOOR HARDWARE SCHEDULE A. Refer to Section 08711 "Door Hardware Schedule." END OF SECTION 03871416 HARDWARE 08700 - 6 05/17 t Lubbock Power Light Substation Office Renovation SECTION 08711- DOOR HARDWARE SCHEDULE Note: Products scheduled in this Section are specified in Section 08700 "Hardware," unless noted otherwise. SET - ITEMS HWO1 - Interior, Single, Unrated - Office Lockset Doors: 101, 103 Each door to have: 3 ea. Butt Hinges 1 ea. Mortised Lockset: Office F04 1 ea. Lock Cylinder 1 ea. Wall Stop 3 ea. Door Silencers HW02 - Interior, Single, Unrated - Single User RR Doors: 102 Each door to have: 3 ea. Butt Hinges 1 ea. Mortised Lockset: Privacy F22 1 ea. Wall Stop 3 ea. Door Silencers 1 ea. Coat Hook END OF SECTION 03871416 DOOR HARDWARE SCHEDULE 08711 - 1 05/17 1 Lubbock Power & Light Substation Office Renovation SECTION 09250 GYPSUM BOARD SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Metal stud wall framing. 2. Framing accessories. 3. Acoustical sealant. 4. Gypsum board. 5. Cementitious backer board. 6. Taped and sanded joint treatment. 7. Texture finish. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 "Wood Blocking and Curbing" for wood blocking for support of surface mounted accessories specified in other sections. 3. Section 08110 "Hollow Metal Frames." 4. Section 09310 "Ceramic Tile." 5. Section 09912 "Interior Painting" for surface finish. 1.2 REFERENCES A. ANSI Al 18.9 - Cementitous Backer Units. B. ASTM A653 - General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. C. ASTM B221 - Aluminum -alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. D. ASTM C475 - Joint Compound and Joint Tape for Finishing Gypsum Board. E. ASTM C514 - Nails for the Application of Gypsum Board. F. ASTM C557 - Adhesive for Fastening Gypsum Wallboard to Wood Framing. G. ASTM C645 — Nonstructural Steel Framing Members. H. ASTM C754 - Installation of Steel Framing Members to Receive Screw -Attached Gypsum Panel Products. I. ASTM C840 - Application and Finishing of Gypsum Board. J. ASTM C954 - Steel Drill Screws for the Application of Gypsum Board or Metal Plaster Bases to Steel Studs from 0.033 inches to 0.112 inches in Thickness. K. ASTM C1002 — Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs. L. ASTM C1047 - Accessories for Gypsum Wallboard and Gypsum Veneer Base. M. ASTM C1325 - Non -Asbestos Fiber -Mat Reinforced Cement Substrate Sheets. N. ASTM C1396 - Standard Specification for Gypsum Board. O. ASTM D3678 - Rigid Poly (Vinyl Chloride)(PVC) Interior Profile Extrusions. P. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials. Q. ASTM E96 — Water Vapor Transmission of Materials. R. ASTM E119 - Fire Tests of Building Construction and Materials. S. ASTM E336 - Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions. 03871416 GYPSUM BOARD SYSTEMS 09250 - 1 05/17 Lubbock Power & Light Substation Office Renovation T. ASTM El 190 - Strength of Power -Actuated Fasteners Installed in Structural Members. U. FM 1-21 - Fire Resistance of Building Assemblies. V. FS FF-P-395 (Rev. C) - Pin, Drive Guided and Pin Driver, Powder Actuated (Fasteners for Powder Actuated and Hand Actuated Fastening Tools). W. GA-214 - Levels of Gypsum Board Finish. X. GA-600 - Fire Resistance Design Manual. Y. UL - Fire Resistance Directory and Building Material Directory. Z. WHI - Certification Listings. 1.3 SYSTEM DESCRIPTION AND PERFORMANCE A. Design system to accommodate construction tolerances, deflection of building structural members, and clearances of intended openings. B. Partition Component Sizes and Spacings: Design and provide steel framing member sizes and spacing as indicated but not less than that required to comply with ASTM C 754 under the following maximum deflection and lateral loading conditions: 1. Interior Partitions a. Maximum Deflection: L/240 at 5 lbf per sq. ft.; maximum spacing of 16 inches on center unless otherwise indicated. 2. Ceiling Component Sizes and Spacings: As indicated but not less than that required to comply with ASTM C 754, maximum deflection of L/240 and deadload of 5 lbf per sq. ft. minimum, maximum spacing of 16 inches on center for attachment of ceiling to sub -support and 48 inches on center for attachment of main support to sub -support and to structure unless otherwise indicated. 1.4 SUBMITTALS A. Submit following in accordance with provisions of Section 01330: 1. Shop Drawings a. Interior Metal Framing: Indicate special details associated with fireproofing. 2. Product Data: Provide data on metal framing, gypsum board, joint tape, joint compounds and decorative finish. 3. Samples: a. Submit two samples 12 x 12 inch in size illustrating wall texture. 1.5 QUALITY ASSURANCE A. Qualifications 1. Applicator: Company specializing in performing the work of this section with minimum 3 years experience. B. Regulatory Requirements 1. Conform to applicable code for fire rated assembly requirements as scheduled on drawings and conforming to UL as noted. C. Field Samples 1. On actual gypsum board assemblies, prepare field samples of at least 100 sq. ft. in surface area for the following applications. Simulate finished lighting conditions for review of in -place unit of Work. a. Wall surfaces indicated to receive non -textured paint finishes. b. Ceiling surfaces indicated to receive non -textured paint finishes. C. Surfaces indicated to receive textured paint finishes. 03871416 GYPSUM BOARD SYSTEMS 09250 - 2 05/17 Lubbock Power & Light Substation Office Renovation d. Surfaces indicated to receive textured finishes specified in this Section. D. Material Compatibility 1. Obtain finishing materials from either the same manufacturer that supplies gypsum board and other panel products or from a manufacturer acceptable to gypsum board manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in original packages, containers, or bundles bearing brand name and identification of manufacturer or supplier. B. Store materials inside under cover and keep dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. C. Neatly stack gypsum panels flat to prevent sagging. D. Handle gypsum board to prevent damage to edges, ends, and surfaces. E. Do not bend or otherwise damage metal corner beads and trim. 1.7 PROJECT CONDITIONS A. Environmental Conditions 1. General: Establish and maintain environmental conditions for applying and finishing gypsum board to comply with ASTM C840 and with gypsum board manufacturer's recommendations. 2. Room Temperatures a. For nonadhesive attachment of gypsum board to framing, maintain not less than 40 deg F. b. For adhesive attachment and finishing of gypsum board, maintain not less than 50 deg F for 48 hours prior to application and continuously after until dry. C. Do not exceed 95 deg F when using temporary heat sources. 3. Ventilation: Ventilate building spaces, as required, for drying joint treatment materials. Avoid drafts during hot dry weather to prevent finishing materials from drying too rapidly. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Metal Studs 1. AllSteel & Gypsum Products, Inc. 2. California Expanded Metal Products Company (CEMCO). 3. Clark Dietrichrm Building Systems. 4. Consolidated Fabricators Corp.; Building Products Division. 5. Craco Mfg., Inc. 6. Custom Stud Inc. 7. Design Shapes in Steel. 8. Marino WARE. 9. Olmar Supply, Inc. 10. SCAFCO Corporation. 11. State Building Products, Inc. 03871416 GYPSUM BOARD SYSTEMS 09250 - 3 05/ 17 ;t Lubbock Power & Light Substation Office Renovation 12. Steel Construction Systems. 13. Super Stud Building Products, Inc. 14. Telling Industries, LLC. B. Gypsum Board 1. American Gypsum. 2. BPB America, Inc. 3. CertainTeed/Saint-Gobain. 4. Georgia-Pacific Gypsum LLC. 5. National Gypsum Co. 6. PABCO Gypsum. 7. USG Corp. C. Accessories 1. Celotex Building Products. 2. Fire Trak Corp. 3. Flex -Ability Concepts. 4. Georgia-Pacific Gypsum LLC. 5. National Gypsum Co. 6. The Steel Network, Inc. 7. USG Corp. D. Substitutions: Section 01600 - Product Requirements. 2.2 MATERIALS A. Interior Framing 1. Studs a. To Receive Gypsum Board: ASTM C645; galvanized sheet steel, minimum 26 gage thick (unless otherwise specified or required by partition height for loading specified in "SYSTEM DESCRIPTION AND PERFORMANCE"), C shape, with knurled faces. Double 20 gage studs at door frame jambs. 2. Bottom Tracks: ASTM C645; galvanized sheet steel, same as studs, C shape, with knurled faces. 3. Top Tracks a. Partitions Not Extending to Bottom of Deck or Structure: Same material and construction as bottom track. b. Partitions Extending to Bottom of Deck or Structure: At contractor's option, provide shop fabricated deflection track or deep leg track with deflection clips complying with the following; 1) Deflection Track: Galvanized sheet steel, same gage as metal studs, C shaped, with minimum 3 inch legs offset 5/8 inch at the midpoint. Track equal to "Shadowline" design by Fire Track. 2) Deep Leg Track: Stud manufacturer's galvanized sheet steel, same gage as metal studs, C shaped, with minimum 3 inch legs. 3) Deflection Clips: Galvanized sheet steel, same gage as metal studs, L shaped, with 2 or 3 slots as required by stud depth with allowance for 3/4 inch maximum vertical deflection. Clips equal to Steel Network SL or SLD series. 4. Furring, Framing and Accessories: ASTM C645. 5. Interior Channels: ASTM C645; Hot or Cold -rolled steel, rust inhibitive coating. 03871416 GYPSUM BOARD SYSTEMS 09250 - 4 05/17 �j 1 - Lubbock Power & Light Substation Office Renovation 6. Grid Suspension System for Interior Ceilings: ASTM C645, manufacturer's standard direct -hung grid suspension system composed of main beams and cross furring members that interlock to form a modular supporting network. 7. Steel Resilient Furring Channels: Manufacturer's standard product designed to reduce sound transmission, fabricated from steel sheet complying with ASTM A 525 or ASTM A 568 to form 1/2-inch-deep channel of the following configuration: a. Single -Leg Configuration: Asymmetric -shaped channel with face connected to a single flange by a single slotted leg (web). b. Double -Leg Configuration: Hat -shaped channel, with 1-1/2-inch-wide face connected to flanges by double slotted or expanded metal legs (webs). C. Configuration: Either configuration indicated above. B. Gypsum Board 1. Standard Gypsum Board: ASTM C1396; 5/8 inch thick except where otherwise scheduled, maximum permissible length; ends square cut, tapered edges. 2. Fire Rated Gypsum Board: ASTM C1396; fire resistive type, UL rated; 5/8 inch thick except where otherwise scheduled, maximum permissible length; ends square cut, tapered edges. 3. Moisture Resistant Gypsum Board: ASTM C1396; 5/8 inch thick except where otherwise scheduled, maximum permissible length; ends square cut, tapered edges. C. Accessories 1. Trim: a. Corner Beads: ASTM C1047; Galvanized steel with knurled faces, 1-1/4 inch wide flanges. Provide flexible corner beads where required for curved (arched) edges. b. Edge Trim: ASTM C1047; Galvanized steel with knurled faces, types as indicated. C. J-Wallboard Casing: ASTM C1047; Galvanized steel with knurled faces, face -nailed type with exposed surface requiring joint treatment unless otherwise indicated. d. Expansion/Control Joint Trim: One-piece, rolled zinc with V-shaped slot and removable strip covering slot opening. 2. Furring Brackets: ASTM C645; galvanized steel. Serrated -arm type, adjustable, minimum thickness of base (uncoated) metal of 0.0329 inch, designed for screw attachment to steel studs and steel rigid furring channels used for furring. 3. Joint Materials: ASTM C475; reinforcing tape, joint compound, adhesive, and water. 4. Wall and Ceiling Texture: Latex based aggregated texturing material. 5. Fasteners a. Framing to Substrate: Tie wire, nails, screws and other metal supports, of type and size to suit application; to rigidly secure materials in place. b. Powder -Actuated Fasteners in Concrete: FS FF-P-395 (Rev. C), size and type recommended by framing manufacturer. C. Metal Framing to Metal Framing: Manufacturer's standard screw attachments. d. Gypsum Board to Metal Framing 1) Screws complying with ASTM C954; type as required for substrate indicated. 2) Adhesive: ASTM C557. e. Gypsum Board to Wood Framing: Nails complying with ASTM C514. Tie and Hanger Wire: ASTM A 641, Class 1 zinc coating, soft temper, with capability to sustain, without failure, a load equal to 10 times that imposed by 03871416 05/ 17 GYPSUM BOARD SYSTEMS 09250 - 5 Lubbock Power & Light i Substation Office Renovation j x ceiling construction, as determined by testing per ASTM E 1190 conducted by a qualified testing agency. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01300. B. Verify that site conditions are ready to receive work and substrates to which gypsum board assemblies attach comply with requirements for installation tolerances and other conditions affecting performance of assemblies specified in this Section. C. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Metal Studs 1. General a. Install studs in accordance with ASTM C754 and manufacturer's instructions. b. Metal Stud Spacing: Maximum of 16 inches on center or less as required to meet "SYSTEM DESCRIPTION AND PERFORMANCE" criteria (regardless of fire rated partition allowances for wider spacings). 2. Form all corners and intersections using conventional three stud framing. 3. Interior Partition a. Refer to Drawings for indication of partitions extending through the ceiling bracing and for partitions extending through the ceiling structure above. b. Non -Fire Rated Partitions: Brace partitions, extending above ceiling only, with runner track running diagonally from top of partition to underside of roof or floor deck above and space alternately at 4 feet on center maximum. 4. Door Opening Framing: Install double studs at door frame jambs. Install stud tracks on each side of opening, at frame head height, and between studs and adjacent studs. 5. Blocking: Nail or screw wood blocking to studs. Install blocking for support of finish carpentry items, plumbing fixtures, toilet partitions, wall cabinets, toilet accessories, and hardware. 6. Coordinate installation of wood bucks, anchors, and wood blocking with electrical and mechanical work to be placed within or behind stud framing. i B. Ceiling Framing 1. Install in accordance with ASTM C754 and manufacturer's instructions. 2. Coordinate location of hangers with other work. 3. Install ceiling framing independent of walls, columns, and above ceiling work. - 4. Reinforce openings in ceiling suspension system which interrupt main carrying channels or furring channels, with lateral channel bracing. Extend bracing minimum 24 inches past each end of openings._ 5. Laterally brace entire suspension system. C. Gypsum Board [ 1. Install gypsum board in accordance with ASTM C840 and manufacturer's j instructions. 2. Erect single layer standard gypsum board in most economical direction, with ends and edges occurring over firm bearing. 3. Erect single layer fire rated gypsum board, with edges and ends occurring over firm bearing. 03871416 GYPSUM BOARD SYSTEMS 09250 - 6 05/17 I Lubbock Power & Light Substation Office Renovation 4. Use screws when fastening gypsum board to metal furring or framing. 5. Treat cut edges and holes in moisture resistant gypsum board with sealant. 6. Control Joints a. Place control joints consistent with lines of building spaces as required by ASTM C840. b. Install control joints in walls exceeding 30 feet in length when walls do not have a change in plane. C. Install control joints centered above each jamb of all door frames. Extend control joint from top of frame head to top of partition. d. Install control joints in gypsum board ceilings where the horizontal plane of inside/outside corners occur, at change in vertical planes and other locations indicated on the drawings. Continue horizontal plane control joints up vertical face of gypsum board when a change in vertical plane occurs. 7. Place corner beads at all exposed external corners. Use longest practical length. Place edge trim where gypsum board abuts dissimilar materials at all exposed locations. Leave a 1/4 inch space between edge trim and dissimilar material. Seal 1_ joint with sealant specified in Section 07900. D. Joint Treatment 1. Gypsum Board: Install joint treatment in conformance with ASTM C840 and to level as defined by GA-214 and as scheduled at the end of this Section. 2. Cementitious Backing Board: Tape joints and corners in accordance with manufacturer's written instructions. E. Texture Finish 1. Walls: Spray apply medium finish texture coating in accordance with manufacturer's instructions and approved sample, to all surfaces scheduled to receive paint. 2. Ceilings: Spray apply medium finish texture coating in accordance with L manufacturer's instructions and approved samples. 3.3 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from plumb and true Flatness: 1/8 inch in 10 feet in any direction. 3.4 JOINT TREATMENT SCHEDULE A. Level 1: All gypsum board surfaces concealed above ceilings. B. Level 2: All gypsum board surfaces scheduled to receive ceramic tile and behind fixed millwork. C. Level 3: All gypsum board surfaces scheduled to receive spray applied texture. D. Level 4: All gypsum board surface scheduled to receive flat paint. E. Level 5: All gypsum board surfaces scheduled to receive a smooth, non -textured finish. END OF SECTION 03871416 05/17 GYPSUM BOARD SYSTEMS 09250 - 7 Lubbock Power & Light_ Substation Office Renovation SECTION 09310 j CERAMIC TILE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Porcelain tile. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 07900 "Joint Sealers" for sealing of expansion, contraction, control, and isolation joints in tile surfaces. 3. Section 09250 "Gypsum Board Systems" for cementitious backer units. 1.2 DEFINITIONS A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A137.1 apply to Work of this Section unless otherwise specified. B. ANSUTCNA A108.10 — Installation of Grout in Tilework. C. ANSUTCNA A118.6 — Ceramic Tile Grouts. D. ANSUTCNA A137.1 — Specifications for Ceramic Tile. E. ASTM C 1027 — Standard Test Method for Determining Visible Abrasion Resistance of Ceramic Tile. F. ASTM C 1028 — Standard Test Method for Determining the Static Coefficient of Friction. G. TCNA (Tile Council of North America) — Handbook for Ceramic Tile Installation. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product, indicating material specifications, characteristics, and instructions for using adhesives and grouts. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. C. Samples for Initial Selection: For tile, grout, and accessories involving color selection. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Master Grade Certificates: For each shipment, type, and composition of tile, signed by tile manufacturer and Installer. C. Product Certificates: For each type of product. D. Product Test Reports: For tile -setting and -grouting products and certified porcelain tile. 03871416 CERAMIC TILE 09310 - 1 05/ 17 9 : Lubbock Power & Light Substation Office Renovation 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match and are from same production runs as products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed for each type, composition, color, pattern, and size indicated. 2. Grout: Furnish quantity of grout equal to 3 percent of amount installed for each type, composition, and color indicated. 1.6 QUALITY ASSURANCE A. Installer Qualifications: 1. Installer is a five-star member of the National Tile Contractors Association or a Trowel of Excellence member of the Tile Contractors' Association of America. 2. Installer's supervisor for Project holds the International Masonry Institute's Foreman Certification. 3. Installer employs Ceramic Tile Education Foundation Certified Installers or installers recognized by the U.S. Department of Labor as Journeyman Tile Layers. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI A137.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing. 1.8 FIELD CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Tile: Obtain tile of each type and color or finish from single source or producer. 1. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from single manufacturer and each aggregate from single source or producer. 1. Obtain setting and grouting materials, except for unmodified Portland cement and aggregate, from single manufacturer. 03871416 CERAMIC TILE 09310 - 2 05/17 Lubbock Power & Light Substation Office Renovation C. Source Limitations for Other Products: Obtain each product specified from a single manufacturer. 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI Al37.1 for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements unless otherwise indicated. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified. C. Factory Blending: For tile exhibiting color variations within ranges, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. 2.3 TILE PRODUCTS A. Acceptable Manufacturers: 1. Concept Surfaces. 2. Daltile. 3. Horizon Tile. 4. Pantheon. B. Basis -of -Design: 1. Wall Tile: Daltile/Folio One a. Type: Ceramic Wall Tile. b. Size: 4 inch by 4 inch. C. Thickness: 3/8 inch. d. Moisture Absorption: < 16.3 percent. e. Color: As selected by Architect from manufacturer's full line of colors. C. Adhesives 1. Epoxy Adhesives: ANSI/TCNA A108A; thinset bond type. 2. Portland Cement Mortar: ANSI/TCNA A 108.2; thickset a. To be used in toilet shower wallboard and all toilet floors. D. Grout 1. Premixed cementitious with latex additives; ANSI 1118.6. 2. Colors: As selected by Interior Designer from manufacturer's full range of colors. 2.4 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. 2.5 TILE BACKING PANELS A. Cementitious Backer Units: Refer to Section 09250 "Gypsum Board Systems." 03871416 CERAMIC TILE 09310 - 3 05/17 €. Lubbock Power & Light Substation Office Renovation .', 2.6 WATERPROOF MEMBRANE A. General: Manufacturer's standard product that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer. 2.7 MISCELLANEOUS MATERIALS A. Trowelable Underlayments and Patching Compounds: Latex -modified, portland cement - based formulation provided or approved by manufacturer of tile -setting materials for installations indicated. B. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces, specifically approved for materials and installations indicated by tile and grout manufacturers. C. Grout Sealer: Manufacturer's standard product for sealing grout joints and that does not change color or appearance of grout. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify that substrates for setting tile are firm; dry; clean; free of coatings that are incompatible with tile -setting materials, including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. B. Verify that substrates are plumb and level and have square corners with the following maximum variations: 1. Subfloor Surface: 1/8 inch from true flat in 10 feet with no abrupt, irregularities greater than 1/32 inch. 2. Vertical Surfaces: a. Deviation from Plumb: 1/8 inch in 8 feet. b. Deviation from Alignment: 1/8 inch in 10 feet. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect surrounding work from damage or disfiguration. B. Vacuum clean existing substrate and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surface to acceptable flatness tolerances. D. Apply conditioner to surfaces as recommended by adhesive manufacturer. 3.3 INSTALLATION A. General 1. Install tile and grout in accordance with manufacturer's instructions. 2. Do not interrupt tile pattern through openings. 3. Cut and fit tile tight to penetrations through tile. 03871416 05/ 17 CERAMIC TILE 09310 - 4 Lubbock Power & Light Substation Office Renovation 4. Form corners and bases neatly. 5. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess adhesive, or excess grout. 6. Allow tile to set for a minimum of 48 hours prior to grouting. 7. Grout tile joints and damp cure for a minimum of 72 hours after installation. 8. Apply sealant in lieu of grout to junction of tile and dissimilar materials and at �- junction of dissimilar planes. B. Control Joints 1. Provide joints where indicated on drawings, and if not indicated, provide in accordance with TCNA Handbook for Ceramic Tile Installation. 2. Keep control joints free of mortar adhesive or grout. Apply sealant to joints. 3. Seal joint with sealant specified in Section 07900 — Joint Sealers. C. Wall Tile 1. Over cementitious back units, install in accordance with ANSI 108.5 and TCNA Handbook number W244. 2. Over gypsum wallboard, install in accordance with ANSI 108.5 and TCNA Handbook number W243. p D. Joint Widths: 1/16 inch. E. Grout Sealer: Apply grout sealer to grout joints according to grout sealer manufacturer's written instructions. As soon as grout sealer has penetrated grout joints, remove excess sealer from tile faces by wiping with soft cloth. 3.4 TOLERANCES A. Install tile with the following variations from true flatness: 1. 1/8 inch in 10 feet in any direction. 2. From edge of tile to edge of adjacent tile: 1/32 inch. B. Install grout with the following variation from flush with tile surface: 1. Maximum 3/64 inch for 1/4 inch wide joint. 2. Maximum 1/16 inch for 3/8 inch wide joint. 3.5 FIELD QUALITY CONTROL A. Sound tile after setting. B. Replace hollow sounding units. 3.6 ADJUSTING AND CLEANING A. Wash tile thoroughly to remove all residue. B. Use of acid in cleaning solution is prohibited. C. Replace all broken, chipped, or otherwise damaged tile. D. Remove and replace tiles that do not conform to specified tolerances. 3.7 PROTECTION A. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. If recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. 03871416 CERAMIC TILE 09310 - 5 05/17 Lubbock Power & Light Substation Office Renovation B. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. C. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. END OF SECTION 03871416 CERAMIC TILE 09310 - 6 05/17 Lubbock Power & Light Substation Office Renovation SECTION 09510 ACOUSTICAL CEILINGS PART1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Suspended metal grid ceiling system. 2. Acoustical panels. 3. Non -fire rated assemblies. 4. Perimeter trim. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 09912 "Interior Painting" for painting existing ceiling suspension system. 3. Division 15 "Sprinkler Systems" for sprinkler heads in ceiling system. 4. Division 15 "Air Outlets and Inlets" for air diffusion devices in ceiling system. 5. Division 16 "Lighting" for light fixtures in ceiling system. 6. Division 16 "Public Address and Music Equipment" for speakers in ceiling system. 1.2 REFERENCES A. ASTM C423 Sound Absorption and Sound Absorption Coefficients by the Reverberation Room Method. B. ASTM C635 - Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings. C. ASTM C636 - Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels. D. ASTM E 84-87 Test Method for Surface Burning Characteristics of Building Materials. E. ASTM E 90-87 Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions. F. ASTM E 119-83 Fire Tests of Building Construction and Materials. G. ASTM E580 - Application of Ceiling Suspension Systems for Acoustical Tile and Lay -in Panels in Areas Requiring Seismic Restraint. H. ASTM E1111 Measuring the Interzone Attenuation of Ceiling Systems. I. ASTM E1414 Airborne Sound Attenuation Between Rooms Sharing a Common Ceiling Plenum. J. ASTM E 1264 Standard Classification for Acoustical Ceiling Products K. CISCA - Acoustical Ceilings: Use and Practice. L. UL - Underwriter's Laboratories, Fire Resistance Directory, System Ratings. M. UL - Underwriter's Laboratories, Building Materials Directory. 1.3 SYSTEM DESCRIPTION A. Installed System: Conform to UL design no. P214, 1 hour rating for Type Cl acoustic units where indicated on the drawings. Fj 03871416 ACOUSTICAL CEILINGS 09510 - 1 05/17 Lubbock Power & Light Substation Office Renovation 1.4 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacture of ceiling suspension system and ceiling panels with five years minimum experience. B. Installer: Company with three years minimum documented experience. 1.5 REGULATORY REQUIREMENTS A. Conform to NFPA 101 code for fire rated assembly and combustibility requirements for materials. B. Provide acoustical panels with the following surface burning characteristics as determined by testing identical products per ASTM E 84: 1. Flame Spread: Class I, 0-25. 2. Smoke Developed: 450 or less. C. Identify acoustical panels with appropriate markings of applicable testing and inspecting organization. 1.6 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate grid layout and related dimensioning, junctions with other work or ceiling finishes, interrelation of mechanical and electrical items related to system. Indicate method of suspension where interference exists. C. Product Data 1. Provide product data on metal grid system components, acoustic units, and accessories. 2. Submit manufacturer's standard printed installation instructions. D. Samples 1. Submit two samples, 12 x 12 inch in size, illustrating material and finish of acoustic units. 2. Submit two samples each, 12 inches long, of suspension system main runner, cross runner, and edge trim. E. Manufacturer's Installation Instructions: Submit special procedures, and perimeter conditions requiring special attention. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver acoustical units to project site in original unopened packages. B. Store materials in enclosed space protected against damage from moisture, direct sunlight and surface contamination. C. Handle acoustic units carefully to avoid chipping edges or surface finish. 1.8 PROJECT CONDITIONS A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of 40 percent prior to, during, and after acoustic unit installation. 03871416 05/17 ACOUSTICAL CEILINGS 09510 - 2 Lubbock Power & Light Substation Office Renovation 1.9 SEQUENCING/SCHEDULING <, A. Do not install acoustical ceilings until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. ` z B. Schedule installation of acoustic units after interior wet work is dry. 1.10 WARRANTY A. System Warranty: Provide manufacturer's standard 30 year warranty against rust and corrosion of the grid system and sagging, warping or shrinking of Type C panels when installed in accordance with manufacturer's written instructions and using manufacturer's grid system and ceiling panels. B. Grid System: Provide manufacturer's standard 10 year warranty against rust and corrosion when installed in accordance with manufacturer's written instructions. C. Acoustical Panels: Provide manufacturer's standard 10 year warranty against sagging, warping or shrinking of Type C 1 panels when installed in accordance with manufacturer's written instructions. 1.11 EXTRA MATERIALS A. Provide to Owner 1 box of acoustical ceiling unit specified. