Loading...
HomeMy WebLinkAboutResolution - 5365 - Contract - Lubbock Building Services - Restroom Facilities, Parks - 12_12_1996RESOLUTION NO. 5365 Item #22 December 12, 1996 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract, attached herewith, by and between the City of Lubbock and Lubbock Building Services of Lubbock, Texas, to install and furnish all materials and services as bid for the Restroom Facilities at various City parks, and any associated documents, which Contract shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 12th day of December , 1996. -'� ALEX "Irl" MAYOR PRI ATTEST-,_ kayM Darnell, City Secretary APPROVED AS TO CONTENT: Victor Kilman, rchasing Manager APPROVED AS TO FORM: Eronald G. Vandiver, First Assistant City Attorney da/ccdocs/restroom. res December 3, 1996 TEMPORE t• 365 CITY OF LUBBOCK SPECIFICATIONS FOR RESTROOM FACILITIES @ VARIOUS CITY PARKS BID #13715 CITY OF LUBBOCK Lubbock, Texas 1T8 #13715, Addendum #4 r F ADDENDUM #4 ITB #13715 Restroorn Facilities a@ Various City Parks MAILED TO VENDOR: October 31, 1996 CLOSE DATE: November 7,1996 @ 4:00 p.m. The following Items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain In effect. 1. On the drawings, Page A-8, please change the scale From: 1' = 50' To: 1" = 40' 2. In the specifications, Section 02745 Septic Tank and Sewage System, Part 2. Products, Subsection 2.1 Septic Tank and Distribution Box, change A. 1. From: Tank Capacity: 750 gallon min/mum To: Tank Capacity: 1000 gallon minimum. (Pre -cast is acceptable) 3. The leach field needs to be decreased to 360 Sq. Ft. 4. PVC is acceptable for the sanitary sewer piping in lieu of cast iron. All requests for additional Information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)767-2164 or Email to: LRitchie@mall.ci.lubbocktx us THANK YOU, Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM'WITH YOUR BID Ar 13715ad4.doc r i r — City of Lubbock r P.O. Box 2000 + Lubbock, Texas 79457 606-767-2167 ADDENDUM N ITB #13715 Restroom Facilities @ Various City Parks MAILED TO VENDOR: OLD CLOSE DATE: NEWCLOSE DATE: October 26,1996 1TS M3715,Addendum 03 Office of Purchasing October 31,1996 @ 3:00 p.m. November 7,1996 @ 4:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. I. The Close Date has changed From: October 31, 1996 @ 3:00 p.m. To: November 7, 1998 @ 4:00 p.m. 2. In the General Conditions of the Agreement, Item 43, Owner's Representative, please change the phrase 'Craig Wuensche, Project Landscape Archffecr To: Craig Wuensche, Environmental Project Manager 3. In the specifications, Section 15400 Plumbing, Part 1. General, Subsection 1.01 Description of Work, delete the following information: "B. Make connections to the off -site utilities listed below. Make arrangements for these various connections with the respective utility agency. Pay connection charges and other charges to the agencies for utility connections, extensions, and other work related to the utility connections. 1. Water. 2. Sanitary Sewer." 4. On the drawings, Page A-8, delete the following statement: "Saw cut asphalt pavement for installation of new utility line. Patch and repair to match existing." The water meters and sewer taps will be brought to the curb/property line by other. 5. Contractor is to assume that all City water and sewer utility lines are less than 6! - 0" below grade. 6. PVC will not be allowed above grade. 13715ad3.dx fib #13715. Addendum #2 City of Lubbock P.O. Box 2000 Lubbock, Texas 75457 606-767-2167 ADDENDUM #2 ITB #13715 Restroom Facilities c@ Various City Parks MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: Office of Purchasing October 22,1996 October 24, 1996 2:00 P.M. October 31,1996 3:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The Close Date has clanged From: October 24, 1996 @ 2-00 p.m. To: October 31, 1996 @ 3:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)767-2164 or Email to: LRitchie@mail.ci.lubbocktx.us THANK YOU, �-,- Laura Ritchie Buyer FL ASE RETURN ONE COPY OF THIS ADDENDUM VVITH YOUR BID Ar 13715ad2.doc rre #13715, Addendum #1 l City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 ADDENDUM & ITB #13715 Restroom Facilities a@ Various City Parks MAILED TO VENDOR: CLOSE DATE: Office of Purchasing October 16,1996 October 24,1996 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. On the Bid Submittal Form, please note that Item #4, McCullough Park Restroom Facility, has been deleted. VI/ Ylti VI _ zsVJ zYaiI.�-11aaa L. 1► 0.": I VIM, F/IVGIJW IIVIG Y/a3 oYYaMV/a VI "M1 4IKIIV I.I.a. .aa.... 0r , •..vvu..vva.• . W.♦ Restroom Facility. 3. Enclosed please find the revised Bid Submittal Form, noting the changes mentioned above. Please submit you bid on this revised form. All requests for additional Information or clarification must be submitted in writing and directed to: t. Laura Ritchie, Buyer �•- City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 r Questions may be faxed to: (806)767-2164 i or Email to: LRitchie@maii.ci.lubbocktx.us r THANK YOU, 0 a Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID Ar Enclosure 13715ad1.doc I i- BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: DATE: `" PROJECT NUMBER: 13715 - RESTROOM FACILITIES @ VARIOUS CITY PARKS Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) r Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a i having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to fumish all labor, "" materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Base Bid 1 Clapp Park Restroom Facility One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, furnishings, and finishes. Fumish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Install owner supplied drinking fountain. Fumish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ($ SERVICES: ($ 1 7, TOTAL ITEM 1 BASE BID: ($ F 2 Hodges Park Restroom Facility One (1) Restroom facility as described In the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, fumishings, and finishes. Fumish and install all 17 concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Fumish and install r t 0-4 septic systems. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. l MATERIALS: ($ ) l SERVICES: ($ ) TOTAL ITEM 2 BASE BID: ($ ) F3 Mackenzie Park Restroom Facility One (1) Restroom facility as described in the plans and specifications. shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors,.windows, wood, furnishings, and finishes. Furnish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Install owner supplied drinking fountain. Fumish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ITEM 3 BASE BID: ($ ) TOTAL BID Items 1-3. Furnish and install Clapp Park Restroom, Hodges Park Restroom, and Mackenzie r Park Restroom, Restroom Facilities. Shall include all materials, preparation, equipment, labor, f tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. r t 4 y F r k TOTAL BID MATERIALS: ($ ) TOTAL BID SERVICES: ($ ) TOTAL BASE BID ITEMS 1-3: ($ ) Alternate 1-3 ALTERNATE #1 Contractor shall provide and install two (2) hollow metal doors, frame and hardware for each site in this project. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE ITEM 1: ($ ) r t ALTERNATE #2 Contractor shall provide and apply anti -graffiti protection as specified in specifications 09900- 7 AND SPECIAL COATINGS, for each site in this project. MATERIALS: ($ ) SERVICES: ($ ) FTOTAL ALTERNATE ITEM 2: ($ ) r ALTERNATE #3 Pioneer Restroom Facility One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, r' mechanical, plumbing, masonry, metals, doors, windows, wood, furnishings, and finishes. Furnishes and Install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility line as required, to include all trenching and fill. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans ` and specifications, or where directed by owner. i MATERIALS: {$ ) SERVICES, ($ ) r 4 TOTAL ALTERNATE ITEM 3: ($ ) r C l ALTERNATE #4 McCullough Park Restroom Facility One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, furnishing, and finishes. Furnish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installations and extension of utility lines as required, to include all trenching and fill. Install owner supplied drinking fountain. Fumish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE ITEM 4: ($ ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown In words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 160 (ONE HUNDRED FIFTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted In accordance with instruction number 21 of the General Instructions to Bidders. 1�\ I� I 4 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. �. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond Is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total I amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by �. the Owner and the. undersigned fails to execute the necessary contract documents and the required bond (if any) with the a Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 7 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract z documents made available to him for his inspection In accordance with the Notice to Bidders. Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: F(Seal if Bidder is a Corporation) r ATTEST: l Secretary r t s r is LIST OF SUBCONTRACTORS Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ -- ❑ ❑ CITY OF LUBBOCK INVITATION TO BID FOR TITLE: RESTROOM FACILITIES @ VARIOUS CITY PARKS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13715 PROJECT NUMBER: 5223.9246 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS r i 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT �.. 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS r" 11. SPECIAL CONDITION NOTICE TO BIDDERS I f►Cel�=afel1Lai*19;M BID #13715 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 24th day of October. 1996, or as changed by the Issuance of formal addenda to all planholders, to wor furnish all labor and materials and perform all k for the construction of the following described project: "RESTROOM FACILITIES @ VARIOUS CITY PARKS After the expiration of the time and date above first written, said sealed bids will be opened in the office of the f ; Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager t" for the City of Lubbock, prior to the expiration of the date above first written. k The City of Lubbock will consider the bids on the 7th day of November, 1996, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance 3 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 bidder 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 r" $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the ! rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. r 4 Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself 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 bid submitted. There will be a pre -bid conference on 17th day of October,1996, at 10:00 o'clock a.m., In the Purchasing Conference Room L-04, Lubbock, Texas Attention of each bidder 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 Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., 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 bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids 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 -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid Information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMA PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. F. GENERAL INSTRUCTIONS TO BIDDERS r GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the RESTROOM FACILITIES Cal VARIOUS CITY PARKS. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. 1" All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. r 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. r 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification r concerning this bid must be addressed to: i LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 r.. LUBBOCK, TX 79457 FAX (806)767-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 160 (ONE HUNDRED IF consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the �^ contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by f the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. t 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 4 7. 8. a 10. 11 12. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A swom statement of the current financial condition of the bidder. (c) Equipment schedule. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. r 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a r„ way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or r other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will fumish Contactor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contactor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contactor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. r 14. 13ARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is Incurred, the damaged portion shall be immediately removed and replaced by Contactor at his own cost and expense. The Contractor's responsibility for maintenance of r barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. r- 15. EXPLOSIVES ' The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contactor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, In all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, r• or corporations engaged in similar type of construction activity. r Explosive materials shall not be stored or kept at the construction site by the Contractor. rIn all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contactor of responsibility for any damage resulting from his blasting operations. PW 16. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the I^- work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contact is in progress. 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the P" 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. r� 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 coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that maybe applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. Before construction work requiring an inspector is to be performed on weekends 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 weekends or holidays will be made by the Owner's Representative. 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. 19. 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 engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, swom, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy Is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. 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, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, r 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. 20. PROVISIONS CONCERNING ESCALATION CLAUSES r Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the r bidder without being considered. f 21. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or fumish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govem. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be property certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner. (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. i� 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the �- following: (a) Notice to Bidders. .� (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. �" (f) General Conditions. P (g) Special Conditions (if any). (h) Specifications. (� Insurance Certificates. (!� All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered r incorporated by reference into the aforementioned contract documents. a r d 1 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to. the complete satisfaction of the City of -- Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications.• The City of Lubbock may make reasonable. _ investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall fumish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to — complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. -- 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. J Q m CO O m F BID SUBMITTAL LUMP SUM BID CONTRACT r PLACE: t DATE: PROJECT NUMBER: 13715 - RESTROOM FACILITIES @ VARIOUS CITY PARKS A , Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: r I The Bidder, in compliance with your invitation for bids for the construction of a r r^ having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the Intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred In performing the work required under the contract documents. FBase Bid 1 CLAPP PARK One (1) Restroom facility as described in the plans and specifications. Shall Include all �- RESTROOM work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, FACILITY wood, furnishings, and finishes. Furnish and Install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the r•. plans and specifications, or where directed by owner. MATERIALS: ($ ) SERVICES: ($ ) r-- TOTAL ITEM 1: ($ ) 7 r" l f t Base Bid contd. 2 HODGES PARK One (1) Restroom facility as described in the plans and specifications. Shall include all RESTROOM work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, FACILITY wood, furnishings, and finishes. Furnish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to Include all trenching and fill. Furnish and install septic systems. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ITEM 2: ($ ) 3 MACKENZIE PARK One (1) Restroom facility as described in the plans and specifications. shall include all RESTROOM work associated with electrical, mechanical, plumbing, masonry, metals, doors,. FACILITY windows, wood, furnishings, and finishes. Furnish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required r for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, �- labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ($ ) i SERVICES: ($ ) TOTAL ITEM 3: ($ ) 4 McCULLOUGH PARK One (1) Restroom facility as described in the plans and specifications. Shall include all RESTROOM work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, FACILITY wood, furnishing, and finishes. Furnish and install all concrete. Perform all demolition, r approved earthwork and grading, including all cut and fill material as required for new construction. Installations and extension of utility lines as required, to Include all trenching and fill. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the c plans and specifications, or where directed by owner. 7 MATERIALS: ($ SERVICES: ($ ) TOTAL ITEM 4: ($ ) i t r , Base Bid contd. 5 TOTAL BID Items 14. Furnish and install Clapp Park Restroom, Hodges Park Restroom, Mackenzie Park Restroom, and McCullough Park Restroom Facilities. Shall include all materials, preparation; equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. TOTAL BID MATERIALS: ($ ) TOTAL BID SERVICES: ($ ) TOTAL BID ITEMS 14: ($ ) Alternate 1-3 F ALTERNATE #1 r I Contractor shall provide and install two (2) hollow metal doors, frame and hardware for each site in this project. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ITEM 1: ($_ ) ALTERNATE #2 Contractor shall provide and apply anti -graffiti protection as specified in specifications 09900- PAINTS AND SPECIAL COATINGS, for each site in this project. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ITEM 2: ($ ) ALTERNATE #3 Pioneer Restroom Facility One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, furnishings, and finishes. Furnishes and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility line as required, to include all trenching and fill. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ITEM 3: ($ ) r r r (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 150 (ONE HUNDRED FIFTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the � bidding. k The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashiers check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashiers Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. r• Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection In accordance with the Notice to Bidders. Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: p (Seal if Bidder is a Corporation) ATTEST: Secretary r C' BID SUBMITTAL LUMP SUM BID CONTRACT GLACE: A' I DATE: 7 — l r7DROJECT NUMBER: 13716 - RESTROOM FACILITIES @ VARIOUS CITY PARKS t Bid of L. ✓ b 6o, it (hereinafter called Bidder) r ro the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) gentlemen: Y ` The Bidder, in compliance with your invitation forbids for the construction of a t laving carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the rMonstruction of the intended project Including the availability of materials and labor, hereby intends to fumish all labor, aerials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, thin 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. 70 Base Bid , r.1 Clapp Park Restroom Facility One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, furnishings, and finishes. Furnish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Install owner supplied drinking fountain. Fumish and install accessible parking signage and paint striping. Shall include all materials, areparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans nd specifications, or where directed by owner. MATERIALS: /Lim% 7514"it, / I � .SERVICES: %w� �, ��, �d.cs, c �',,� e.� �� �-($ Z TOTAL ITEM 1 BASE BID: Hodges Park Restroom Facility D .- One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, furnishings, and finishes. Furnish and install all concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility lines as required, to include all trenching and fill. Furnish and install �eptic systems. Install owner supplied drinking fountain. Furnish and Install accessible parking signage and paint striping. shall include all materials, preparation, equipment, labor, tools, supervision, Incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. /IATERIALS: 5�4- 47 a r �..� c% �k .•? 1.. (/-c DF S�y W-) 1 w ) DER (., G--, e- /'-Z are -- R 3/, 191�ro TOTAL ITEM 2 BASE BID: r 3 Mackenzie Park Restroom Facility r• )ne (1) Restroom facility as described in the plans and specifications. shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors,.windows, wood, furnishings, and finishes. Fumish and install all ,xoncrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new ? :onstruction. Installation and extension of utility lines as required, to include all trenching and fill. Install owner supplied Jrinking fountain. Fumish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans i"md specifications, or where directed by owner. MATERIALS: %tip 4,e.+- /diva i Two Z� SERVICES: �-�- TOTAL ITEM 3 BASE BID: "o ) r I rTOTAL BID Items 1-3. Fumish and install Clapp Park Restroom, Hodges Park Restroom, and Mackenzie a Park Restroom, Restroom Facilities. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete In place as shown on the plans and r„ specifications, or where directed by owner. a r; k; 7rOTAL BID MATERIALS:,�;y� /"v✓��►�.e ($�, .S'4<o � ) TOTAL BID SERVICES: �r ��'fi_ S� z✓ %�rv�y--c/ 4«--��•�%^'��$ 7 /'�D ) FT OTAL BASE BID ITEMS 1-3:49ti4 `t •� �� ad -��n )`<.%c %�id•�.� SG..�- ($ ��J , 730 < ) h,G /h-A1:1 r' Alternate 1-3 LTERNATE #1 Contractor shall provide and install two (2) hollow metal doors, frame and hardware for each site In this project. rNIATERIALS: Oj1,rC( F--X.teC..' f1 •u SERVICES: 4-5 F-"Z-- ($ r'TOTAL ALTERNATE ITEM 1: ��"� %�iyv� �► e� �¢�rT`�-aL 5�,��r ($�, 7� E I rt. l P E ALTERNATE 02 Contractor shall provide and apply anti -graffiti protection as specified in specifications 09900- 4 PAINTS AND SPECIAL COATINGS, for each site in this project. 7 MATERIALS: �i4 X f lam- ��� r" `~- $'yv . / iv0 t CAP SERVICES:�� �i ,�c%c e� ►` ($ �1us%csi�- ) TOTAL ALTERNATE ITEM 2: O/✓c o D • r 'ALTERNATE #3 Pioneer Restroom Facility r-One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, mechanical, plumbing, masonry, metals, doors, windows, wood, furnishings, and finishes. Furnishes and install all ` 'concrete. Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installation and extension of utility line as required, to include all trenching and fill. Install owner supplied 7drinking fountain. Furnish and install accessible parking signage and paint striping. Shall Include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. r r .��� C MATERIALS: %�� !-� /y'r�y r—z d �'' ($ 20 . d a o ) _.SERVICES'QC— 01 ($ TOTAL ALTERNATE ITEM 3:- I'y�i7�.��- L�%y ($ i i. ALTERNATE #4 McCullough Park Restroom Facility I One (1) Restroom facility as described in the plans and specifications. Shall include all work associated with electrical, ` "mechanical, plumbing, masonry, metals, doors, windows, wood, fumishing, and finishes. Furnish and install all concrete. ,Perform all demolition, approved earthwork and grading, including all cut and fill material as required for new construction. Installations and extension of utility lines as required, to Include all trenching and fill. Install owner supplied drinking fountain. Furnish and install accessible parking signage and paint striping. Shall include all materials, preparation, equipment, labor, tools, supervision, incidentals, and barricades complete in place as shown on the plans and specifications, or where directed by owner. MATERIALS: ��~ a' � ✓�" d �_J J —� SERVICES:' S✓ �i� s—wC, TOTAL ALTERNATE ITEM 4: ci' �—• v� �- ($ �f %, 9 0,0 `� ) r (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) T Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 160 (ONE HUNDRED FIFTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar rday in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general i. conditions of the contract documents. r Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with i instruction number 21 of the General Instructions to Bidders. r" ridding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the ` PM The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days ifter the scheduled closing time for receiving bids. - r^ The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the dans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work „Qn which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashiers check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, ayable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for ! Dollars ($ ) or a Bid Bond in the sum of . 7o Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the' -event the bid is accepted by f he Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Dwner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. rBidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract ` documents made available to him for his inspection in accordance with the Notice to Bidders. eu orize ignature _ c 2.LY (Printed) or Typed Name)% 412-1- Company s'/z / 6 S Address j City, County >, -7 State Zip Code Telephone: �� - �98-?�� Fax: k'06 - � v B - Vz a G r- (Seal if Bidder is a Corporation) .ATTEST: E Secretary r r, C r , r COMMERCIAL INDEMNITY Insurance Company BID BOND BOND NUMBER BD30236 KNOW ALL MEN BY THESE PRESENTS: THAT LUBBOCK BUILDING SERVICE, P.O. BOX 65600-194, LUBBOCK, TEXAS 79464-5600 as Principal, and COMMERCIAL INDEMNITY INSURANCE COMPANY, as Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, in the full and just sum of FIVE PERCENT (5%) OF THE AMOUNT BID lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for, RESTROOM FACILITIES AT VARIOUS CITY PARKS, #13715. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered OCTOBER 18, 1996. LUBBO K BUILDING SERVICES PRINCIPAL By (SEAL) f 60 MERCIAL 1 ANCE COMPANY By SEAL) SANDRA DENTON, ATTORNEY -IN -FACT Commercial Indemnity 1? . Box'67 r Austin, Texas 78767 Insurance Company COMMERCIAL NOEMNITY INSURANCE CO. BD 30236 POWER OF ATTORNEY k. iOW ALL MEN BY THESE PRESENTS: That the Commercial Indemnity Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas, having ir)rincipal office in Austin, Texas, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 12th d` _ of May, 1994, to wit: "iP-solved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney- Ii =act, such persons, firms, or corporations as may be selected from time to time. It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any 6 tificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall b� valid and binding upon the Company and any such powers so executed and certified by facsimile signature or facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Commercial Indemnity Insurance rI mpany does hereby make, constitute and appoint: JOHN W. SCHULER OR PAUL CAMERON OR RICHARD BAKER OR SANDRA DENTON State of Texas its true and lawful attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, r..nowledge and deliver in its behalf, and its act and deed, as follows: i The obligation of the Company shall not exceed one million ($1,000,000.00) Dollars. P" d to bind Commercial Indemnity Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by w-.duly authorized officer ofthe Commercial Indemnity Insurance Company, and all the acts of said Attorney(s) pursuant to the authority herein given, are hereby ratified and confirmed. I WITNESS WHEREOF, the Commercial Indemnity Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to f rite of Texas Lounty of Travis be hereto affixed. �'A " Rudy Herzog, President Fi this 12th day of May, in the year 1996, before me Shannon McBride, a notary public, personally appeared Rudy Herzog, personally known "e to be the person who executed the within instrument as President, on behalf of the Corporation therein named and acknowledged to me At the Corporation executed it f "'`*� SKANWNVAM E wrwurNftdT , -1 Y I`z: MAY �, t0Y1 I )mmission Expires 5-20-98 Shannon McBride, Notary Public FthRTIFICATE e undersigned, Secretary of Commercial Indemnity Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power 7 Attorney and Certificate of Authority remains in full force and has not been revoked: :.gned and Sealed at the said Company at Austin, Texas dated this 18TH day of OC"TOBER , 19 96 Paul Cameron, Secretary f COMMERCIAL INDEMNITY Insurance Company (formerly Commercial Lloyd's Insurance Company) IMPORTANT NOTICE To obtain information or make a complaint: You may contact Rudy Herzog, President of Operations, whose direct dial number is 612-444-7776. You may also fax us information at 612-440-0989. You may also call Commercial Indemnity Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-234-8046 You may also write to Commercial Indemnity Insurance Company: 1507 South I1-1-35, Austin, Texas 78741. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-262-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax 512-475-1771. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of condition of the attached document. LIST OF SUBCONTRACTORS Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ I PAYMENT BOND BOND CHECK BEST RATIN LICENSE IN ERAS DATE y .w i STAMMRY PAYIMM SOrM F=UANf TO SEMON 2253.021(a) OF Tm 77LlS GOVf°RNhmm OWE . (CONTRACTS MORE THAN SA000) BOND NO. BD 30730 XMW AI1. WN BY .I PRESENTS, LUBBOCK BUILDING SERVICES( c91W the Prim Phnci(w(,). and CCM`4ERCIAL INDEMNITY INSURANCE COMPANY (betcinaiter called tbeo'�Mm�� � i� + boned nmo the Cuy Of I W*odc the esaatter called the ObUveX is the so�oua>s CdVQpp E �olt� ($ 149.330 , blksrfbl maae2 of the United States fat the Pam P�dm, and their heirs. administrators, txtCors. sn+ocesaora AM astigas p2dy wad seversity. fin* by dmm F== WHEREAS. rho Ptiadpal hu eatened into a certain w3ium cmum with the ObUpc. dated the 1THday of DECEMBER , i9�6_, to BID #13715 — RESTROOM FACILTIES AT VARIOUS CITY PARKS. and said PrindPal vender the law is regWred before coatm zdng the work Provided for in said ooat = to exeatue a bond in the amount of said contract which caatract is harry rtf=W to and made a part h=d as fully and to the mime extent as if copied at length bemire. NOW, THMU 'ORE, TBE OONDMON OF THIS OBUOATION IS SUM that if the said Ptincipaiftit pap ail ciairm, cWb ing labor amd material to him err a tubcan =or is 0c prosecution of the work provided fat in said caatraa, thee, this abiiganon shall be vO4 Otherwise to M=ia In full forne wad dre= PROVIDED, HOWEVER that this bond it cw=tad punt= to the promiaas of Heaioa 2253.021(a) of the Texas Cmvernmem Code, and AD CsabUldes an this band shall be detssmiaed in s000rdanoe inth the provisions of said Article to the sa= ca= as if it werrc opted at lengh bereim IN W n-NESS WHEREOF, :ire and Priaapai (s) wars Surerr (s) have sigma mac smied thu �L,==--* this 18TH day d DECEMBER 19_ COMMERCIAL INDEWITY INSURANCE Sumny (Tii:el ; ICAJFATTORNEY—IN—FACT COMPANY LUBBOCK BUILDING SERVICES, INC. Pry 3v: �Ti Uv r r Tit un&rnP'md MM oaapaap RPU= that als duly Q=Uad to do btmd is Tom. and bbrby dedgtxu a YR GOOE WIN..— at► aM ftmdm to Lubbock County to whom tap tsgmdta Wd= msy be, dgavard and oc wb m tm of ptaoas amy be W to maUm atidq vut of tech sut eg3&p. 1- Appmved al to toga: MOM' COMMERCIAL "INDRVITY INSURAN= 4PMPANY • Dr i Mai) PAUL CAMERW, ATTORNEX-IN-FAC'X, • Note: If sigaad by as offiact cd the Sudety Conepany tbm mutt be oa BIe a mod -tstact 4om dw trf4 i ftwlns that 4tb pm= has authonty to sign such obligation ii tipad by as Attorney is Fan, we taunt hm UVY of pimw of anatuy for as dleL NOV-21-199-6 17:06 FROM r TO 18067672164 P.02 I r SURETY BOND REINSURANCE AGREEMENT { Effective January 1, 1996, the following reinsurers have contracted to cover each surety bond loss in excess of $100,000 up to $1,000,000. Coverage has been arranged through Bates Tumor, Inc., Overland Park, Kansas. Each individual reinsurers participation is as follows: First Laver • $400.000 excess of $100.000 Navigators Insurance Company 25% p" Republic Western Insurance Company 60% Ranger Insurance Company 25% Second Layer - ffi500.000 exceas of $50-0,002 Navigators Insurance Company 25% Republic Western Insurance Company Ranger Insurance Company 60% 25% f Richard M. Baker Vice President r• i d ti f f .M. BEST RATING A V11 A+ Vill A Vil A.M. BEST RATING A VII A+ Vlll A VII TOTAL P.02 Commercial Indemnity Insurance Company s' P.O. Box 67 BD 30730 Austin, Texas 78767 COMMERCIAL NDEMNIITY INSURANCE CO. POWER OF ATTORNEY 7 , KNOW ALL MEN BY THESE PRESENTS: P. That the Commercial Indemnity Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas, having 1 its principal office in Austin, Texas, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 12th r day of May,1994, to wit: "Resolved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney - In -Fact, such persons, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of any officer and the Sea] of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature or facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Commercial Indemnity Insurance f Company does hereby make, constitute and appoint: JOHN W_ SCHULER OR PAUL CAMERON OR RICHARD BAKER OR SALNDRA DENTON State of Texas its true and lawful attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, �^ acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) Dollars. 