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Armstrong World Industries; Lancaster, PA B. Celotex Building Products; Tampa, FL C. USG Interiors; Chicago, IL D. Substitutions: Refer to Section 01600 "Product Requirements." 2.2 MATERIALS A. Suspension Systems i 1. Grid - For Type C 1 units a. Conformance: ASTM C635, intermediate duty, non -fire rated. b. Materials: Commercial quality cold rolled steel with galvanized coating. C. Exposed T-Bars: 1-1/2" wide shadow line with continuous factory applied closed cell foam gaskets on panel support surface. L_A d. Concealed T-Bars: 15/16" wide upward access. e. Wall Angle 1) Straight Walls: 1-1/2" wide 90 degree L type shadow line type with ' continuous factory applied closed cell foam gaskets on panel support surface. £ Finish: Factory applied white baked enamel.- 2. Accessories a. Stabilizer bars, fixture clips, splices, inside/outside corner covers, bullnose corner covers, and hold down clips as required for suspended grid system. t 03871416 ACOUSTICAL CEILINGS 09510 - 3 05/17 a. Lubbock Power & Light Substation Office Renovation b. Manufacturer's standard snap over corner cover for field cutting. C. Finish: Factory applied white baked enamel to match exposed grid system. B. Gasket for Perimeter Moldings: Suspension system manufacturer's standard closed cell tape. C. Touch-up Paint: Acoustical Unit manufacturer's standard type and color to match acoustic and grid units. D. Attachment Devices 1. Size for five times the design load indicated in ASTM C 635, Table 1, "Direct Hung", unless otherwise indicated. 2. Anchors in Concrete a. Anchors of type and material indicated below, with holes or loops for attaching hangers of type indicated and with capability to sustain, without failure, a load equal to five times that imposed by ceiling construction, as determined by testing per ASTM E 488 or ASTM E 1512 as applicable, conducted by a qualified testing and inspecting agency. 1) Type: Post -installed expansion anchors. 2) Corrosion Protection: Carbon -steel components zinc plated to comply with ASTM B 633, Class Fe/Zn 5 (0.005 mm) for Class SC 1 service condition. 3) Power -Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching hangers of type indicated, and with capability to sustain, without failure, a load equal to 10 times that imposed by ceiling construction, as determined by testing per ASTM E 1190, conducted by a qualified testing and inspecting agency. 3. Wire Hangers, Braces and Ties: a. Zinc -Coated Carbon -Steel Wire: ASTM A 641/A 641 M, Class 1 zinc coating, soft temper. b. Size: Select wire diameter so its stress at three times hanger design load (ASTM C635, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.016 inch diameter wire. E. Support Channels and Hangers: Galvanized; size and type to suit application, to rigidly secure acoustic ceiling system including integral mechanical and electrical components with maximum deflection of 1/360. F. Acoustic Units 1. Conformance: ASTM E1264. 2. Type C1 Units a. Size: 24 x 48 inches. b. Thickness: 3/4 inches. C. Type: III d. Form:2 e. Light Reflectance: 82 percent average f. NRC Range: 0.55. g. CAC Range: Minimum 33 h. Fire Hazard Classification: None. i. Edge Detail: Angled Tegular. j. Surface Color: White. k. Pattern: C. 1. Acceptable Product: Armstrong; Cortega Second Look. 03871416 ACOUSTICAL CEILINGS 09510 - 4 05/ 17 d" Lubbock Power & Light Substation Office Renovation { PART 3 - EXECUTION 3.1 INSPECTION A. Verify that existing conditions are ready to receive work. B. Verify that layout of hangers will not interfere with other work. C. Verify that walls and partitions are plumb and straight within specified tolerances. D. Beginning of installation means acceptance of existing conditions. 3.2 INSTALLATION A. Suspension System 1. Install system in accordance with ASTM C636, manufacturer's instructions and as supplemented in this Section. 2. Install system capable of supporting imposed loads to a deflection of 1/360 maximum. 3. Install after major above ceiling work is complete. 4. Coordinate the location of hangers with other work. 5. If metal deck is not supplied with hanger tabs, coordinate the installation of hanger clips during steel deck erection. Provide additional hangers and inserts as required. 6. Hang system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. 7. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. 8. Center system on room axis leaving equal border units no less than 50 percent of acoustical unit size in accordance with reflected ceiling plan. 9. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. 10. Support fixture loads by supplementary hangers located within 6 inches of each corner; or support components independently. 11. Do not eccentrically load system, or produce rotation of runners. 12. Perimeter Molding a. Install edge molding at intersection of ceiling and vertical surfaces with continuous gasket. b. Use longest practical lengths. C. Miter and rivet inside corners. d. Miter and rivet outside comers. e. Install at junctions with other interruptions. 13. Install light fixture boxes constructed of acoustic panel above light fixtures in accordance with UL assembly requirements and light fixture ventilation requirements. B. Acoustic Units 1. Fit in place, free from damaged edges or other defects detrimental to appearance and function. 2. Install acoustic units in accordance with manufacturer's installation instructions. 3. Fit border neatly against abutting surfaces. 4. Install acoustic units level, in uniform plane, and free from twist, warp, and 5. Install level, in uniform plane, and free from twist, warp and dents. 6. Rabbet edges of field cut reveal edge border tile to match factory edges. Paint field cut edges to match factory finish. 03871416 ACOUSTICAL CEILINGS 09510 - 5 05/ 17 Lubbock Power & Light Substation Office Renovation 7. Cutting Acoustic Units a. Cut to fit irregular grid and perimeter edge trim. b. Cut square edges to field cut units. C. Double cut and field paint exposed edges of angled units. C. Accessories 1. Install hold-down clips to retain panels tight to grid system within 10 ft. of an exterior door. 2. Install light fixture boxes constructed in accordance with UL assembly requirements. 3.3 TOLERANCES A. Variation from Flat and Level Surface: 1/8 inch in 10 ft. B. Maximum variation from Plumb of Grid Members Caused by Eccentric Loads: Two degrees maximum. 3.4 EXTRA STOCK A. Provide two full cartons extra quantity of each type acoustic units specified to Contracting Officer at location designated. END OF SECTION 03871416 ACOUSTICAL CEILINGS 09510 - 6 05/17 Lubbock Power & Light Substation Office Renovation SECTION 09650 - RESILIENT BASE AND ACCESSORIES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Vinyl base. 2. Vinyl molding accessories. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each exposed product and for each color and texture specified. PART 2 - PRODUCTS 2.1 VINYL BASE A. Manufacturers: Subject to compliance with requirements, available manufacturers offering t- products that may be incorporated into the Work include, but are not limited to, the following: 1. Armstrong World Industries, Inc. 2. Johnsonite; A Tarkett Company. 3. Roppe Corporation, USA. B. Product Standard: ASTM F 1861, Type TV (vinyl, thermoplastic). 1. Style and Location: a. Style B, Cove: Provide in areas with resilient floor coverings. C. Minimum Thickness: 0.125 inch. D. Height: 4 inches. E. Lengths: Coils in manufacturer's standard length. F. Outside Corners: Job formed. G. Inside Corners: Job formed. t H. Colors and Patterns: As selected by Architect from manufacturer's full range of colors. f 2.2 VINYL MOLDING ACCESSORY A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Armstrong World Industries, Inc. 2. Johnsonite; A Tarkett Company. 3. Roppe Corporation, USA. B. Description: Vinyl transition strips. C. Profile and Dimensions: As indicated. D. Locations: At floor type transitions. 03871416 RESILIENT BASE AND ACCESSORIES 09650 - 1 - 05/17 Lubbock Power & Light Substation Office Renovation I_. 2.3 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex -modified, portland-cement-based or blended hydraulic -cement -based formulation provided or approved by resilient -product manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by resilient -product manufacturer for resilient products and substrate conditions indicated. 1. Adhesives shall have a VOC content of 50 g/L or less. C. Floor Polish: Provide protective, liquid floor -polish products recommended by resilient stair -tread manufacturer. PART 3 - EXECUTION 3.1 PREPARATION A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates for Resilient Stair Accessories: Prepare horizontal surfaces according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrate alkalinity falls within range on pH scale recommended by manufacturer in writing, but not less than 5 or more than 9 pH. 4. Moisture Testing: Perform tests so that each test area does not exceed 1000 sq. ft., and perform no fewer than three tests in each installation area and with test areas evenly spaced in installation areas. a. Anhydrous Calcium Chloride Test: ASTM F 1869. Proceed with installation only after substrates have maximum moisture -vapor -emission rate of 3 lb of water/1000 sq. ft. in 24 hours. b. Relative Humidity Test: Using in -situ probes, ASTM F 2170. Proceed with installation only after substrates have a maximum 75 percent relative humidity level measurement. C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound; remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install resilient products until materials are the same temperature as space where they are to be installed. E. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient products. 3.2 RESILIENT BASE INSTALLATION A. Comply with manufacturer's written instructions for installing resilient base. B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required. C. Install resilient base in lengths as long as practical without gaps at seams and with tops of i„ adjacent pieces aligned. 03871416 RESILIENT BASE AND ACCESSORIES 09650 - 2 05/17 Lubbock Power & Light Substation Office Renovation D. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. E. Do not stretch resilient base during installation. F. On masonry surfaces or other similar irregular substrates, fill voids along top edge of resilient base with manufacturer's recommended adhesive filler material. G. Job -Formed Corners: 1. Outside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. a. Form without producing discoloration (whitening) at bends. 2. Inside Corners: Use straight pieces of maximum lengths possible and form with returns not less than 3 inches in length. a. Miter corners to minimize open joints. ' 3.3 RESILIENT ACCESSORY INSTALLATION A. Comply with manufacturer's written instructions for installing resilient accessories. B. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of floor covering that would otherwise be exposed. 3.4 CLEANING AND PROTECTION A. Comply with manufacturer's written instructions for cleaning and protecting resilient products. B. Floor Polish: Remove soil, adhesive, and blemishes from resilient stair treads before applying liquid floor polish. 1. Apply two coat(s). C. Cover resilient products subject to wear and foot traffic until Substantial Completion. END OF SECTION 03871416 RESILIENT BASE AND ACCESSORIES 09650 - 3 - 05/17 Lubbock Power & Light Substation Office Renovation SECTION 09669 - RESILIENT TILE FLOORING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Solid vinyl floor tile. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1.3 CLOSEOUT SUBMITTALS A. Maintenance data. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are competent in techniques required by manufacturer for floor tile installation. PART 2 - PRODUCTS 2.1 SOLID VINYL FLOOR TILE A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1. Armstrong World Industries, Inc. 2. Johnsonite; A Tarkett Company. 3. Mannington Mills, Inc. 4. Shaw Contract Group; a Berkshire Hathaway company. B. Tile Standard: ASTM F 1700. 1. Class: Class III, Printed Film Vinyl Tile. 2. Type: B, Embossed Surface. C. Thickness: 0.120 inch. D. Size: 12 by 12 inches or 18 by 18 inches. 2.2 INSTALLATION MATERIALS A. Trowelable Leveling and Patching Compounds: Latex -modified, portland-cement-based or blended hydraulic -cement -based formulation provided or approved by floor tile manufacturer for applications indicated. B. Adhesives: Water-resistant type recommended by floor tile and adhesive manufacturers to suit floor tile and substrate conditions indicated. C. Floor Polish: Provide protective, liquid floor -polish products recommended by floor tile manufacturer. 03871416 RESILIENT TILE FLOORING 09669 - 1 05/17 Lubbock Power & Light Substation Office Renovation PART 3 - EXECUTION 3.1 PREPARATION A. Prepare substrates according to floor tile manufacturer's written instructions to ensure adhesion of resilient products. B. Concrete Substrates: Prepare according to ASTM F 710. 1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by floor tile manufacturer. Do not use solvents. 3. Alkalinity and Adhesion Testing: Perform tests recommended by floor tile manufacturer. Proceed with installation only after substrate alkalinity falls within range on pH scale recommended by manufacturer in writing, but not less than 5 or more than 9 pH. 4. Moisture Testing: Perform tests so that each test area does not exceed 1000 sq. ft., and perform no fewer than three tests in each installation area and with test areas evenly spaced in installation areas. a. Anhydrous Calcium Chloride Test: ASTM F 1869. Proceed with installation only after substrates have maximum moisture -vapor -emission rate of 3 lb of water/1000 sq. ft. in 24 hours. b. Relative Humidity Test: Using in -situ probes, ASTM F 2170. Proceed with installation only after substrates have a maximum 75 percent relative humidity level measurement. C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound; remove bumps and ridges to produce a uniform and smooth substrate. D. Do not install floor tiles until materials are the same temperature as space where they are to be installed. 1. At least 48 hours in advance of installation, move resilient floor tile and installation materials into spaces where they will be installed. E. Immediately before installation, sweep and vacuum clean substrates to be covered by resilient floor tile. 3.2 FLOOR TILE INSTALLATION A. Comply with manufacturer's written instructions for installing floor tile. B. Lay out floor tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter. 1. Lay tiles square with room axis. C. Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles. 1. Lay tiles in pattern of colors and sizes indicated. D. Scribe, cut, and fit floor tiles to butt neatly and tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, and door frames. E. Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles to center of door openings. 03871416 RESILIENT TILE FLOORING 09669 - 2 05/17 �Y Lubbock Power & Light Substation Office Renovation .y F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent marking device. G. Adhere floor tiles to substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections. H. Floor Polish: Remove soil, adhesive, and blemishes from floor tile surfaces before applying liquid floor polish. 1. Apply two coat(s). END OF SECTION I 03871416 RESILIENT TILE FLOORING 09669 - 3 t, 05/17 g.. Lubbock Power & Light Substation Office Renovation SECTION 09912 INTERIOR PAINTING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Surface preparation and the application of paint systems on interior substrates. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523, a matte flat finish. B. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523, a high -side sheen flat, velvet-like finish. C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523, an eggshell finish. D. Gloss Level4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523, a satin -like finish. E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523, a semi -gloss finish. F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523, a gloss finish. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. D. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. VOC content. 1.4 CLOSEOUT SUBMITTALS A. Coating Maintenance Manual: Provide coating maintenance manual including area summary with finish schedule, area detail designating location where each product/color/finish was used, product data pages, material safety data sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. t 03871416 INTERIOR PAINTING 09912 - 1 05/17 - Lubbock Power & Light Substation Office Renovation 1.5 MAINTENANCE MATERIAL SUBMITTALS P _ A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery and Handling: Deliver products to Project site in an undamaged condition in manufacturer's original sealed containers, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. Packaging shall bear the manufacturer's label with the following information: l . Product name and type (description). 2. Batch date. 3. Color number. 4. VOC content. 5. Environmental handling requirements. 6. Surface preparation requirements. 7. Application instructions. B. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. l . Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. C. Lead Paint: It is not expected that lead paint will be encountered in the Work. 1. If suspected lead paint is encountered, do not disturb; immediately notify Architect and Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis -of -Design Product: Subject to compliance with requirements, provide Sherwin- Williams Company products indicated or comparable product from one of the following: 1. Benjamin Moore & Co. 2. Kwal, Division of Sherwin-Williams. 3. Glidden Professional, Division of PPG Architectural Finishes, Inc. 4. PPG Architectural Finishes, Inc. 5. Kelly Moore. 6. Dunn Edwards. B. Source Limitations: Obtain paint materials from single source from single listed manufacturer. 1. Manufacturer's designations listed on a separate color schedule are for color reference only and do not indicate prior approval. 03871416 INTERIOR PAINTING 09912 - 2 05/17 Lubbock Power & Light Substation Office Renovation 2.2 PAINT, GENERAL A. Standards: Provide products that comply with Manufacture's Premium 1" Quality standards indicated and like VOC limits. B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. Colors: As selected by Architect from manufacturer's full range. 2.3 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. Where acceptability of substrate conditions is in question, apply samples and perform in -situ testing to verify compatibility, adhesion, and film integrity of new paint application. 1. Report, in writing, conditions that may affect application, appearance, or performance of paint. B. Substrate Conditions: 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete: 12 percent. b. Masonry (Clay and CMU): 12 percent. C. Wood: 15 percent. d. Gypsum Board: 12 percent. e. Plaster: 12 percent. 2. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. 3. Plaster Substrates: Verify that plaster is fully cured. 03871416 INTERIOR PAINTING 09912 - 3 05/17 `- Lubbock Power & Light Substation Office Renovation ( 4. Spray -Textured Ceiling Substrates: Verify that surfaces are dry. C. Proceed with coating application only after unsatisfactory conditions have been corrected; application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. 1. Concrete Floors: Remove oil, dust, grease, dirt, and other foreign materials. Comply with SSPC-SP- I YNACE 6 or ICRI 03732. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceed that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer. G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. H. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. I. Aluminum Substrates: Remove loose surface oxidation. J. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. K. Cotton or Canvas Insulation Covering Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. ti 03871416 INTERIOR PAINTING 09912 - 4 05/17 Lubbock Power & Light Substation Office Renovation 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards and switch gear. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Tanks that do not have factory -applied final finishes. h. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 2. Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. h. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. i i 03871416 INTERIOR PAINTING 09912 - 5 05/17 F, Lubbock Power & Light Substation Office Renovation 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. CMU Substrates: Latex System: a. Block Filler: Block filler, latex, interior/exterior: S-W PrepRite Block Filler, B25W25, at 100 to 200 sq. ft. per gal. b. Topcoat: Latex, interior, semi -gloss, (Gloss Level 4): S-W ProMar 200 Zero VOC Latex Semi -Gloss, B31-2600 Series, at 4.0 mils wet, 1.6 mils dry, per coat. B. Metal Substrates (Aluminum, Steel, Galvanized Steel): 1. Latex System: a. Prime Coat: Primer, rust -inhibitive, water based: S-W Pro Industrial Pro-Cryl Universal Primer, B66-310 Series, at 5.0 to 10 mils wet, 2.0 to 4.0 mils dry. b. Topcoat: Water -based acrylic, semi -gloss, (Gloss Level 5): S-W Pro Industrial Acrylic Semi -Gloss Coating, B66-650 Series, at 2.5 to 4.0 mils dry, per coat. C. Wood Substrates: Including exposed wood items not indicated to receive shop -applied finish. 1. Latex System: a. Prime Coat: Primer sealer, latex, interior: S-W PrepRite ProBlock Primer Sealer, B51-620 Series, at 4.0 mils wet, 1.4 mils dry. b. Topcoat: Latex, interior, semi -gloss, (Gloss Level 4): S-W ProMar 200 Zero VOC Latex Semi -Gloss, B31-2600 Series, at 4.0 mils wet, 1.6 mils dry, per coat. D. Gypsum Board and Spray -Texture Ceiling Substrates: 1. Latex System: a. Prime Coat: Primer, latex, interior: S-W ProMar 200 Zero VOC Latex Primer, B28W2600, at 4.0 mils wet, 1.5 mils dry. b. Topcoat: Latex, interior, eggshell, (Gloss Level 3): S-W ProMar 200 Zero VOC Latex Eg-Shel, B20-2600 Series, at 4.0 mils wet, 1.7 mils dry, per coat. END OF SECTION 03871416 INTERIOR PAINTING 09912 - 6 05/17 Lubbock Power & Light Substation Office Renovation s- { SECTION 10265 IMPACT -RESISTANT WALL PROTECTION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Corner guards. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTAL PROCEDURES A. Product Data: Include construction details, material descriptions, impact strength, fire -test - response characteristics, dimensions of individual components and profiles, and finishes for each impact -resistant wall protection unit. B. Shop Drawings: For each impact -resistant wall protection unit showing locations and extent. Include sections, details, and attachments to other work. C. Samples: For each exposed product and for each color and texture specified, 12 inches long. D. Warranty: Sample of special warranty. E. Maintenance Data: For each impact -resistant wall protection unit to include in maintenance manuals. 1. Include recommended methods and frequency of maintenance for maintaining optimum condition of materials under anticipated traffic and use conditions. Include precautions against using cleaning materials and methods that may be detrimental to finishes and performance. 1.3 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Source Limitations: Obtain impact -resistant wall protection units from single source from single manufacturer. C. Do not modify intended aesthetic effects, as judged solely by Interior Designer, except with Interior Designer's approval. If modifications are proposed, submit comprehensive explanatory data to Interior Designer for review. D. Surface -Burning Characteristics: Provide impact -resistant units with surface -burning characteristics as determined by testing identical products per ASTM E 84, NFPA 255, or UL 723 by UL or another qualified testing agency. 1.4 DELIVERY, STORAGE, AND HANDLING A. Store materials horizontally in original undamaged packages and containers inside well - ventilated area protected from weather, moisture, soiling, extreme temperatures, and humidity. 1. Maintain room temperature within storage area at not less than 70 deg F during the period materials are stored. 03871416 IMPACT -RESISTANT WALL PROTECTION 10265 - 1 05/17 �i Lubbock Power & Light Substation Office Renovation 1.5 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install impact -resistant wall protection units until building is enclosed and weatherproof, wet work is complete and dry, and HVAC system is operating and maintaining temperature at 70 deg F for not less than 72 hours before beginning installation and for the remainder of the construction period. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of impact -resistant wall protection units that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Structural failures. b. Deterioration of materials beyond normal use. 2. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 CORNER GUARDS A. Manufacturer: Subject to compliance with requirements, provide the following or approved l equal: 1. Koraseal Wall Protection Systems, Muncy, PA. a. Surface mounted, 2" x 4' high stainless steel corner guards adhered using concealed attachments, 90-degree type, or appropriate angle, 304 stainless steel corner guards, 16 gauge thick with ff4 satin finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and wall areas, with Installer present, for compliance with requirements for installation tolerances, fire rating, and other conditions affecting performance of work. B. Examine walls to which impact -resistant wall protection will be attached. Ensure solid backing has been installed in the locations required for secure attachment. C. For impact -resistant wall protection units attached with adhesive or foam tape, verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. D. Proceed with installation only after unsatisfactory conditions have been corrected. E. Complete finishing operations, including painting, before installing impact -resistant wall protection system components. F. Before installation, clean substrate to remove dust, debris, and loose particles. { 03871416 IMPACT -RESISTANT WALL PROTECTION 10265 - 2 05/17 Lubbock Power & Light Substation Office Renovation 3.2 INSTALLATION A. General: Install impact -resistant wall protection units level, plumb, and true to line without distortions. Do not use materials with chips, cracks, voids, stains, or other defects that might be visible in the finished Work. 1. Install impact -resistant wall protection units in locations and at mounting heights indicated on Drawings or, if not indicated, at heights indicated below: a. Corner Guards: 4 inches above finished floor. 2. Provide splices, mounting hardware, anchors, and other accessories required for a complete installation. B. Immediately after completion of installation, clean plastic covers and accessories using a standard, ammonia -based, household cleaning agent. C. Remove excess adhesive using methods and materials recommended in writing by manufacturer. END OF SECTION 03871416 IMPACT -RESISTANT WALL PROTECTION 10265 - 3 05/17 Lubbock Power & Light Substation Office Renovation SECTION 10400 IDENTIFYING DEVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: I. Interior signs. 2. Fasteners. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 09250 "Gypsum Board Systems" for substrate surface. 1.2 REFERENCE STANDARDS A. Architectural and Transportation Barriers Compliance Board - 36 CFR Part 1191, Accessibility Guidelines for Buildings and Facilities. B. ASTM B 26 - Aluminum -Alloy Sand Castings C. ASTM B 108 - Aluminum -Alloy Permanent Mold Castings 1.3 SUBMITTALS A. Shop Drawings 1. Submit shop drawings for fabrication and erection of specialty signs. 2. Include plans, elevations and large scale details of sign wording and lettering layout. 3. Show anchorages and accessory items. 4. Furnish location template drawings for individually mounted dimensional letters and numbers supported or anchored to permanent construction. 5. Product Data: Submit manufacturer's technical data and installation instructions for each type of sign required. B. Samples: Submit samples of each sign form and material showing finishes, colors, surface textures and qualities of manufacture and design of each sign component. 1.4 QUALITY ASSURANCE A. Uniformity of Manufacturer: Furnish products of a single manufacturer. B. Regulatory Requirements 1. Conform to 36 CFR Part 1191 for location, mounting height and braille. 1.5 DELIVERY, STORAGE, AND HANDLING A. Section 01600 "Product Requirements" for product storage and handling requirements. B. Package signs, labeled in name groups. C. Store adhesive attachment tape at ambient room temperatures. 03871416 IDENTIFYING DEVICES 10400 - 1 i_ 05/17 Lubbock Power & Light Substation Office Renovation PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Interior Signage 1. APCO Graphics. 2. ASI Sign Systems. 3. Daktronics, Inc. B. Substitutions: In accordance with Section 01600. 2.2 MATERIALS A. Cast Acrylic Sheet: Cast methyl methacrylate monomer plastic sheet, in sizes and thicknesses indicated, with a minimum flexural strength of 16,000 psi when tested according to ASTM D790, with a minimum allowable continuous service temperature of 176 deg. F and of the following general types: 1. Opaque Sheet: Colored acrylic sheet in colors and finishes as selected from manufacturer's standard. 2. Plastic Laminate: High pressure plastic laminate engraving stock with face and core plies in contrasting colors, in finishes and color combinations as selected from manufacturer's standard. 2.3 FABRICATION A. Interior Signage: 1. Engraved Signs: Laminated colored plastic; lettering engraved through face to expose core color: 2. Face Color: Color as selected. 3. Core Color: Color as selected. 4. Total Thickness: 1/8 inch. 5. Height: 2 inches. 6. Edges: Radiused. 7. Character Font: Helvetica. 2.4 ACCESSORIES A. Tape Adhesive: Double sided tape, permanent adhesive. 171'�I ITc��:�xKi 11�1 [i)�I 3.1 INSTALLATION A. Interior Signage: 1. Use fastening methods as indicated for letter form, type of mounting, wall construction and condition of exposure indicated. Provide heavyweight paper template to establish letter spacing and to locate holes for fasteners. 2. Install signs after doors and surfaces are finished, in locations as directed. 03871416 IDENTIFYING DEVICES 10400 - 2 05/17 Lubbock Power & Light Substation Office Renovation 3.2 CLEANING AND PROTECTION A. At completion of installation, clean soiled sign surfaces in accordance with manufacturer's instructions. Protect units from damage until acceptance by Owner. 