7 And to bind Commercial Indemnity Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the Commercial Indemnity Insurance Company, and all the acts of said Attorney(s) pursuant to the authority herein given, are hereby ratified and confirmed. k IN WITNESS WHEREOF, the Commercial Indemnity Insurance Company has caused these presents to be signedby any officerof the Company and its Corporate Seal to be hereto affixed. 7 SEAL r" State of Texas 1 County of Travis Rudy Herzog, President iq r� On this 12th day of May, in the year 1996, before me Shannon McBride, a notary public, personally appeared Rudy Herzog, personally known to me to be the person who executed the within instrument as President, on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. �' \ • h�! YAY& I i' Commission Expires 5-20-98 Shannon McBride, Notary Public 7 CERTIFICATE I, the undersigned, Secretary of Commercial Indemnity Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power �•. of Attorney and Certificate of Authority remains in full force and has not been revoked: Signed and Sealed at the said Companyat Austin, Texas dated this 18TH day of DBUMBM .19 96 7 "g Paul Cameron, Secretary r• COMMERCIAL INDEMNITY Insurance Company (formerly Commercial Lloyd's Insurance Company) IMPORTANT NOTICE FTo obtain information or make a complaint: You may contact Rudy Herzog, President of Operations, whose direct dial number is 512-444-7776. You may also fax us information at 512-440-0989. You may also call Commercial Indemnity Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-234-8046 You may also write to Commercial Indemnity Insurance Company: 1507 South I1-1-35, Austin, Texas 78741. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax 512-475-1771. r PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your l premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of condition of the attached document. F" PERFORMANCE BOND BOND CHECK BEST RATING,. 1 LICENSE IN S DATE BY i STATUTORY PFPJ10RMANC$ BOND PURSUANT TO SWWN 22l3.021(4) OF THE 7VW GOVF OMM ODDS (ODNTRACIS MORE THAtd t1oo,0oo) BOND NO. BD 30730 KNOW TILL I►�N BY TiIESE PRESEtTS, LUBBOCK BUILDING SERVICES , INC. ._._____ (bucLuft csllod the Pdadpal(s), as PcindpW(s), and CC,%MERCIAL ISNDDEyN{NITTYg INSURANCE COMPANY f (hts"ias$a `s t HiJN.` REDS FORT bound nano the City of L. *ck (watu cr mllea tbt ObbW), is the aam m of a w (t W,, 3 3 q �� mom of ft vzimd Ststa far do pomm wbcr6K7iW 09 flunlytW thmehim and tbw hdrs, admint umm aoecvton, fmcemom and ardgos, WHMWAS, the ftrdpd bat am'rad into a eerWn written contract with tho OM*c, dated ft 1_ % of DECEMBER 19_ f)to BID #13715 — RESTROOM FACILITIES AT VARIOUS CITY PARKS. i and raid principal under the law u tequirod belbte ooatatawng the wotlt pmvidod for is said ' 1 011 m ex=ua a bond in the amoant of said contract which contract ix hereby tdrrred to and made a part hereof u hilly and to the aame extent a: if aopied at kngth bcraa NOW. 71iERMRE, M CONDMON OF THIS OM10AMON 1S SUM. that if the add Priodpd shall WftUy perform the vmrix in aocardmoc with the plans, q*cifimtions and contract docvmte, then this obUp 6m shall be void; otberwim to remain in fa fo= and drem pROVWED. HOWEVFR. that this bond is c=ted pursnaat to the pmvisions of Soetion 2253.021(a) of the Taint Govemmeat Code, and all liabilities on this bond shall be determined is aaandaaoe with the ptovidm of staid article to the same extent ss if it wetz copied at length herein. rIN W[INESS WHEREOF, the said Principal (t) and Surety (s) have signed and scaled thfa insat== this 181& of DECEMBER .19 % — CO I ITY INSURANCE COMPANY LUBBOCK BUILDING SERVICES, INC. � g ... EY: �. UL W, ,RON , ATTORNEY —IN —FACT Dr. 71 r uosi2d UUOA al n PAY PLO. woo Xw&mp� aONVHfISNI AlINVECKI TiloHMM **am q=p we sump noulm at Pelfaq Am n=wd Mum on& no puw pmufM aq Arm mum mpTabu 40 wQqAh CO QMWO VOWr I Ul =3pMj MaW awat Xqun pw vm.L.ul empm op q pw.prb AM NIMaCE) SM ST 4 xtP numudas Analmm AWO pxdMs2p= AL - Im NOU-21-1996 17:08 FROM 'I TO i8067672164 P.02 SURETY BOND REINSURANCE AGREEMENT Effective January 1, 1896, the following reinsurers have contracted to cover each surety bond loss in excess of $100,000 up to $1,000.000. Coverage has been arranged through Bates Tumor, Inc., Overland Paris, Kansas. Each individual relnsurer's participation is as follows: First Laver - fM0,000 oxcess of $100,000 A.M. BEST RATING Navigators Insurance Company 25% A Vil Republic Western Insurance Company 60% A+ Vill Ranger Insurance Company 25% A Vil Second Layer - $500.000 excess of $500,009 A.M. BEST RATING Navigators Insurance Company 25% A VII Republic Western Insurance Company 50% A+ Vill Ranger Insurance Company 25% A Vil Richard H. Baker Vice President TOTAL P.02 E t. CERTIFICATE OF INSURANCE r nrr i Q M=m B N ANC P. 2/3 V., s, F� RESIP11 2 V THIS ClEFMRQAM IS WIED AS A NATTER OF INFORMATION 4303 ft" St Salle 9f0 ONLY AND CONFERS NO FIGHIn UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT =llbC"TEND OR ALTIER IMF COVERAGE AEFOPPED BY MR RULOW. Lubbock TX 7942"21M COMPFi>I A-&U= 0 COVIRA A MARYLAND INSURANCE C*. LUBBOCK mulwma SERVwss dERRY SUffff DBA AHY rjL WORK. "Illillp, FREE FUND P. 0. BOX 65800,194 COMPANY LUBBOCK rx 74114" C eaITPANT Wm. 514,90,06", 1*1 aW Rvl* IVIM-11W THIS IS TO CERTIFY THAT THE FOUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NMEO ABOVE FOR THE POLICY PERIOC AN04ATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH AFSPECT.M WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAJN, T}IE INSURANCE AFFORDED EY THE FOUCIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERMS, e(CQI &ONS AND CONOM= F S POU0 . LIMITS SHMN MAY HAVE BEEN REDUCED EY PAID CL•AIMS. CO llype OF hmnwm MiCy Nwam !iL POLICY EFFECTfG PD= G*PAMON� LIMITS 0ATj P"DIM DATA PUMOn A GENEwiL LmLm CCwRm4"= . ;:Opm ECA19959817 09/03/96 MOM 0=LY &JURY Oct 9 1,000,OOD 1 NODLY rijuny AGa I 1,cco,00c PftofflT" IMMIX 9 500,000 XMISEWPERArols PRQPMM CAKA41! BOO 1 500,000 ON MAZZIO 61 & PO =M714ED = 6 50'ece MODUCT&MOMPLIZIED 61 & PT COMBIHED AM 9 CONTRACINA. PERSONAL INJURY AN 5 INDEPENDENT CONTRACTORS BROAD FORM FqQPERrf MWAZZ PwacN& JNJLpy A �AuTCMCUE Ai LMILITY ANT AM WAAn7fil986 I 09YO3196 09/03/W KOLY NAM (For peraw It x NJUw s=dpiI ALL amm AUTOS (I'mis pw ALLf t4r PfW3 OWNE) AV=ft9WnQ6* Wg I IfBODILY P10"ITY DANIAGE I NFED AUTOS Nalloc"M3 AvTQ3 X-1 PRCfM-,Y IDAMADAMAGE4 co"m 500,000 GAPA" L!Aakffy A TaCess LmLrTY UDA82535254 09/133/96 09/03/97 � vcm mmmaso: 3 i'magma A4 A7E I 1 000,003 UMLqEUA FMW s VW THAN UMME.LA FCFM ZI wmygs CCL'Mmvm Am valLaym LPSILITY 33PI035512 09/29/95 09/29196 rAnnw Umrm FAC4 ACCIDENT OSE43E PCUCY LL'JT is 500,000 Im PPOREMR/ I NO. OFFCELI P zN>l waniom Is 100,000 • OCP - CITY OF LUBBOCIK BINDER 96.121701 12117196 12/17/97 XP LIABILITY LIMIT 500,0DO • IGUILDERS ZISK I BINDER 96-121702 12117/96 12/17/97 BUILDERS RISK LIMIT 14P,330 MCRgr= OF OPTRATKiN5A.7CATIbNStJEHICLC54PEC1AL rn5c POLICIES ARE ENDORSED TO INCLUDE WAIVER OF FLIGROGATION AND ADDITIONAL NAKED INSURED IN FAVOR OF CITY OF.LUSSOCK. CONSTRUCTION Or tt$TR"* IN THREE C17Y PARK$. NOWCiRTli,r.: tip, SMOMD ANY OF THE ABOVS CESCFVSM POLICES BE CR=LLM &0:O36 THE SMU71ON CAT9 IRUCOF, THEMSU(NO COMPANY WILL Cq=VOR TO MAL Cfl! 61F LUMMOM PURCHAIRAV911; IDEPARrUENT DAYS WPffTRJ NOTICS TO THC CMCAM NMDER NAMM M WZ LO-T, P. 0. Box gm BUT FALURE TO VAIL VJGK No71 TM WE qp CaUGATION OR LLA2LrrY WBQOCX Tit TS457 OF ANY rJN;l UPON THE ANT ATSVE$. ALnMOn=D W, JOHN 81=8C IMA"A"ll"m 0, C F••%L : .•;:$:'i':{:r:;:::;ri DATE D :: •I.•}.::: •::::{:{w:.:...... }:it :'tin: 12116196 PROIwcER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Butler -Carson Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE f 4505 82nd St Suite #10 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR COVERAGEALTER THE AFF RDED BY THE POLICIES BELOW Lubbock TX 79424-3200 COMPANIES AFFORDING COVERAGE COMPANY A MARYLAND INSURANCE CO. INSURED COMPANY LUBBOCK BUILDING SERVICES B TX. WORK COMP, INS. FUND JERRY SMITH DBA P. O. BOX 65600-194 COMPANY LUBBOCK TX 79464 C COMPANY D ..v:::.v:.v.:.::::.:v.v ::v::•:.w..•:.vi4:ii:•)):..}'ii{•.{::{i{•::::::::::.vv: :::.v. • ::+:'47Y•:: •:.:::::...: __ .v:::..................... •/.w:: {.}..v.......-...:.... .:vv::-.:.:..F.)FY:-))$$::::<•: •:: $lC: $.': ..::.....vw..n..t...%{: - :)i::....:.::.nv •.•: w::: r:::.}. ... n.:..................\.n:. r.:---..++..fn.. F........ .:.... r.{.... ... ..n............. r �a C .:...-......4 ..n.......... r .. r........... .......................... .. n.........i., ......... f................. ............ . . ....... .... .... r......... r. ..............:. r......... ). .:........... ... .... r........ .�............................ ��Y•f.NJ[i��lil� r.............{..............T.............,vf...............:. r........... T. n...............:.............., ............................ .... :;>:7i':o$.'.:$$'$::xiiti::i::i::)'::-ii::)`)t)}:t•}::�i}•:i$:)':ti•}:t{: }::i:'i •i {ri:yiyr':r:J:i+::i:•:•}: i....-.n ....n......: ::...•..-..:.., n+.•:.•:..... r.;:iii?;:}i):•}:{{{�:{�:G}:<:.Y-::-i:4:i•:i4%{{-::v):-)::::: ii4:y . ....... .r... ..4........... r........ . . ...........:..:.... ........+ .....-::.......::::::.vv:: •: v::::v}F.v.::v: :.::::::::::..:•. v::.. r. r........ .. r........ ...... ........v .:........... ........v .........v. .............. ..........n ............. .:. ........... .$. ... r.......... ...... ........: ::.v.v::::: :•y::.:.v :w:: u::::: w:.: �:::::::.iv:::::::.�, ,{..:.......... .:.v: %..:..........v.... r........+., F.................{ :..........,.. •..........., .:v.:v::.v.v:...i•%••:.{{•: �:4)iY: #:•}}:•:{ti:ti4: � )):•�}f:•.... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, F EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE WMIDD" POLICY EXPIRATION DATE (MM/DD/YY) LIMITS I A ICONTRACTUAL GENERAL X LIABILITY COMI�ENSnE F PREMISES/OPERAnoNs UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTSICOMPLETED OPER INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY ECA19959817 09/03/96 09/03/97 BODILY INJURY OCC $ 1,000,000 BODILY INJURY AGG s 1,000,000 PROPERTY DAMAGE OCC $ 500,000 X PROPERTY DAMAGE AGO $ 500,000 BI 6 PO COMBINED OCC ! 50,000 BI 8 PD COMBINED AGO $ 5,000 PERSONAL INJURY AGO $ r'7 l AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (Private Pass) ALL OWNED AUTOS (Other than Private PassenpeQ HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY WAA22761986 09/03/96 09/03/97 BODILY INJURY (Par person) S X BODILY INJURY (Per eeeidenU S X PROPERTY DAMAGE S X BODILY INJURY 6 PROPERTY DAMAGE $ 500,000 COMBINED A EXCESS LIABILITY UBA82535254 09/03/96 09/03/97 EACH OCCURRENCE s 1,000,000 AGGREGATE $ 1,000,000 k X UMBRELLA FORM II OTHER THAN UMBRELLA FORM B WORKERS COMPENSATION AND SBP1035512 09/29/95 09/29/96 STATUTORY LIMITS EACH ACCIDENT $ 100,000 EMPLOYERS' LIABILITY D SASE - POLICY LIMIT $ 500,000 THE PROPRIETOR/ INCL PARTNE &EXECUTIVE FIEXCL 100,000 OFFICERS ARE: DISEASE - EACH EMPLOYEE S A OTHER 0 P - CITY OF LUBBOCK BINDER 96-121701 12/17/96 12/17/97 OCP LIABILITY LIMIT 500,000 A , BUILDERS RISK BINDER 96-121702 12/17/96 12/17/97 BUILDERS RISK LIMIT 149,330 DESCRIPTION OF OPERAnONSLOCAnONSNEHICLES/SPECIAL ITEMS } CONSTRUCTION OF RESTROO14S IN THREE CITY PARKS. I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF LUBBOCK PURCHASING DEPARTMENT 10 DAYS WRITTEN NOncE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, P. O. BOX 2000 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY LUBBOCK TX 79457 OF ANY KIND UPON THE P ITS A REPRESEN7ATNES. AUTHORIZED REPRESENT I J'OHN S. CARSO �yy.__ 12/17/1996 11:14 8067988256 LUBBOCK BLDG SVCS PAGE 01 t- CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agenoroker Prior to Award of Contract 1, the undersigned Agent/Broker. certify that the insurance requirements contained In this bid document have been reviewed by me with the below Identified Contractor. If the below Identified Contractor Is awarded this contract by the City of Lubbock, I will be able to. within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined In this bid/proposal. 4 _ JOHN S. CARSON Agent (Signature) Agent (Print) Name of Agent/8roker. BUTLER-CARSON INSURANCE AGENCY Address of Agent/Broker: 4505 82nd Street, Suite #10 CitylStatemp• Lubbock, Tx 79424 Agent/Broker Telephone Number. ( 806 ) 798-7979 Date: 12-17-9 6 CONTRACTOR'S NAME: LUBBOCK BUILDING SERVICES, INC. (Print or Type ) CONTRACTOR'S ADDRESS: P.O. Box 65600-194 Lubbock, Tx 79464-5600 NOTE TO AGENT/BROKER if this time requirement Is not met, the City has the right to reject this bidiproposal and award the contract to another contractor. If you have any questions concerning theses requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. BID #13715 r CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for Its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: 11 (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; 8 (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; m 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 4 shall be the following text provided by the commission on the sample notice, without any additional words or changes: 7 IT 117 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see 7reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering -1 equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor. () a certificate of coverage, prior to the other person beginning work on the project; and (i) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (I-) 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.❑ r No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered Into this 12th day of IDecember.1996, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through Mayor Pro Tem, Ty Cooke, thereunto authorized to do so, hereinafter referred to as OWNER, and Lubbock Building Services of the Chv of Lubbock, County of Lubbock , and the State of Texas, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain Improvements described as follows: BID # 13716 - RESTROOM FACILITIES @ VARIOUS CITY PARKS - $149,330.00 and all extra work in connection therewith, under the terns as stated in the contract documents and at his (or their) own proper cost and expense to fumish all materials, supplies, machinery, equipment, tools, superintendence, labor, Insurance and other accessories and services necessary to complete the said construction In accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work withln ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified In the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement In Lubbock, Lubbock County, Texas in the year and day first above written. A ST: /", I -t -) kowtk� SecreIT APPROVED AS TO CONTENT: 4Owner' Representative ATTEST: Corporate Secretary r� CITY OF LUBBJ)C�,LTEW (OWNER) By: MAYOR P CONTRACTOR: LUB K BUILDING_ SERVICES By. c * PRINTED NAME: TITLE: Id ec COMPLETE ADDRESS: Lubbock Building Services 5121 69th Street Lubbock,Texas 79424 GENERAL CONDITIONS OF THE AGREEMENT I GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, Is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit Lubbock Building Services, who has agreed to perform the work embraced In this contract, or to his 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, under whose supervision these contract documents, including plans and specifications, were prepared, and CRAIG WUENSCHE, PROJECT LANDSCAPE ARCHITECT who will Inspect constructions; or to such other representative, supervisor, or Inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or Inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his Inspection in accordance with the Notice to Bidders. 1 Lq;W; t 1l • • ' a ' Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or �- words of like Import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative Is Intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like Import shall mean approved by or acceptable or satisfactory to the Owners 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. T. 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 mall to the last business address known to him who gives the notice. I I a. WORK 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. R All work shall be done and all materials furnished In strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED f The term "Substantially Completed" Is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its Intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative 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 with one copies of all Plans, Profiles and Specifications without expense to him and he 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 of quality of the r executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite Inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques. sequences or procedures, or the safety precautions Incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be ` responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the r basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor tc the Owner defects and deficiencies in the work of the Contractor. i guard against 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work ., contemplated by these contract documents. Whenever necessary, Contractor shall suspend his 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 Owners Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, r' etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owners Representative at Contractors expense. P 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, It is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that 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 this contract. He 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 Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. rT The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. } I' 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from ice(° time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may l 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 six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. 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 bome by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any ►•:� subcontractors, or any of his agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING r It is understood and agreed that the Contractor has, by careful examination, satisfied himself 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 effect the work under this r contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. ri r" x 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, 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 direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. _ 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any observation which 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 work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any 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 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 bome by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. r r I Neither observations by the Owner or Owners Representative, nor Inspections, tests, or approvals made by Owner, Owners Representative, or other persons authorized under this agreement to make such inspections, ,7 tests, or approvals shall relieve the Contractor from his obligation to perform the work In accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further 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 Owners' Representative as unsuitable or not In conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owners Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be In full accordance with this contract. It Is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractors expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alteratlons 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 r� 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 r" 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 any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. t 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and Include all work that may be required by the Owner or Owners 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 Contractors bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owners Representative when presented with a written work order signed by the Owners 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 r'" Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is i commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent. In the event said extra work be performed and paid for under Method (C), 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, r , 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 .r i 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 him for his 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 he should receive -- compensation or an adjustment in the construction time, he shall 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). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, rthe 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order ` the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC 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 17 si kl Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and r save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 7 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 fumished 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 cant' 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 prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $750.000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury 7 B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, Including accidental death and or property damage, $500,000.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builders Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0,00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Workers Compensation and Employers Liability Insurance Workers Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000.00. 1. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor'slperson's work on the project has been completed and accepted by the governmental entity. -- Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the -- project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. r 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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; Poll. (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 r.., 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; r (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, T" G. (f) notify the govemmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for 4 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 carrtier 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 govemmental 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 govemmental 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 bome by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome 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 bid 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; 7. M (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: 01 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 (i) 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 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: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This Includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the Identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 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 (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; f i) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (ii) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the contractor. (1) - a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such _ Individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any _ demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, Incurred in the furtherance of the performance 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. _ If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. r fi 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION r� The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, i material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner 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 harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. j" 32. LAWS AND ORDINANCES d The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which In any manner effect the contract or the work, and shall Indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative In writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter Into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his 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 his full obligations to the Owner, as provided by this contractual agreement. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES r It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of ` beginning and time for completion as specified in the contract of work to be done hereunder are essential t" conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the P" consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be In default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change 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 of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. 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 his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under,this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. _ The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. — 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the.completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. HINDRANCE AND DELAYS in executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken Into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 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 for the various classes of wgrk to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. 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 S ! 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 fumished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way l l encountered, which may be injured or seriously affected by any process of construction to be undertaken under C this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any F I injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 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 17, specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid 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 him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS r- 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 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; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. 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 this agreement. It is understood, however, that in case the whole work be near to 1 completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage r- due Contractor. r f a, 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the _ work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31 st day after the date of certificate of completion, the balance due Contractor under the terms of this -- agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of �- substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: -- (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. TIME OF FILING CLAIMS 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) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. i� 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the 117 Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, 17 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 r (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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide 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 7 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 his Surety shall pay the amount of such excess ' to the Owner, or f (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, 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. j When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct r"` shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the 17 Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety 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 subject only to the duty of the Owner to exercise ordinary care to protect ^` such property. After fifteen (15) 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. 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 which remain on the "jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder 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 bidder 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 $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it Is further agreed that this -- contract shall not be in effect until such bonds are so furnished. 52. 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. — 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense. I 54. INDEPENDENT CONTRACTOR 7 Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fad that the Owner or Owners Representative shall have the right to observe Contractor's work during his performance and to cant' out the other prerogatives which are expressly reserved to and vested in the Owner or Owners 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 Owners Representative or to the Contractors own employees or to any other person, firm, or corporation. 7 55. 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 he shall remove all such debris and also his 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. I 17 CURRENT WAGE DETERMINATIONS - I 1\CAU LLL LlU iL oU. -j L March 14, 1996 Item #19 CI RESOLUTION ,; WHEREAS, the City Council has heretofore established the general prevailing rate of iper diem wages for each craft or type of workmen or mechanics needed to execute public i works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and f it WHEREAS, such wage rates were established by Resolution No. 719 enacted February i i 112, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8. 1987; and r i WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: 1 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made i a part hereof for all intents and purposes: Exhibit A: Building Construction Trades j Exhibit B: Paving and Highway Construction ' Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate ! Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. f � b I i i 9 � 4 ;i t ( . i Passed by the City Council this 14th ATTEST: Betty M. Anson, City Secretary APPROVED AS TO CONTENT: Mary AndrIks, Managing Director of Human Resources APPROVED AS TO FORM: a old Willard, Assistant City Attorney H W : da/ccdocs/pubworks. res February 14. 1996 EXIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate f I Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 R Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician. -Helper 6.00 Equipment Operator -Heavy 8.50 ` Equipment Operator -Light 7.50 Floor Installer Glazier 8.50 8.00 Insulator-Piping/Boiier 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 1 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 r.. Roofer -Helper 5.50 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 ! Welder -Certified 10.00 r :I f 1. t l Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher w Concrete Finisher -Helper Electrician j Flagger I Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper i l Power Equipment Operators Asphalt Paving Machine Bulldozer E Concrete Paving Machine t Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator r. Roller Scraper ` Tractor r- Truck Driver -Light Truck Driver -Heavy EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Hourly Rate 6.00 5.50 7.35 5.75 10.50 5.50 6.50 5.50 5.50 6.25 7.25 5.50 7.00 7.00 7.00 6.50 7.00 6.50 9.50 6.00 6.50 6.50 6.00 6.50 19_,411: Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. SPECIFICATIONS PROJECT MANUAL PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS LANDRESS ARCHITECTURE 1720 AVENUE M LUBBOCK, TEXAS E,xR 2•?E •97 9. 