3.3 ERECTION TOLERANCE A. Maximum variation from plumb: 1/16 inch. B. Maximum variation from level: 1/16 inch. 03871416 05/17 END OF SECTION IDENTIFYING DEVICES 10400 - 3 Lubbock Power & Light Substation Office Renovation SECTION 10522 FIRE EXTINGUISHERS AND CABINETS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Fire Extinguisher Cabinets. 2. Fire Extinguishers. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 "Wood Blocking and Curbing" for roughed -in wall openings. 3. Section 09912 "Interior Painting" for field paint finish. 1.2 QUALITY ASSURANCE A. Conform to NFPA 10 requirements for extinguishers. 1.3 REFERENCES A. NFPA 10 - Portable Fire Extinguishers. 1.4 SUBMITTALS A. Shop Drawings: 1. Indicate physical dimensions, operational features, color and finish, wall mounting brackets with mounting measurements, anchorage details, rough -in measurements, location, details and fire rating of cabinets. B. Product Data: 1. Submit manufacturer's standard printed installation instructions. 2. Submit manufacturer's standard printed operation and maintenance data. a. Include test, refill or recharge schedules, procedures, and re -certification requirements. 1.5 PROJECT CONDITIONS A. Do not install extinguishers when ambient temperatures may cause freezing. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Fire Extinguishers, Cabinets and Brackets 1. J. L. Industries, Bloomington, Minnesota. 03871416 FIRE EXTINGUISHERS AND CABINETS 10522 - 1 05/17 Lubbock Power & Light Substation Office Renovation 2. Larsen's Manufacturing Co., Minneapolis, Minnesota. 3. Potter-Rommer, Inc., Cerritos, Calif. B. Substitutions: In accordance with Section 01600. 2.2 EQUIPMENT A. Fire Extinguishers 1. Type I a. Fire Class: A,B,C b. Type: Multi -purpose Dry Chemical C. Capacity: 2-1/2 pounds d. Range: 15 feet e. UL Rating: lA-1 OBC f. Shell Material: Enameled Steel g. Weight: 5-1/2 lbs. B. Cabinets: 18 gage galvanized sheet steel. C. Door: 18 gage; 1/8 inch thick extruded aluminum. D. Door Catch: Manufacturer's standard roller catch. E. Glazing: Clear acrylic convex bubble. 1/8 inch thick. F. Hinge: Continuous piano hinge with stainless steel pin. Hinge material to match door and exposed cabinet frame. G. Mounting Hardware: Appropriate to cabinet. H. Pull Handle: Manufacturer's standard cast zinc alloy recessed type. I. Lettering: Die cut red vinyl. 2.3 FABRICATION A. General: Form perimeter trim and door stiles by welding, filling, and grinding smooth. B. Cabinet 1. Form body of cabinet with tight inside corners and seams, spot welded. 2. Predrill holes for anchorage. 3. Form cabinet face trim 1-1/4 inch wide with maximum 5/16 inch square return to wall surface. 4. Size: To accommodate extinguishers specified. C. Door 1. Frame Type a. 2 inch thick, 1 1/4 inch wide frame with mitered corners. b. Mount flush with face of cabinet trim. D. Lettering: Affix lettering to door in vertical position to read "FIRE EXTINGUISHER". 2.4 FINISHES A. Extinguishers: Baked red enamel. B. Cabinet Interior: White baked enamel. C. Cabinet and Door Frame: Manufacturer's standard white baked acrylic enamel. D. Pull Handle: Satin finish. 03871416 FIRE EXTINGUISHERS AND CABINETS 10522 - 2 t 05/17 Lubbock Power & Light Substation Office Renovation PART 3 - EXECUTION 3.1 INSPECTION A. Verify rough openings for cabinet are correctly sized and located. B. Beginning of installation means acceptance of existing conditions. 3.2 INSTALLATION A. Cabinets 1. Install one cabinet at each location noted on drawings. 2. Install plumb and level in wall openings. 3. Mounting height from finished floor to inside bottom of cabinet as detailed on drawings. 4. Secure rigidly in place in accordance with manufacturer's instructions. 3.3 FIRE EXTINGUISHER SCHEDULE A. Cabinets: Install one Type I fire extinguisher in each cabinet. END OF SECTION 03871416 FIRE EXTINGUISHERS AND CABINETS 10522 - 3 05/17 Lubbock Power & Light Substation Office Renovation SECTION 10800 TOILET ACCESSORIES PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. Toilet accessories. 2. Attachment hardware. B. Related Sections: 1. Division 01 Specification Sections apply to Work of this Section. 2. Section 06114 "Wood Blocking and Curbing" for in wall blocking and framing for support of accessories. 3. Section 10170 "Plastic Toilet Compartments" for supporting construction. 1.2 QUALITY ASSURANCE A. Regulatory Requirements: 1. Conform to ANSI A 117.1 for location and mounting height of accessories. 1.3 REFERENCES A. Architectural and Transportation Barriers Compliance Board - 36 CFR Part 1191, Accessibility Guidelines for Buildings and Facilities. B. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible To and Usable by Physically Handicapped People. - C. ANSI/ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars and Strips. D. ASTM A 167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. l.. E. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service. F. ANSI/ASTM A366 - Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. G. ANSI/ASTM A386 - Zinc Coating (Hot -Dip) on Assembled Steel Products. H. ANSI/ASTM B456 - Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium. I. ASTM A500 - Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. J. ANSI/BHMA Al56.16 - Auxiliary Hardware. K. FS CID A-A-2380 Dispenser, Paper Towel. L. FS L-C-780 Curtain, Shower and Window, Plastic. M. FS DD-M-00411 Mirrors, Glass. N. FS WW-D-1908 Dispenser, Toilet Paper, Cabinet. O. FS WW-H-1911 Holder, Toilet Paper (Single Roll). P. FS WW-P-541 Plumbing Fixtures (Accessories, Land Use) (Detail Specification). Q. NHLA - Rules for the Measurement & Inspection of Hardwood & Cypress. 03871416 TOILET ACCESSORIES 10800 - 1 05/17 Lubbock Power & Light Substation Office Renovation 1.4 PERFORMANCE REQUIREMENTS _ A. Install grab bars in conformance with structural strength requirements of ANSI Al17.1 without damage to supporting structure or finishes. 1.5 SUBMITTALS A. Shop Drawings and Product Data: 1. Provide schedule indicating types, quantities, sizes and installation location by room for each toilet accessory item to be provided for project. 2. Provide manufacturer's standard product data on accessories describing size, finish, details of function, and attachment methods. 3. Submit manufacturer's standard printed installation instructions. B. Samples: Submit two samples of each component illustrating color and finish. 1.6 SEQUENCING AND SCHEDULING A. Coordinate the work of this Section with the placement of internal wall reinforcement to receive anchor attachments. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Bobrick Washroom Equipment, Inc.; North Hollywood, CA. B. Bradley Corporation; Menomonee Falls, WI. C. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Sheet Steel: ANSI/ASTM A366. B. Exposed Sheet Steel: ASTM A525. C. Stainless Steel Sheet: ASTM A167, Type 304. D. Tubing: ASTM A500, stainless steel. E. Mirror Glass: ASTM C1036, Type I - Transparent Glass, Flat; Class 1 - Clear; Quality ql mirror select; 1/4 inch thick minimum. F. Fasteners, Screws, and Bolts: Hot dip galvanized, tamperproof. G. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. H. Hardwood: Red oak, first grade in conformance with NHLA. I. Primer: Zinc Chromate. 2.3 ACCESSORIES A. Grab Bar i 1. Conformance: FS WW-P-541/8B (Am.1), Type IV, Class 2, Form and length as indicated in schedule at end of this Section. 2. Acceptable products a. Form a: Bradley #8120-00 length as indicated on drawings. 03871416 TOILET ACCESSORIES 10800 - 2 05/17 ii a - Lubbock Power & Light Substation Office Renovation _ B. Mirrors (M) 1. Conformance: FS DD-M-411C, Class 1, Style A, Grade 1. 2. Size: 18" x 36". 3. Acceptable product: Bradley #700 series. U 2.4 FABRICATION A. General: 1. Weld and grind smooth joints of fabricated components. 2. Form exposed surfaces from single sheet of stock, free of joints. 3. Form surfaces flat without distortion, scratches or dents. 4. Back paint components where contact is made with building finishes to prevent electrolysis. 5. Shop assemble components and package complete with anchors and fittings. 6. Provide steel anchor plates, adapters, and anchor components for installation. 7. Fabricate all accessories with concealed mountings covered by finished snap -on or set screw type escutcheons or mountings concealed behind units with doors unless otherwise specified. 8. Hot dip galvanize exposed and painted ferrous metal and fastening devices. 9. Provide manufacturer's standard keyed lock in all accessories having doors. 10. Provide continuous type hinge on all accessories having doors. B. Grab Bar: (GB) 1. Fabricate from 1-1/2 inch OD seamless stainless steel tubing with 1 1/2 inch clear projection between wall and bar. 2. Provide integral mounting flange with screw mounting holes concealed on lip of flange and designed to support grab bar in compliance with specified performance requirements. 3. Provide one piece flange covers fabricated to fit over wall anchors and fixed by means of not less than three set screws. 4. Fabricate bends in conformance with ANSI 117.1. 5. Stainless Steel: Either 302 or 304 L, 16 gauge (.064") minimum for 13" for 12" O.D. bars and 18 gauge (.050") minimum for 1" O.D. bars. 6. Finish: Satin finish. In addition, provide manufacturer's standard non -slip surface, either knurled or peened, over gripping surface of bars. 7. Attachment: concealed. 8. Construction: Provide one piece construction with ends returned to wall with integral intermediate supports as required. All joints shall be heliarc welded, ground and polished on exposed surfaces, finished to present uniform matching appearance throughout. 9. Anchors: Provide sub -anchors as required at each support, size and type as recommended by the manufacturer for each type of wall and finish condition. Support on drywall or plaster bases solely by means of toggle bolts is prohibited. C. Mirrors: (M) 1. Fabricate with 18 gauge stainless steel angle frame with seamless square mitered corners, welded and ground smooth. 2. Provide 20 gauge galvanized steel back and 18 gauge cold rolled steel hangar, all welded construction. 03871416 TOILET ACCESSORIES 10800 - 3 05/17 Lubbock Power & Light Substation Office Renovation 2.5 FACTORY FINISHING A. Galvanizing: ANSUASTM A123, A386 to 1.25 oz/sq. yd. B. Shop Primed Ferrous Metals: Pretreat and clean, spray apply one coat primer and bake. C. Enamel: Pretreat to clean condition, apply one coat primer and minimum two coats epoxy electrostatic baked enamel. D. Chrome/Nickel Plating: ANSUASTM B456, Type SC 2 satin polished finish. E. Stainless Steel: No. 4 satin luster. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that site conditions are ready to receive work and dimensions are as indicated on shop drawings. B. Beginning of installation means acceptance of existing conditions. 3.2 PREPARATION A. Deliver inserts and rough -in frames to site at appropriate time for building -in. B. Provide templates and rough -in measurements as required. C. Verify exact location of accessories for installation. 3.3 INSTALLATION A. Install fixtures, accessories and items in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Install grab bars in conformance with performance requirements specified. 3.4 SCHEDULE A. Unisex Restroom 102 1. Each to have: a. 1 Mirror 18" x 36" b. 1 Paper Towel Dispenser (OFCI) C. 1 Toilet Tissue Dispenser (OFCI) d. 1 Soap Dispensers(OFCI) e. 1 Grab Bar, Form a, 42" long f. 1 Grab Bar, Form a, 36" long END OF SECTION 03871416 TOILET ACCESSORIES 10800 - 4 05/17 SECTION 15000 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL PART 1 - GENERAL 1.1 SPECIAL NOTE A. The Architectural and Structural Plans and Specifications, including the supplements issued thereto, Information to Bidders, and other pertinent documents issued by the Architect, are a part of these specifications and the accompanying mechanical and electrical plans, and shall be complied with in every respect. All the above is included herewith, will be issued separately or is on file at the Architect's office, and shall be examined by all bidders. Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for additional compensation due to omission of drawings. Where the Supplementary General Conditions conflict with the General Conditions, the Supplementary General Conditions shall govern. 1.2 CHECKING DOCUMENTS A. The drawings and the specifications are numbered consecutively. The Contractor shall check the drawings and specifications thoroughly and shall notify the Architect of any discrepancies or omissions of sheets or pages. Upon notification, the Architect will promptly provide the Contractor with any missing portions of the drawings or specifications. No discrepancies or omissions of sheets or pages of the contract documents will relieve the Contractor of his duty to provide all work required by the complete contract documents. 1.3 GENERAL A. In general, the lines and ducts to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner. The following is a general outline concerning the running of various lines and ducts and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. B. All piping, conduit and ductwork for the mechanical and electrical trades shall be concealed in chases in finished areas, except as indicated on the drawings. Horizontal lines run in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically indicated or directed. C. Piping, ductwork, conduits and raceways may be run exposed in machinery and equipment spaces, where serving as connections to motors and equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required. D. All conduits in any space where they are exposed shall run parallel with the building walls. They shall enter the concealed areas perpendicular with the walls, ceilings or floors. Fittings shall be used where necessary to comply with this requirement. E. The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 1 05/15 are under construction. All concealed lines shall be installed as required by the pace of the general construction to precede that general construction. F. The mechanical and electrical plans do not give exact details as to elevations of lines and - ducts, exact locations, etc., and do not show all the offsets, control lines, pilot lines and other installation details. The Contractor shall carefully lay out his work at the site to conform to the architectural and structural conditions, to provide proper grading of lines, to 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. G. The electrical plans show diagrammatically the locations of the various electrical outlets } and apparatus and the method of circuiting and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at the building, and in cooperation with other sections, and in all cases shall be subject to the approval of the Architect. The Architect reserves the right to make any reasonable change in location of any outlet or apparatus before installation (within 10 feet of location shown" on drawings) or after installation if an obvious conflict exists, without additional cost to the Owner. H. The mechanical plans do not give exact locations of outlets, fixtures, equipment items, etc. The exact location of each item shall be determined by reference to the general plans and to all detail s, e s drawings, equipment drawings, roughing -in drawin etc., b measurements at gq p g,s g, Y the building, and in cooperation with other sections. Minor relocations necessitated by the F_ conditions at the site or as directed by the Architect shall be made without any additional I cost accruing to the Owner. I. The Contractor shall be responsible for the proper fitting of his material and apparatus into the space. Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Architect before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense. J. The Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Architect before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. K. Order of precedence shall be observed in laying out the pipe, ductwork, material, and I conduit in order to fit the material into the space above the ceiling and in the chases and walls. The following order shall govern: 1. Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid conflicts at the site. 2. Lines requiring grade to function such as sewers. 3. Large ducts and pipes with critical clearances. 4. Conduit, water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets. L. Piping, ducts, and conduits serving outlets on items of equipment shall be run in the most I appropriate manner. Where the equipment has built-in chases, the lines shall be contained therein. Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner. M. Exceptions and inconsistencies in plans and specifications shall be brought to the Architect's attention before the contract is signed. Otherwise, the Contractor shall be 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 2 05115 responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. N. The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. O. Each bidder shall examine the plans and specifications for the General Construction. If these documents show any item requiring work under Division 15 or 16 and that work is not indicated on the respective "M", "P" & "E" drawings, he shall notify the Architect in sufficient time to clarify before bidding. If no notification is received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. 1.4 DIMENSIONS A. Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same. No extra charge or compensation will be allowed on account of differences between actual dimensions and measurements indicated on the drawings. Any difference which may be found shall be submitted to the Architect for consideration before proceeding with the work. 1.5 INSPECTION OF SITE A. The accompanying plans do not indicate completely the existing mechanical and electrical installations. The bidders for the work under these sections of the specifications shall inspect the existing installations and thoroughly acquaint themselves with conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work in the present building and underground serving to and from that structure. Failure to comply with this shall not constitute grounds for any additional payments in connection with removing or modifying any part of the existing installations and/or installing any new work. 1.6 ELECTRICAL WIRING A. All electric wiring of every character, both for power supply, for pilot and control, for temperature control, for communications, etc. will be done under Division 16 of these specifications. The Contractor for each section shall erect all his motors in place ready for connections. The Contractor, under Division 16, shall mount all the starters and controls, furnishing the supporting structures and any required outlet boxes. B. Every electrical current consuming device furnished as a part of this project, or furnished by the Owner and installed in this project, shall be completely wired up under Division 16. Verification of exact location, method of connection, number and size of wires required, voltage requirements, and phase requirements is the responsibility of the Contractor under Division 16. If conflicts occur between the drawings and the actual requirements, actual requirements shall govern. The contractor shall coordinate the voltage of all motors and any associated variable frequency drives with the Division 16 contractor prior to ordering the devices. C. Where no temperature control scope is shown in the documents, it shall be the responsibility of the Division 16 contractor to provide wiring, conduit and switches for the manual control of all mechanical and plumbing equipment, unless specifically noted to the contrary on the drawings and specifications. 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 3 05/15 1.7 MOTORS AND CONTROLS A. All motors furnished under any of the several sections of these specifications shall be of recognized manufacture, of adequate capacity for the loads involved and wound for the current characteristics shown on the electrical drawings. All motors shall conform to the standards of manufacture and performance of the National Electrical Manufacturers' Association as shown in their latest publications. They shall further be listed by Underwriters Laboratories. B. Unless otherwise noted, the Contractor under Division 15 shall furnish each motor with a starter and all controls of the types specified or required. These starters shall be of the totally enclosed type, of capacity rating within the required limits of the motors which they are to serve, shall be suitable for the motor current characteristics and shall provide thermal overload protection. All starters shall be standard of manufacture and performance of the National Electrical Manufacturers' Association. They further shall be listed by Underwriters Laboratories. Provide overload protection in each phase wire. A. The Contractor shall keep himself fully informed as to the progress of the work and do his work at the proper time without waiting for notification from the Architect or Owner. 1.9 MANUFACTURER'S DIRECTIONS A. All manufactured articles shall be applied, installed and handled as recommended by the manufacturer. 1.10 MATERIALS AND WORKMANSHIP A. All materials shall be new unless otherwise specified and of the quality specified. Materials shall be free from defects. All materials of a type for which the Underwriters Laboratories, Inc. have established a standard shall be listed by the Underwriters Laboratories, Inc. and shall bear their label. B. Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample to the Architect before proceeding. C. The Architect reserves the right to call for samples of any item of material offered in substitution, together with a sample of the specified material, when, in the Architect's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection. This shall be limited to lighting fixtures, wiring devices, plumbing brass, grilles, registers, ceiling outlets and similar items and shall not be applicable to major manufacturers' items of equipment. D. The Contractor shall be responsible for transportation of his materials to and on the job, and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job. E. The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract. F. The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade. 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 4 05/15 1.11 SUBSTITUTION OF MATERIALS A. Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard. The product of the particular manufacturer mentioned is of satisfactory construction and any substitution must be of quality as good as or better than the named article. No substitution shall be made without review by the Architect, who will be the sole judge of equality. B. Within 30 days of being awarded the Contract for any section or sections of the work under this heading, the Contractor shall submit for approval a complete list of the materials he proposes to use. This list shall give manufacturers' names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive literature and/or any supplementary data, drawings, etc., necessary to give full and complete details. If the material is not submitted within 30 days of the contract signing, the Contractor shall furnish the specified materials. C. Should a substitution be accepted under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material. 1.12 SHOP DRAWINGS A. Wherever shop drawings are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Architect as to the make and type of material and in sufficient time so that no delay or changes will be caused. This is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails to comply with this provision, the Architect reserves the right to go directly to the manufacturer he selects and secure any details he might deem necessary and should there be any charges in connection with this, they shall be borne by the Contractor. B. Shop drawings will be reviewed by the Architect for general compliance with the design concept of the project and general compliance with the information given in the contract documents. Review by the Architect and any action by the Architect in marking shop drawings is subject to the requirements of the entire contract documents. Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes and techniques of construction, coordination of all trades and the satisfactory performance of his work. C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets therefrom that contain no indication of the exact item offered. Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. D. All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section, properly indexed and certified that they have been checked by the Contractor. E. The omissions of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Architect, shall not relieve the Contractor from furnishing and erecting same. 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 5 05/ 15 i 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 Architect will be sufficient cause for the rejection of the pieces of apparatus in question. 1.14 PERMITS, FEES, 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. 1.15 TESTING A. The Contractor under each division shall at his own expense perform the various tests as specified and required by the Architect and as required by the State and local authorities. The Contractor shall furnish all fuel and materials necessary for making tests. 1.16 LAWS, CODES AND ORDINANCES A. All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority. The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements. Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Architect, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner. On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance. 1.17 TERMINOLOGY A. Whenever the words "furnish", "provide", "furnish and install," "provide and install", and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary. B. Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material. C. The use of the word "shall" conveys a mandatory condition to the contract. D. "This section" always refers to the section in which the statement occurs. E. "The project" includes all work in progress during the construction period. �i �t 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 6 05/15 E` F. In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of identical or similar items. 1.18 COOPERATION AND CLEANING UP A. The contractor for the work under each section of these specifications shall coordinate his work with the work described in all other sections of the specifications to the end that, as a whole, the job shall be a finished one of its kind, and shall carry on his work in such a manner that none of the work under any section of these specifications shall be handicapped, hindered or delayed at any time. B. At all times during the progress of the work, the Contractor shall keep the premises clean and free of unnecessary materials and debris. The Contractor shall, on direction at any time from the Architect, clear any designated areas or area of materials and debris. On completion of any portion of the work, the Contractor shall remove from the premises all tools and machinery and all debris occasioned by the work, leaving the premises free of all obstructions and hindrances. 1.19 COORDINATION OF TRADES A. The Contractor shall be responsible for resolving all coordination required between trades. For example, items furnished under Division 15 which require electrical connections shall be coordinated with Division 16 for: 1. Voltage 2. Phase 3. Ampacity 4. No. and size of wires 5. Wiring diagrams 6. Starter size, details and location 7. Control devices and details B. Items furnished under various sections which require plumbing connections shall be coordinated for services, pressure, size and location of connections, type of fuel, clearances for service, auxiliary devices required, etc. C. Items requiring insulation shall be fully insulated and that insulation shall be checked against manufacturer's directions and job requirements for suitability, coverage, thickness and finish. D. Items installed in/on finished ceilings shall be coordinated with the ceiling construction. The Contractor under each section shall conform to the reflected ceiling plan and shall secure details and/or samples of the ceiling materials as necessary to insure compatibility. Any device not conforming to this requirement shall be replaced by the Contractor at his expense. E. All items specified under Divisions 15 and 16 shall be installed tight, plumb, level, square and symmetrically placed in relation to the work of other trades. 1.20 CUTTING AND PATCHING A. The Contractor for work specified under each section shall perform all structural and general construction modifications and cut all openings through either roof, walls, floors or ceilings required to install all work specified under that section or to repair any defects that appear up to the expiration of the guarantee. All of this cutting shall be done under the supervision of the Architect and the Contractor shall exercise due diligence to avoid cutting E 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 7 05115 _ n g.3 i 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 Architect 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 part 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 Architect. 1.21 PAINTING A. Painting for Divisions 15 and 16 shall be as follows: 1. If the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half -flat -half -enamel, followed by a coat of machinery enamel of a color to match the original. Paint factory primed surfaces. 2. Paint all exposed 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. Surfaces until a smooth, non grainy surface is obtained. B. Generally, painting is required on all surfaces such that no exposed bare metal or insulation surface is visible. 1.22 SEALING A. The Contractor installing pipes, conduits, ducts, etc., shall seal all spaces between pipes and/or sleeves where they pierce walls, partitions or floors by packing fire resistant rope and fire resistant cement. The packing shall effect a complete fire and/or air seal where pipes, conduits, ducts, etc., pierce walls, floors or partitions. 1.23 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. 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 8 05115 - 1.24 USE OF SYSTEMS A. It is considered that it will be necessary to operate the mechanical systems to provide heating and ventilation in portions of the building that are enclosed. As systems or portions of systems become operable, they shall be operated as required to maintain habitable conditions in enclosed portions of the building that are still under construction and portions that are fully complete as may be required to properly protect installed piping, equipment and finishes. B. In order to provide protection to ducts, plenums, etc. install temporary filters over or in return air openings until all finished painting is completed. Protect supply outlets, coils, etc. as necessary in each case. C. Except for operation of cooling equipment to prove its performance and to adjust and balance the systems, that equipment will not be operated for comfort of construction workers. D. 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. E. Immediately prior to the time that the systems are to be accepted by the Owner, each system shall be carefully examined and if ductwork is dirty, it shall be carefully cleaned by men skilled in that type of work. All filters shall be put in first class condition by replacement of filters and/or other procedures as directed. F. The use of the equipment for maintaining environmental and/or protective temperature conditions shall in no way constitute acceptance of that equipment and the connected piping, ducts, insulation, finishes, etc. by the Owner. Furthermore, it shall in no way shorten the guarantee period hereinafter specified. The Contractor shall either secure extended warranties from the vendors of equipment or shall purchase insurance to provide proper coverage on the equipment through the guarantee period and shall file with the Architect substantiating affidavits from equipment manufacturers or a copy of the insurance policy covering the equipment through the guarantee period. The personal underwriting of the Contractor for equipment manufacturers' warranties is not acceptable, but his personal underwriting of piping, ductwork, insulation and associated materials is acceptable subject to the provisions of the contract. G. The Contractor shall provide such labor as may be required in the operation of the systems and shall pay all costs. 1.25 OWNERS OCCUPANCY A. It shall be understood that the building in which the work is to be done is a necessary part of the Owner's operation, and shall continue in use throughout the construction period without interruption. Take all precautions required by the Owner for the protection of his equipment and property. B. Contractor shall cooperate with the owner in scheduling areas in which work is permitted. Owners schedule will govern. 1.26 SCHEDULE OF WORK A. The Contractor shall program his work in such manner as to interfere as little as possible with the normal routine of the Owner. It must be understood that the Owner will continue to function throughout the construction period. All water, electrical and sanitary facilities 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 9 05/15 F _, shall therefore be continued in operation with a minimum of interruption and the Contractor t shall make any temporary connections necessary to comply with this requirement. 1.27 WORKING TIME A. All work required by these installations shall be done during normal working hours, except in such cases as are specifically excepted hereinbefore. The Owner reserves the right to direct, at his own discretion, that any other parts of the work be done at other than normal working hours; in which case the Contractor involved shall be reimbursed by an amount equal to the excess cost of such overtime labor above the value of the same at regular rates. 1.28 RELOCATION OF EXISTING INSTALLATION A. There are portions of the existing plumbing system, heating, ventilating and air conditioning system and electrical System which shall remain in use to serve the finished building in conjunction with the indicated new installations. By actual examination at the site, each bidder shall determine those portions of the remaining present installations which must be relocated to avoid 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 Architect. For example: 1. Existing Plumbing piping, etc. shall be relocated under Division 15 where it interferes with the installation of new work. 2. Where existing piping, ductwork, etc. interferes with the installation of new work, it shall be relocated under Division 15. 3. Where existing conduit and electrical equipment interferes with the installation of new work, it shall be relocated under Division 16. B. 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. 1.29 EXISTING WASTE AND DRAIN LINE A. Special care and precaution shall be used where existing waste or drain lines are to be opened. The following procedure shall be adhered to at all times when opening existing waste or drain lines: Before opening, prepare a solution of one part household bleach to nine parts water. At every inlet to the affected piping run, add 2 gallons of the solution to flush out the piping. Any worker who has cuts or open skin breaks shall be prevented from working with the waste or drain piping. Workers shall wear approved face shields, gloves, aprons, boots, etc. for protection. In addition, existing piping shall be thoroughly washed inside and out with bleach solution prior to handling by unprotected persons. The safety director or Owner's representative shall be notified prior to commencing work on any existing waste or drain lines. 1.30 SALVAGE MATERIALS A. The Contractor shall remove existing equipment, piping, duct, grilles, conduit, wire, junction boxes, light fixtures and other items associated with the mechanical, plumbing and electrical systems where shown on the drawings. Where such items are exposed to view or uncovered by any cutting or removal of general construction and has no continuing r 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 10 05115 i j I 3% i function (as determined by the Architect), they shall be removed by the contractor under the section in which the item normally falls. B. Existing items (see above) where concealed in/above construction which is not disturbed, abandon in place. Plug, cap, disconnect or otherwise render harmless all such items. C. All items or materials removed from the project shall be made available for the Owner's inspection. The Owner retains the option to claim any item or material. Contractor shall deliver any claimed item or material in good condition to the place designated by the Owner. All item not claimed become the property of the contractor and shall be removed from the site. 1.31 INSTALLATION DRAWINGS A. It shall be incumbent upon the Contractor to prepare special drawings as called for elsewhere herein or as directed by the Architect to coordinate the work under each section, to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid obstructions or to illustrate the adaptability of any item of equipment which he proposes to use. B. These drawings shall be used in the field for the actual installation of the work. Unless otherwise directed, they shall not be submitted for approval but three copies shall be provided to the Architect for his information. 1.32 ROUGH -IN AND MADE FINAL CONNECTION FOR EQUIPMENT A. The shop drawings for all equipment are hereby made a part of these specifications. The Contractor under each section of the specifications shall rough -in for the exact item to be furnished on the job, whether in another section of the specifications or by the Owner. The Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new equipment, and by actual site examination determine the scope of the required equipment connections for the Owner furnished equipment. B. Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Architect and finally connect as directed by the Architect. C. Should any shop drawings not be available for equipment furnished under other contracts or by the Owner, the Contractor under each section of these specifications shall bid the work as detailed on the drawings. D. Minor differences in the equipment furnished and that indicated on the drawings will not constitute ground for additional payment to the Contractor. 1.33 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. Markers shall be painted on using stencils. 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 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 11 05/ 15 I_ .. lines and in other areas shall be applied to be most visible. Also supply directional flow indicators adjacent to identification markers. C. Size of Identification: Outside Diameter Size of Legend of Pipe or Covering Letters (" Height) 3/4 to 1-1/4 1/2 1-1/2 to 2 3/4 2-1/2 to 6 1-1/4 1.34 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. For example, pumps will be identified as P-1, P-2, P-3, etc.; exhaust fans will be EF-1, EF-2, etc.; AC Units will be AC-1, AC-2, etc. B. All items of mechanical and electrical equipment shall be identified by the attachment of engraved nameplates constructed from laminated phenolic plastic, at least 1/16" thick, 3-ply, with black surfaces and white core. Engraving shall be condensed gothic, at least 1/2" high, appropriately spaced. Nomenclature on the label shall include the name of the item, its mark number, area, space, or equipment served, and other pertinent information. Equipment to be labeled shall include but not be limited to the following: 1. Boilers 2. Chillers 3. Pumps 4. AC Units 5. Convertors 6. Air Conditioning Control Panels and Switches 7. Exhaust and Return Air Fans 8. Miscellaneous - similar and/or related items 1.35 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. 1.36 OPERATING MANUALS A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks prior to completion of the work, the Architect will check the manuals and any additional material necessary to complete the manuals shall be furnished and inserted by the Contractor. E; B. Manuals shall contain the following data: 1. Catalogue data of all equipment. i 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 12 05115 I' 2. Shop drawings of all equipment. 3. Temperature control drawings (reduced in size) 4. Start-up instructions for major equipment. 5. Trouble shooting procedures for major equipment. 6. Wiring diagrams. 7. Recommended maintenance schedule for equipment. 8. Parts list for all items. 9. Name and address of each vendor. 1.37 GUARANTEE A. Unless a longer period is specified elsewhere, the contractor shall guarantee all workmanship and materials for a period of one year from date of final acceptance. 1.38 COMPLETION REQUIREMENTS A. Before acceptance and final payment the Contractor under each Division of the specifications shall furnish: 1. Accurate "as built" drawings, shown in red ink on blue line prints furnished for that purpose all changes from the original plans made during installation of the work. Drawings shall be filed with the Architect when the work is completed. 2. All manufacturers' guarantees. 3. All operating manuals. 4. Guarantees. 5. Test and Balance Report. 1.39 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 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 03871416 GENERAL PROVISIONS FOR MECHANICAL AND ELECTRICAL 15000 - 13 05/15 SECTION 15300 PIPING AND ACCESSORIES PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the piping and accessories as shown on the drawings and/or specified herein. 1.4 INSPECTION A. All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the course of the work. Any defective materials found during field inspection or during hydrostatic and leakage tests shall be removed from the site of the work and replaced by the Contractor. 1.5 PROTECTION DURING STORAGE A. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times. Valves and fittings shall be drained and stored in a manner that will protect them from damage by freezing. PART2-PRODUCTS 2.1 MATERIALS A. All materials shall be manufactured or fabricated in the United States of America. B. Materials shall conform to the listed standards. Refer to specific sections for materials to be used under that section. The following tabulation is for reference only to identify the applicable standard. Cast Iron Soil Pipe and Fittings ASTM A74, Class SV Push On Gaskets for C.I. Soil Pipe ASTM C564 Caulked Joints for C.I. Soil Pipe Fed. Spec. HH-P-I17, Type II No Hub Joints ASTM D3183 Clay Tile Pipe and Fittings ASTM C700 03871416 PIPING AND ACCESSORIES 15300 - 1 05/17 2.2 Clay Tile Joints Rubber Rings for A.C. Pipe ABS Soil Pipe and Fittings ABS Soil Joints — Elastomeric PVC Soil Pipe and Fittings PVC Soil Fittings — Elastomeric Copper Tubing Wrought Copper Solder Fittings Cast Bronze Solder Fittings Steel Pipe Butt Weld Fittings Socket Weld Fittings Steel Flanges Malleable Iron Threaded Fittings Cast Iron Threaded Fittings Cast Iron Water Pipe Cement Lining for C.I. Water Pipe Cast Iron Water Pipe Fittings, Lined Push -On Joints for C.I. Water Pipe Mechanical Joints for Water Pipe PVC Water Pipe Push On Joints for PVC Water Pipe Asbestos Cement Water Pipe AC Water Pipe Fittings AC Water Pipe Joints Flange Bolt, Sets ASTM C425 ASTM D1869 ASTM D2751 ASTM D2751 ASTM D3034, Type PSM Max. SDR = 35 ASTM D3212 ASTM B88 ANSI B16.22 ANSI B16.18 ASTM A120, A53, A106 ANSI B16.9 ANSI B16.11 ANSI B16.5 ANSI B16.3 Fed. Spec. WW-P-501E ANSI A21.6 ANSI A21.4 ANSI A21.10 and A21.10a ANSI A21.11 ANSI A21.11 ASTM D1584 Type 1120 ASTM D1585, AWWA C900 AWWA C400 Class 150 ANSI A21.10, 150 lb. ASTM D1869 ASME Pressure Piping C. Unions in Ferrous Lines: 150 pound malleable iron, screwed pattern, ground joint with brass to iron seat; equal to Crane. D. Insulating Fittings: Equal to Maloney. E. Unions in Copper or Brass Lines: 125 pound all brass, screwed pattern, ground joint, equal to Chase, Crane or Mueller. F. Mechanical Couplings: Victaulic Style 77 VALVES A. General Service Valves: 3" and smaller, all bronze, screwed; 3-1/2" and larger, flanged, iron body, bronze trimmed, equal to the following Crane Nos: Type Fluid Pressure Fluid Pressure Below 125 PSIG Above 125 PSIG Gate 2" and smaller 428 424 Gate 2-1/2" and larger 465-1/2 7-1/2 E Globe 2" and smaller 1 14-1/2 P Globe 2-1/2" and larger 351 21E Angle 2" and smaller 2 16-1 /2 P Angle 2-1/2" and larger 353 23E 03871416 PIPING AND ACCESSORIES 15300 - 2 05/17 B. Where valves have discs, select the discs for the intended service using materials as recommended by the valve manufacturer. Provide extended stems for valves in insulated lines, so that the handle clears the insulation and jacket. C. Acceptable General Service Valve Manufacturers: Stockham, Jenkins, OIC, Walworth, Hammond. D. Ball Valves: Bronze threaded body, chrome plated full port bronze ball, teflon seats and O-rings, bronze shafts, and infinite position handle with memory stops. Memory stops may be deleted for domestic water service. Valve shall be three piece break away for in -line service. Apollo, Crane, Jamesbury and Stockham are acceptable. Ring type two piece ball valves are not acceptable, except for drain line service. Where valves are installed in insulated lines, provide extended stems to clear the insulation and jacket. E. Gas Valves: Iron body, lubricated plug valves equal to Nordstrom Fig. 143 in sizes 2-1/2" and larger. Valves 2" and smaller equal to Crane No. 270 or Lee 10685 iron body flat -head threaded gas stop. 2.3 COMBINATION PRESSURE/TEMPERATURE PORT A. Furnish and install where indicated "Pete's Plug" a 1/4" MPT fitting to receive either a temperature or pressure probe 1/8" OD. Fitting shall be solid brass with valve core of neoprene fitted with cap with gasket. Furnish an extended stem as required to extend through pipe insulation where installed in insulated lines. PART 3 - EXECUTION 3.1 INSTALLATION OF PIPING SYSTEMS A. Install runs of piping essentially as indicated on the drawings and/or as required. The location, direction and size of the various lines are indicated on the drawings. B. Make up all systems straight and true and properly graded for correct flow of contained materials and to provide drainage. Cut pipes accurately to measurements established at the building and work into place without forcing or springing. Except as required for specified grading, run all piping above ground parallel with the lines of the building. C. Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings. D. Install and support piping systems with loops, bends, expansion joints and/or flexible connectors as required for flexibility, to accommodate expansion and contraction of piping due to temperature changes in the contained fluids and in the surrounding space, and to minimize the transmission of vibration to the building structure. E. Provide unions in the lines assembled with screwed and soldered fittings, at points of connection to equipment, and elsewhere as indicated or required to permit proper connections to be made, or to permit valves, equipment items, etc. to be removed. Provide unions also in welded lines at connections to equipment where flanges are not provided. Provide insulating unions where ferrous material joins non-ferrous material. F. In piping systems assembled by welding, use factory -fabricated welding fittings of the same material and the same schedule or weight as the piping in which they are installed, except that branches or take -offs of sizes not exceeding 2/3 of the nominal diameter of the mains may be made with Bonney Weldolets or Thredolets. Mitering of pipe to form elbows, notching of straight runs to form tees, and any similar construction will not be permitted. 03871416 PIPING AND ACCESSORIES 15300 - 3 05/17 G. In general, use listed materials in fabricating the various piping systems. The method of assembly may be varied only to meet special conditions where it is impossible to comply with the specified method of joining piping. Where special classes of piping are involved and are not listed, request exact instructions as to the class of material involved and the method of fabricating it before ordering materials. 3.2 FLASHING A. Flash around all pipes passing through the roof with sheet lead not less than 4 lbs. per square foot, built a minimum of 8" in all directions from the outside of the pipe into the waterproofing. Flashing shall be run up the pipe and turned over into the pipe cavity. Flashing at roof drains shall be 36" square. 3.3 MASTIC PANS A. Small lines thru the roof shall be installed thru mastic pans. Pans shall be 18 gage galvanized, welded, 3" deep, 8" X 8" or larger, and filled with mastic. 3.4 PIPE SLEEVES A. Generally where pipes pass through walls or floors except sewer pipes through floors on grade, pipe sleeves shall be used. The sizes of these sleeves shall be such as to permit readily the subsequent insertion of the pipes of the proper size. In the case of insulated lines, the diameter of the sleeves shall be approximately 1/2 inch greater than the outside diameter of the insulation. B. The pipes passing through interior walls or floors shall pass through galvanized pipe sleeves. In walls, they shall finish flush with each finished surface. In pipe chases, they shall extend 1-1/2 inches above the floor slab. The annular space between the pipe and sleeve in floor penetrations and fire rated wall penetrations shall be fire -sealed with fire resistive material equal to Dow Corning Silicone RTV Foam Penetration Seal. C. The pipes passing through concrete beams or walls, and masonry exterior walls and through floors shall be provided with galvanized wrought iron pipe sleeves. Weld at least four No. 4 rods to each pipe sleeve to serve as an anchor as directed by the Architect. After the pipes are installed, in the case of pipes sleeving through exterior beams or walls and floors on grade, the Contractor shall fill the annular space between the pipe and its sleeve with mechanical interlocking synthetic rubber link equal to Link Seal. Contractor shall coordinate sleeve size to insure a watertight joint. 3.5 ESCUTCHEONS, CEILING PLATES A. Except as otherwise noted provide and install concealed hinge, chrome plated escutcheons or ceiling plates with spring catches around each pipe passing through any wall, floor, or ceiling in any space, except in underfloor and attic spaces. Plates shall be sized to fit snugly against the outside of the pipe, or against the outside of the insulation on lines which are insulated. B. No floor plates will be required around the iron pipe sleeves on exterior walls. 03871416 PIPING AND ACCESSORIES 15300 - 4 05/17 3.6 INTERIOR TRENCHING 1 MIA 3.8 A. Trenches for underfloor lines inside the building shall be properly excavated, following in general the procedures set out for exterior lines. Where floors are to be poured over these lines, they shall be backfilled, tamped, and settled with water. B. Where necessary to cut floors for installation of underfloor lines, the floor shall be saw cut and patched back to a flush and level condition. C. All surplus materials removed in these trenching operations shall be disposed of as directed by the Architect. PROTECTION OF UNDERGROUND PIPING A. Underground steel piping shall be cleaned and primed with Humble "Rust -Ban" and wrapped with a double thickness of 3M Scotch "51" vinyl tape over pipe and fittings. FABRICATION OF PIPE JOINTS A. Threaded Pipes: Ream and deburr pipe after it is cut and before it is threaded. Stand each pipe on one end and hammer to remove all foreign material. Full cut threads, but not more than 3 pipe threads shall remain exposed when joint is completed. Make up joints with graphite and oil or an approved graphite compound applied to male threads only. Caulking of threaded joints to stop or prevent leaks is prohibited. B. Copper Tubing: Cut tubing square and deburr. Clean insides of fittings and outsides of tubing with sand cloth before assembly. Exercise care to prevent annealing of fittings and hard drawn tubing. Make all joints with solid string or wire solder, using non -corrosive paste flux of the proper type for each application. No cored solder will be permitted. Use 95-5 solder (95% tin, 5% antimony) or Silvabrite 100 solder (95.5% tin, 4% copper, .5% silver composition) for all copper tubing. Under no circumstances will solder with any lead content be permitted on the jobsite. Where flanges are shown or are required for connection to equipment, they shall be 150 psi flanges. C. Welded Joints: Make all welded joints by the metallic arc process. Use base material conforming to ANSI B31.1 for welded pipe ASTM A106 and ASTM A53. Use filler material conforming to ASTM A233 and in accordance with ANSI B31.1. Machine the ends of the material to be joined or gas cut. Make the cut smooth in order that good fit can be made and a full penetration weld made. Use direct current for welding with the electrode positive. Limit the depth of deposit to 1/8" per pass. Remove all slag or flux remaining on any bead of welding before laying down the next successive bead of welding. Remove any cracks or blow holes that appear on the surface of any bead of welding by chipping or grinding before depositing the next successive bead of welding. D. Solvent Weld Plastic Joints: Solvent welded according to manufacturer's instructions. E. Testing: 1. The Contractor shall have a minimum of 10 percent of all welds made by each welder examined and inspected by radiography. If a faulty weld is discovered, the Contractor shall perform radiographic inspection on all welds made by that welder. Any faulty welds shall be repaired and reinspected at the Contractor's expense. 2. The system shall be hydrostatically tested at 1.5 times the design pressure, as specified in Chapter VI ASME Code B31.1-1986 for Power Piping, and carefully checked for leaks. After leaks are repaired, retest system; repeat repair and test until proved tight. Equipment shall be isolated from hydrostatic testing of piping. 03871416 PIPING AND ACCESSORIES 15300 - 5 05/17 3. Welds which cannot be hydrostatically tested, e.g., branch connections made to existing piping, shall be radiographed per Chapter VI, ASME Code B31.1-1986 at Contractor's expense. The Owner at his option may allow visual inspection of these welds in lieu of radiographs. 3.9 REVISIONS AND RELOCATION OF EXISTING SYSTEMS A. Where conflicts occur between the new work and the existing piping systems which cannot be resolved, the Contractor shall relocate the existing piping system. Relocated positions of piping shall be tested for new work. All piping systems shall be free from leaks. 3.10 REPAIR OF LEAKS A. All leaks in piping systems shall be corrected as follows: 1. Repair leaks in solder joints by remaking the joint; no soldering or brazing over existing joints will be permitted. 2. Repair leaks in screwed joints by tightening the joint; remake the joint if the tightening fails to stop the leak. 3. Leaks in caulked joints may be stopped by additional caulking of the joint; but if that fails, remake the joint. 4. Repair leaks in welded joints by removing the defective weld completely through the base metal and grind smooth. Re -weld, accomplishing 100% penetration of the base metal. The repair weld should in no case be less than 4" in length. B. When any defect is repaired, retest that section of the system. 3.11 HANDLING OF MATERIAL A. Hauling: All materials furnished by the Contractor shall be delivered and distributed at the site by the Contractor. B. Loading and Unloading: Pipe, fittings, valves, and accessories shall be loaded or unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground. Each piece shall be unloaded opposite or near the place where it is to be installed. No material shall be unloaded where it will block any road, drive, building entrance, or walkway or where it will be a hazard to safe vehicular or pedestrian traffic. C. Care of Pipe Coating and Lining: Pipe shall be so handled that the coating and lining shall not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense. If satisfactory repair cannot be made, the Contractor shall replace the damaged pipe. 3.12 ALIGNMENT AND GRADES A. General: All pipe shall be laid and maintained to the required lines and grades with fittings, valves, at the required locations; spigots centered in bells; and all valve stems plumb. All t pipe shall be installed straight and true to line. 03871416 PIPING AND ACCESSORIES 15300 - 6 05/17 B. Deviations Occasioned by Other Structures: Whenever obstructions not shown on the plans are encountered during the progress of the work, the lines and/or grades shall be adjusted so to not interfere with existing obstructions. END OF SECTION 03871416 PIPING AND ACCESSORIES 15300 - 7 05/17. r SECTION 15350 PLUMBING SYSTEMS PART 1 - GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications requires the furnishing and installation of all equipment, labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of the plumbing systems. PART2-PRODUCTS 2.1 MATERIALS: Refer to Section "Piping and Accessories". A. Interior Sanitary Soil, Waste and Drain Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. B. Sanitary Fixture Waste Arms: Fixtures served by sanitary soil waste and drain lines shall be connected using cast iron pipe and fittings, red brass pipe, Type L hard copper tubing with cast brass drainage fittings or lead. Use brass soldering nipples or ferrules as required. C. Sanitary Vent Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. D. Domestic Water Lines (Hot, Cold and Recirculating): All water lines underground or under slabs on grade shall be of Type K hard drawn copper tubing. All interior water lines shall be Type L hard drawn copper tubing. Where connections are made between copper tubing and cast iron pipe, use adapters. Copper tubing shall be assembled using solder joint fittings. No lead solder will be permitted. All flanges shall be 150 psig rated. E. Gas Lines: Schedule 40 black steel with 150 lbs. banded malleable iron fittings. F. Drain Lines: Type L copper with solder joint fittings. G. Downspouts and Interior Storm Drain Lines: PVC-DWV Plastic pipe and fittings conforming to ASTM D-2665-68, assembled with solvent cement conforming to ASTM D-2564-67. H. Miscellaneous Lines: Such as pilot lines, bleed lines, control and sampling lines, equalizer lines, drains from air vents and relief vents, etc. shall be fabricated of the materials used in the systems to which they are connected. I. Interior Cleanouts: Cleanouts shall be provided at the bottom of each stack, at each change in direction, and in each horizontal run at intervals not exceeding 50 feet in all interior soil, waste, and drain lines. Where cleanouts occur in walls of finished areas, they shall be 03871416 PLUMBING SYSTEMS 15350 - 1 05/17 concealed behind chrome plated access covers, such as Wade W-8480-R or provided with other special plugs and covers as required to present a finished appearance. Floor cleanouts in unfinished areas shall be Wade W-6000 with threaded adjustable housing, flanged ferrule with cast iron plug and gasket and secured satin bronze scoriated top. Floor cleanouts in finished tile floors shall be Wade W-6000-TS with square tile top; in carpeted areas Wade W-6000-72 with carpet marker. All cleanouts shall be the same size as the line served up to 4" size and shall be 4" for all larger lines. J. Air Chambers: Air chambers of Type L copper, not less than 12" long and no smaller than the supply pipe, shall be provided and installed in each water supply to each and every fixture, outlet, item of equipment, etc. The length and/or the diameter of these air chambers (I( shall be greater where required to eliminate water hammer. PDI shock absorbers may be t used if sized in accordance with PDI recommendations. K. Vacuum Breakers: On each water supply line serving a plumbing fixture, item of equipment, or other device which has a water supply below the rim of the fixture, or which t_ has a threaded or tubing spout, provide and install an approved vacuum breaker. These vacuum breakers shall be designed to prevent any possible backflow through them. Where these are installed in chrome plated lines, they shall be chrome plated to match. L. Automatic Air Vents: This Contractor shall furnish and install Crane No. 976 or 977 air vent valves at all high points for the hot water system, as shown and/or as required. Run a 3/4 inch type L hard copper drain line from the discharge of each air vent valve to a floor drain or as directed. 2.2 PLUMBING FIXTURES A. The plate numbers on the drawings represent fixtures that will be acceptable on the job. Approved equal fixtures of Crane, American Standard, Eljer, and Kohler will be acceptable. B. All exposed trim shall be chrome plated brass. This includes faucets, fittings, stops, risers, strainers, tailpieces, traps, waste, escutcheons, flush valves, brackets, vacuum breakers, goosenecks, hole covers, bolts, nuts and etc. C. All threaded supply fittings or outlets with tubing nozzles shall have back flow preventers. D. All fixtures shall have (1/4) turn ball stop valves. E. Generally all wall hung fixtures shall be provided with chair carriers so that no weight is supported from the wall. F. All fixtures shall be cleaned before final acceptance. G. Verify mounting height of each and every fixture before rough -in. H. Where fixtures mate with irregular walls, the joint shall be grouted with dental plaster, G. E. Silicone or other grout as directed by the Architect. I. The Contractor shall verify all rough in heights before installation and shall secure a current ruling on heights of handicapped fixtures before rough in to insure that they meet the requirements of the parties having jurisdiction. 