2796 SET NUMBER September 27, 1996 ! PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS September 27, 1996 TABLE OF CONTENTS: LANDRESS ARCHITECTURE LUBBOCK, TEXAS E)so z '2V- g 7 DIVISION TITLE PAGES DIVISION 1 - GENERAL REQUIREMENTS 01010 - Summary of the Work---------------------------------1 thru 2 01019 - Contract Considerations-------------------------------1 thru 2 01039 - Coordination and Meetings ------------------------- --1 thru 4 01300 - Submittals--------------------------------------------1 thru 3 01400 - Quality Control----------------------------------------1 thru 2 01500 - Construction Facilities and Temporary Controls--------1 thru 2 01600 - Material and Equipment-------------------------------1 thru 3 01700 Contract Closeout 1 thru 3 - ------------------------------------- DIVISION 2 - SITEWORK 02200 - Earthwork---------------------------------------------1 thru 5 02745 - Septic Tank and Sewage Systems---------------------1 thru 4 DIVISION 3 - CONCRETE 03200 - Concrete Reinforcement-------------------------------1 thru 3 03300 - Cast -in -Place Concrete--------------------------------1 thru 4 03370 - Concrete Curing --------------------------------------- 1 thru 2 DIVISION 4 - MASONRY 04100 - Mortar and Masonry Grout-----------------------------1 thru 4 04300 - Unit Masonry System----------------------------------1 thru 7 DIVISION 5 - METALS 05210 - Steel Joists or Semi -Bow Trusses----------------------1 thru 3 05330 - Steel Roof Deck---------------------------------------1 thru 2 05500 - Metal Fabrications-------------------------------------1 thru 5 DIVISION 6 - WOOD AND PLASTICS - NOT USED DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07620 - Sheet Metal Flashing and Trim------------------------1 thru 3 9-27- �r' Index Page 1 r" 7 1 1 3 l DIVISION 8 - DOORS AND WINDOWS 08114 - Custom Steel Doors-----------------------------------1 thru 3 08115 - Custom Steel Frames---------------------------------1 thru 3 08710 - Door Hardware----------------------------------------1 thru 5 DIVISION 9 - FINISHES 09900 - Painting and Special Coatings-------------------------1 thru 6 DIVISION 10 - SPECIALTIES 10800 - Toilet and Bath Accessories---------------------------1 thru 3 DIVISION 11 - EQUIPMENT - NOT USED DIVISION 12 - FURNISHINGS AND SEATING - NOT USED DIVISION 13 - SPECIAL CONSTRUCTION - NOT USED DIVISION 14 - CONVEYING SYSTEMS - NOT USED DIVISION 15 - MECHANICAL 15010 - General Requirements, Mechanical--------------------1 thru 3 15052 - Trenching, Backfilling, and Compacting for Pipe and Utilities ---------------------------------- 1 thru 5 15100 - Valves ------------------------------------------------ 1 thru 2 15400 - Plumbing---------------------------------------------1 thru 6 15440 - Plumbing Fixtures ------------------------------------- 1 thru 4 DIVISION 16 ELECTRICAL 16010 - General Requirements, Electrical---------------------1 thru 2 16051 - Electrical Special Provisions---------------------------1 thru 6 16110 - Wiring Methods, Raceways, Boxes, Fittings and Wiring Devices----------------------------1 thru 9 16120 - Cable, Wire, and Connectors, 600 Volt-----------------1 thru 3 16470 - Panelboards, Disconnect Switches and Enclosures -----1 thru 3 16510 - Interior Building Lighting-------------------------------1 thru 2 Index Page 2 P' ` PARKS AND RECREATION RESTROOM FACILITIES "a LUBBOCK, TEXAS 9515 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Contract Description: The work includes constructing new restroom facilities for Clapp, Hodges, Pioneer and Mackenzie and McCullough Parks, as shown on the drawings including all such work incidental thereto. B. Contractor use of site . C. Work Sequence. D. Owner occupancy. 1.2 CONTRACTOR USE OF SITE AND PREMISES A. Limit use of site and premises to.allow: 1. Owner occupancy. B. Construction Operations: Limited to areas noted on Drawings. 1. Limit the hours of work to 7:00 a.m. to 5:00 p.m. Monday through Friday C. Utility Outages and Shutdown: 1. Not premitted 1.3 CONTRACT DRAWINGS AND SPECIFICATIONS A. The Owner: 1. Will provide the Contractor, without charge, one set of large-scale contract drawings and specifications except publications incorporated into the technical provisions by reference; 2. Will fumish additional sets on request, for the cost of reproduction. B. The Contractor shall: 1. Check all drawings furnished immediately upon receipt; 2. Compare all drawings and verify the figures before laying out the work; 3. Promptly notify the Architect of any discrepancies; and 4. Be responsible for any errors which might have been avoided by complying with this paragraph (B). C. Large scale drawings shall, in general, govern small scale drawings. Figures marked on drawings shall, in general, be followed in preference to scale measurements. D. Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or which are customarily performed, shall not relieve the contractor from performing such omitted or mis-described details of the work, but shall be performed as if fully and correctly set forth and described in the drawings and specifications. SUMMARY OF WORK Section 01010 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 E. The work shall conform to the specifications and the contract drawings identified on the following index of drawings: -- Page No. Sheet No. Description 1 A-1 INFORMATION SHEET 2 A-2 FLOOR PLANS AND ELEVATIONS 3 A-3 SECTIONS AND DETAILS 4 A-4 CLAPP PARK SITE PLAN 5 A-5 HODGES PARK SITE PLAN 6 A-6 PIONEER PARK SITE PLAN 7 A-7 MACKENZIE PARK SITE PLAN 8 A-8 McCULLOUGH PARK SITE PLAN _ 9 A-9 ELECTRICAL DETAILS 10 A-10 PLUMBING DETAILS 1.4 WORK SEQUENCE A. Construct Work in phases to accommodate Owner's occupancy requirements during the construction period, coordinate construction schedule and operations with Owner. 1.5 OWNER OCCUPANCY A. The Owner will maintain parks open to the public during the entire period of construction. B. Cooperate with 'Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate this requirement. 1.6 BID OPTIONS — A. Base Bid: The contractor shall determine a total price for each site in this project. B. ALTERNATE NO. 1: The contractor shall determine a lump sum price to provide and install two hollow metal doors, frame and hardware for each site in this project. C. ALTERNATE NO. 2: The contractor shall determine a lump sum price to include the _ anti -graffiti protection as specified under 09900 - PAINTS AND SPECIAL COATINGS, for each site in this project. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used —' END OF SECTION SUMMARY OF WORK Section 01010 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 t SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. r .. 1.1 SECTION INCLUDES A. Owner inspecting and testing. t . B. Schedule of values. C. Application for payment. D. Change procedures. 1.2 RELATED SECTIONS A. Section 01600 - Material and Equipment: Product substitutions and options. �II J i B. Section 01400 - Quality Control 1.3 OWNER INSPECTING AND TESTING A. Owner will incur cost of engaging an inspecting or testing firm; execution of inspecting and tests; and reporting results. 1.4 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Identify each line item with number and title of the major specification. Identify mobilization, bonds and insurance as separate line items. D. Include within each line item, a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.5 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. t 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 AIA A201, 1987 Edition, Paragraph 7.4 CONTRACT CONSIDERATIONS k Section 01019 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 B. The Architect may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 10 days. C. The Contractor may propose changes by submitting a 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 price quotation or Contractor's request for a Change Order as approved by Architect. E. Change Order Forms: AIA G701 Change Order. F. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. PART2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION CONTRACT CONSIDERATIONS Section 01019 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL -Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Coordination. B. Pre -Construction meeting. C. Site mobilization meeting. D. Progress meetings. E. Preinstallation meetings. F. Examination. G. Preparation H. Cutting and Patching. 1.2 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, with provisions for accommodating items installed later. B. Coordinate work between the various sub contractor's work. C. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion. D. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of activities. 1.3 FIELD ENGINEERING A. Confirm drawing dimensions and site conditions. 1.4 PRE CONSTRUCTION MEETING A. The Architect will schedule a meeting after Notice of Intent to Award. B. Attendance Required: Architect and Contractor. C. Agenda: 1. Submission of executed bonds and insurance certificates. 2. Distribution of Contract Documents. 3. Submission of list of Subcontractors, Products, values, and progress schedule. 4. Designation of personnel representing the parties in Contract. COORDINATION AND MEETINGS Section 01039 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK;-TEXAS 9515 — 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, participants, and those affected by decisions made. 1.5 SITE MOBILIZATION MEETING A. Architect will schedule a meeting at the Project site prior to Contractor occupancy. B. Attendance Required: Architect, Special Consultants, Contractor, Contractor's Superintendent, and major Subcontractors. C. Agenda: 1. Use of premises by Owner and Contractor. 2. Owner requirements and partial occupancy. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Procedures for testing. 9. Procedures for maintaining record documents. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to participants, and those affected by decisions made. 1.6 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Architect as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. COORDINATION AND MEETINGS Section 01039 Page 2 PARKS AND RECREATION RESTROOM FACILITIES 1"^ LUBBOCK, TEXAS 9515 E. Record minutes and distribute copies within two days after meeting to participants, with two copies to participants, and those affected by decisions made. I^' 1.7 PREINSTALLATION MEETING r.. A. When required in individual specification sections, convene a preinstallation meeting at work site 2 weeks prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. G 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 two days after meeting to participants, with two copies to participants, and those affected by decisions made. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. f . 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. 3.2 PREPARATION A. Clean to substrate surfaces prior 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. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 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. COORDINATION AND MEETINGS ° Section 01039 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 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 to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete 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. Identify any hazardous substance or condition exposed during the Work to the owner for decision or remedy. END OF SECTION COORDINATION AND MEETINGS Section 01039 Page 4 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 . SECTION 01300 SUBMITTALS P ART 1 GENERAL - Drawings and general provisions of the Contract including General and 9 9 P � 9 Supplementary Conditions and Division 1 Specification Sections apply to this section. } 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. r w C. Proposed Products list. D. Shop Drawings. rE. l Product Data. F. Manufacturers installation instructions. G. Manufacturers' certificates. r, 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Manufacturers' field services and reports. B. Section 01700 - Contract Closeout: Contract warranties,bonds, manufacturers' certificates, and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with AIA Form G810. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier, pertinent drawing and detail number, and specification section number, as appropriate. D. Apply Contractor's stamp, signed or initialled 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. E. Schedule submittals to expedite the Project, and deliver to Architect. Coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from the contractor. r G. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Architect review stamps. I. Revise and resubmit, identify all changes made since previous submission. 7 I SUBMITTALS 4 Section 01300 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 — J. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any — inability to comply with provisions. K. Submittals not requested will not be recognized or processed. 1.4 PROPOSED PRODUCTS LIST A. Withinl4 days after date of Notice to Proceed, submit 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. W 1.5 SHOP DRAWINGS A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Architect. B. Submit in the form of one reproducible transparency one opaque reproductions. C. Shop Drawings: Submit for review. After review, produce copies and distribute in accordance with the SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700 - CONTRACT CLOSEOUT. 1.6 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Architect. B. Mark each copy to identify applicable products, models, options, and other data. Supplement ~ manufacturers' standard data to provide information unique to this Project. C. Indicate Product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. D. After review distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. 1.8 MANUFACTURER INSTALLATION INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Architect in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.9 MANUFACTURER CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer to Architect, in quantities specified for Product Data. SUBMITTALS Section 01300 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 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. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used SUBMITTALS Section 01300 Page 3 7 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 01400 QUALITY CONTROL PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Quality assurance - control of installation. B. Tolerances C. References. D. Inspecting and testing laboratory services. E Manufacturers' field services and reports. 1.2 RELATED SECTIONS. A. Section 01300 - Submittals: Submission of manufacturers' instructions and certificates. B. Section 01600 - Material and Equipment: Requirements for material and product quality. 1.3 QUALITY ASSURANCE - CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply 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 minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.4 TOLERANCES A. Monitor tolerance control of installed 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 Products in place. QUALITY CONTROL Section 01400 Page 1 7 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 1.5 REFERENCES A. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. C. Obtain copies of standards where required by product specification sections. D. The contractual relationship, duties, and responsibilities of the parties in Contract nor those of the Architect shall not be altered from the Contract Documents by mention or inference -- otherwise in any reference document. 1.6 INSPECTING AND TESTING LABORATORY SERVICES A. Owner will appoint and employ services of an independent firm to perform inspecting and testing. Owner will pay for services. 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. Inspecting, testing, and source quality control may occur on or off the project site. Perform off -site inspecting or testing as required by the Architect or the Owner. D. Reports will be submitted by the independent firm to the Architect and Contractor indicating — observations and results of tests and indicating compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Architect and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. F. Testing or inspecting does not relieve Contractor to perform Work to contract requirements. G. Retesting required be of non-conformance to specified requirements shall be performed by the same. independent firm on instructions by the Architect. Payment for retesting will be charged to the Contractor by deducting inspecting or testing charges from the Contract Sum/Price. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION QUALITY CONTROL Section 01400 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Progress cleaning, and project signage. 1.2 RELATED SECTIONS A. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Cost: By Owner, connect to Owner's existing power service. Do not disrupt Owners need for continuous service. Exercise measures to conserve energy. 1.4 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service at time of project mobilization. 1.5 TEMPORARY WATER SERVICE A. Owner will pay cost of water used. Exercise measures to conserve water. 1.6 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facility use is not permitted. 