2.3 PLUMBING FIXTURE SCHEDULE: Refer to drawings. PART 3 — EXECUTION 3.1 ISOLATION VALVES A. The water supplies to each group of fixtures shall have an isolating valve in each line serving the riser. These isolation valves shall be installed at an accessible location. Where , 03871416 PLUMBING SYSTEMS 15350 - 2 05/ 17 1' these valves are not accessible thru removable ceilings or otherwise, provide access doors in the ceiling or chase. 3.2 INSTALLATION OF PIPING SYSTEMS A. Refer to PIPING AND ACCESSORIES for requirements for installing pipes. In addition, the following specifications shall apply. 1. Drain Lines and Sanitary Waste: Grade down toward the sewer connection at a uniform slope of 1/4" per foot to serve individual fixtures or not less than 1/8" per foot to serve multiple stacks or outlets. Slope shall be greater where possible and shall never be less than required to produce a flow velocity of 2 feet per second. 2. Vents: Grade up to the vent thru the roof. Terminate not less than 10" above the roof. 3. Water Lines: a. Grade to established low points and provide valved drains to completely drain the system. b. Secure and anchor piping in plumbing chases such that there is no movement of flush valves, stops, etc. at fixture rough -ins. 4. Gas Lines: a. All gas piping shall run exposed unless specifically detailed otherwise on the drawings, with special venting provisions. b. A drip pocket shall be installed at connection to an item of equipment and at each low point of the gas distribution system. Grade all lines to drip pockets. Drip pockets shall consist of a nipple and cap screwed to the bottom of the drop. C. Provide a gas cock, union and gas pressure regulator at each connection to a gas consuming appliance. d. All gas piping on the roof shall be supported on Miro Pillow Block pipe stands, Model 02 for 2" and below, Model 24-R for piping 2" to 4" and Model 48-R for 5" and above. Pans shall be mopped to roof. Pipes shall be strapped to supports with galvanized strap. 5. Identification: For other than black steel pipe, exposed gas piping shall be identified by a yellow label marked "Gas" in black letters. The marking shall be spaced at intervals not exceeding 5 feet (1524 mm). The marking shall not be required on pipe located in the same room as the appliances served. All tubing carrying medium - pressure gas shall be marked with a label at the beginning and end of each tubing section. 3.3 EXISTING WASTE AND DRAIN LINE A. Special care and precaution shall be used where existing waste or drain lines are to be opened. The following procedure shall be adhered to at all times when opening existing waste or drain lines: Before opening, prepare a solution of one part household bleach to nine parts water. At every inlet to the affected piping run, add 2 gallons of the solution to flush out the piping. Any worker who has cuts or open skin breaks shall be prevented from working with the waste or drain piping. Workers shall wear approved face shields, gloves, aprons, boots, etc. for protection. In addition, existing piping shall be thoroughly washed inside and out with bleach solution prior to handling by unprotected persons. The safety director or Owner's representative shall be notified prior to commencing work on any existing waste or drain lines. 03871416 PLUMBING SYSTEMS 15350 - 3 05/17 3.4 TESTING A. Test all pipes before they are concealed in furrings or chases, insulated, painted, or otherwise covered up or rendered inaccessible. Accomplish testing by sections of lines or systems, as required by conditions during construction. Clean all piping and equipment before testing. B. Domestic Water Lines Interior: Test for 6 hours at 150 psig. There shall be no leaks whatsoever. C. Interior Soil, Waste and Vent Lines: Drainage and venting system piping shall be tested with water before the fixtures are installed. Water test shall be applied to the drainage and venting system either in its entirety or in sections. If the entire system is tested, all openings in the pipes shall be tightly closed except the highest opening and the system shall be filled with water to the point of overflow. If the system is tested in sections, each opening except the highest opening of the section under test shall be tightly plugged, and each section shall be filled with water and tested with at least a 10 foot head of water. The water shall be kept in the system, or in the portion under test, for at least 30 minutes before the inspection starts. The system shall then be tight at all joints. Water shall not drop more than 1 " in 8 hours. D. Gas Lines: Test with 50 psig air pressure for 24 hours with no pressure drop (except for temperature correction). If any drop occurs, soap test all joints, correct leaks and retest. E. Downspouts and Storm Drains: Test with water under a head of at least 10 ft. System shall be tight at all joints with no leaks whatsoever. END OF SECTION 03871416 PLUMBING SYSTEMS 15350 - 4 05/17 SECTION 15400 AIR DISTRIBUTION PART 1 - GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of apparatus casing, ductwork, plenums, linings, air distribution devices, dampers and control devices, relief air vents, curbs and other materials and accessories as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. B. In addition, connect all air conditioning units, automatic dampers, filters and all other materials and install (and/or cooperate in the installation with other trades) those various items of equipment and materials. PART 2 - PRODUCTS 2.1 LOW PRESSURE DUCTWORK A. Except as otherwise specified herein, in other sections of the specifications, and/or noted on the drawings, low-pressure ducts shall be constructed of galvanized steel sheets in accordance with the recommended construction for low pressure ducts insofar as gauges of metal to be used, bracing of joints and joint construction as established in the latest edition of the ASIIRAE HANDBOOK. B. Duct construction details shall conform to "HVAC Duct Construction Standards", 1st Edition, (1985) published by the Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). Refer to the fan schedules (TSP) for system pressures. Construction shall be suitable for actual duct system pressures. C. Make square elbows where shown or required, with double thickness factory -fabricated turning vanes. Make all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2 times the width of the duct in the plane of the bend. D. Make transformations in duct shape or dimension with gradual slopes on all sides. Make increases in dimensions in the direction of airflow, with a maximum slope of 1" in 7" on any side. Make decreases in dimensions in the direction of air flow preferably with a slope of 1" in 7" on any side, but with a maximum slope of V in 4" where conditions necessitate. E. Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as to avoid interferences insofar as possible. Where duct penetrations are unavoidable, 03871416 AIR DISTRIBUTION 15400 - 1 05/17 provide streamline shaped sleeves around such material penetrations, made airtight at duct surfaces, except that such sleeves are not required at tie rods. Where obstructions are of a size to exceed 10% of the duct area, the duct shall be transformed to maintain the same duct area. 2.2 DUCT CONSTRUCTION TEST A. A trial leak test, as specified herein, shall be made after installation of the first section of each type of ductwork to demonstrate adequacy of the construction details. All testing shall be done in the presence of the Architect. B. Each test section shall incorporate at least five transverse joints and all typical fittings. C. Drawings showing all construction details of test sections, test procedures and instrumentation, and test results shall be submitted for record purposes. No additional ductwork shall be installed until the trial test installation described above has been approved. D. Low pressure duct shall be tested at 3" w.c. Construction of low-pressure systems shall be inherently airtight and leakage shall be of a sufficiently low magnitude as to be inaudible in quiet ambient and not detectable by sense of feel. 2.3 DUCT LINER A. Note that internal sizes are shown on the drawings. B. All sheet metal supply, return, and fresh air duct shall be lined. C. Conditioned Spaces: 1. The listed ducts shall be lined to a thickness of 1" with Johns -Manville "Permacote Linacoustic" mat faced duct liner, or equal duct liner coated with immobilized antimicrobial impregnated acrylic surface coating on one side. 2. Duct liner shall have an average thermal conductivity of .25 btu-in./sq. ft.-degree F. at a mean temperature of 75 F. D. Unconditioned Spaces: 1. The listed ducts shall be lined to a thickness of 1-1/2" with Johns -Manville "Permacote Linacoustic" mat faced duct liner, or equal duct liner coated with immobilized antimicrobial impregnated acrylic surface coating on one side. 2. Duct liner shall have an average thermal conductivity of .20 btu-in./sq. ft.-degree F. at a mean temperature of 75 F. 3. Duct liner shall comply with ASTM C 1071 with an NRC not less than 0.70 as tested per ASTM C423. 4. The duct liner shall be applied in accordance with the manufacturer's recommendations with the coated side away from the metal, using weld pins or adhesive Tuffbond and adhesive type metal clips, Gemco, or equal, of the type which do not protrude through the duct. The size of the ducts indicated is actual internal sizes and the sheet metal sizes shall be 2" greater in both dimensions to accommodate the lining. No voids are permitted. 5. Use 100% adhesive coverage and clips at the rate as specified by SMACNA. E. In lieu of lining all ductwork, at the contractor's option, it shall be acceptable to seal the ductwork and insulate it with duct wrap meeting the following specification: 1. Ducts: Insulate the supply, return and fresh air ducts with 0.75 lb. density, 2" thick Manville "Microlite R Series" glass fiber flexible insulation having a factory applied FSKL vapor barrier jacket. 2. This insulation shall be secured, vapor barrier side out, to sheet metal. On horizontal runs, lap top and bottom sheets over edges of side pieces. Butt joints tightly. Except 03871416 AIR DISTRIBUTION 15400 - 2 05/17 on ducts handling warm air only, seal all joints, punctures breaks and fasteners with 3" wire pressure sensitive foil type applied with moving pressure using an appropriate sealing tool. Staples shall be outward clinch, maximum 6" on center. Install with not more than 25% compression in accordance with manufacturer's installation instructions. 3. Cover all joints, punctures and breaks with three-inch wide facing strip. 4. Ducts handling warm air only need not be vapor sealed. 2.4 DUCT SEALER A. All supply air ductwork from the air unit to the terminal units shall be sealed to provide airtight construction. Metal surfaces to be joined shall be clean, dry and free of dirt or grease. Apply a heavy coat of Kingco Seal -Rite 18-120 to the interior metal surface of the slip joint, then interlock into place metal duct sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, making sure any voids are filled to secure a continuous air pressure sealant. B. Allow sealant to dry a minimum of 48 hours before pressurizing system. 2.5 FLEXIBLE DUCT A. Flexible ducts shall be used for connecting air terminal devices. Generally flex duct shall not exceed TO" in length or have more than 90 degree of bend. Flexible duct shall be a factory -fabricated assembly consisting of an inner sleeve, insulation and an outer moisture barrier. The inner sleeve shall be constructed of a continuous vinyl -coated spring steel wire helix fused to a continuous layer of fiberglass impregnated and coated with vinyl. A 1-1/4 inch thick insulating blanket of fiber glass wool shall encase the inner sleeve and be sheathed with an outer moisture barrier of a reinforced Mylar or neoprene laminate of low permeability. The flexible duct shall be rated for a maximum working velocity of 6000 FPM and shall be listed by the Underwriters' Laboratories under their UL-181 standards as a Class 1 duct and shall comply with NFPA Standard #90A. The flexible duct shall be Thermaflex M-KC for high pressure and Thermaflex M-KE for low-pressure application. 2.6 FLEXIBLE CONNECTIONS A. Provide sound isolating flexible connections between connecting ducts and the inlet and outlet of each fan. These connections shall in each case be long enough to permit a minimum separation of 3" between the duct and the fan or unit housing with at least 1" slack in the flexible material itself. B. The material shall be of a vinyl coated woven nylon/polyester blend base fabric, 22 oz. per square yard, meeting NFPA 90A and B for flame spread and smoke developed. It shall be fire resistant, waterproof and mildew -resistant. The material shall be equal to Excelon Fabric as manufactured by Duro-Dyne. 2.7 ROUND DUCT TAPS A. All round takeoffs shall be made with spin -in type fittings for sheet metal duct or fiberglass ductboard as applicable. Provide each with a factory installed balancing damper, positive locking nut and air scoop. B. All round takeoffs from rectangular ducts shall be made with spin -in type fittings for sheet metal duct or fiberglass ductboard as applicable. Provide each with a factory installed balancing damper, positive locking nut and air scoop. Spin in fitting shall be equal to Dace 03871416 AIR DISTRIBUTION 15400 - 3 05/17 Model FCDG-0O3 with 2" stand-off, lock quadrant, 3/8" sq. steel rod, nylon bearings and scoop. Furnish flange collar, 24-gauge galvanized steel, with adhesive coated 1/8" thick rubber gasket. PART 3 - EXECUTION Not Used END OF SECTION 03871416 AIR DISTRIBUTION 15400 - 4 05/17 SECTION 15500 HANGERS AND SUPPORTS PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. The Contractor for the work covered by each section of the specifications shall furnish and install all hangers, supports and isolation required by pipe or equipment included in this work. PART 2 - PRODUCTS 2.1 MATERIALS A. Materials shall be provided for the support of all piping and equipment. The following tabulation lists materials suitable for this duty. Equal materials manufactured by Fee and Mason, Carpenter -Patterson, Grinnell or Modern will be considered. 03871416 05/17 MATERIAL SERVICE FEE AND MASON CAT. Hanger Copper Tubing 4" and Larger 364 copper plated Hanger Copper Tubing 3" and smaller 361 copper plated Hanger Steel Lines 3" and smaller 215 or 199 Hanger Steel lines 4" and larger 239 Hanger Outside Insulation -all lines 239 Hanger Cast Iron Lines 239 Hanger Plastic Pipe 108 + 109 Hanger Refrigerant Pipe 102 Hanger Glass Pipe 375 Wall Bracket All 150, 151, or 155 Saddles Steel Lines On Rollers 71, 1710, 1712, 172, 173 Conc. Inserts New Construction 185 Rollers Steel Piping 161,272 Pipe Clamps 2" and Smaller 304 Pipe Clamps 3" and Larger 241 Pipe Rest All 295 or 291 Exp Shield Concrete 374 Beam Clamps All 249, 254, 255, 282, 280 Adjuster All 2381 HANGERS AND SUPPORTS 15500 - 1 2.2 HANGER RODS A. All individually suspended horizontal pipes shall be supported by steel rods sized as follows: Rod Diameter Size of Steel Pipe or Size of Cast Iron Copper Tube Supported Pipe Supported 3/8" 2-1/2" and smaller 3" and smaller 1/2" 3" and 4" 4" through 6" 5/8" 5" through 8" 8"through 10" 3/4" 10" and larger 12" and larger 2.3 HANGER SPACING A. All hangers shall be so located as to properly support horizontal lines without appreciable sagging of these lines. The following table gives minimum spacing for copper, and steel lines, but hangers shall be more closely spaced where necessitated by conditions or the type of pipe involved or required by code. Size of Line 3/4" and smaller 1" through 1-1/2" 2" and larger All cast iron lines Hanger Spacing in Feet 5 7 10 5 (Minimum two per joint) PART 3 - EXECUTION 3.1 INSTALLATION OF SUPPORTS A. All pipes shall be adequately supported. All piping shall be installed with due regard to expansion and contraction, and the type of hanger, method of support, location of supports, etc. shall be governed in part by this consideration. Transmission of vibration and noise shall also be considered and any special suspension with vibration dampeners required to minimize transmissions shall be used where specified or required. B. All exposed vertical risers running near walls shall be supported from the walls. Each line shall have a minimum of 2 supports, not greater than 10'0" on centers, with the additional provision that there shall be a support near the top of the riser. All supports shall be aligned. C. All vertical pipes shall be supported with riser clamps sized to fit the lines and to adequately support their weight. At the bases of lines, where required for proper supports, furnish and install anchor base fittings or other approved supports. D. Where vertical lines run down to a point near the floor and a support is needed, they may be supported by means of a pipe leg welded to the pipe, extending down to the floor and terminating in a capped end resting on the floor. E. Where pipes other than those specified hereinbefore, are running along walls, they shall be supported using hangers as described hereinbefore, but suspended from brackets bolted to the wall. Specially fabricated clips or U-braces may be used where commercially manufactured items are not available in the proper size. 03871416 HANGERS AND SUPPORTS 15500 - 2 05/17 {^ F. Where pipes run under steel construction, use beam clamps on beams. Under steel joists, piping may be suspended from rods thru the bottom chord with washers and double nuts. On piping larger than 4", verify the joist strength before installation. G. Where multiple lines are run horizontally at the same elevations and grades, they may be supported on trapezes formed for sections of Unistrut, angle iron, or channels suspended on rods or pipes. Trapeze members, including the suspension rods, shall be properly sized for e the number, size and loaded weight of the lines they are to support. Trapeze spacings shall be in accordance with the preceding table for the smallest line supported on or from the trapezes. H. Perforated strap iron and wire will under no circumstances shall be acceptable as hanger material. I. Hangers supporting insulated lines which are specified to be finished with a vapor seal shall be fitted outside the insulation. The insulation or horizontal lines shall be protected by low compression insulation shields. On all pipes the shields shall be Fee and Mason Fig. 81 or rolled 14 gauge galvanized. The shields on horizontal lines shall be positioned so that they encompass the bottom of the pipe and are centered on the hanger or support. On vertical lines there shall be two shields of the same type full encompassing the pipe at each clamp. Shields shall be secured with a 3/4" wide lacquered steel band at each end. 3.2 COOPERATION BETWEEN TRADES A. Where pipes specified under different sections may possibly be racked on the same supporting structure, each trade shall cooperate with the others involved to properly locate the supporting members and shall furnish a proportionate share of the labor and materials involved in the installation. B. Any other special hangers and supports shall be provided and installed as indicated on the drawings, specified elsewhere herein or required by conditions at the site. 3.3 DUCT HANGERS A. All ductwork shall be supported in accordance with standards published by Sheet Metal and Air Conditioning Contractors National Association Inc. 3.4 PRE -FABRICATED EQUIPMENT MOUNTING SUPPORTS A. Provide ThyCurb equipment mounting supports, or approved equal of 18 ga. galvanized construction with continuously welded corner seams and a 3" cant, supports to be internally reinforced with a factory installed wood nailer and 18 ga. counterflashing. Supports to be a minimum of 8" above the finished roof and of the style and design to mate the roof deck. B. Supports shall be level at the top, with pitch built into supports where roof slopes 3/8 of an inch per foot or more, and supports must have certified load bearing data. Supports must span a minimum of 2 joists and more if equipment length requires it. Supports to be used for all roof mounted equipment, HVAC units, condensing units and roof mounted piping. 03871416 HANGERS AND SUPPORTS 15500 - 3 05/17 3.5 PREFABRICATED ROOF MOUNTED PIPING SUPPORTS A. Provide rigid polycarbonate resin pipe supports with rigid Teflon roller equal to Miro Pillow block pipe stands. Use Model 02 for pipes less than 2", Model 24-R for pipes 2" to 4" and Model 48-R for 5" and above. Mop pipe stands to roof on built-up roofs, set in plastic cement for other types of roof. END OF SECTION 03871416 HANGERS AND SUPPORTS 15500 - 4 05/17 SECTION 15550 VIBRATION ISOLATION PART 1- GENERAL 1.1 NOTE A. Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental Conditions. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. The Contractor for the work covered by each section of the specifications shall furnish and install all vibration isolation required by pipe or equipment included in this work. PART 2 - MATERIALS 2.1 ISOLATION A. Mechanical equipment and associated piping and ductwork shall be mounted on vibration isolators as specified and required to minimize transmission of vibrations and structure borne noise to building structure or spaces. B. All rotating equipment shall be balanced both statically and dynamically. The equipment supporting structure shall not have any natural frequencies within plus or minus 30% of the operating speeds. The equipment when mounted and placed in operation shall not exceed a self excited vibration velocity of 0.10" per second when measured with a vibration meter on the bearing caps of the machine in the vertical, horizontal and axial directions or measured at the equipment mounting feet if the bearings are concealed. C. Isolation shall be stable during starting and stopping of equipment without any traverse and eccentric movement of equipment that would damage or adversely affect the equipment or attachments. D. Isolation shall be selected for the lowest operating speed of equipment. E. Isolation shall be selected and located to produce uniform loading and deflection even if equipment weight is not evenly distributed. F. Fiberglass Isolators: Fiberglass isolators shall consist of a high -density matrix of precompressed molded glass fibers enclosed in a resilient neoprene jacket. Fiberglass isolators shall be equal to Consolidated Kinetics Corporation isolators. Isolators shall be selected for the actual loads of equipment served and generally shall be 90% efficient or better. G. Neoprene Pads: Neoprene pads shall be of cross ribbed or waffle design and a minimum of 5/16" thick. Where concentrated load bearing is encountered, steel -bearing plates shall be bonded to neoprene pads to spread the load. The neoprene pads shall be sized for a load of 50 pounds per square inch. 03871416 VIBRATION ISOLATION 15550 -1 05/17 PART 3 - EXECUTION Not Used END OF SECTION 11 03871416 VIBRATION ISOLATION 15550 - 2 05/17 SECTION 15600 INSULATION PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data on all materials. 1.3 SCOPE A. This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the installation of thermal insulation, coverings, jackets, supports, shields, etc. as described herein and/or as shown on the accompanying drawings, or reasonably implied therefrom. All surfaces which may vary from the ambient temperature shall be insulated unless specifically accepted. PART 2 - PRODUCTS 2.1 MATERIALS A. In describing the various materials, application procedures, and finishes, each item will be described singularly, even though there may be a multiplicity of identical applications. Also where the description is only general in nature, exact dimensions, arrangements and other data shall be determined by reference to plans, schedules, and details, including those provided by equipment manufacturers. B. Where materials are described under other sections of the specifications and are pertinent to this section, they shall be installed hereunder as though they were repeated herein. C. All insulation shall have composite fire and smoke hazard ratings as tested by procedure NFPA 225, not exceeding flame spread 25, smoke developed 50. Accessories such as adhesives, mastics, cement, tape, cloth, etc. shall have these same component ratings. D. All materials installed under this section of the specifications shall be manufactured in the United States of America. 2.2 VAPOR BARRIER JACKETS A. Factory -applied vapor -barrier jackets shall be laminated of flame resistant white kraft paper and .001 inch thick aluminum foil reinforced with glass fiber fabric between the foil and the paper. The foil and paper shall be adhered with a flame resistant latex adhesive. B. Where specified, insulate valves and fittings with two fiberglass inserts and preformed Manville "Zeston" covers with taped seams. s 03871416 INSULATION 15600 - 1 05/17 t -`, C. Where metal jackets are specified, they shall be 0.016" thick No. 5005 tempered aluminum secured with machine drawn 0.020" stainless steel bands. PART 3-EXECUTION 3.1 INSTALLATION A. The installation of all thermal insulation shall be performed by a recognized firm regularly engaged in the insulation business, using skilled insulation mechanics and using insulation materials which are the product of reputable manufacturer of the materials, using any special materials as required by these specifications and by those published standards. B. Any insulation which is not applied in a workmanlike manner will be rejected and replaced. All coverings shall be smooth, flush, dressed to line and tight. Mastic shall be neatly applied and tooled. The Architect reserves the right to reject any insulation whose appearance he deems unacceptable. 3.2 APPLICATION OF INSULATION A. Apply insulation and pipe covering after all work has been tested, found to be tight and accepted as such by the Architect. Thoroughly clean and dry all surfaces to be covered. B. On glass fiber pipe covering with factory -applied vapor -barrier jacket, lap the jacket on the longitudinal seams and seal with vapor barrier lap adhesive equal to Benjamin Foster 82-07 or use self sealing lap. Tightly butt the ends and cover butt joints with a 4" wide band of vapor barrier jacket secured with the same adhesive. C. Exclusions: No insulation shall be applied to: 1. The cooling leg at a steam trap --the piping from the scale pocket ahead of the trap to the line on the outlet of the union following the trap. 2. Expansion tanks. 3. Exposed chrome plated lines. 3.3 INSULATION ON EQUIPMENT AND PIPING SYSTEMS A. The following describes materials, thicknesses and finishes for insulation and coverings. In the following, the word "exposed" shall apply to any line, duct, or other material or surface in any room above the lowest floor in any building unit, exterior to the building and above ground, and/or in equipment rooms; the word "concealed" shall apply to any line, duct, or other material or surface in other underfloor areas, ceiling spaces furrings and chases. B. Also included in this section is the requirement for patching and repair of existing insulation where new connections are made. 1. Domestic Hot Water and Circulating Lines: Insulate with 1" thick Manville "Micro-Lok APT 650" molded sectional glass fiber pipe covering with all purpose jacket. Insulate valves and fittings with Manville preformed "Zeston" PVC covers over fiberglass insulation. 2. Domestic Cold Water Lines: All cold water lines throughout with those exceptions noted hereinbefore, shall be insulated with V thick Manville "Micro-lok APT 650" molded glass fiber pipe covering with factory applied vapor barrier jacket. Insulate valves and fittings with Manville preformed "Zeston" PVC covers over fiberglass insulation. 3. Refrigeration Suction Piping: 1" Manville Type II "Aerotube" threaded onto piping during fabrication and sealed with adhesive. 03871416 INSULATION 15600 - 2 05/17 -11 4. Drain Lines: 3/8" thick Armaflex. Insulation may be slit flange type or threaded on during fabrication. 5. Horizontal Storm Drains and Downspouts: Insulate entirely as specified for domestic cold water lines. 6. Roof Drains: Insulate bodies of roof drain with one coat insulating cement to thickness of adjacent covering and cover with vapor barrier jacket of kraft paper and aluminum foil with glass fiber reinforcing fabric. Hubs shall be covered by building up layers of insulation until they are covered. The insulation shall overlap the adjacent insulation by a minimum of 2", bevel the ends and seal with glass fiber reinforced vapor barrier asphaltic adhesive. 7. Fire Barrier Wrap: For PVC or other Plastic Piping installed in Return Air Plenum spaces for all waste, vent, water, roof drainage, and other piping constructed of PVC or other plastic and installed in plenum spaces, provide and install fire barrier wrap - s for complete coverage. Fire barrier wrap shall be equal to 3M Fire Barrier Plenum Wrap 5A fire resistant wrap consisting of an inorganic blanket encapsulated with a scrim -reinforced foil. The assembly shall provide a flexible, non-combustible enclosure for piping in return air plenum as tested to UL 910. The product shall contain no asbestos. Wrap shall be tested in accordance with the following standards - ASTM C 411, ASTM C 518, ASTM E 84, ASTM E 136 AND UL910. Surface % burning characteristics per ASTM E84 shall be Flame Spread - 0 and Smoke Developed - 0. Wrap shall be 1/2" minimum thickness. Wrap shall be installed in strict accordance with the manufacturer's installation instructions. 8. Duct Insulation: Refer to Section'AIR DISTRIBUTION' for duct liner specification. END OF SECTION 03871416 05/17 INSULATION 15600 - 3 SECTION 15700 EQUIPMENT PART 1 - GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SUBMITTALS A. Submit manufacturer's data and shop drawings on all items specified. 1.3 SCOPE A. This section of the specifications pertains to all labor, materials, equipment and service necessary for and incidental to the mechanical equipment as shown on the drawings and/or as specified herein. B. This section requires the furnishing of all equipment specified and/or shown on the drawings. Equipment referred to singularly shall mean each item, and the total number of items shown or specified shall be furnished. All equipment shall be manufactured in the USA. C. All appurtenances and auxiliary equipment necessary to the function of any specified item of equipment shall be furnished with the item of equipment, whether specifically mentioned or not. Each item of equipment shall perform the function for which it is intended, and all work necessary to provide a complete functional system shall be provided. D. This specification requires that all items of equipment be completely installed, finally connected, tested and placed in service. E. It shall be the responsibility of the Contractor to verify all requirements of the equipment and the contract and certify with the submittal of the shop drawings that all requirements have been met, including: 1. Space requirements 2. Electrical requirements (voltage, phase, wires - no. and size) 3. Capacities 4. Clearance for maintenance 5. Quality 6. Quantity PART 2 - PRODUCTS 2.1 MOTORS A. Motors shall be furnished for all motor driven equipment. Motors with special operating conditions such as multiple speed or in hazardous locations shall be as specified under the equipment served. General service motors driving through flexible couplings or belts shall conform to the following requirements: 03871416 EQUIPMENT 15700 - 1 05/17 2.2 1. Less than 1/6 HP: Split phase, 40 degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0. Provide with inherent thermal overload protection. 2. Fractional larger than 1/6 HP: Capacitor start, 40-degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.0 or greater. Provide with inherent thermal overload protection. 3. Integral Horsepower, Single Phase: Capacitor type, 40-degree C ambient, dripproof or enclosed as required by exposure, with a service factor of 1.15. 4. Three Phase: High efficiency continuous duty squirrel cage type, 40 degree C ambient, dripproof or totally enclosed fan cooled as required by exposure with a service factor of 1.15. Power factor shall be 85% or greater. Motors shall be equal to Gould E-Plus. MOTOR STARTERS A. Except where starters are shown integral to motor control centers (see electrical drawings), the Division 15 Contractor shall furnish all motor starters (controllers) and control equipment for equipment specified under Division 15. The Contractor under this section of the specifications shall be responsible for coordinating starter sizes, characteristics, heater element sizes and all other details. All starters shall be combination starter/disconnect devices, and shall include control transformers, hand -off -auto switches, and pilot lights. B. All individual starters shall be the product of a single manufacturer and submitted for review at the same time. C. Where starters are specified with items of equipment, the starters shall be factory mounted and wired. D. Magnetic Starters (Full Voltage): Starters shall be individual units, combination starter/molded case circuit breaker units, combination starter/fused disconnect switch units or combination starter/unfused disconnect switch units unless otherwise indicated. E. Units shall be of General Electric, Square D, Westinghouse, Federal or Gould manufacture with the proper enclosures. F. Provide pilot lights and either pushbutton stations or hand -off -automatic switches as required for the control of each item of equipment. Generally, pushbutton stations shall be used only where no interlock or remote functions are specified. Control devices shall be in the starter cover unless otherwise indicated. G. Provide auxiliary contacts on starters to accomplish interlocks and control as specified. Starter disconnecting means shall have auxiliary contacts to disconnect all control circuits when the starter is disconnected. H. Provide all three phase starters with three overload elements, one per phase. Overloads shall be solid state type. I. Equip each starter unit with a control power transformer, with 120 volt secondary, a secondary fuse in one leg and the other secondary leg grounded. J. Manual Starters: Where manual starters are indicated, they shall consist of a horsepower rated on -off switch, or hand -off -auto switch with a pilot light and overload element(s) in the same enclosure. Where the starter is installed in public areas, it shall be in a recessed box with a stainless steel coverplate. 2.3 FANS A. The fans indicated on the drawings shall be provided in accordance with the schedule on the drawings. 03871416 EQUIPMENT 15700 - 2 05/ 17 i B. All v-belt drives shall be a variable pitch type and shall be so selected that the specified fan performance occurs at approximately the midpoint of the adjustable range. Motor mounting shall be flexible to permit belt tightening. The static pressure tabulated in the schedule is for bidding purposes only. The fan shall be adjusted to achieve the air delivery specified and if changing of the motor and drive is required it shall be done at no increase in the contract. C. Motor and Drive: The motor shall be open drip proof NEMA T frame design to meet horsepower and electrical requirements specified. The adjustable v-belt drive shall be g. selected for a 1.4 service factor based on motor horsepower and shall be factory set for the specified rpm. The motor shall be mounted for alignment and tensioning the belts. Conduit shall be flexible. D. Provide isolators and flexible duct connections with each fan to limit the transmission of noise and vibration. E. Fans shall be AMCA rated as scheduled. I-J F. Fans shall be furnished with backdraft dampers and disconnect. G. Fans shall be statically and dynamically balanced. H. Fans shall have factory -applied finish. Ys I. Fan motors 1/8 HP and larger shall be permanent capacitor start type. 2.4 POWER ROOF VENTILATORS A. All roof mounted exhaust fans shall be of the low silhouette type with fan wheels mounted horizontally. All fan housings shall be corrosion resistant construction. All fans shall be equipped with ball bearings, permanently lubricated. Fans shall be resiliently mounted. B. Unless scheduled otherwise, all exhaust fans shall have backward inclined centrifugal wheels. C. All fans shall have backdraft dampers and bird screens. D. Refer to the drawings for special requirements. E. Curbs shall be factory -fabricated and furnished with the unit. F. Exhaust fans shall be as manufactured by Cook, Penn Ventilator, Jenn Aire Products Co. or Greenheck. 2.5 FILTERS A. Provide all filters specified herein and/or scheduled or shown on the drawings. All filters shall be erected in holding frames, tight fitting, with no bypass path. B. All filters of every type shall be UL listed Class I or II. C. Every air -handling device which supplies air to any space shall have a filter bank. No., size, and type of filters, shall be as scheduled on the drawings. D. All frames shall be fitted with new media at final acceptance. In addition provide 100% spare filters. 2.6 SIDE ACCESS FILTER HOUSINGS A. Side access filter housings shall be factory fabricated by the filter manufacturer. Dimensions and capacities shall be as scheduled. B. Housings shall be fabricated from 16 gauge galvanized steel. Housings shall have gasketed access doors on both sides with hinges and sealed with snap acting latches. Gaskets shall be continuous, airtight and replaceable. Filter rails shall receive the filters scheduled with no bypass. Rails shall be convertible to cartridge or bag type filters. Filters shall be retained by adjustable spring tension mechanisms with positive air seal around the frame. 03871416 EQUIPMENT 15700 - 3 05/ 17 2.7 C. Side access filters shall have duct flanges on entering and leaving air sides. D. Support the housings on structural steel frames or on concrete pads as required. E. Test with soapsuds after erection to insure airtight construction. DISPOSABLE MEDIUM EFFICIENCY FILTERS A. Filters shall be medium efficiency (30-35% based on ASHRAE 52-68) at a velocity of 500 FPM. Media shall be pleated, non woven reinforced cotton fabric supported by a welded wire grid with 95% open area. Frame shall be heavy-duty waterproof chipboard. Filter shall have not less than 4.5 square feet of media per foot of face area. Filters shall be equal to Farr 30/30 series. PART 3 - EXECUTION Not Used END OF SECTION 03871416 EQUIPMENT 15700 - 4 05/17 SECTION 15800 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS PART 1- GENERAL 1.1 NOTE A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to Work of this Section. 1.2 SCOPE A. This section of the specifications comprises the furnishing of all labor, materials, transportation, tools and appliances and in performing all operations in connection with the testing, balancing and adjusting of various systems and portions thereof to produce proper flows of air and water, correct setting of regulation devices, and other end results as more fully described hereinafter. B. Upon completion of the installation and start up of the mechanical equipment, check, adjust, and balance systemic components to obtain optimum conditions in each conditioned space to the building. C. Prepare and submit to the Architect complete reports on the balance and operation of the system. D. Make a total of three inspections within 90 days after occupancy of the building to insure that satisfactory conditions are being maintained throughout and to satisfy any unusual conditions. E. Make inspections in the building during the opposite season from that in which the initial adjustments were made and at those times make any necessary modifications to the initial adjustments required to produce optimum operation of the systemic components, to produce the proper conditions in each conditioned space. F. During the balancing, the temperature regulation shall be adjusted for proper relationship between controlling instruments and calibrated by the Contractor. The correctness of the final setting shall be proved by taking hourly readings for a period of 4 successive eight hour days in a typical room on each separately controlled zone. The total variation shall not exceed two degrees from the preset median temperature during the entire temperature survey period. G. In all fan systems, the air quantities shown on the plans may be varied as required to secure a maximum temperature variation of 2 degrees within each separately controlled zone, but the total air quantity indicated for each zone must be obtained. It shall be the obligation of the Contractor to furnish or revise fan drives and/or motors if necessary, without cost to the Owner, to attain the specified air volumes. H. Before final acceptance is made, furnish the following data: 1. A tabulation of the simultaneous temperature of all spaces on each separately controlled zone, together with the outside temperature at time of measurement. 2. A listing of the measured air quantities at each outlet corresponding to the temperature tabulation specified above. 3. Air quantities at each return and exhaust air handling device. 4. Flow rate and temperature at each coil and heating device. { { 03871416 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS 15800 - 1 05/17 5. Static pressure readings entering and leaving each supply, and exhaust fan, and other components of the system. These readings shall be related to fan curves in terms of CFM handled. 6. Motor current readings at each fan and pump. The voltages at the time of the reading shall be listed. I. The above data shall be neatly entered on appropriate forms together with any typed supplements required to completely document all results. Written explanations of any abnormal conditions shall be included. All this shall be assembled into a suitable brochure and a total of 4 copies shall be provided. J. When opposite season modifications are made, additional data sheets indicating new settings, readings, etc., shall be prepared and submitted in quadruplicate. 1.3 INSTRUCTIONS A. During the test periods instruct the building operating personnel in the operation and maintenance of all equipment. B. Deliver to the Owner 3 complete instruction manuals covering the maintenance and operation of the system components. In addition, provide schematic wiring diagrams of each piece of equipment framed under glass and mounted on the wall as directed. Provide complete data on all equipment, including for each item a parts list, and the name and address of the vendor where replacement parts can be purchased. PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 03871416 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS 15800 - 2 05/17 SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SCOPE A. The work included in Division 16 of the Specifications includes all electrical work, interior and exterior to the project. Provide all materials, labor, equipment, transportation, tools, permits, fees, and supervision to install, test and make operational the complete electrical systems. 1.3 QUALITY ASSURANCE A. Referenced Standards: Provide and install products in accordance with referenced standards. Comply with the standards listed in each section. B. Codes: The electrical work shall be in accordance with latest edition of the following codes: 1. National Electrical Code 2. National Electrical Safety Code 3. Life Safety Code 4. International Building Code 5. City of Lubbock Electrical Ordinance 6. State of Texas codes as applicable 7. National Fire Protection Association 8. Other codes as referenced in individual sections C. Material Standards: Materials and equipment shall be listed or labeled as defined in Article 100 of the National Electrical Code (NEC), by a testing agency acceptable to the Owner. Materials shall be marked for their intended use. D. Permits and Inspections: Obtain all permits and inspections for the installation of the work and pay all charges incident thereto. Deliver to the Owner all certificates of inspections issued by authorities having jurisdiction. 1.4 SUBMITTALS A. Provide submittals for equipment as listed in each Section. B. Submittals shall include descriptive material, catalog sheets, diagrams, performance curves, and charts published by the manufacturer to show conformance with drawings and specifications. C. Provide complete electrical characteristics for all equipment. Lighting submittals shall include photometric data. D. Submittals shall be clearly marked showing the individual item offered. 03871416 BASIC ELECTRICAL REQUIREMENTS 16010 - 1 05/17 E. All electrical submittals shall be bound in a book, indexed by specification section, and certified that they have been checked by the contractor. F. Omissions from the submittal of any material which has been shown on the drawings or specified, does not relieve the contractor from furnishing and installing the item. 1.5 WARRANTY A. The contractor warrants the material and equipment installed to be free from defects for a period of one year after acceptance by the owner. All defects in labor or materials occurring during this period shall be repaired or replaced. PART2-PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical equipment specified and shown on the drawings is based on information available at the time of design. If the equipment furnished has different electrical requirements, the contractor shall make the required changes to the wire, conduit, controls, overcurrent protection, switchgear, and installation as required to accommodate the equipment supplied, without additional charge to the owner. The cost for such adjustments shall be assigned to the respective section of this Specification under which the equipment is furnished. 2.2 MATERIALS A. All materials shall be UL labeled where a Standard exists for the product. If the product does not bear the UL label, the manufacturer shall submit documentation from an independent testing laboratory, acceptable to the authority having jurisdiction, showing evidence that the product is suitable for the installation. B. Materials and equipment shall be the standard products in current production of manufacturers regularly engaged in the production of such equipment. C. All materials shall be new and free from defects. Materials of the same type shall be the product of one manufacturer. D. All material and equipment shall be installed, applied, and handled in accordance with the manufacturer's recommendations and standards. E. Where no specific material is mentioned, provide the required material from a reputable manufacturer. The material shall conform to the project requirements, and shall be suitable to the engineer. PART 3 - EXECUTION 3.1 GENERAL A. Fabricate, erect, and install the complete electrical systems in accordance with accepted good practice by qualified personnel who are licensed and experienced in such work. Proceed in an orderly manner so as not to impede the progress of the project. 03871416 BASIC ELECTRICAL REQUIREMENTS 05/ 17 16010 - 2 3.2 DRAWINGS is A. The electrical drawings are diagrammatic. Carefully coordinate the work with structural, architectural, and mechanical conditions. Make adjustments to avoid conflicts. B. The locations shown for electrical equipment is approximate and not intended to convey the exact details of installation. Exact locations are to be determined in the field by actual measurements. C. The contractor is responsible for fitting the equipment and material into the space. If the equipment furnished requires different space conditions than shown on the drawings, the contractor shall arrange for such space and shall submit a drawing indicating the exact details of installation prior to construction. D. Do not scale drawings. Layout electrical equipment using dimensions obtained from the manufacturer of the equipment and from field measurements. 3.3 SITE INVESTIGATION A. Prior to submitting bids, visit the site and become aware of existing conditions that may affect the cost of the project. Include in the bid the work required to remove, extend, relocate, reconnect or modify existing equipment or systems, and to restore them to their original condition. 3.4 MATERIALS HANDLING AND STORAGE A. Handle materials in accordance with the manufacturer's standards and recommendations. B. All materials, except those specifically designed to be installed outdoors, shall be stored in an enclosed, dry building or trailer. Protect all stored equipment from damage. Remove damaged materials from the premises. C. Equipment and materials shall not be installed until such time as the environmental conditions of the job site are suitable to protect the equipment and materials. They shall be protected from water, direct sunlight, cold and heat unless designed for such conditions. 3.5 CUTTING AND PATCHING A. Sleeve or cut all openings in walls, floors, ceilings and roof required to install the electrical work. B. Do not cut structural members unless specific permission is granted by the structural engineer. C. Patch all openings after installation of the work, and repair any damage caused by this activity. Restore the surface to its original condition. 3.6 PAINTING A. Refer to PAINTING Section of these Specifications. B. Touchup scratched or marred surfaces of all electrical equipment with paint obtained from the equipment manufacturers specifically for that purpose. Remove all oil, dirt, grease and foreign material before painting and prepare the surface as recommended by the manufacturer. C. Where plywood backboards are used to mount equipment, paint backboards with two coats of light gray semi -gloss paint. 03871416 BASIC ELECTRICAL REQUIREMENTS 16010 - 3 05/17 k I' 3.7 TESTING A. Provide all field-testing specified in the individual specification sections. 3.8 RECORD DOCUMENTS A. Provide record documents as required in Division 1 of the specifications. 3.9 OPERATION AND MAINTENANCE INSTRUCTIONS A. Provide Operation and Maintenance manuals as required in Division 1 of the specifications. B. Before final inspection, instruct the owner's personnel in operation of the systems under this Division. Use the Operation and Maintenance Manual as basis for the instruction. Review the contents of the manual in detail and explain all aspects of operation and maintenance. C. Prepare and insert additional data in the manual when need for such data becomes apparent during instruction. END OF SECTION 03871416 BASIC ELECTRICAL REQUIREMENTS 16010 - 4 05/17 SECTION 16110 RACEWAYS PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all conduits and fittings. 1.3 SCOPE A. Furnish and install all conduits, wireways, raceways, and fittings for all systems interior and exterior to the building. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. American National Standards Institute (ANSI) C-80.1 Rigid Galvanized Conduit C-80.3 Electrical Metallic Tubing 3. Underwriters Laboratories, Inc. (UL) UL 1 Flexible Metal Conduit UL 5 Surface Metal Raceways and Fittings UL 6 Rigid Metal Conduit UL 651 Rigid PVC Conduit UL 797 Electrical Metallic Tubing UL 1242 Intermediate Metal Conduit UL 360 Liquid -Tight Flexible Steel Conduit 4. National Electrical Manufacturers Association (NEMA) RN1 Externally PVC Coated GRS and IMC Conduit PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Metal Conduit and Fittings: a. Allied i 03871416 RACEWAYS 16110 - 1 05/17 b. Wheatland C. Appleton d. Raco e. Killark f. O-Z / Gedney 2. PVC Coated Metal Conduit: a. Robroy Industries b. Levy 2.2 METAL CONDUIT AND FITTINGS A. Rigid Steel Conduit (GRS): 1. Rigid, threaded, galvanized inside and outside or galvanized outside with protective coating inside. 2. Factory made steel threaded couplings. B. Intermediate Metal Conduit (IMC): 1. Rigid, threaded, thin wall steel, galvanized outside with protective coating inside. 2. Factory made steel threaded couplings. C. Electrical Metallic Tubing (EMT): 1. Steel tubing, galvanized outside with slick corrosion resistant interior coating. 2. Steel set -screw couplings and connectors in dry locations; steel compression couplings and connectors in wet locations. D. Flexible Metal Conduit: 1. Spirally wound with interlocking galvanized steel strips. Aluminum is not permitted. 2. Flexible conduit shall be approved for use as equipment grounding conductor. 3. Connectors shall be steel, suitable for grounding continuity. E. Liquidtight Flexible Metal Conduit: 1. Spirally wound with interlocking galvanized steel strips with PVC cover extruded over the exterior to make the conduit liquidtight. 2. Shall be approved for use as equipment grounding conductor. 3. Shall be steel, suitable for grounding continuity, liquidtight. 2.3 PVC CONDUIT AND FITTINGS A. PVC conduit shall be Schedule 40 unless noted otherwise. B. Exterior underground conduit encased in concrete ductbank shall be type EB. C. Conduit fittings shall be the same material as the conduit supplied by the same manufacturer. 2.4 PVC COATED METAL CONDUIT AND FITTINGS A. PVC coating shall be bonded to the galvanized outer surface of the conduit, minimum 20 mil thick. B. Couplings shall have PVC coating with PVC sleeve extending from both ends such that joining the coupling and conduit will cover all metal surfaces. 03871416 05/ 17 RACEWAYS 16110 - 2 PART 3 — EXECUTION 3.1 INSTALLATION OF BUILDING RACEWAYS r- . A. All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. B. Types: All conduits installed in wet or damp locations, or on roofs shall be rigid galvanized steel conduits. Above grade interior conduits shall be rigid galvanized steel conduit, intermediate metal conduits or electrical metallic tubing. C. Sizes: Size and install raceways so that conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. D. Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. E. Around Heat Producing Equipment: Do not install raceways within 3" of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least 1" from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other like objects operating at high temperatures. F. Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways. G. Different Systems: In systems operating at more than 300 volts between phase conductors, where different phase conductors are to be run to a common gang wall switch box, install a separate conduit for each different phase wire and its return switch leg, and provide substantial barriers between adjacent switches in the box so that two different phase wires will not be the same compartment. H. Joining Rigid Conduits: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. 1. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling in conductors. J. Penetrations: Wherever raceways pass through floors, walls partitions, etc., carefully fill any space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes. Filling material shall be fire -resistive and installed to meet requirements of the UL Fire Resistance Directory. i t 03871416 RACEWAYS 16110 - 3 05/17 F 1 3.2 CONDUIT SUPPORTS A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. B. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4" and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-1/4" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non -removable type, they may be supported on ceiling runner channels. Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joists (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. C. Multiple Conduits: Where multiple raceways are run horizontally at the same elevations, they may be supported on trapezes formed of sections of Unistrut angle iron or channels suspended on rods or pipes. Size trapeze members including the suspension rods for the number size and loaded weight of the conduits they are to support. Space them as required for the smallest conduit supported. END OF SECTION 03871416 RACEWAYS 16110 - 4 05/17 SECTION 16120 WIRES AND CABLES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit catalog data sheets on all conductors and cables and wire. 1.3 SCOPE A. Under this Section, furnish and install all building wires and cables (600 volts and below) complete with connectors and terminations. Exterior branch circuits and feeders are also included in this section. Wiring for communication and alarm systems are included in their respective sections unless they reference this Section. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products which comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (U.L.) UL 44 Thermoset -Insulated Wires and Cables UL 83 Thermoplastic -Insulated Wires and Cables UL 486 Wire Connectors and Soldering Lugs UL 510 Insulating Tape PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1. Insulated Cable: a. Southwire Co. b. Senator Wire & Cable Co. C. Okonite d. Anaconda e. Pirelli Cable Co. 03871416 WIRES AND CABLES 16120 - 1 05/17 I 2. Electrical Spring Connectors: a. Scotch b. Ideal C. Buchanan 3. Compression Connectors: a. Burndy b. Scotch C. Ilsco 4. Mechanical Connectors: a. Burndy b. Scotch C. Ideal 5. Insulating Kits: a. Raychem b. Scotch 6. Insulating Tape: Scotch 2.2 CONDUCTORS A. Type: Soft drawn copper, UL listed, rated at 600 volts, free from flaws and imperfections. Conductors no. 10 and smaller shall be solid. Conductors larger than no. 10 shall be stranded. B. Insulation: Unless otherwise indicated on the drawings, otherwise specified in other Sections, or otherwise required by the National Electrical Code, conductors shall have type THHN/THWN or XHHW insulation. C. High Temperatures: Use type RHH or RHW-2 for wiring in proximity to boilers and other devices subject to high temperatures. D. Markings: Conductors shall be marked on the surface with rated voltage, size, type, and manufacturer. The size shall be repeated at intervals not exceeding 24 inches, with the remaining data repeated at intervals not exceeding 40 inches. E. Performance: Conductors shall be electrically continuous and free from shorts or grounds. All open or shorted conductors shall be replaced. All conductors with damaged insulation shall be removed and replaced with new conductors free from defects. F. Conductors and cables installed open in ceiling plenums shall be plenum -rated. 2.3 JOINTS AND SPLICES A. Solid Conductors (No. 10 AWG and smaller): U.L. approved, screw -on, electrical spring connectors, 600 volt, 105C, insulated. B. Stranded Conductors (No. 8 and Larger): Crimp type compression connectors properly selected for the conductor size and material. All connectors shall be applied with properly sized dies and tools as recommended by the manufacturer. Insulate the splice with an insulating kit providing 600 volt, 90C rating. 2.4 COLOR CODING A. Equipment Grounding Conductors: 1. Equipment grounding conductors shall be green. Grounding conductors from isolated grounding system shall be green with yellow stripes. 2. Equipment grounding conductors, no. 6 awg and smaller shall have continuous color - coding the entire length of the conductor. Sizes larger than no. 6 awg shall be 03871416 05/17 WIRES AND CABLES 16120 - 2 permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of green tape, or green adhesive labels. B. Neutral Conductors: - 1. Neutral conductors shall be white or natural gray. 2. Where systems of different voltages are installed, the neutral of the lower voltage shall be white or natural gray, and the neutral of the higher voltage shall have three continuous white stripes on other than green insulation. 3. Sizes no. 6 awg, or smaller shall have continuous color -coding the entire length of the conductor. Larger sizes shall be permitted to be identified at each end, and at every point where the conductor is accessible. The marking shall consist of white tape or stripped tape or white adhesive labels. (-- C. Phase Conductors: 1. Conductors no. 10 awg and smaller shall have continuous color -coding the entire length of the conductor. Larger sizes shall be permitted to be identified at each end,__ and at every point where the conductor is accessible. The marking shall consist of colored tape, or colored adhesive labels. 2. The color -coding system employed shall be permanently posted on the inside door of each branch -circuit panelboard. The posting shall identify the color -coding of each phase conductor and shall be applied to the inside of the door with adhesive. 3. 120/208 volt, 3 phase system: Phase A — Black Phase B — Red Phase C — Blue 4. 277/480 volt, three phase system: Phase A — Yellow Phase B — Brown Phase C — Orange PART 3 — EXECUTION 3.1 INSTALLATION OF WIRING A. Install all wiring in raceways unless specified otherwise. B. Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Use U.L. listed cable pulling compound where necessary. ' C. Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. D. Wire Sizing: -% 1. No wire shall be smaller than no. 12, except for signal and control circuits, or lighting fixture taps. 2. Receptacle and motor branch circuits — Use no. 12 conductors unless noted or scheduled otherwise. 3. 120 volt, 20 amp lighting branch circuits — Where the length of run from panelboard I to first lighting outlet exceeds 75 feet use no. 10 conductors; otherwise use no. 12. 4. 277 Volt, 20 Amp Lighting Branch Circuit: Where the length of run from panelboard to first lighting outlet exceeds 175 feet use No. 10 conductors; otherwise use No. 12. 03871416 WIRES AND CABLES 16120 - 3 05/17 F _J 5. Where more than three current -carrying conductors are installed in the same conduit or raceway, the conductors shall be increased in size as required to maintain the required ampacity after application of the adjustment factors of NEC Table 310- . _ 15(b)(2)(a)• 6. All branch circuit wiring connected to the load side of dimmers shall have an �- individual neutral installed with each circuit. E. Joints and Splices: 1. Make joints and splices only where necessary and only at outlet boxes, wiring troughs and other enclosures permitted by the NEC. All joints shall be mechanically and electrically secure. 2. Do not splice conductors in panelboards, safety switches, switchboards, motor control centers or motor control enclosures. 3. Conductors for use with insulated spring connectors shall be twisted together prior to application of the connector. F. Terminations: Tighten electrical connections and terminations in accordance with the manufacturer's published values. A calibrated tool shall be used to insure proper torque values. G. Bundling: Bundle all conductors in panelboards, cabinets, pullboxes and the like using nylon straps made for this purpose. Bundle conductors larger than no. 10 in individual circuits. Bundle smaller conductors in larger groups. H. Identification: Refer to ELECTRICAL IDENTIFICATION SECTION. 1. Mark conductors to clearly identify each circuit by number. Securely attach to each conductor in each junction box, pull box, panelboard, etc. 2. The cover of each junction box and pullbox shall be marked with the designations of each circuit contained therein. 3. Where colored plastic tape is applied to conductors for identification, use half -lapped turns for a distance of 6 inches from the terminal points and in boxes where taps and splices are made. Apply the last two turns with no tension to prevent unwinding. Use 1-inch wide tape applied to avoid obscuring cable identification markings. 3.2 FIELD TESTING A. Tests and procedures shall be in accordance with the applicable IPCEA standards. Furnish all instruments, equipment and personnel required for testing. Submit test data to the engineer on data sheets in a format that can be compared with future testing. All test data shall be included in the project operating manual. B. Test wires and cables for electrical continuity and short circuits. C. Prior to terminating, check each service and feeder conductor with megohmmeter to determine the insulation resistance with respect to ground and other phases. Applied potential shall be 1000 volts do for 1 minute. D. Test cable mechanical connections to the manufacturer's recommended values using calibrated torque wrench. E. Energize circuits and demonstrate proper operation. END OF SECTION 8 03871416 WIRES AND CABLES 16120 - 4 ( 05/17 z SECTION 16130 BOXES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit catalog data sheets for all boxes. 1.3 SCOPE A. Furnish and install electrical boxes in accordance with the requirements of the National Electrical Code. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (UL) No. 514 Outlet boxes and fittings No. 50 Enclosures for Electrical Equipment 3. National Electrical Manufacturers Association (NEMA) No. OS 1 Sheet Steel Outlet Boxes, Device Boxes, Covers and Box Supports No. FB 1 Fittings and Supports for Conduit and Cable Assemblies PART 2—PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1. Sheet Steel Outlet and Device Boxes: a. Raco b. Steel City C. Appleton 2. Cast Metal Device Boxes: a. Crouse Hinds b. Appleton C. Pyle National 03871416 BOXES 16130 - 1 05/17 2.2 OUTLET AND DEVICE BOXES A. All boxes shall be UL listed. B. Sheet steel boxes shall be not lighter than 14 gauge, galvanized after fabrication. C. Cast metal boxes shall be cast iron or cast alloy. D. Outlet boxes for switches, receptacles and communications use shall be 4" square with proper square cornered tile wall cover, plaster cover or finishing plate, except where construction will not permit or the device requires a larger box. Box depth shall be as required by NEC for device and wiring volume requirements, but not smaller than 1-1/2 inches. E. Boxes for devices mounted flush in concrete block walls shall be single gang masonry boxes, 3-1/2" deep. F. Boxes installed in poured concrete shall be concrete -tight type. G. Boxes for surface mounted or pendant fixtures shall be 4"octagonal by 1-1/2" minimum depth. H. Boxes for flush mounted fixtures shall be 4" by 4" size with cover installed above the ceiling and accessible by removing ceiling panel or fixture. Connection to fixture shall be with flexible conduit. I. Boxes for interior exposed work shall be cast metal boxes (Cast iron or cast alloy). J. Boxes for outdoors shall be cast metal boxes with gasketed covers. 2.3 PULLBOXES AND JUNCTION BOXES A. Sheet steel galvanized inside and outside, with galvanized covers. B. Dimensions shall be as required by NEC for the number, size and locations of conduits entering the box. C. Boxes installed above ceilings shall be accessible by removing ceiling panels, installing access door in hard ceiling, or flush mounting the cover on the ceiling. D. Boxes installed flush in walls in finished areas shall have overlapping trim with hinged door and lock to match the appearance of electrical panelboard. E. All boxes shall have covers. PART 3 — EXECUTION 3.1 INSTALLATION A. Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. B. All pull and junction boxes shall be accessible after construction is complete. Install access panels in the construction as required to make the box accessible. C. Fasten all boxes securely to the building construction, independent of conduit systems. D. Where outlet box on grid ceiling supports surface or suspended fixture, provide box with fixture stud and secure the box to ceiling members with steel channel. E. Outlet boxes for devices shown back to back shall be offset a minimum of 6 inches. F. All boxes shall have covers and unused conduit openings shall be covered. END OF SECTION 03871416 BOXES 16130 - 2 05/17 SECTION 16140 WIRING DEVICES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all wiring devices. 1.3 SCOPE A. Furnish and install in suitable outlet boxes, the wiring devices indicated complete with coverplates. All shall be properly connected to conductors so as to be operable. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. National Electrical Manufacturers Association (NEMA) WD 1 General Requirements for Wiring Devices WD 6 Wiring Devices — Dimensional requirements 3. Underwriters Laboratories (UL) UL 20 General -Use Snap Switches PART2—PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Hubbell 2. Leviton 3. Pass & Seymour 4. General Electric 5. Bryant 2.2 CLASSIFICATION A. All wiring devices shall be UL listed. 03871416 WIRING DEVICES 16140 - 1 05/17 2.3 2.4 2.5 2.7 B. All wiring devices shall be specification grade. COLORS A. All device colors to be selected by Architect. SWITCHES A. The catalog numbers listed are of Hubbell manufacture. Equivalent devices from listed manufacturers are acceptable. Furnish switches in colors specified above even though the numbers listed may not contain the correct suffix. 1. Single pole wall switch — 1221. 2. Three-way wall switch — 1223. 3. Four-way wall switch — 1224. RECEPTACLES A. The catalog numbers listed are of Hubbell manufacture. Equivalent devices from listed manufacturers are acceptable. Furnish receptacles in colors specified even though the numbers listed may not contain the correct suffix. 1. Duplex receptacle: 20 amp, 125 volt, grounding (NEMA 5-20R) — No. 5362. 2. Ground Fault Interrupter Receptacle (GFI) — No. GF-5362. 3. Special Receptacles: Furnish devices in the NEMA configuration listed on the drawings. WEATHERPROOF DEVICES A. Provide the specified device in weatherproof cast box with gasketed coverplate. COVERPLATES A. Provide coverplates for all wiring devices, including telephone, signal outlets and other devices. Coverplates shall be one piece single or multi -gang type as required. B. Indoor Flush Devices: 1. Plates to matching existing. 2. Where installed in masonry walls, use jumbo plates. C. Indoor Surface Devices: For indoor devices use zinc -coated metal with rounded or beveled edges, same size as the box. D. Outdoor devices: TayMac PART 3 — EXECUTION 3.1 INSTALLATION A. Install wiring devices plumb and level. B. Install SPST wall switches with OFF position down. C. Wall switches shall be installed on the strike side of the door as finally hung. D. Install receptacles with grounding pole on top. E. Install devices within outlet boxes to allow coverplates to be in full contact with the wall on all sides. 03871416 WIRING DEVICES 16140 - 2 05/17 3.2 3.3 3.4 F. After connection of each wiring device, install two full wraps of electrical insulating tape around the side terminals prior to installation in the box. G. Replace broken devices and plates with new. H. Clean all paint, plaster and dirt from wiring devices and plates. MOUNTING HEIGHTS A. Where mounting heights are indicated on the drawings, the device shall be installed with the centerline of the device at the indicated height. B. Devices noted to be installed above counters or millwork shall be installed above the backsplash. C. Unless otherwise noted on the drawings, or directed by architect, install devices at the following heights above finished floor: DEVICE MOUNTING HEIGHT Wall switch 46" Receptacle 18" Telephone Data outlet 18" IDENTIFICATION A. At each wiring device mark the inside of the coverplate with the panel and circuit number to which the device is finally connected. Use black indelible marker. FIELD TESTING A. Energize lighting circuits and operate each wall switch to verify proper operation. B. Energize receptacle circuits and test each receptacle with circuit tester to verify the device is energized and has correct polarity. C. Test TRIP and RESET buttons on GFI receptacles. In addition, test GFI receptacles with a GFI tester to verify it trips at 4ma of ground current. END OF SECTION 03871416 WIRING DEVICES 16140 - 3 05/17 SECTION 16170 GROUNDING AND BONDING PART 1— GENERAL 1.1 NOTE } A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all grounding equipment. 1.3 SCOPE A. Furnish and install grounding equipment and systems as specified herein. Also refer to, and comply with specific grounding requirements contained in other Sections. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Institute of Electrical and Electronic Engineers (IEEE) Standard 81 Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System 3. Underwriters Laboratories, Inc. (UL) UL 467 Grounding and Bonding Equipment PART 2—PRODUCTS 2.1 MANUFACTURERS A. 03871416 05/17 Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Grounding Products: a. Chance / Hubbell b. Copperweld Corp C. Erico Inc. d. Ideal Industries, Inc. e. ILSCO f. Kearney / Cooper Power Systems g. Lyncoln XIT Grounding h. Superior Grounding Systems, Inc. GROUNDING AND BONDING 16170 - 1 i. Thomas and Betts j. Raco, Inc. k. Burndy-f 2.2 CONDUCTORS A. Equipment Grounding Conductors: 1. Use insulated conductors that comply with WIRES AND CABLES Section. 2. Equipment grounding conductors shall be green. 3. Isolated ground conductors shall be green with yellow stripes. 4. No. 6 AWG and smaller shall have continuous color -coding the entire length of conductor. Larger sizes shall be identified with color -coded plastic tape at each end, and at every point where the conductor is accessible. For equipment grounding conductors use green tape. For isolated ground conductors use alternating bands of green and yellow tape with a minimum of three bands of green and two bands of yellow. B. Bonding Conductors: 1. Bonding cable: 28 kcmil, 14 strands of no. 17 AWG, copper. 2. Bonding Conductor: Bare stranded copper. 3. Bonding Jumper: Bare copper tape, braided bare copper conductors terminated with copper ferrules. 2.3 GROUND CONNECTORS A. Compression Connectors: 1. Suitable for direct burial, embedded in concrete, or above grade applications, equal to Burndy Hyground. 2. Connectors shall be equivalent in current -carrying capacity to the maximum size copper conductors being joined. 3. Equipment shall be in accordance with the connector manufacturers recommendation. This shall include cable preparation, installation tools and dies, and the required number of crimps. B. Bolted Connectors: 1. UL listed for grounding. 2. Above grade applications. 3. Provide equipment in accordance with connector manufacturers' recommendations for the application. C. Welded Connectors: 1. Exothermic -welded type, UL listed for grounding connections. 2. Provided in kit form and selected for the specific types, sizes, conductors and other items to be connected. PART 3 — EXECUTION 3.1 EQUIPMENT GROUNDING CONDUCTORS A. Comply with NEC Article 250 for types, sizes and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NEC are indicated. y 03871416 GROUNDING AND BONDING 16170 - 2 05/17 I 3.2 B. Install a separate, green -insulated, equipment grounding conductor in each feeder and each branch conduit. Install the grounding conductor in the same raceway with related phase and neutral conductors, and connect to pull boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway. Connect the grounding conductors to bare grounding bars in panelboards, and ground busses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault to the point of connection of the equipment ground and system neutral. C. Install equipment grounding conductors in nonmetallic raceways unless they are designated for telephone or data cables. D. Install equipment grounding conductors in all flexible metal conduit and liquid -tight flexible metal conduit. FIELD INSPECTION AND TESTING A. Inspection: 1. Visually verify proper grounding connections at the service entrance equipment. 2. Visually verify proper connections to the grounding electrode system. 3. Visually verify proper grounding connections of separately derived systems. 4. Visually verify proper grounding connections at distribution panels and branch circuit panels. 03871416 05/17 END OF SECTION GROUNDING AND BONDING 16170 - 3 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SCOPE A. Provide and install electrical identification for electrical conductors and equipment. 1.3 QUALITY ASSURANCE A. Comply with National Electrical Code (NEC). B. Comply with UL Standard 969. C. Comply with ANSI C2. D. Comply with NEMA WC-1 and WC-2. PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable. 1. W. H. Brady 2. Ideal Industries, Inc. 3. Seton Nameplate Co. 4. Panduit Corp. 2.2 EQUIPMENT NAMEPLATES AND SIGNS A. Safety Signs: Comply with 29 CFR, Chapter XVII, Part 1910.145. B. Engraved Plastic Nameplates: 1. Melamine plastic laminate, minimum 1/16" thick for signs up to 20 sq. inches, and 1/8" thick for larger sizes. 2. White letters on black face for equipment connected to normal power system. 3. White letters on red face for equipment connected to emergency power system. 4. Attach with self -tapping stainless -steel screws, except contact -type permanent adhesive can be used where screws can not or should not penetrate the surface. 03871416 ELECTRICAL IDENTIFICATION 16195 - 1 05/17 2.3 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coded Plastic Tape: Provide manufacturer's standard self-adhesive vinyl tape not less than 3 mils thick by 1-1/2" wide. B. Identification Bands: Provide manufacturer's standard vinyl or vinyl -cloth, self-adhesive Y Y > wraparound type with preprinted numbers and letters to show circuit identification. 2.4 UNDERGROUND LINE WARNING TAPE A. Permanent, bright colored, continuous printed, vinyl tape. 1. Not less than 6 inches wide by 4 mils thick. 2. Compounded for permanent direct burial service. 3. Embedded continuous metallic strip or core. _ 4. Printed legend indication type of underground line. PART 3 — EXECUTION 3.1 INSTALLATION A. Install electrical identification products in accordance with the manufacturer's written instructions, and requirements of NEC and OSHA. B. For items attached with adhesive, degrease and clean the surface as recommended by the manufacturer. C. Where items attach to surfaces that require painting, attach after completion of painting. D. Install signs at locations for most convenient viewing without interference with operation and maintenance of equipment. E. Identification on Boxes: 1. Boxes for fire alarm circuits shall be painted red. 2. Every box containing circuit wiring shall have the circuit numbers marked on the outside cover of the junction box. Use indelible marker with wide tip. Markings for normal circuits shall be black, and shall be red for emergency circuits. 3.2 CONDUCTOR IDENTIFICATION A. Apply conductor identification on each conductor in each box, enclosure, cabinet and panel. B. Refer to Section 16120 for color -coding of conductors. 3.3 EQUIPMENT IDENTIFICATION A. Install engraved, plastic laminate sign on each unit of electrical equipment, including central or master unit of each system. This includes power, lighting, communication, signal, and alarm systems unless the units contain their own self-explanatory identification. B. Unless otherwise indicated, provide a single line of text with '/2" high lettering on 1-1/2" high sign (2" high where 2 lines are required). C. Text shall match the notations used on the drawings for identification. 03871416 ELECTRICAL IDENTIFICATION 16195 - 2 05/17 3.4 IDENTIFICATION OF PANELBOARDS, SWITCHBOARDS, AND SWITCHGEAR A. Install engraved plastic laminate sign containing 3 lines of text. The top line shall be the panel name. The centerline shall indicate the panel voltage, and the bottom line shall indicate the source of supply. B. Signs for equipment fed from the normal system shall have white letters on black background, and equipment fed from the emergency system shall have white letters on red background. C. An example of the required identifications is: Panel 4HA 277/480 Fed From Panel 4DP END OF SECTION 03871416 ELECTRICAL IDENTIFICATION 16195 - 3 05/17 SECTION 16441 SAFETY SWITCHES PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit the following information for review: 1. Complete drawings showing dimensions. 2. Conduit entry/exit locations. 3. Voltage rating, continuous current rating, and short-circuit rating. 4. Cable terminal size. 5. Fuse rating and type. 1.3 SCOPE A. Provide, install, and connect all safety switches shown on the drawings or required by codes. 1.4 QUALITY ASSURANCE A. Referenced Standards. Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) 2. Underwriters Laboratories, Inc. (UL) UL 50 Enclosures for electrical Equipment UL 98 Enclosed and Dead -Front Switches 3. National Electrical Manufacturers Association (NEMA) No. 250 Enclosures for Electrical Equipment PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by (but not limited to) the following companies are acceptable: 1. Square D 2. Cutler Hammer 3. General Electric 03871416 SAFETY SWITCHES 16441 - 1 05/17 2.2 HEAVY DUTY SWITCHES 1 A. Requirements: Provide and install safety switches as shown on the drawings or as required by NEC. Where code requires the installation of safety switches that are not shown on the drawings, provide and install the required switches. B. All switches shall be heavy-duty type. C. Switches shall be fusible or non -fusible as noted on the drawings or as required by code. D. Provide switches with the voltage and current ratings as shown on the drawings. E. Where safety switches serve as motor or motor starter disconnects, provide horsepower rated switches with auxiliary contacts to disconnect all power and control circuits. F. Construction: 1. Switch blades and jaws shall be plated copper. 2. Switches shall have a handle that is easily padlockable in the OFF position. 3. Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position. 4. Switch assembly and operating handle shall be an integral part of the enclosure base. 5. Switches rated 100A to 600A shall have reinforced fuse clips. 6. Switch blades shall be readily visible in the OFF position. 7. Switch operating mechanism shall be non-teasible, positive quick -make / quick -break type. 8. Fusible switches shall be suitable for service entrance equipment. 9. Switches shall have line terminal shields. 10. Switches shall have CU/AL mechanical lugs. G. Enclosures: 1. Where installed indoors, all enclosures shall be NEMA I, general purpose type unless otherwise noted. 2. Where installed outdoors, all enclosures shall be NEMA 3R, raintight type unless otherwise noted. 3. Where noted on the drawings, provide the following enclosures: a. NEMA 4 — watertight (304 stainless steel). b. NEMA 12 — dust tight/oil tight. PART 3 — EXECUTION 3.1 INSTALLATION A. Install safety switches in accordance with manufacturers written instructions and NEC requirements. B. Install adjacent disconnects at the same height. C. Install disconnects to maintain the required NEC clearances and working space. 3.2 IDENTIFICATION A. Identify and color -code conductors in safety switches as specified under WIRES AND CABLES Section. B. Install engraved plastic sign on each safety switch as specified in ELECTRICAL IDENTIFICATION Section. C. The sign shall contain 3 lines of text. The top line shall identify the load served. The center line shall indicate the voltage. The third line shall indicate the source of supply. f 03871416 SAFETY SWITCHES 16441 - 2 05/17 i I. D. An example of the required identification is: AHU #2 480 V Fed From Panel PP 3.3 FIELD QUALITY CONTROL A. Inspection: 1. Visually inspect each switch for proper grounding connections as specified under GROUNDING AND BONDING Section. 2. Visually verify proper color -coding of conductors in safety switches as specified under WIRES AND CABLES Section. 3. Verify fusible switches contain proper type and size of fuses. B. Testing: 1. Test cable mechanical connections to the manufacturers recommended values with calibrated torque wrench. 2. Operate each switch ON and OFF four times to verify proper operation. 3. Energize circuit and verify proper operation. END OF SECTION 03871416 SAFETY SWITCHES 16441 -3 05/17 SECTION 16510 LIGHTING PART 1— GENERAL 1.1 NOTE A. The general provisions of the Contract including Uniform General Conditions and Supplementary General Conditions, Special Conditions and General Requirements (Division 1), apply to the work specified in this section. 1.2 SUBMITTALS A. Submit product data sheets for all lighting products. B. Submit complete photometric data for each fixture. 1.3 SCOPE A. This Section pertains to all labor, material, equipment and services necessary for and incidental to the complete interior and exterior lighting system as shown on the drawings and specified herein. 1.4 QUALITY ASSURANCE A. Referenced Standards: Provide products that comply with the referenced standards. These Standards are incorporated into this Specification by reference. 1. National Fire Protection Association (NFPA) No. 70 National Electrical Code (NEC) No. 101 Life Safety Code 2. American National Standards Institute (ANSI) C82.1 Fluorescent Lamp Ballasts C82.4 HID Lamp Ballasts 3. National Electrical Manufacturers Association (NEMA) LE 4 Recessed Luminaires, Ceiling Compatibility 4. Underwriters Laboratories (UL) UL 542 Lampholders, Starters for Fluorescent Lamps UL 924 Emergency Lighting and Power Equipment UL 1029 HID Lamp Ballasts UL 1570 Fluorescent Lighting Fixtures UL 1571 Incandescent Lighting Fixtures UL 1572 HID Lighting Fixtures 03 871416 LIGHTING 05/17 16510 - 1 A t PART 2 — PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to project requirements, products manufactured by the following companies are acceptable: 1. Ballasts: a. Advance b. Lutron C. General Electric d. Valmont 2. Lamps: a. Osram/Sylvania b. General Electric C. Philips 2.2 LUMINAIRES A. Provide and install a lighting fixture on each lighting outlet shown. Furnish fixtures in accordance with the designations scheduled on the drawings. Should any designation be omitted on the drawings, furnish fixtures of the same type as used in rooms of similar usage. All features scheduled for fixtures shall be provided, even if the catalog number given in the schedule lacks the required numerals, prefixes of suffixes corresponding to the feature called for. 2.3 FLUORESCENT FIXTURES A. Fixtures shall bear UL label. B. Lenses shall be 100% virgin acrylic with nominal thickness of 0.125 inches. 2.4 FLUORESCENT BALLASTS A. Use ballasts from manufacturers listed above. Generic ballasts from other manufacturers are not acceptable. B. General Requirements: 1. Designed for type and quantity of lamps indicated for full light output. 2. Total Harmonic Distortion Rating: Less than 10%. 3. Sound Rating: A 4. Power Factor: 95% minimum C. Electronic Ballasts for Linear Lamps: 1. CBM labeled 2. Encapsulated 3. Parallel Lamp Circuits: Multiple lamp ballasts connected to maintain full light output on surviving lamps if one or more lamps fail. 2.5 LAMPS A. Fluorescent Lamps: 1. Color Temperature: 4100 K 2. CRI: Refer to Lighting Fixture Schedule on the drawings. 3. Lamp types as scheduled on the drawings. 03871416 LIGHTING 16510 - 2 05/17 PART 3 — EXECUTION 3.1 INSTALLATION A. Installation of Interior Fixtures: Outlet box locations shown for fluorescent fixtures are diagrammatic. Locate boxes to coincide with stem hangers where such occur. Fixtures shall be level, square with the general construction and securely attached. B. Lay -in Type Fixtures: Refer to the ceiling installer's layout for exact location. Center the fixtures in ceiling grids. Wire the fixtures using concealed outlet boxes accessible through ceiling panels. Install conductors in flexible metallic conduit from box to fixture. C. Fixtures in Plaster Ceilings: Provide a suitable plaster ring or frame for each fixture recessed in a plaster ceiling. D. Surface Mounted Fixtures: Fixtures shall be installed flush with the ceilings. Where fixtures are mounted to an exposed grid ceiling, the fixtures may be clipped to the ceiling grid provided the attachment holds the fixture flush, level, and secure. Where they cannot be centered on a grid, install a structural member to span two tees and attach the fixture to the structural members. E. Where fixtures are installed in a continuous row, the row shall be straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall be visible. END OF SECTION 03871416 LIGHTING 16510 - 3 05/17 µ --7 CITY OF LUBBOCK LUBBOCK POWER & LIGHT SUBSTATION OFFICE RENOVATION cl 7� 402 M U N I C I PAL DRIVE LUBBOCK, TEXAS PARKHILL SMITH & COOPER 1 42z2 851h Street Lubbock, T.— 78423 806,473.2200 _ FANNING, FANNING & ASSOCIATES CONSULTING ENGINEERS 2555 74th STREET LUBBOCK, TEXAS 79423 (806) 745--2533 SHEET INDEX GENERAL ARCHITECTURAL A.,o+ LE2TI€D EtLl A201 ELEVATiON3AN00ETML3 A-0O1 SCHEDU.,E9 _ PLUMBING P.,ao U.M.11oEAFr 1 w — -- P.10t PLuumn FLOORPUW v1SY vLUMeOW eCHEWLES AND DETAILS MECHANICAL -01 1 MEC����wW ES AwF000xruN ELECTRICAL DETAILS E101 —TINGDEMOMDNEwFLOON— E�1v POWEx A00MMVNIGTION DEMO NID rvEw FLOOR PUW SET NUMBER: q Q W a 1 g U oD `x CL L f0 e AEU ARG'' FS18nT TJ ;� ¢ Z y �91E Q 0f ter vT3zon Q. LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 COVER 8t SHEET INDEX G-001 C C B A ABBREVIATIONS GENERAL DRAWING LEGEND SITE PLAN LEGEND A G Q ROOM NMIE OOAI NMIE m E STI G ON TD 4 _ ACCESSIBLE PARKING ACC AB gCCESSIBLE ANCHOR BOLT CN GAL V GAGE GALV.1— OC OUALItt COMPLY OTY WANTITY ® OOAI NU BER _ _ III � NEW DOOR REC NUMN _.... 'F",..,_. ."... SIGN ACI AD AMER CAN CONCRETE INSTITUTE APEAdxA1N_ AND ACT W OfCI WM OFNERALCOLTpACTOR GROUND FAULT CIRCUIT INTERRLArtER T (� DOOR ® E G G COn31RUC W TO BE RROPOEMY PARKING SIGN ADDL ADDITIONAL BY BD OYP9UMBOARD RR RADIUS �_,,, _,",-,, ....._. -' -„_,_ " IT^_.. ,. - ._GHTPO ADJ AGE. AFF ADJUSTABLE DLINOUNITA.19080.1TIES ABOVEFINISH FLOOR 0.DE GYP H G,,SUM RCF REFLECTED CEILING RAN NF ROOF IDEA MARK.,..µ..O '�.... ,_-......_,.._ li E% TINGDOOR __—, ����_ LINE O LIGHT POLE -- --- AIA Al.L AMERICANINSTITUTE Of ARCHITECTS AMBIBCAN �T TOTE Of STEEL CONSTRUCTION HDBD M01V NMOBOeRDGONEEN "AR RE REIN EOO REWIRED PEV LOWER IMRK —%—%— FENCE TREE ALUM ANSI ALTERNATE gLUMNN AMERRED AMERCAN NATCWLSTANDAR09 INSTITUTE HEX - HE —RE HEXAGGMALI xWtOW METAL —ZONAL REY.ON RIGIRHANOEOI pIOX�Xff waY� ® ( OttOw ETN FRMtE � 1,4�h' iPPVING ELOPE AEA APPROX ARCH AMERICAN PLYWOOD ASSOCATION APPROXIMATE ARCHRECT HP HE HT HEAT PUMP HIGH STRENGTH TIE GHT U ROOFTOFLWIT ® ALUwNUM FRMtE HIARIL POPE N _ ` ".1 E CONCRETE CRETE �..- ASCE ASTM AUTO A. AWG AM ERCANSOWETYOFCMLENOHiEERs AMERCAN 90CIETYOFTESTING MATERIHLS AUTOMATIC AVEUtiE AMERCPN WIRE GgGE MVPC I 1 HEATING YEMIUTION AND AIR WNCITIONINO MOMENT OF INERTIA S 0 SOUTH BBLL NTTERNATONALDING 000E CONGRESS SOLED SCHEDULE ®O PATS GSrEOUIPMENT STEPWI9OU ".. �� WALvCpO NG m_..._. E CONTROL JONT —_.._. .._...._____ AW9 AO AMERICMI WELDIND SOCIETY gRCWDIT10NIN0 IBC INTERNF1=TIEBUILDING CODE INSIDE OMMETER INSIDE FACE 9D STCAP EELD0 INSTITUTE Sd BTEELDOORINSTITUTE BELT SECT ON -1 .�......�...._.... »_._......___.....,_. ® NEV NOTE PLAN NORTH ARROW L. J. ..,®.�....,,..,._. E E% 910M JpM ..._. ._.____... ...,® __...—._ B NCL INCLUDED%NO%9NE) IN�UUT ON ENT SHEET 9IM B."" _.. .W........ �.._.._ ____,_ ., RAL BC _GE BACKOFCURR MIT Nv INTEEOR INVERT(ED) .1 STEEL JOST INSTITUTE SPEC SK FCATION ® KEY NOTE -DEMOLITION ,.. TRUE NORTH E DNTOIRL LINES NA BMUM BLOC BFICKNSTTUTEOFAMERICA BITUMINOUS BUILOHG LINE J .NG .ERROR PL SP SOLID ASTIC SET STAINLESS STEEL STD STANOMD STEEL ------4— -- - PgRTD10N TYPE I— TH NOR ( -W .I ----- EXIST NO CONTDUR ES TO NEwvN --- BM BOCn BOB BENCH MARK BURGNOOFFICMLSANDCOOEPDMNISTRATORS INTERNATONAL OC BOTTOM DA STEEL L 1®® IIIER STRUCT STRUCTURAL BURP SUSPENDED 9YMM UYMNMETF CAL QB� _..... SPLAY BOYLO _—.._.... _...____" _.....—.... OTC iNEW -.....—_.—�.._. w_ " B PL BOTTGA(ROTTOM FACE.IAYER.ece) BAGS L LIB( ANGLE(STRUCTURAL SHAPE) POUND T t� , REVISION AA gGLTX i O SPOT ELEVATIOV — — DR. BRO RP0 BRIDGING BEARING LL LEFT HAND IVE LOAD AN GEM L"`e+-•'1 _.._.... �._ ...—... _........ �........_. ...._ _.._-.,....._.. _.. _.�._.._..... BUR BETWEEN BUB.T-UP ROOFING LH LTV TONG LEO HORILONTAL a GUE. VERTCAL LONG TEMP TEMPORARY, TFF TOP OFf NISHFLOOR m STRUCTURALCOUMN EE ELEVATION MgRK q� E%RT .SPOT ELEV ION LT Wi LOMNEOXT TLT TH CKNES9 TLTTOIL I THE ____._h--. __.._ ..... A 1 ..____....."..,","...............— t� .._....__ _.___...—.._. _ _.._.. ------ C TOP OMANHOLE F DATUMELEVFTON �� C AMEBCMJ STANDARD CHANNEL (STRUCTURAL L SHAPE) M TOR TOFOF BEAM I.TOPOF CURB IFXISTINGI SECTION MARK IGd01 C OP Of CURB CUR CFCI CFO( CUBC FOOT CONTMCTOR FURNISHEGMANTRACTOR INSTALLED CON FACTOR FURNISHEOOWNER INSTALLED MAU m MANE UP AIR UNT(9) METER(B) TOE TOP Of 100TING TOG Top Of GRADE TOJ TOP OF JOIST _ DATUM ELEVATION �F MPLYI f^ RAH DETAILMMK 1`+ b GUTTER CG IS CORNER GRAUt CARTIRME MAIL MATIMUM MACHINE BOLT TOL TOLERANCE TOM TOP OF MASONRY CR CI . CL CIROLEW CIRWUR CONTROL JOM CENTERLNE NEC. MFG MR. MASO CONTROL JOINT MANUFACTURER =UFAOTU I MANUFACTURER I. TOP Of STEEL TDW Top Of WALL TTD TOLETTSBUE d3PENSER TRBN9 TREATED LENT �� BREPI(L A� IT GROUTED BLOGX TfRE -L FLOW E _ CUR LR BLIND CLEAR MIL 9T0 MIN MILIAMBTANOARD MIMEFEC TRTD TREATED ISSTEEL -Bl---- CENTERLINE WORON. POINT GI CMU CENTMETER CONCRETE MASONRY UNIT MWC mm MILUMETE E0U8 wLSONE TP TrvYRE TRIG iduGUE AND GROWE — ----'-- ....... -'- .......... .....___,....JI ."___"_._..._ _..."�___._......__.".._, LW CONC LOIN CONSTR COUMN CONCRETE CONNECT CON UCi ON MO M. MT O MA90NRYOFENING MOdFY METAL THRESHOLD U UBC UNIFORM BUILD CODE -—VICE E -BxEE NUMBER WHERE REFERENCED �REFENC GE BER LONT LONIF csXMF CONTINUE CONTPACTOR COU TER- MTL N E MILLWORK NORTH UNOERLMITERSUBOMTORE9,INC. ULT ULTIMATE UNG UNLESS NOTED OTHERWISE ION UNLERBOTMERWIBENOTED _.._ �_._._._. _._".._....,," ,.... .,.,, _._. _._....._.— _........ FLOOR PLAN LEGEND I ROOF PLAN LEGEND RCP LEGEND DETAIL LEGEND �COHCRETE WALL L'IN D ROOF DPAIN �, ,� 0 0 CEL �r a-.[�5� COMPACTED SOIL GROG. CONSTE TION EPEC11CATI0NS INSTITUTE CENTER CU YD WBCYARD NAT N09 MATONALBJREAUOf BTPNDAADS NOTAPPLICASUE V VARIES D DAT DATUM CA NERICA NAT OVAL FIRE PROTECTION ASSOCIATION NOT N CCNTRACI No NOIRE REWCTCN COR—ENT YBRT VERTICAL W FACE BRICK � OVERROw OMN S SPEOED METAL u DPIABTER UNDI9NRBED 901E BBL WS HMO DOUBLE COIBLE d9PIAY STRIP OM NE HIS HEAR SIDE(FACE) NOT TO SCALE W WEST WL O WELRK PDED WOONT WYEF -: ::. CMU WALL SLOPE 1 CEUGPANE. �+'•�"'"'�� M 6TONEARBLE DR OF DM W M 1. DETAIL .,MR. NYAIN DIAMETER D a GF ON CENTER OUTBOE DIAMETER WELDED WIRE FABRIC W11Y._._. WC WTHOVT WAY WALLTOWALL EUU_CONTROL JOINT Ec—CAL MENT C GPPNEL "tt (-�.XJJ i11 PIASTER OR STUCCO ON METAL LATH DIAL DIM O DIAOONM DIMENSION DNIce DEADLDAD OFD OFICI DAbl OVT910EfACE OVER FLOW DMIN OWNER FURNI9HEDCONTRACTOR STALLED OWNER FURN19HE0.CLMNER INSTALLED x %fMR TRANSFORMER ................ ... — EXIST MG TRUCT OU TO REIMN _....�.",.."_..._ O ., _"_.,.,,.__., _....... VIEW THROUGH ROOF 0TR1 w_.."........ __.-___._m PPLY PROP LLE _ _... [ -m ._ _ _..... STEEL BE DWG DOWNSPOUT DRAWING OHOR OF OF OVERHEAD DOUR OPENING OOCC�UPTTgNALSAFETY _— E%ST NG ---- TO BE SKYLIGHT .l��/�L. V I RETURN AIR OR EXHAUST GRILLE `„__+,-- CONCRETE W SECTION E OSHA AND HEALTH ADMINisTRAnoN GC�TtrtRUDCTIW ___.__._....._— ....... _..._�..__._ .�,__.. —........ ....,_"I"__T _, ........._— -",•a� _.._ ___—_— EA EACH MOWLU80F EUSTICItt O OUNCE NEW METAL 6TUD WALLS RWFHATCH ® E IT LIGXTE BLICN EF EIF3 EACH FACES ISOR FINISH E%TERIORINSULATON FINISHSYSTEM P EJ El ELEC ELEV ENGR EO EXPANSION JOINT fiLBVAT CN ELECTRIC. ELECTRICAL ELEVATOR ENGNEER EOU4 PM PCP PCF FCI vEPR PE pggqLLEL PORTLANDCBMEMABSOCKTION POUNDS PER CUBICFOOT PRESTRESSED CCNCRETE INSTITUTE PERFOMTEIDI PERPENOCUInR EW PAR L EGXT gytg f GVSING SYSTEM T—I LIGHT FIXTURES �- (.I K_X CMU -- ---_ REXIB E IN9UTATIDN EQUIP EWC EXIST EOUIPMENT CH PON ELECTRICELECTRICWATER COOLER EXISTING Pl. PLFM P PROPERTY LINE PUSTCLAMNATE POUNDS PER LNEALFOOT ----- M ETION ESHOR "' ❑ JpI g0009TCK TtE EXP EXPBT EM F EXPAN8ON EXPANS. ED, E_'oF FLOOR DRAIN PREFAB PREFIN PRELIM PRO( PBF st PRO PREFABRICATE PREFINSH PRELIMINARY PROJECT POUNDS PER SGVARE FOOT POUNDS PER So —NCH PARTClE BOARD SHEET IDENTIFICATION FORMAT DSC PL NE 6HEET co"ERGUARD E wALWMO mm III _ M C,„, RIGIDIERUJAATIOW WOO FDM FEE FEC FF EL FOUNDATION FREEKTINOUSHERSBRACNET F RE EMINOVSHER B CA.I fNISH FLOOR ELEVATON PTD PTDINM PVC PLYWO FADER TOWELDISPENSER PAPER TOWEL DISPENSER S WASTE RECEPTACLE P0Y NYL CHLOt DE PLYWOOD PAV DESGNATOF SEQUENCE NUMBER SHEET TYPE 1 WALL GUARD —. _ O E EL Cc- N... WOO 019COHT NLX%J9 FNfIA FOG FNISH FLOOR FNI9NIE0) FACE OFCCNCRETEFACEOFCURB P. NG OEB GNATOR..m—.....----- (BEE BELOW) --- HPTIDPAIt A-1 .._.... I PLASTERSANDOR CEMENT GROUT FO FOA FACE OFF .H FAD OFMASONRY SHEET TYPE DESIGNATORS _.__._ ...,�.. _ _,,,_ ......... _._._. _.... ._ _ ......_._...,.,_ _,_.._...._.. POUROUB FILL GRAVEL F09 FOOL FS FACE OFSTUD FACE OF WALL FARSIDEGACE.LAYER) 0 GENERAL(CCNI SHEETS, INDEK, SYMBOLS LEGEND, NOTES. ETC.) FIC FIRE EXTINGUISHER AND CABINET Ac."LALY WATER IT FIG —1 FOOTING FURRING PLANS(HORIZONTAL VIEWS) Z ELEVATIONS(VERTICAL VIEWS) 3 SECTIONB(9ECTICHALMEWS) Fiat FIRE EXTINGdRHER AND BRACKET .,_..�_..... _.—......—. ... ....._,„....._._ TERMIIO(IN SECTION) ____._"._.".,_____,..._... A LARGEgCALE1IEW9(EN—EO PUNS. ELEVATC OR SECT CAR THAT MNE NOT DETAILS) 3 GETA Ls B 9CHEWLES AND DMGINA9 T USE DEFINED(FORTYPES—DONOTFALLINOTHER CATEGORIES OR STANDARD DETAILS) —...—..... —...._.,,,.. _...._.,,......,._ (---- l FURNITUREIEOBPMENT L____ _J HC ._.... .— nog DOWNSPOUT _..__,.,...__ ____..___._..._. __..._......_....._... I L.....,.._._,_"._._. ...._. _ _....._..,.".._"_.....,..._..._ _....... _._....... _._._......_ _._._._._._..—...... B USER DEFINED (FOR TYPES THAT DO NOT FALL IN OTHER CATEGORIES) S ]XO100EGAPEM9ITCNB IISOMETRIC9. PER9PECTVE9, _ RFD FLOOR DMIN 1 I G m W a. 0 0 TyFW LIE J �pED AAC 0 XStB11 Li� ,>y I1J� EL M,B.D,T a LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 ABBREVIATIONS & LEGENDS G-002 RNEA. WIE'LITOP -W i.g FIRE r 8- FRFSHED COMING VICE A.-' N.2 TOWEL 'R- 1-a TELEPHO i L.-"g THERMOS fr--t j 11 11 NBC NOUNTINO M MENSIONS SNKANV ARE TO THE I-ESTOPERAIRE FART) ACICESSIBLE NALkBOMDMOUMTIxG � TIGIASIERFRIE-GUISHE - TOALOAD ORAY -1 c--. =NeBRACKETMOUNTED 1AFISHINKINFACIFIE STANDARD ACCESSIBLE MOUNTING HEIGHTS CL tjK LL SEAT AT HOLo -- PC REMOVABLE SEAT c I.. FIFEDSEAT bMAA ............... ' IN M ............... -T-ELED BACK.- (7, - TOROLLAN SHOWER ALTERNATE ATE WISEAT RE. CI"7 2- '7' BACK BEVELED TRANSITION ............. .......... ...... ....... . L_jNGEN LENOTNI IN R-A-SEAT FREoUIRED (REWIRED) -REEAT C.N-WALl OO-L- CHANGES IN LEVEL TUBS SHOWERS NOTE RAFFE 1. —... 1. LF— WIT.-T SEAT NT"I BEAT CL­. DIFLIT BET 12 1 MIN AEXEESORB 21AFF CLII SENAK INATEREAOSETBARIE WW, ..-NSER. IFN .................... I ................................. 5 E. -RON Na RTOII:TYA-CC'-E DE 7 NOT ASSEDICIATEDWIDE WllNA-EFCLO- -L W MIN -MN EB MIN OPAO BARS MUST SUPPORT IOIJNT DFLUSNI-VE 1-01 -ESSIlLE TOE CLEA-1 SIDE -N-INATERCLOSEET FLOOR MTD -11 CLOSET CLEARANCE AT WATER CLOSET VIE LBS AND BE CONTINKIEKIS WATER CLOSET IS SK IFIEI NOT 1. A 1-11 ONE TYPICAL TOILET STALLS TYPICAL WATER CLOSET4-N=AIIEMET._ IRIOULE-AIIE 7;_, KINDS ENTFERFRTTE. N-INE.-BA--_jZ�: IF- EI FpN/M D AP - ACCESSIBLE UNIT REFER TO KNEE - TOE CLEARANCE GRAPHICS IMNI L.Nl .................. EWCIDRINKING FOUNTAINS URINALS LAVATORIES ................... GENERAL NOTES • ACCE991BIUTY GUIDEUxE -- ARE BASED ON -212TIEFASACCESSIBUTYSTAFROARDS (TAS) • FOCESSIBILITTGUIDELINESNEMAREFOR TOROSFERSNNOIJNIDEAOAFKOREASASAAFFICECAROSNL -E .ON • ONEEOS EINFORDATIONA,;F THE OTBENIAND FCT -FENSIOANNAYUMBSKETS FO_'SRSEC' • REFER TOKNQ EIGHTS R -NO FIXUR NCRINTFGHTS, • ORAFFNIC.S.ARE FOR ADULTS. 0. 3: A A A 3: LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 lo mm DINKRIPTION ACCESSIBILITY STANDARDS G-003 1 _ �� m�� MAINTENANCE ^ OFFICE r SUPERVISOR STAIR 1 STAIR 1 MEN WOMEN m s 129 m �- m /v s $ ADMINISTRATION = OHN TH 8$ &a PIMTOOMM INS RCTOGRAM Av6 RCTOGP.w Ba pICTOORAM AA ROOM NAME BvBORELT ONg1 BvB DIRECT OWLL BVB CXMIGEgOLE 100 ROOM NAME Y�® GRW IG 9YMSWS GRAPHIC SYMBOLS GRAPHIG SYMBOS RAPML SVINBIXS UMBER GRAPH CSYMBOL GRAPHIC SYMBOL MESSAGE WIPERMANENT AMOLE LETTERS ASPMUE LETTERS A FRMLLE LETTERS A BR.YItLE IETTEREBBPNtLE ABPAILLE ONLY ONLY ROOM NFAIE. NUMBER. EXAMPLE SIGNAGE - SEE STANDARD ACCESSIBLE MOUNTING HEIGHT ABRAILLe REFER TO SIGNAGE FA -AGE OR DETAIL. FOR ACTUAL —MADE SPECIFIED T PDING OBJECT i i i 1 1 A i R 4.1 OE ! DING UNDIR STAIS R 20 1-1_:m FORwAAD REACH RANGES of REACH RANOEs PROTRUDING OBJECT PROTECTION/REACH RANGES ............ .. ............ 1 THEATER SEATNG BENCH SEATNG t J 9PoRTS ARENA t— —t MIN LINE OF SIGHT �b n a �r THEATER BEATING * * BENCNSEATING ' THEATERFLAYXOU.E wDlTpiIUMICONCERT XwL LAVE OF SIGHT LECTURE HALLS ASSEMBLY SEATING MEETING ROTE LINE OF SIGHT OVER HEADS CHILDREN$ MOUNTING A-3 AND ACES: A THROUGH AGES: B THROUGH 12 HEIGHTS 8 REACH RANGES ormilmman— HIGM b ow TOF OF HANDRAIL GRIPPING SURFACE 28 MAX OMB ELOSETCENTERLME 18 202-T8 1 P> I.PENSER NEIMT • AGEAYOUNGER AGEB' S:S— READING AND STUDY AREAS. AND WORKSTATIONS HEIGHT OF TABLES OR COUNTER. AJEL .'.. — MEECLEARANCE APPROACH ALLOWED 24 MIN ............................................................................... s 1 ........... SSMIN '...- 1 1 r « $ e CCG�� PULE SIDE i PUSH SIDE 91 E iPU3M SIOU. NOTE 2 ( bnanl FDOOR NOTE: %=].•M F NOTE: v b- (2N IIFDEXM 1AL9 BOTH A CLOSER AND A LATCH %•vS MIN IF Y+61 W1900TH A CLOSER AND A LATCH CLOSER A LATCH M-DED FRONT AOPPOACHES 9wINO11 HINGE SIDE AFFROACHES SWINGING DOORS RECESSED DOOR A. 24 MN NMN IN y dmE wsgsloE GENERALNOTES $ v5 • AGO SMUTYGUIDELNESHEETS—BASEDON VESTISULE DDON. 3 THE N12 TEM6 ACCESSIBILITY BTIwWRDS RAS) s 7 . ALLESSB LFry GUIDELINE SHEETS ARE FOR $NFTO�RVETONAL AS AO DE FOR PURPOSES ONLY MOM ALL DOOMS IN ALCOVES SMALL COMPLY W1TH pROFESSIONgLSAHD OWNERS. NOTE:Ya 'MIN13 mm11F DOOR HAS NOTE'. Y-4-1OEDOGRw1S THE CLEARANCES FOR FRONT APFFOACHES • SOIDSEA OME OF THE INFORMATION AND PICTOGRAPHS VESTIBULE DOME DE APPROACHES SN1NOING DOORS TwO HINGED DOORS IN SERIES HARDWARE DOOR UTE • SOW MAY NOT BE APPLICASLE TO THIS PROJECT. REFER TO PLUMBING SHEETS FOR PLUMBING UR FDTF MOUNTING HEIGHTS, TYPICAL DOOR CLEARANCES GRAPIIIcs SHOWN ARE FOR ADULTS. 9 ER6 AAp J U}AHBTBa2�°J = "Test S iSIMIT L LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TIC 79403 ACCESSIBILITY STANDARDS G-004 I- r- - I r-- p i - i 1--l"'I I - 1 —7 -7 7-7' ACCESSIBLE RAMP ----------- ............ CLE;7R;LOOR ARE=lACCESSIBLE ROUTE MEWo 777777 ELEVATORS GENERAL NOTES IMF --y- Pon gm ELEVATORS LULA LIFTS cc Ill a. an 8 LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNKAPAL DRFVE LUBBOCK, TX 79403 ACCESSIBILITY STANDARDS G-005 DETECTABLE WARNING DEVICES SHALL COMPLY WITH THE TEXAS ACCEESe-STANDAF. AND BE ALIGNEDWTHE DDIRECTIOH GF EDESTRWNTRAVEL THE SURFACE OF THE Z_ DETECTA&E WARNNG ° A DEVICES SI ALL BE A MA% MA%r CONTRASTING COLOR THAT ° ONDES A LIGHT REFLECTNE VALUE of°�� NONIiKJVJTLY r CONTRASTING WRH THE �1, OETAIL ADJACENT SURFACES 9 SURFACE CURB RAMP M. SLORE NA%SLOPE 1 CURB PAWPAW ADJOINING SURFACE SLOBS BBIIH ,.,I.,Go I. v�i FAMED SIDES 112 MA%IF — — a J t,J CURB RnMPWItXlfi ': 4"_!, mARKED wossING csEGNT - C.C.9 WALK EA NSIDE ENL MPLAN tj 4 �) II OUTTNROUDNATISUWD CURB RAMP AT ISLAND�_L.� ) . `clue rI'm( III (D) ____...... _..._. I ENLARGED PU•H CURB RAMPS CURB RAMPS AT MARKED CROSSINGS AGED PUH WITHIN CURB IUMPMD MS, S. VALVE So COVER , O THE wSIGNA POLES. BIwANBO%ES. VALVE RE SHALL COVERS, OR THE OR 'h'®F CURB OR ROADWAY PA BUS]...EDGED >; SSBLE _ - CCES -ACK)TE SHELTER r, I eBMN N _ CUR_ VEHICLE'Y--_`-�.f C�.�.'I \�I BUSRAD a.. $ EDGE CURB PA%1P III. A TYPICAL -(VAN PRNNG SPACES AND ACCESS AISLE LURSRAMPCONFNUMTION MNYVART SLOPENOTME%CEEDY NAAYDIRECTIw ACCESSIBLE PARKING SIGNAGE BUS STOPS PASSENGER LOADING ZONE PARKING SPACES , N.-WK SURFACV DOMINANTDIRECTIDV \ M / IN OF RAVEL NwAWALWALWNG LONG DIRECTION M gS wA 0 RFACE g PRPEGOARNaNc oRecnoN nr Sara $ ( i .. OF GMTWG SINGLE PERPENDCUI.AR3DEWALN PER ENOCUI.AR9DEWALK p�LLLEL SIDE A,AUX PWRPENCICULM SIDMEVAUX 351e [IPA*HYnDTH LINE CURB MMP LONGITUDINAL CURB NWP W/ LEL CURBP IRAREDCUB ACCESSIBLE ROUTES ACCESSIBLE ROUTE FROM PARKING x,n GENERAL NOTES %•ix ESSBXUI GUIDELINE BMEETB ARE BASED ON 9 3 THE 2012 TEXAS ACCESSIBILITY STANCH 0 (TAS). g ? xD' • ACCEMILITY OUIDELINESXEETSAREFOR F 1211 %N1 , :4-7; 11R ,1oX� MATIOSAW EFOBR COHSTR4CTNTEI�ED �1� FOR F+ :••ARALLEL MEESSIOH $NFOND OWNERS G w E TR SOM TION WEfUMNO OVERHANG WERMMO ION PARALLEL APPRMCN *Xl FEFEOF TXERVOING SHEETS NOPILTRIBING 9 :.......... 1EElp,M�.pF P09T SIDKBG -T APPROACH 7 ]O MIN • NEOWN M°Y NOT BE ADPLICABLE TOT119 PROJECT. ER TO VLUMBIW SHEETS FOR PLIMBINO PROTRUDIN00&ECTB TELEPNOHES • FP 'C.SUNTNJDHEIGHTS. ACCESSIBLE PAM DMMEAID "I MEFw AWLTS. PROTRUDING OBJECTSITELEPHONES ACCESSIBLE SEATINGw Q W IL in g V C� L h YLRED AR�i �j BIN P 9TE DF S YiBIJ017 a LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 ACCESSIBILITY STANDARDS G-006 1 2 3 4 5 GENERAL FINISH NOTES FLOOR PLAN & RCP GENERAL NOTES cc fp gO0M95WYL DIMENNSION9 ME TO FACE OF STUD, CMU, OR CENTERLINE OF UNIT AS LINO. N TO&YNIC BORDER WIDTH$ AT OPPOSITE E0 OF W KL RELIVE LVf JIMIL B� ALL NEW WALLS TO BE S SIB' METAL STUDS WITH GYP BOARD ON EACH SIDE UNLESS NOTED OTHERWISE CONTRACTOR $HALL VERIFY ALL x US CEILINGS AND OTHER SUSPENDED ITEMS SHALL BE ATTACHED TO STRUCTURE BY FULLY EMBEDDEDHFAW OR CONNECTIONS. PULL 8 A ALl WgLLB 91u1L RECEIVE BPBE. Wq DIMENSIONS C. GENERA3, CONTRACTOR 9PALL VERIFYIWD WRIFYgtI DiMENS10HAL CONNECTIONS ARE NOTACCEPTASLE. O. ALLGYF9UMBOARDCERINO$SHg LBE59' KXGYPSUMBOARDON /1 V A ALL DRYWALL 9HALL BE PAINTED UNO. B. pLEKPOSEDCMUSWLLLBEPAIHTEDUNO. OISCREPNNCIES FROM THIS OR ANY PLAN, SECTION, ORELEYATION WI THE ARCHITECT PRIOR TO CONSTRUCTIONP. D, UNLESSOTHERWI$ENOTED,ALLWALLSTOEIRENDMBNINUMCFrABOVE PENDEO LIGHT GUAGE FRAMING PER THE SPECIFIGON TS. CENTER ALL OEVICFE. SPRINOPR HEADS, ETC, IN CEILING TILES. 0. DIMENSIONS NDIGAN TED ON PLAIN ARE FROM FACE OFFAC STUD TO E OFaF J C ESTROOM WET WALL$NALL RECEIVE TILE FROM FLOOR UP TO AS F. FINISHED CEILING HEIGHT BRACED EACH WAY TO STRUCTURE ABOVE E. REFERTOSNEETOUBJ FORTYPMALNOYNTINGLOCATIONSFORTDILET FOOM ACCESBOtES STLIDUN.O, R, ATALLLOCATONSO KRFORATEDR RNARMILLES.ALLWIRING, CABLING, ETC, TO BE HELD CLEAROF OPEN LINE OF SITE THROUGH T E A ALLORYWALLCEKINGS$NALLBEPANTEDUMO. F. PROWOE BLGCKBO WHERE UPPER MLLWORK CABINET$MENOTED G, WHfAE NEW gNDEX19TM'0 CON91RUCTIQN NEET,ALONflNISNEe GRILLE.IN fABE9 WHERE TXIS 19 UNAVODMLE ITEM VLBIBLE ABOVE THE GR.LLLE ARETOBEFAWTEDFlATBIACN D MI,_yLWNRN A ALL UPPER LGWER MILLWORK SHALL BE PLAN COVERED UNG, UNLESS NOTED OTNERWIS S. GENERAL CONTRACTOR SHALL LOCATE ALL ITEMS NEEDING ACCESS AND B, ALLCOUMERTOPS$WLLLBEPIMIUVO. H, REFER TO MEP DRAWINGS AND SPECIFICATIONS FOR DESIGN OF THE BE SYSTEMS (DUCT SUES, CIRCUITING. ETC.) LOCATION$ OF —RUES SHALL MOPE LAY.IN TILE CEILINGS. THERE SHALL DE NO ACCESS PANELS IN RYVIALL CEILINGS. U.N.O. ,^ Y, BE AS SHOWN GN ARCHITECTURAL BONS AND DETALS.NOTIFY OF CONFLICTS PRIOR TO SOFALLPIUMBINO.DUCTS, T, PROVIDE CEILINp TILE MOORYWALLAR9PECIFlEO MDIHOGTEDON UP$WMD A. ALLDDORFRANES TO BE PANTED UNO. I FIELD VERLOCATO FY CONDITIONS ANDNARCHITECT AND STRUCTURAL ELEMENTS AND OTHER APPLICABLE ITEMS, ARRANGE D ENU MSBATT$OVERALLINSNATEOWALLSTI . NOT WEND TO DECK 9STRUCTIONEREV NROti J MODIFY NOrvISI$LE ITEMS TO ENSUE ADEQUATE CLEARANCE FOR V. COORDINATE LIGHT FIMRES, RETURN AIR GRILLES B SUPPLY AR CEILING LA IXT AS MIOANt IVOHEIOHTSSNALLBAS*WFINISNEDFLODRUN.a, EC GRILLES WITH RAPE DRAWING$, BRING ANY CONFLICTS OR oDI ANCIESMMONITEtt ATTENTIMI ORTOBEGINNING WY b REF K. ER TO ELECTRICAL DRAWINGS FOR FI RE TYPE SCNECULE. L, REFER TO INTERIOR ELEVATIONS AND ROOM FINISH SCHEDULE FOR AL ODITIONINFORMATOB CONCERNING HEIGHTS, CEILING MATERIALS pR K W. ALL MTH CEILINGS E TO BE TYPE ClCI UNLESS NOTED ERWISE BTN y i yp 'TIE OFt M. MEASURE EACH CEIILLIINNG AREA AND ESTABLISH LA OF ACOUSTICAL SMS1p1> a DEMOLITION NOTES KEY NOTES REMOVE EMSTINO CONSTRUCTION AI INDICATED BY: ® INDICATED BY.® WALL AILING CMINETS:Od 3. DOOR6 FpAME 3, UPPERS CABWN J. WINDOW J. PLUMBING FI RE: REF PLUMBING RLUMBINONGANDf MDA98ED PLUMBING IN RS ENTIRETY xETY S, W�ERHEATERONUPLICATIOWSPLAN YWOODFUTFORM WI THORAWPAN:INSTALLN' S. CEILING EWC ARDASSGCIAT AFF TO BOTTOM O PLATFORM. REF PLUMBING Y FLOORING B, FURNITURE: OFOI -3m DEMOLITION PLAN 181 „ 1 UP•T4 NORTH 2 DIMENSIONED AND ANNOTATED FLOOR PLAN Qp e REFLECTED CEILING PLAN A3 1-11 NORTH „y yr NORTH 3 4 5 LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 DEMOLITION PLAN, FLOOR PLAN & REFLECTED CEILING PLAN A-101 11. -m so k PL NG TOP. TOP. EDGE, 1...,/�� ,?R SPlaRN6EocE Sr RETURN. E SRASN _ h hSO ING -- ST9ERIMMING S C.':®W�esJ F GTNIAE5f STEEL _ 9 ? DMVIER N O�FFFFREOMN W N MTL STU00 MF m PFX�IE ACCESS N v�f G­D STGE �+ M F OdtPlG CONT N� E%ISTiND GMU WNA USTn61.E GUSSET- L P, µE v BCNEWL60 &OSE SHELF 6 ED NET TO OR EPACEDI TO 6' Y� bxCEEO NO.00 MNt F OPPOSINGMOGE WOOD ATTACNME 6LGCN9 C3 a,� DETAIL DETAIL DETAIL @ .... .. . -TILE MIRROR COFFEE MRNER �RfE.IFN PCULU.7MB 'IRISEN. FIN iI.?a� �4 ELEVATION ° E C A 21 PSC :, 0p6O ARC g N f � N `� r•0 J J ~ b 2 N aTa9 0 rgfF � tdc Q Y18Q0,] IL LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 NO IRSOR—ON ELEVATIONS & DETAILS A-201 s NDARDD DOOR DETAILS ASUXEo STANDARD FRAME a■ B eu(FDFRANE HEAD B 1 Scpy 4 BCIEDFPN.@ I OPENING SIZE (INDICATED IN FT -IN, ~) DOOR-E INDICATED IS NOMINAL. REDUCTION SXPLL SE MADE FOR TINE .S EDGE C RANCES, ALL DOORS ARE t-THICK UNLESS INDICATED OTHERWISE. E DOEFERT REFERTODOOR I-ENEPE 9GNEDULE (TN19 SHEET) S C TLD OERE Ems. TRAN3FARENT FINISH RAME _ XMLOW METK. PMNT FINISH S FRAMESIEE(INDICATED IN INCHES) SEE INDICATED 9 CUERALL FRAME OEPTTL REEFER TO STANDARD DOOR DETAILS (THIS SHEET) FOR TYPICAL OW NETAL FRAME PROFILE S AODIRONAL INFORMATION. S DETAILS EAAMPLE, D T'A SINILM Al- f-SHEET N HOLLOW )OR TYPE SCHEDULE DNE sg� S �d A T RENARNS MISCELLANEW S (OENERAL NOTES) EE 9TPN.ITE NEOM FAH. (TNI59XEET)fOR OOpt XFAO /TMNSON PANEL Of — It W IL g U ca C� L N 9 EpEO 4AC J Mj,`Hwea campy Q vT3zon Q. LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TX 79403 SCHEDULES A-601 Dim -30 EXlSI NANND am NOTES INDICATED BY 'O' OI EXISTING PLUMBING FIXTURE TO BE REMOVED, CAP ENIST ING MASTE, WATER AND VENT EL ON FLOOR, IN WALL OR ABOVE CEILING AS REQUIRED. REFER TO NEW PLAN FOR CONTINUATION. vo DEMO UNDERFLOOR PLAN -PLUMBING_ ' NOTES INDICATED BY 'O' O fTEID V[RIfY. REMOVE ALLSUNUSEDTSTEWER PIPIINNG. YCAG,LOCAT ION, O FOR IMVERT,SCOMUITIGN AMG HMAi IORILTVRGRNNE NPRMOSTATINWORK. PATCH TO MATCH. v0 NEW UNDERFLOOR PLAN - PLUMBING 11© ve •,a IDRTw Ir W 1118 a U cd •eeN,' C�MB •I.........T.N.'.�.'N.°.�..�..�.. Q a LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TEXAS 79403 PLUMBING UNDERFLOOR PLAN P- 1 00 go ,0 I NOTES INDICATED BY 'O' O1 EXISTING PLUMBING FIXTURE TO BE REMOVED. CAP EXISTING NOTE, WATER AND VENT BELOW ROOR, IN WALL OR ABOVE CEILING AB REODIREQ. REFEN TO NEW PLAN FOR CONTINUATION. DEMO FLOOR PLAN - PLUMBING I ki NOTES INDICATED BY 'O' Q1 PROVIDE AND INSTALL PLUMBING FIXTURES AS SCHEDULED, CONNECT NEW FIXTURES TO EXISTING WASTE. WATER AND VENT. MODIFY AS REQUIRED, PATCH TO MATCH, O PROVIDE NEW WATER SALLSVALVEST THIS APPROXIMATE LOCATION. NEW FLOOR PLAN - PLUMBING 4! 4, 4 5 a u a C at I n Ili lT vEEttwaou.41iEVIB R.a LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TEXAS 79403 a.w+i PLUMBING FLOOR PLAN P-101 flm flm 30 PLUMBING LEGEND SYMBOL DESCRIPTION ei RISER DESIGNATION CONNECT NEN TO EXISTiN6 al BALL VALVE tv r1 CHECK VALVE CAP 0 RISER — — — — — — COLO WATER •—••—••—••—••— •—•••—•^— NOT WATER NOT WATER RETURN ^..^• SANITARY VENT LINE SEWER LINE W WAIN WATER LINE F FIRE WATER LINE '---'---'--- fXISr1w Coto WArfR ""'"—'""" fXls"No Nor AA Tel — rws,NG Nor WArfR RfrNRN ...."..... SYIS11NG SANITARY VfNr K INS EXISTING SfYfR [NNE S SANITARY SEWER G NATURAL GAS CO FH CLEAN OUT FIRE HYDRANT SO STORM DRAIN RD ROOF DRAIN RO FDC REVERSE OSMOSIS FIRE DEPARTMENT CONNECTION VTR VENT TNRU ROOF OCO DUAL CLEANOUT OSD OPEN -SITE DRAIN WITH DEEP SEAL TRAP PIV POST INDICATOR VALVE (E) DENOTES EXISTING B.F.F. BELOW FINISHED FLOOR A.F.F. ABOVE FINISHED FLOOR NANDI UPPED ACCESIBLE FIXTURE SHALL COMPLY WITH TEXAS ACCESIBILITY STANDARDS. �cFzai�r�e�as>.s� r>�aast�n� FIXTURE GROUPS EQUAL TOK SI NXPCHIEFAL I el SINK SA' STEEL.. MODIFIEDAWITH JKFAUCET HOLESlOX. - 1' CENTERS. • STRAINER: END ARASS CO. SBBCWC CRUMB CUP STRAINER e" le• P-TRAP: DELTA JJTJII TUBING WASTE AND ESCUTCHEON. \ STOPS: DELTA CHROIE WHEEL AND RISER 1e^ ROUON-IN: CW NN WASTE VENT — 1/2' '/1- 2' 1.3' WLEB" YIN DNA. COLD WATER i 2'NW TO LAVS WATER HEATER—+ ;1„H TEMP. k PRESSURE IEP VALVE FU FULL SIZE RELIEF —L GALVANIZED PAN .— PLATFORM SUPPORT WATER HEATER ;L1S'L�11�1�1'JWJ ISY'I' am FINISHED WALL WATER CLOSET WC'A' FIXTURE: KOHLER K-/JJO KINGSTON. WALL HUNG, 1.6 GPF li ELONGATED BOWL, SIPNON JET, WITH CLOSET CARRIER FITTING AND O) CHROME MOUNTING BOLTS. m COLOR: NMI TE SEAT: BEYiS 1955 SS/CH WHITE SOLID PLASTIC OPEN �— FRONT. 2-J/1+ ROUGH -IN: CW HW WASTE VENT f-f /Z•1R�- A. q• IU( lU1 ml 3 FLUSH VALVE - MANUAL I NIS ED iL00R KOHLER K-13e16 1.6 OF I-J/1' f 20' LAVATORY LA' FIXTURE: KOHLER K-2007 KINGSTON, VITREOUS CHINA 20'XI7" VITREOUS CHINA, MALL HUNG LAVATORY W/ /" CENTER 2 NOLE. PROVIDE WITH ARM CARRIER M CARRIER: CHAIR CARRIER WITH CONCEALED ARMS. COLOR: WRITE STRAINER: DELTA 33T210 OFF -SET ASSEMBLY, P-TRAP: DELTA 33T311 TUBING WASTE AND ESCUTCHEON, Is STOPS: DELTA - TUWN BALL VALVES 1" MOTE: PROVIDE 'TRAP WRAP" INSULATION OR EQUAL FOR WASTE AND WATER LINES, EA MUCH -IN: CW NW WASTE VENT I/1" 1/2" 2" 2"— ►_'ram JY�. RISER DIAGRAM n 11 W a g yU� LaTCCd �•�-r.�"ISM • I..�.:..co R..................S 61A41 J ,;qyf xi ¢ a iml RIGIN CK iFAw+A•a LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TEXAS 79403 PLUMBING SCHEDULES AND DETAILS P-102 I 7M 1m MECHANICAL SYMBOL SCHEDULE EX/SFIRG MAOI/SR NEW DESCRIPTION DUC NUMBER 15 IS Bl [NI YFIRST DLBOY Ep YITEPED EWITH TURNING VANES DROP IN DUCT RISE IN DUCT SUPPLY DIFFUSER RETURN DIFFUSER =rD ]�_XO =n FIRE DAPPER =FDSO ]„XO50 =rmo FIRE/SMOKE BAWER ® �7 ® THERMOSTAT I MANUAL BALANCING DAPPER B CONNECT TO EXISTING INC, OWNER FURNISHED, CONTRACTOR INSTALLED REMOVE EXISTING DUCTWORK AND aILLES. rr ltX6�� {1 I I1xF - R ', iTIX6' �-ITXB I , 1 , , (\^V,(,\ ",. \RS EXISTING UNIT TO REMAIN NEATER ,.... uHc vv DEMO FLOOR PLAN - MECHANICAL! RTV TO REM IN ING DUCTNOPK ma 1 i ��0 0 ',I NOTES INDICATED BY 'l J' 0 CXISTIN6 THERMOSTAT TO BE RELOCATED. I REFER TO THIS SHEET i0R MEN LOCATION. O3 EXISTING E%NAUST FAN TO DE REMOVED. 1 PATCH E%1ST ING OPENING AIR AND WATER TIGHT. .---�--�- OJ NEW LOCATION OF EXISTING THERMOSTAT. O EXISTING UNIT NEATER TO REMAIN EXISTINGUNIT NEATER RS TO REMAIN o® NEW FLOOR PLAN - MECHANICAL 4 4 I Ll EXISTING UNIT NEATER TO REMAIN 11 u a C d .1 �. �.. �'B..... W. n ImCl i�n+•»Ei IOBBooG TEXwv lv,v LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TEXAS 79403 MECHANICAL DEMO AND NEW FLOOR PLAN M-101 dw 7� am RTU SCHEDULE - EXISTING TO REMAIN YARN AIR OIAIAR CFY SP COOLING NEAT ELECTRICAL ACCESSORIES REMARKS O! pA DR/K OA kN FUEL Rry l0 Ir 11601 --- JP 1 J1.]6 E0/F7/OJ 20 1 Cl CC I 4601JI60 I F[FCIA/C NFA EFN FMM•]Ocm "0480004 000C/ AIR DISTRIBUTION SCHEDULE PARR TYPE LOCATION DESCRIPTION WIT ON FINISH I FRAME TITUS YODEL $I SUPPLY CEILING LOUVERED FACE TFA Y.. •klty LPY-Iv TYs RI RETURN CEILING LOUVERED FACE N. NP "Ito Lq-Iv vAR EI EXHAUST CEILING LOUVERED FACE N. NP "it. LP I. PAR TI EMUST CEILING LOWERED FACE N. Mo NkIt. LPF-Iv PAR NOTES: 1. OGD - OPPOSED GLADE DAPPER. G. ENT . ERTRIVER. 3. PF . PLASTER FRAME. 1. TS - T-DAN. EXHAUST FAN SCHEDULE NO. CFY SP RPY IF ELEC. ORIYE ME' ACCESSORIES CONTROLS SERVES Ei-1-17 IPO .NO IS1G 1/1 113/t/ED DIRECT M#EMIECN: p-0YT-Yc NOIE SNITCH WITH LIGHTS TMR00MI KAM vim PLAN VIFN SECT I011 secrlaN LOUVERED FACE SUPPLY GRILLE /S1 E11R1/T1 - PERFORATED RETURN/EXHAUST W ec' E TIC M HOSGLL! COORDIIUTE FRAME TYPE NITN TITUS PAR REFLECTED CEILING PLAN S . SURFACE MOUNTED. VARIABLE FRAME T--- ATm CONNECTION AT SUPPLY GRILLE W SGLLE JTU.2.. TYPICAL ELBOW No savE RIRDSCRE FACTDR CURS RACNURAFT DAMPER — MOUNT ON RUDDER PAD COUNTER FLASHING FLASHING — CANT STRIP EXHAUST FAN MOUNTING DETAIL No srve FOR It w IL g U off •`�1e1N1 J IL LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL OWE LUBBOCK, TEXAS 79403 MECHANICAL SCHEDULES AND DETAILS M-201 GENERAL NOTES OA WHERE A DEVICE IS SHOWN TO GCI E RENOVE0 FN A CIRCUIT TRAY XTEMAI MS RECONNECT ALL DOAWSTREAY DEVICES SUCH THAT ALLM IMING DEVICES ARE PROPERLY ENERGISED E NOTES INDICATED BY: -()' (DEWO LIGHTING PLAR) O7 EXISTING STRIPLIGMT TO Of RELOGTED Ot EXISTING SPEAKER TO BE REMOVED Q7 DIVING LIGHT FIXTURE TO Of RE GM O EXISTING EXIT SIGH TO RE REMOVED FOR REPLACEIERT Am 7m JIM NOTES INDICATED BY: 'O. (NEXT LIGHT109 PLAN) OI CONVECT TO 12" LIGHTIHO CIRCUIT SERVING MIS AREA CONNECT NEW EXIT LIGHT TO EXIST, NO EXIT LIGHT CIRCUIT IN MIS AREA. O EKIMUST FAN SWITCEO WITH LIGHTS IN THIS COON, REFER TO POWER PLAN E-102 © NOT USED O RELOCATED STRIPLIGHT FIXED TO STRUCTURE, PROVIDE STRUCTIPAL SIIPPOIIT AS REWIRED O 01{EVEL SWITCHING (INSIDE LNP ON ONE SWITCH / ODTSIDE LA1P11 ON ONE SWTCH O RECONNECT TO EXISTING CIRCOIT O WALL MOUNT FIXTURE WITH BATTERY BACUP EOIIAL TO SURE{ITES SEL-17 0 0 NEW LIGHTING FLOOR PLAN ®® I n a u 13 C ImNVemw drva�r 0 1®eliibawtn LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TS(AS 79403 LIGHTING DEMO AND NEW FLOOR PLAN E-101 GENERAL NOTES O TNATEREWINSCEREMOVEaITSTASSOC I ATEOESUPFACEABOX.L WIRE, AND CONDUIT BACK TO SOURCE OF SUPPLY O WHERE A DEVICE IS SROWN TO BE REMOVED FROM A CIRCUIT THAT REYAI MS NECONNECT ALL DOWNSTREAM DEVICES SUCH THAT ALL AFW IX LNG DEYI CES ARE PROPERLY ENERGIZED MOTES INDICATED BY: •0' (DEMO PLAN) OI EXISTING PANEL 59J O EXISTING UNLABELED PANEL - BON OJ SITE VERIFY EXISTING ELECTRICAL IN THIS ROOM LOCATED BEXI ND FURNITURE O ETHERNET SWITCH TO BE RELOUTED AS DETERMINED BY OWNER OS ENCLOSURE - JBOX OB METER ABOVE PANEL O7 EXISTING WATER HEATER CIRCUIT TO BE REUSED FOR RELOCATED WATER NEATER OB EXISTING WATER COOLER CIRCUIT TO BE REUSED O9 EXISTING PHONE JACK AND ASSOCIATED CABLE TO BE RELOCATED 1� REMOVE RECEPTACLE, WIRE, AND ABNDON CONDUIT. INSTALL BLANK COVER PLATE II EXHAUST FAN IN THIS ROTO BE REMOVED. REOM MOVE ASSOCIATED WIRE AMD CONDUIT fro DEMO POWER & COMMUNICATION FLOOR PLAN I& 2 GENERAL NOTES O RACE EMAYH%0%ESSFRURECEPtACEESAWITH SURFACES RACEWAY TO ABOVE CEILING OB AT lMU HALL INSTALL NI REMOLD SURFACE RACEWAY BONES FOR CEYYUNICAT ,ON DEVICES WITH SURFACE RACEWAY TO ABOVE CEILING NOTES INDICATED BY: 'o' (NEW PLAN) O FUNNY OG' AFT - REFER TO ARCHITECTURAL PANELABON. AFlISINEOWUELABELEDABEL PEANSLFORNWAENNSCOT DETAIL TO LLOWs: PANE 89X O NOTE NOT USED ZT] ABO FED FRO 89MDP/A O INSTALL ABOVE SINK/COUNTER ENCLOSURE © MOTE NOT USED Q METER ABOVE PANEL O CONNECT TO EXISTING CIRCUIT MR LOCATION OF EXISTING PHONE JACK INSTALLED ABOVE O CONNECT TO EXISTING ZOA-IP CIRCUIT BREAKER WHICH BECAME WAINSCOTT FURRNT. EXTEND UBLE AND RECOMNECT. COOMDINATE EXACT LOCATION WITH OWNER A SPARE BREAKER AFTER OEMOL ITION IN EXISTING PANEL 99J 2 DATA JACKS O CONNECT EXHAUST FAN TO LIGHTING CIRCUIT IN THIS ROOM. REFER TO EXHAUST FAN WIRING DIAGRAM WALL PFUNRI NO DATA CONDUITS HORIZONTALLY IN WAINSCOT O CONNECT RELOCATED WATER NEATER TO EXISTING WATER NEATER CIRCUIT. EXTEND CONN IT 8 WIRE i® JUNCTION BOX ABOVE CEILING ANO RECONNECT O INSTALL BLANK COVER PLATE WHERE ELECTRIC WATER COOLER WAS REMOVED jryTCMCYAS REYOYEGNO CIRCUIT WHICH SERVED WATER COOLER NOTE NOT USED NEW DEDICATED RECEPTACLE FOR FUTURE IT SERVER CABINET COORDINATE WITH OWNER ON EXACT LOCATION tl FXI STING PANEL 8BJ vo NEW POWER & COMMUNICATION FLOOR PLAN Q I 91 LWJJkW19:LU:L C ABOVE NR TEL 8 DATI IN WALL FURRING W a g U W 2 ,rr Q itIe' 5)11, iTPEET wawa.TFw n.So LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TEXAS 79403 POWER & COMMUNICATION DEMO AND NEW FLOOR PLAN E-102 Dim LIGHTING FIXTURE SCHEDULE TYPE OESCRIPTIpI VOlii YANUFACTWER CATAL06 Me. F l.lar. In/at IMPS pal hale PLY 1. OVanlll D.wrlpli on Intl leT111I TYP. TNO Bel lee2725."A]B 3%1 Me..e.d L.n. Trell.r(BI{.r.i) UNV EeMn Mla luv tOCB-J-2BihAiS'NMv-[Bpl Sp J i2me S)24 Ei4 fOR 0.» VBI-Mcal !ASBE UiuYaYI, il:in-21InEJJ3YAl-L LTRA RE IM Meee..d L.n. Troller .ith trineRN 130 Eaton Ye to lo. FC0.R-3pM133-130.F4EBp1 M 3 F3mp 3)3S E15 1. 1.11 1!ltil1... Ya II 9eeM. UNY Fa ten Sneper pe5-33-W-Ll/p10-UNY-%% SO EED 2000 Sl.el.d " Arent l.el p hit Lbnl - s1 n91. F... - 1.1 UNY I...KIIo —7-1 Et0 L.p.nd: [IS - El.e lrsale In.l.nt Slarl Mel.: TRD - is lai Namanla Dl.lerl ten 9abn11lal data .Nall Inci ed. loop data end ....... dale CRI -Color R.M.rl nq Ind.v alenp .I lh il.IVr. Input .Ot tap.. Wol lope eheil net .w.ed PS - P.I.. Slarl .eIt.. IIe IId In Ih 11 .eMd.l., DIY - Dlmmi np Bellael PRS - Pre ran Re Id Sler( OCCUPANCY SENSOR LEGEND NEW DESICNATIOM I MANMFACTUER CAT. NO, I NOTE CEILING MOUNTED DUAL TECHNOLOGY SENSOR WATT STOPPER I Di-305 CEILING MOUNTED ULTRASONIC SENSOR WATT STOPPER UT-305-1 OCCUPANCY SENSOR WALL SWITCH WATTSTOPPER PW-101-X COLOR SELECTED BY ARCHITECT $02 OCCUPANCY SENSOR WALL SWITCH (BI-LEVEL) WATTSTOPPER PW-302 COLOR SELECTED BY ARCHITECT 6 OCCUPANCY SENSOR POWER PACK I WATTSTOPPER BZ-150 NOTE:. THE SENSOR PLACEMENT ON THE DRAWINGS ME BASE6 OM TOE COVERAGE PATTERNS OF THE SENSORS LISTED IN THIS SCHEDULE. IF DIFFERENT MANUFACTURER OR SENSOR TYPES ARE USED TNET SMALL PROVIDE SENSING yPLACEMENT, A. CbYEHADf EOIML TO OR BETTER it THOSE SHOWN. SUBMIT DRAWINGS SHOWING SENSOR TTPE,COVERAGE. AXD RECOMMENDED PLACEMENT 1• SO M. ABOVE CEILING. FOR EACH SPACE RECEIYIN6 A SENSOR. THE RECOMMENDED ALL LINE VOLTAGE MINING SCX'OR' AND PLACEMENT SHALL BE INCLUDED IN THE BID SHALL BE INSTALLED IN WITH NO ADO IT, ONAL COST TO IMPLEMENT THE BOXES B CONDUIT MANUFACTURER'S RECOMMENDED LAYOUT. \\ 0 � p POWER pAG( OR SLAVE PAGE ATTACHES i0 SIDE OF 1• SD BOX. REFER TO PLAN FOR CIRCUIT No. T SYMBOL LEGEND EXISTINC NEW DESIGNATION O O FLUORESCENT LIGHT FI%TURE,TTPE NOTED ® WITH EMERGENCY BALLASTURE 0 IWALL MOUNT FIXTURE, TYPE NOTED 10 CEILING MOUNTED EXIT LIGHT $ $ $PST WALL SNITCH $0 OCCUPANCY SENSOR WALL SWITCH 0 CEILING MOUNTED OCCUPANCY SENSOR 0 SENSOR POWER PACK gOqCCUPANCY (OOCUOF Will SASHO�WIN:GROUND/NOT/NEUTRAL) -4-) CIRCUIT RUN TO PANELING. OF WIRES SHOWN) .0 DUPLEX RECEPTACLE, 20A, 125Y, 2P, 311, GROUNDED .0 QUAD RECEPTACLE, 20A, 125V, 2P, 3W, GROUNDED MS 10 DATA OUTLET N PHONE OUTLET d CV DISCONNECT SWITCH ® 0 JUNCTION BOX JUNCTION BOX WALL MOUNTED ELECTRICAL PANEL BOLE: DO NOT RUN NECIF Ito FlWRf10E"IITID tYP[T III LIGHT HORIZONTALLY THRU STUDS FROM DEVICE BOXTOBEY ICE BOX FINTME ry N II 120Y N GRID1" OR 4 11/10" OUTLET BOX F EPLAN O 'a-SPST SNITCH TCEIE�iYAg u5 INIAA.LLL T.1 -O SYMBOL �� (a,.�, n /9 [)A. ^—MOUNT tTWE�f11 tIM OF _AA WI;SENSORRp OCCUPANCY STUD n I )'¶ ( !It 0 1m" WAVE AXODVFl / 11/10" OUTLET BO%OOP31ETA T c�TWYIROCC (iPrER FI xTME) MOUNTED ON CEILING Ill —LINT FIXTURE OUTLET B 1"~SOVAREOANUj1T01y1ORT OUTLET BOXES TO 4" SPST WALL SNI7CIF IN 'ON' POSITION, LIGHTS DEVICE ADAPTOR METAL STUDS DRYWALL ARE CONTROLLED BT SENSOR. AN -OFF.POSITION, L1GNT5 EXHAUST FAN_ E RE OFF. 10M THIS DETAIL APPLIES 70 DEVICE BOXES INSTALLED LIaxT P YWE INNON-RATED DRYWALL PARTf TSONS DEVICE BOX DETAIL FLUORESCENT FIXTURE DETAIL - OCCUPANCY SENSOR DETAIL EXHAUST FAN DIAGRAM D RGALE GRID CEILING NO SCALE NO SCALE NO SCALE NOTE: THIS DETAIL APPLIES TO ALL RECESSED FLUORESCENT FIXTURES MOUNTED IN T-BAR )CEILINGS, ( PER I kTURE (PEITNERRCAROTE05 /5 OR CADDY #A(-S-11 OR EOUI EALERT) I n a a u n C Y'��111I. e CCI C a i a rox ,r p a - I2me1N. E.T�LLmDOI,TEAS IW13 LP&L SUBSTATION OFFICE RENOVATION 100% CONSTRUCTION DOCUMENTS 402 MUNICIPAL DRIVE LUBBOCK, TEXAS 79403 SCHEDULES & DETAILS E-103