1.7 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owners use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades required by governing authorities for public rights -of -way. C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.8 PROTECTION OF INSTALLED WORK A. Protect installed Work. B. Provide 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. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Section 01600 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 D. Prohibit traffic or storage upon roofed surfaces. 1.9 SECURITY A. Provide security and facilities to protect Work and existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. B. Coordinate with Owner's security program. C. Provide and maintain access to fire hydrants, free of obstructions. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Collect and remove waste materials, debris and rubbish from site twice weekly and dispose off site. 1.11 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing and permanent facilities used during construction to original condition. PART2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Section 01500 Page 2 r PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS NA&l SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 RELATED SECTIONS A. Instructions to Bidders: Product options and substitution procedures. B. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS A. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. B. Provide interchangeable components of the same manufacture, for components being replaced. 1.4 TRANSPORTATION AND HANDLING A. Transport and handle Products in accordance with manufacturer's instructions. B. Promptly inspect shipments to ensure that Products comply with requirements, quantities are correct, and Products are undamaged. C. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. 1.5 STORAGE AND PROTECTION A. Store and protect Products in accordance with manufacturers' instructions, with seals and labels intact and legible. B. Store sensitive Products in weather tight, climate controlled enclosures. C. For exterior storage of fabricated Products, place on sloped supports, above ground. D. Provide bonded off -site storage and protection when site does not permit on -site storage or protection. MATERIAL AND EQUIPMENT Section 01600 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 - E. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Product. F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of Products to permit access for inspection. Periodically inspect to verify Products are undamaged and are maintained in acceptable condition. 1.6 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. 1.7 SUBSTITUTIONS A. Architect will consider requests for Substitutions only within 15 days after date of Owner -Contractor Agreement. Substitutions may be considered when a Product becomes unavailable through no fault of the Contractor. B. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. C. A request constitutes a representation that the Contractor. 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re -approval by authorities. D. 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. E. Substitution Submittal Procedure: 1. Submit three copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed Product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor in writing of decision to accept or reject request. MATERIAL AND EQUIPMENT Section 01600 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 9515 MATERIAL AND EQUIPMENT Section 01600 Page 3 PARKS AND RECREATION RESTROOM FACILITIES POO LUBBOCK, TEXAS 9515 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. ^ 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. i C. Project record documents. D. Operation and maintenance data. E. Warranties. F. Spare parts and maintenance materials. 1.2 RELATED SECTIONS r� A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's review. B. Provide submittals to Architect that are required by governing. or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Owner will occupy all portions of the building as specified in Section 01010. F 1.4 FINAL CLEANING A. Execute final cleaning prior to final project assessment. 7 B. Clean surfaces exposed to view; remove temporary labels, stains and foreign substances. C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Clean site; sweep paved areas. ?� E. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. r0 Il CONTRACT CONSIDERATIONS Section 01700 Page 1 t PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 1.6 PROJECT RECORD DOCUMENTS 1.7 9515 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. 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. E. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Documents and Shop Drawings: Legibly mark each applicable item to record actual construction including: 1. Measured depths of foundations in relation to finish 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. G. Remove Architect title block and professional seal from all documents. H. Submit documents to Architect with claim for final Application for Payment. OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-112 x 11 inch text pages, three D side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION & MAINTENANCE INSTRUCTIONS", title of project , and subject matter of binder when multiple binders are required. C. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. D. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, typed on 24 pound white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major material suppliers. CONTRACT CONSIDERATIONS Section 01700 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone �.. numbers of Subcontractors and suppliers. Identify the following: a) Significant design criteria. b) List of equipment. c) Parts list for each component. d) Operating instructions. e) Maintenance instructions for equipment and systems. f) Maintenance instructions for 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 and bonds. E. Submit 1 draft copy of completed volumes 15 days prior to final inspection. This copy will be reviewed and returned after final inspection with Architect comments. Revise content of all document sets as required prior to final submission. F. Submit two sets of revised final volumes, within 10 days after final inspection. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble in three D side ring binder with durable plastic cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1.9 MAINTENANCE MATERIALS A. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION CONTRACT CONSIDERATIONS Section 01700 Page 3 .I. PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 02200 EARTHWORK PART 1 GENERAL- Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 RELATED DOCUMENTS A. The drawings and general provisions including General Conditions, Supplemental General Conditions and Division 1 - General requirements apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The extent of site clearing and earthwork involved is shown on the drawings. 1.3 SECTION INCLUDES A. Site Clearing, B. Soil Materials. C. Aggregate Materials. D. Rough Grading. E. Excavating for building foundation and trenching. F. Backfilling and fill 1.4 REGULATORY REQUIREMENTS A. Conform to applicable requirements of governing authorities having Jurisdiction. B. Disposal of debris shall be off owner's property and acccomplished in accordance to local building codes. C Burning debris on site is prohibited. D. The use of explosives is not permitted. E. Coordinate clearing Work with utility companies. PART 2 PRODUCTS 2.1 FILL MATERIALS A. Fill Type subsoil: As specified in this Section. B. Structural Fill Type Subsoil: As specified in this Section. C. Concrete: Structural concrete conforming to Section 03300 with a compressive strength of 3000 psi. EARTHWORK Section 02200 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 — 2.2 SOIL MATERIALS A. Subsoil Type for structural fill: Excavated and reused material, if approved by Architect. — B. Subsoil Type: Imported material, graded, free of lumps larger than 3 inches, rocks larger than 2 inches, debris, organic material and other deleterious substances shall be subject to Architect's approval/disapproval. C. Topsoil Type: Imported friable loam; reasonably free of roots, rocks larger than 112 inch, subsoil, debris, large weeds, and foreign matter, acidity range (pH) of 5.5 to 7.5; — containing a minimum of 4 percent and a maximum of 25 percent inorganic matter. D. Coarse Aggregate Gravel natural washed stone; free of shale, clay, friable material and debris; graded in accordance with ASTM C136, within the following limits: — Sieve Size Percent Passing 1 inch (25 mm) 95 _ PART 3 EXECUTION 3.1 PREPARATION A. Verify that existing plant life designated to remain is tagged or identified. B. Identify a waste area for placing removed materials. C. Identify required lines, levels, contours, and datum. D. Stake and flag locations of known utilities. E. Locate, identify, and protect utilities that remain, from damage. F. Notify utility companies to locate utilities. G. Protect above and below grade utilities that remain. — H. Protect plant life, lawns, rock outcropping and other features remaining as a portion of final landscaping. I. Protect bench marks, survey control point, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. J. Compact subgrade to density requirements for subsequent backfill materials. K. Cut out soft areas of subgrade not capable of compaction in place. Backfill with Type subsoil fill and compact to density equal to or greater than requirements for subsequent fill material. L. Scarify and proof roll subgrade surface to a depth of 4 inches to identify soft spots; fill and compact to density equal to or greater than requirements for subsequent fill material. — 3.2 CLEARING A. Clear areas required for access to site and execution of Work. B. Clear undergrowth and deadwood, without disturbing subsoil. EARTHWORK Section 02200 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 3.3 REMOVAL A. Remove debris, rock, and extracted plant life from site. B. Partially remove paving, curbs, and gutter as indicated. Neatly saw cut edges at right angle to surface. 3.4 TOPSOIL EXCAVATION A. Excavate topsoil from areas to be further excavated, or re -graded, without mixing with foreign materials. B. Do not excavate wet topsoil. C. Stockpile in area designated on site to depth not exceeding 8 feet and protect from erosion. D. Remove excess topsoil not intended for reuse, from site. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Notify Architect of unexpected subsurface conditions and discontinue affected Work in area �. until notified to resume work. 3.5 TRENCHING A. Excavate trenches to depth indicated or required for utilities. Depth of trenches for piping shall be established below freeze line and carried to an appropriate elevation for positive flow. B. Cut trenches in a uniform width, sufficiently wide to enable installation and allow inspection. Remove water or materials that interfere with work. Do not backfill trenches until test and f inspections have been made and authorized by Architect. C. Locate, identify, and protect existing utilities that remain, from trenching. Use caution when backfilling to avoid damage or displacement of pipes. D. Grade bottom of trenches as required, notching under pipe bells to provide solid bearing for I entire length of pipe. E. Stability of Sides: Slope sides of excavations over 5' deep to angle of repose of material excavated; otherwise, shore, and brace where sloping is not possible either because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in a safe condition until completion of backfilling, by scaling, benching shelving, or bracing. Take precautions to prevent slides or cave-ins when excavations are made in locations adjacent to backfilled excavations, and when sides of excavations are subjected to vibrations from vehicular traffic or the operation of machinery, or any other source. F. Shoring and Bracing: Provide materials fro shoring and bracing, such as sheet piling, uprights, stringers and cross -braces, in good serviceable condition. Maintain shoring and bracing in excavations regardless of time period excavations will be open. Cary down shoring and bracing as excavation progresses. Provide minimum requirements for trench shoring and bracing to comply with ANSI A10.1 "Safety Code for Building Construction", and with local codes and authorities having jurisdiction. EARTHWORK Section 02200 Page 3 i 7 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 G. Backfill in accordance to details shown on the drawings. Where rock is encountered, excavate 6" below required elevation and backfill with a 6" layer of crushed stone or gravel prior to installation of pipe. 3.6 FILLING A. Fill areas to contours and elevations with unfrozen materials. B. Place fill material on continuous layers and compact [in accordance with the schedule at end of this section. C. Maintain optimum moisture content of fill materials to attain required compaction density. D. Slope grade away from building minimum 3 inches in 10 ft, unless noted otherwise. E. Make grade changes gradual. Blend slope into level areas. 3.7 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Granular Fill Type: Place and compact materials in equal continuous layers not exceeding 6 inches compacted depth. D. Soil Fill Type: Place and compact material in equal continuous layers not exceeding 8 inches compacted depth. — E. Employ a placement method that does not disturb or damage other work. F. Maintain optimum moisture content of backfill materials to attain required compaction density. G. Backfill against supported foundation walls H. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. I. Slope grade away from building minimum 3 inches in 10 ft , unless noted otherwise. J. Make gradual grade changes. Blend slope into level areas. K. Remove surplus backfill materials from site. L. Leave fill material stockpile areas free of excess fill materials. _ 3.8 STOCKPILING A. Stockpile materials on site at locations designated by Architect. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. EARTHWORK Section 02200 Page 4 r . PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 E. Direct surface water away from stockpile site to erosion or deterioration of materials. prevent ,.. 3.9 STOCKPILE CLEANUP A. Remove stockpile, leave area in a clean and neat condition. Grade site surface to prevent free standing surface water. r-- B. Leave unused materials in a neat, compact stockpile. r. C. If a borrow area is indicated, leave area in a clean and neat condition. Grade site surface to prevent free standing surface water. 3.10 PROTECTION A. Protect finished Work under provisions of Section 01500. B. Locate, identify, and protect utilities that remain, from damage. C. Protect trees, plant growth, and features designated to remain, as final landscaping. I^ D. Protect bench marks, survey control points, and existing structures from damage or displacement. E. Reshape and recompact fills subjected to vehicular traffic during construction. 3.11 FIELD QUALITY CONTROL � A. Section 01400 - Quality Assurance: Field inspection and testing. I' B. Provide for visual inspection of bearing surfaces. 3.12 SCHEDULE A. Building Pad/Slab-On-Grade: 1. Structural Fill Type, 6 inches thick, compacted to 95 percent standard proctor. t 2. Cover with sand, 2 inches thick. B. Underground septic Tank: 1. Initial soil Type, existing undisturbed earth. b 2. Remaining fill from stockpile, to subgrade elevation, compacted to 90 percent standard proctor. C. Fill Under Grass Areas: 1. Fill Type from stockpile, to 6 inches below finish grade, compacted to 85 percent standard proctor. D. Fill to Correct Over -excavation: 1. Fill Type crushed gravel, flush to required elevation, compacted to 95 percent standard proctor. E. Fill Over Septic Infiltrator Drainage System: 1. Fill Type from stockpile, to 4 inches below finish grade. END OF SECTION EARTHWORK Section 02200 Page 5 T PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 02745 SEPTIC TANK AND SEWAGE SYSTEM Y PART GENERAL r 1.1 SECTION INCLUDES A. Septic tank. B. Distribution box. ,. C. Drainage field chamber system. D. Connection of building sanitary drainage system to municipal sewer. 1.2 RELATED SECTIONS t A. Section 02200 - Earthwork. r- B. Section 15400 - Plumbing. C. Section 15052 - Trenching, Backfilling and Backfilling for Pipes and Utilities. d 1.3 REFERENCES A. AASHTO T180 - Moisture -Density Relations of Soils Using a 10-lb (4.54 kg) Rammer and an 18-in. (457 mm) Drop. B. ANSI A21.11 - Rubber Gasket Joints For Cast Iron and Ductile Iron Pressure Pipe and Fittings. C. ASTM A74 - Cast Iron Soil Pipe and Fittings. D. ASTM C564 - Rubber Gaskets for Cast Iron Soil Pipe and Fittings. E. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb (2.49 Kg) Rammer and 12 inch (304.8 mm) Drop. F. ASTM D1556 - Test Methods for Density and Unit Weight of Soil In -Place by the Sand -Cone Method. G. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 inch (457 mm) Drop. r� H. ASTM D2729 - Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 1. ASTM D2751 - Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings. J. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. K. ASTM D3033 - Type PSP Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. rT L. ASTM D3034 - Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 1.4 SUBMITTALS FOR REVIEW SEPTIC TANK AND SEWAGE SYSTEM Section 02745 Page 1 t I PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 A. Section 01300 - Submittals: Procedures for submittals. B. Shop Drawings: Indicate tank size and configuration; plan, location and inverts of filter field; inverts of connecting piping. C. Product Data: Provide data on tank accessories and field chamber system. 1.5 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Instructions: Indicate special procedures for septic tank installation. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout B. Accurately record actual locations and inverts of buried pipe, components, and connections. C. Record location of pipe runs, connections, cleanouts and invert elevations. -- 1.7 REGULATORY REQUIREMENTS A. Conform to applicable City of Lubbock codes and regulations for Work of this section. In addition, work in this section shall be accomplished in full compliance with the Texas Department of Health regulations. B. Provide certificate of compliance from authority having jurisdiction indicating approval of systems. PART 2 PRODUCTS 2.1 SEPTIC TANK AND DISTRIBUTION BOX A. Septic Tank: Reinforced cast -in -place concrete construction, 3,000 psi, 28 day minimum strength, concrete partitioned chambers, concrete lid with lift rings, vent, inlet inspection hole, inlet turned down minimum 12 inches below effluent level. 1. Tank Capacity: 750 gallon minimum. B. Distribution Box: Single inlet, two outlets, gate, removable cover with lift ring as required. C. Drainage Field Chamber System: 1. Standard Infiltrator chamber septic leach field system. 2. Manufacturer: Infiltrator Systems, Inc. 1-800-221-4436 _ 2.2 CONNECTING PIPE MATERIALS A. Cast Iron Pipe and Joint Devices: — 1. Pipe: ASTM A74 Service grade, bell and spigot joint; nominal inside diameter of 4 inch. 2. Joint: ASTM C564. B. Plastic Pipe (ABS): ASTM D2751 SDR 35, nominal inside diameter of 4 inch, bell and spigot solvent sealed joints. SEPTIC TANK AND SEWAGE SYSTEM Section 02745 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 9 C. Fittings: Same material as pipe, tee bends, elbows, clean -outs, reducers, ends to suit pipe joint. 4, 2.3 BEDDING MATERIALS n f A. Bedding Material: Fill Type as specified in Section 02200. PART 3 EXECUTION 3.1 EXAMINATION A. Verify existing conditions under provisions of Section 01039. �^ B. Verify that building sanitary sewer connection, size, location and invert are as C. Contractor shall coordinate with local health official for a thorough site evaluation and determine the proper sizing of the system prior to proceeding with installation. 3.2 PREPARATION A. Ream pipe ends and remove burrs. B. Remove scale and dirt from components before assembly. C. Establish invert elevations for all components in the system. D. Hand trim excavation to suit septic tank, distribution box and field chamber arrangement. Remove stones, roots or other obstructions. 3.3 TANK AND TANK BEDDING A. Excavate in accordance with Section 02200 for work of this section. Hand trim excavation for accurate placement of tank to elevations indicated. I B. Place bedding material level in one continuous layer not exceeding 6 inches compacted depth, compact to 95 percent. C. Backfill around sides of tank, tamp in place and compact to 95 percent. a D. Maintain optimum moisture content of bedding material to attain required compaction density. E. Install septic tank and distribution box and related components on bedding in accordance with manufacturer's instructions. Position components to permit access to inspection ports. 3.4 CONNECTING PIPING l' A. Connect outlet between building sanitary piping and septic tank, between septic tank and distribution box, between distribution box and filter field chambers. B. Place pipe and fittings on clean excavated subsoil. C. Slope piping to each successive component, minimum of 1:50. i D. Cover pipe with backfrll material, sides and top. SEPTIC TANK AND SEWAGE SYSTEM Section 02745 Page 3 PARKS AND RECREATION RESTROOM FACILITIES _ LUBBOCK, TEXAS 9515 E. Coordinate the work with connections to building sanitary sewer piping outlet. 3.5 INSTALLATION - FIELD CHAMBER SYSTEM — A. Install chamber system in accordance with details shown on the drawings. B. Contractor shall be responsible for the quantity of infiltrator units to meet minimum square footage requirements as shown, as herein specified or as required to make installation complete. C. Place field pipe header at constant elevation. D. Establish slope of bed to suit invert elevations. — E. Place pipe sloping away from header minimum of 1:200. F. Cover entire field with backfill material in accordance to Section 02200., lightly compact. Level prior to placement of subsoil cover as specified in Section 02220. 3.6 INSTALLATION - CLEAN OUTS A. Form and place cast -in -place concrete pad with provision for sanitary sewer pipe ends. B. Establish elevations and inverts for inlets and outlets. _ C. Mount clean -out surface hub level as indicated on drawings. D. Install one (1) minimum inspection port in the infiltrator chamber system. 3.7 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection. B. Request inspection by Architect and local regulator prior to placing backfill cover over field _ chamber system.. C. Compaction testing will be performed in accordance with ASTM D1557. ASTM D698. AASHTO T180. ASTM D1556. ASTM D2922. ASTM D3017. 3.8 PROTECTION OF FINISHED WORK A. Section 01700 - Contract Closeout: Protecting installed work. — B. Do not permit vehicular traffic over filter field. END OF SECTION SEPTIC TANK AND SEWAGE SYSTEM Section 02745 Page 4 ` PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL - The Drawings, General Provisions including General Conditions, Supplementary General Conditions and Division 1 - General Requirements apply to the work of this Section. 1.1 SECTION INCLUDES Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A184 - Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. F. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. G. ANSI/ASTM A496 - Deformed Steel Wire Fabric for Concrete Reinforcement. H. ANSI/ASTM A497 - Welded Deformed Steel Wire Fabric for Concrete Reinforcement. I. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel. J. ASTM A706 - Low -Alloy Steel Deformed Bars for Concrete Reinforcement. K. CRSI - Concrete Reinforcing Steel Institute - Manual of Practice. L. CRSI - Placing Reinforcing Bars. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, and supporting and spacing devices. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. CONCRETE REINFORCEMENT Section ID3200 -Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 C. Provide Architect with access to fabrication plant to facilitate inspection of reinforcement. Provide notification of commencement and duration of shop fabrication in sufficient time to allow inspection. -- 1.6 QUALIFICATIONS Welders' Certificates: Submit under provisions of Section 01400 Manufacturer's Certificates, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. 1.7 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A706, 60 ksi yield grade; deformed low -alloy steel bars. B. Welded Steel Wire Fabric: ASTM A185. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. ^ B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. C. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic coated steel type; size and shape as required. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with ACI 318. B. Locate reinforcing splices not indicated on drawings at point of minimum stress. PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. _ C. Accommodate placement of formed openings. D. Maintain concrete cover around reinforcing as follows: E. ItemCoverage CONCRETE REINFORCEMENT Section 03200 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 3.2 Beams 1.50 inch Supported Slabs and Joists 0.75 inch Column Ties 1.50 inch Walls (exposed to weather or backfill) 1.50 inch Footings and Concrete Formed Against Earth 3.00 inch Slabs on Fill 2.00 inch FIELD QUALITY CONTROL Field inspection will be performed under provisions of Section 01400. END OF SECTION 9515 CONCRETE REINFORCEMENT Section 03200 Page 3 r PARKS AND RECREATION i RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 03300 s CAST -IN -PLACE CONCRETE r PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Cast -in -place concrete building frame members, floors, foundation walls, and supported slabs. r. B. Floors and slabs on grade. C. Control, expansion and contraction joint devices associated with concrete work, including joint l sealants. D. Equipment pads and light pole bases. 1.2 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 318 - Building Code Requirements for Reinforced Concrete. G. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types). 17 H. ASTM C33 - Concrete Aggregates. 1, ASTM C94 - Ready -Mixed Concrete. 7 J. ASTM C150 Portland Cement. - 7 K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 -Chemicals Admixtures for Concrete. 7 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on joint devices, attachment accessories and admixtures. CAST -IN -PLACE CONCRETE ,_ Section 03300 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Maintain one copy of each document on site. C. Acquire cement and aggregate from same source for all work. D. Conform to ACI 305R when concreting during hot weather. E. Conform to ACI 306R when concreting during cold weather. — 1.6 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I, Portland type. B. Fine and Coarse Aggregates: ASTM C33. C. Water. Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. Use in all concrete. B. Chemical: ASTM C494: Type A - Water Reducing. Use in all concrete. 2.3 ACCESSORIES A. Bonding Agent: Two component modified epoxy resin. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 10,000 psi at 28 days. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/4 inch thick; tongue and groove profile. 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94. B. Select proportions for normal weight concrete in accordance with ACI 301, Method 1. C. Provide concrete with a 3,000 psi 28-day compressive strength. CAST -IN -PLACE CONCRETE Section 03300 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 I I D. Slump - Four inches plus or minus one inch. E. Provide portiand cement in compliance with ASTM C150. F. Provide coarse and fine aggregate (SSD) in accordance with ASTM C33. r.., G. Use accelerating admixtures in cold weather only when approved by Architect. Use t of admixtures will not relax cold weather placement requirements. H. Do not use admixtures containing calcium chloride. k 1. Use set retarding admixtures during hot weather only when approved by Architect. J. Add air entraining agent and water reducing admixture to all concrete. PART 3 EXECUTION '^ 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. l B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are r accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE �I in ACI 318. A. Place concrete accordance with r B. Notify Architect minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, are not disturbed during concrete placement. 51 D. Separate slabs on grade from vertical surfaces with joint filler where indicated on the Drawings. E. Place joint filler in floor slab pattern placement sequence. Set top to required elevations. c Secure to resist movement by wet concrete. F. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. G. Place concrete continuously between predetermined expansion, control, and construction joints. CAST -IN -PLACE CONCRETE Section 03300 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 3.4 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure concrete floor surfaces to requirements of Section 03370. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to inspection and testing firm for review — prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified _ requirements. E. Three concrete test cylinders will be taken for every 100 or less cubic yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.6 PATCHING _ A. Allow Architect to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Architect upon discovery. C. Patch imperfections in accordance with ACI 301. — 3.7 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Architect. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect for each individual area: END OF SECTION CAST4N-PLACE CONCRETE Section 03300 Page 4 r 11 7 r F PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 03370 CONCRETE CURING PART 1 GENERAL Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES Initial and final curing of horizontal and vertical concrete surfaces. 1.2 RELATED SECTIONS Section 03300 - Cast -In -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. S. ACI 302 - Recommended Practice for Concrete Floor and Slab Construction. C. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete.. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on curing compounds, compatibilities, and limitations. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Maintain one copy of each document on site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products under provisions of Section 01600. B. Deliver curing materials in manufacturers packaging including application instructions. PART 2 PRODUCTS 2.1 MATERIALS Membrane Curing Compound : ASTM C309. PART 3 EXECUTION 3.1 EXECUTION - HORIZONTAL SURFACES A. Cure floor surfaces in accordance with ACI 308. CONCRETE CURING Section 03370 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 B. Membrane Curing Compound: Apply curing compound in accordance with manufacturer's instructions in one coat. 3.2 EXECUTION - VERTICAL SURFACES A. Cure surfaces in accordance with ACI 308. B. Membrane Curing Compound: Apply compound in accordance with manufacturer's instructions in one coat. 3.3 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Do not permit traffic over unprotected floor surface. END OF SECTION CONCRETE CURING Section 03370 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 04100 MORTAR AND MASONRY GROUT PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Mortar and grout for masonry. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Testing laboratory services. B. Section 04300 - Unit Masonry System: Installation of mortar and grout. C. Section 08115 - Custom Steel Frames: Grouting steel door frames. 1.3 REFERENCES A. ACI 530 - Building Code Requirements for Masonry Structures. B. ACI 530.1 - Specifications For Masonry Structures. C. ASTM C91 - Masonry Cement. D. ASTM C94 - Ready -Mixed Concrete, E. ASTM C144 - Aggregate for Masonry Mortar. F. ASTM C150 - Portland Cement. G. ASTM C207 - Hydrated Lime for Masonry Purposes. H. ASTM C270 - Mortar for Unit Masonry. I. ASTM C404 - Aggregates for Masonry Grout. J. ASTM C476 - Grout for Masonry. K. ASTM C780 - Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. L. ASTM C1019 - Method of Sampling and Testing Grout. M. ASTM C1072 - Method for Measurement of Masonry Flexural Bond Strength. N. ASTM C1142 - Ready -Mixed Mortar for Unit Masonry. O. ASTM E447 - Test Methods for Compressive Strength of Masonry Prisms. P. ASTM E518 - Test Method for Flexural Bond Strength of Masonry. MORTAR AND MASONRY GROUT Section 04100 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Reports: Submit reports on mortar indicating conformance of mortar to property requirements of ASTM C270. C. Reports: Submit reports on grout indicating conformance of component grout materials to requirements of ASTM C476 and test and evaluation reports to ASTM C1019. D. Manufacturers Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 530 and ACI 530.1. — B. Maintain one copy of each document on site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01600. B. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 1.7 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 400 F prior to, during, and 48 hours after completion of masonry work. B. Maintain materials and surrounding air temperature to maximum 900 F prior to, during, and 48 hours after completion of masonry work. — PART 2 PRODUCTS 2.1 MATERIALS A. Portland Cement: ASTM C150, Type I, gray color. B. Mortar Aggregate: ASTM C144, standard masonry type. C. Hydrated Lime: ASTM C207, Type S. D. Grout Course Aggregate: ASTM C404. E. Grout Fine Aggregate: sand. F. Water: Clean and potable. G. Bonding Agent: Latex type. 2.2 MORTAR MIXES A. Ready Mixed Mortar: ASTM C1142, Type RS. B. Mortar For Load Bearing and / or Reinforced Walls and Partitions: ASTM C270, Type S (1800 _ MORTAR AND MASONRY GROUT Section 04100 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 psi) using the Property Specification. Use Type S for all walls having vertical reinforcing and grouted cells. C. Mortar For Load Bearing Walls and Partitions: ASTM C270, Type N (750 psi) using the Property Specification. D. Mortar For Masonry Walls Below Grade: ASTM C270, Type M (2500 psi) using the Property Specification. E. Other mortar types shall not be used in the work. 2.3 MORTAR MIXING A. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for immediate use. B. Maintain sand uniformly damp immediately before the mixing process. C. Add admixtures in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. D. Do not use anti -freeze compounds to lower the freezing point of mortar. E. If water is lost by evaporation, re -temper only within two hours of mixing. F. Use mortar within two hours after mixing. 2.4 GROUT MIXES A. Bond Beams and Lintels: 3,000 psi (21 MPa) strength at 28 days; 4-6 inches slump; premixed type in accordance with ASTM C94. 2.5 GROUT MIXING A. Mix grout in accordance with ASTM C94. B. Add admixtures in accordance with manufacturer's instructions; mix uniformly. C. Do not use anti -freeze compounds to lower the freezing point of grout. 2.6 MIX TESTS A. Test mortar and grout in accordance with Section 01400. B. Testing of Mortar Mix: In accordance with ASTM C270. PART 3 EXECUTION 3.1 EXAMINATION A. Request inspection of spaces to be grouted. 3.2 PREPARATION A. Apply bonding agent to existing concrete surfaces. MORTAR AND MASONRY GROUT Section 04100 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 B. Plug clean -out holes with block masonry units. Brace masonry for wet grout pressure. 3.3 INSTALLATION A. Install mortar and grout in accordance with ASTM C270. B. Work grout into masonry cores and cavities to eliminate voids. C. Do not install grout in lifts greater than two CMU courses. D. Do not displace reinforcement while placing grout. E. Remove excess mortar from grout spaces. 3.4 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. END OF SECTION MORTAR AND MASONRY GROUT Section 04100 Page 4 . 7 , F" r PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS SECTION 04300 UNIT MASONRY SYSTEM 9515 PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Concrete masonry units. B. Decorative Block Units. C. Reinforcement, anchorage, and accessories. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Testing laboratory services. B. Section 04100 - Mortar and Masonry Grout: Mortar and grout. C. Section 05500 - Metal Fabrications: Loose steel lintels and fabricated steel items. D. Section 07620 - Sheet Metal Flashing and Trim: Cap flashings over masonry work and placement of reglets for flashings. 1.3 REFERENCES A. ACI 530 - Building Code Requirements for Masonry Structures. B. ACI 530.1 - Specifications For Masonry Structures. C. ASTM A82 - Cold -Drawn Steel Wire for Concrete Reinforcement. D. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. E ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. F. ASTM A706 - Low Alloy Steel Deformed Bars for Concrete Reinforcement. G. ASTM B370 - Copper Sheet and Strip for Building Construction. H. ASTM C90 - Load -Bearing Concrete Masonry Units. I. UL - Fire Resistance Directory. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data for masonry units and reinforcement. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 530 and ACI 530.1. UNIT MASONRY SYSTEM Section 04300 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. 1.8 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 400 F prior to, during, and 48 hours after completion of masonry work. B. Maintain materials and surrounding air temperature to maximum 90" F prior to, during, and 48 hours after completion of masonry work. 1.9 COORDINATION A. Coordinate work under provisions of Section 01040. PART 2 PRODUCTS 2.1 CONCRETE MASONRY UNITS A. Hollow Load Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled; light weight. B. Solid Load Bearing Block Units (CMU): ASTM C90, Type I - Moisture Controlled; light weight. C. Size and Shape: Nominal modular size of 16 x 8 x 8 mm. Provide special units for 90 degree comers, bond beams, lintels, and bullnosed comers. 2.2 DECORATIVE BLOCK UNITS A. ASTM C90, Type 1 - Moisture Controlled; color as selected to the following design: 1. Single scored vertically to a half round cut. 2. Rock Face Units. 3. Smooth Face Units. 2.3 REINFORCEMENT AND ANCHORAGE A. Single and Multiple Wythe Joint Reinforcement: Truss type; cold drawn steel wire conforming to ASTM A82, 3/16 inch side rods with same size cross ties. B. Reinforcing Steel: ASTM A706, 60 ksi yield grade, deformed billet bars. C. Wall Ties: Formed steel wire, 3/16 inch thick, ladder type unfinished steel finish. 1. Manufacturers: a. Dur-O-Wall -- b. National Wire C. Wire Bond UNIT MASONRY SYSTEM Section 04300 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 D. Dovetail Anchors: Bent steel strap, 16 ga. thick, galvanized to ASTM A123 B2 finish, size and style as shown on the drawings. 2.4 MORTAR AND GROUT A. Mortar and Grout: As specified in Section 04100. 2.5 FLASHINGS A. Copper/Kraft Paper Flashings: 3 oz/sq ft sheet copper bonded to fiber reinforced asphalt treated Kraft paper. 2.6 ACCESSORIES A. Preformed Control Joints: Polyvinyl chloride material. Provide with comer and tee accessories, cement fused joints. Type and size as shown on the drawings. 1. Manufacturers: a. Dur-O-Wall b. National Wire C. Wire Bond B. Cleaning Solution: Non -acidic, not harmful to masonry work or adjacent materials. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Verify items provided by other sections of work are property sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.2 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. 3.3 COURSING A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: 1. Bond: Running. 2. Coursing: One unit and one mortar joint to equal 8 inches. 3. Mortar Joints: Concave. 3.4 PLACING AND BONDING A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other UNIT MASONRY SYSTEM Section 04300 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS B. C. D. E. F. G. H. I. J. 3.5 A. B K>H. C D E A B C D E. F. G. 9515 work. Lay hollow masonry units with face shell bedding on head and bed joints. Buttering comers of joints or excessive furrowing of mortar joints are not permitted. Remove excess mortar as work progresses. Interlock intersections and external comers. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit comers or edges. Cut mortar joints flush where required Isolate masonry partitions from vertical structural framing members with a control joint as indicated. Isolate top joint of masonry partitions from horizontal structural framing members and slabs or decks as indicated on drawings. REINFORCEMENT AND ANCHORAGE - SINGLE WYTHE MASONRY Install horizontal joint reinforcement 16 inches oc. .Place masonry joint reinforcement in first horizontal joints above and below openings. Extend minimum 16 inches each side of opening. Place joint reinforcement continuous in first joint below top of walls. Lap joint reinforcement ends minimum 6 inches Reinforce joint comers and intersections with strap anchors 400 mm oc. LINTELS Install loose steel lintels over openings. Install reinforced unit masonry lintels over openings where steel lintels are not scheduled. Do not splice reinforcing bars. Support and secure reinforcing bars from displacement. Maintain position within 12 mm of dimensioned position. Place and consolidate grout fill without displacing reinforcing. Allow masonry lintels to attain specified strength before removing temporary supports. Maintain minimum 8 inch bearing on each side of opening. UNIT MASONRY SYSTEM Section 04300 Page 4 r", PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 3.7 GROUTED COMPONENTS A. Reinforce bond beam as indicated on Drawings. B. Lap splices minimum 30 bar diameters. C. Support and secure reinforcing bars from displacement. Maintain position within 13 mm of dimensioned position. D. Place and consolidate grout fill without displacing reinforcing. E. At bearing locations, fill masonry cores with grout for a minimum 400 mm either side of opening unless otherwise noted on the drawings. 3.8 ENGINEERED MASONRY 3.9 7 T 7 A Lay masonry units with core cells vertically aligned and cavities between wythes clear of mortar and unobstructed. B. Mortar in masonry unit bed joints back 1/4 inch from edge of unit grout spaces, bevel back and upward. Permit mortar to cure 7 days before placing grout. C. Reinforce masonry unit cores with reinforcement bars and grout as indicated. D. Retain vertical reinforcement in position at top and bottom of cells and at intervals not exceeding 192 bar diameters. Splice reinforcement in accordance with Section 03200. E. Wet masonry unit surfaces in contact with grout just prior to grout placement. F. Grout spaces less than 50 mm in width with fine grout using low lift grouting techniques. Grout spaces 50 mm or greater in width with course grout using high or low lift grouting techniques. G. When grouting is stopped for more than one hour, terminate grout 38 mm below top of upper masonry unit to form a positive key for subsequent grout placement. H. Low Lift Grouting: Place first lift of grout to a height of 16 inches and rod for grout consolidation. Place subsequent lifts in 8 inch increments and rod for grout consolidation. DECORATIVE BLOCK UNIT INSTALLATION A. The provision so paragraph 3.05 apply to the installation of decorative unit masonry. B. The units shall be laid consistent with the best concrete masonry practices. At all times provide reasonable and proper care in handling units to prevent marring or damaging faces, edges and comers. C. During installation walls shall be kept clean by bagging or brushing. D. Lay up units in accordance with approved shop drawings. E. Rake joints at time of laying approximately 1/2" deep and point after all masonry work is complete. UNIT MASONRY SYSTEM Section 04300 Page 5 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 F. Pointing shall be done with colored mortar as specified, mixed to a stiff consistency. Wet the joint to receive mortar before pointing sufficiently to assure a good bond. Force mortar thoroughly into joints and tool with a rounded jointer to a smooth dense concave surface. G. As the work progresses, all surfaces shall be cleaned with cloth or burlap. Final cleaning shall be done with a brush using soap and water. No acid solutions or metal scrapers will be permitted. 3.10 CONTROL AND EXPANSION JOINTS A. Do not continue horizontal joint reinforcement through control and expansion joints. a B. Install preformed control joint device in continuous lengths. Seal butt and comer joints in accordance with manufacturer's instructions. 3.11 BUILT-IN WORK A. Install built-in items plumb and level. B. Do not build in organic materials subject to deterioration. 3.12 TOLERANCES A. Maximum Variation From Alignment of Columns and Pilasters: 1/4 inch B. Maximum Variation From Unit to Adjacent Unit: 1/32 inch C. Maximum Variation from Plane of Wall: 1/4 inch in 10 ft. and 1/2 inch in 20 ft. or more. D. Maximum Variation from Plumb: 1/4 inch per story non -cumulative; 1/2 inch in two stories or more. E. Maximum Variation from Level Coursing: 1/8 inch in 3 ft. and 114 inch in 10 ft; 1/2 inch in 30 ft. F. Maximum Variation of Joint Thickness: 1/8 inch in 3 ft. G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch 3.13 CUTTING AND FITTING A. Cut and fit for chases, pipes, conduit, sleeves, and grounds. Coordinate with other sections of work to provide correct size, shape,and location. B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.14 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Inspect and test all masonry work. C. Inspect and test engineered masonry work. UNIT MASONRY SYSTEM Section 04300 Page 6 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 3.15 CLEANING A. Clean work under provisions of 01700. B. Remove excess mortar and mortar smears as work progresses. C. Replace defective mortar. Match adjacent work. D. Clean soiled surfaces with cleaning solution. E. Use non-metallic tools in cleaning operations. 3.16 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Without damaging completed work, provide protective boards at exposed external comers which may be damaged by construction activities. END OF SECTION UNIT MASONRY SYSTEM Section 04300 Page 7 PARKS AND RECREATION r" RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 05210 STEEL JOISTS OR SEMI -BOW TRUSSES PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. T 1.1 SECTION INCLUDES A. Open web steel joists, with bridging, attached seats and anchors. B. Loose bearing plates and anchor bolts for site placement. 1.2 RELATED SECTIONS A. Section 05311 - Steel Roof Deck: Support framing for openings less than 18 inches in decking. B. Section 05500 - Metal Fabrications: Non -framing steel fabrications attached to joists. 1.3 REFERENCES A. ASTM A36 - Structural Steel f B. ASTM A307 - Carbon Steel Threaded Standard Fasteners. C. ASTM A325 - High Strength Bolts for Structural Steel Joints. D. AWS D1.1 - Structural Welding Code. E. SJI (Steel Joist Institute) - Specifications, Load tables, and Weight Tables for Steel Joists and Joist Girders. F. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. { G. UL - Fire Resistance Directory. 1.4 SUBMITTALS FOR REVIEW ,,.., 1 A. Section 01300 -Submittals: Procedures for submittals. t B. Shop Drawings: 1. Indicate standard designations, configuration, sizes, spacing, locations of joists, and joist leg extensions. 2. Joist coding, bridging, connections, and attachments. 3. Cambers. �- 1.5 SUBMITTALS FOR INFORMATION A. Section 01300 -Submittals: Procedures for submittals. B. Welders' Certificates: Submit manufacturer's certificates, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. f STEEL JOISTS OR SEMI -BOW TRUSSES l Section 05210 Page 1 r PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 1.6 QUALITY ASSURANCE A. Perform Work in accordance with SJI, Load Tables, and Weight Tables, including headers and other supplementary framing. B. Fabricator: Company specializing in performing the work of this section with minimum 3 years documented experience. -" C. Erector: Company specializing in performing the work of this section with minimum 3 years documented experience. D. Design connections not detailed on the Drawings under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed at the place where the Project is located. — 1.7 DELIVERY, STORAGE, AND PROTECTION A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products and to SJI requirements. PART 2 PRODUCTS 2.1 MATERIALS A. Open Web Joists Members: Semi -bow truss. B. Anchor Bolts, Nuts and Washers: ASTM A325. C. Structural Steel For Supplementary Framing and Joist Leg Extensions: ASTM A36. D. Welding Materials: AWS D1.1; type required for materials being welded. E. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. 2.2 FABRICATION A. Manufacturer shall custom make joist or truss as indicated on drawings. 2.3 FINISH A. Prepare joist component surfaces in accordance with SSPC SP 2. B. Shop prime joists. 2.4 SOURCE QUALITY CONTROL AND TESTS A. Provide shop inspection and testing of steel joist fabrication. PART 3 EXECUTION 3.1 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions prior to beginning work. STEEL JOISTS OR SEMI -BOW TRUSSES Section 05210 Page 2 " PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 3.2 ERECTION A. Erect and bear joists on supports. B. Allow for erection loads. Provide sufficient temporary bracing to maintain framing safe, plumb, and in true alignment. C. Coordinate placement of anchors in concrete and masonry construction for securing bearing plates and angles. D. After joist alignment and installation of framing, field weld joist seat to bearing plates and angles. E. Position and field weld joist chord extensions and wall attachments as detailed. F. Frame floor and roof openings greater than 18 inches with supplementary framing. G. Do not permit erection of expanded metal until joists are braced bridged, and secured or until completion of erection and installation of permanent bridging and bracing. H. Do not field cut or alter structural members without approval of joist manufacturer. 1. After erection, prime welds, abrasions, and surfaces not shop primed except surfaces to be in contact with concrete. 3.3 ERECTION TOLERANCES A. Maximum Variation From Plumb: 114 inch. B. Maximum Offset From True Alignment: 1/4 inch. 3.4 FIELD QUALITY CONTROL A. Section 01400 - Quality Control: Field inspection of welds and joists. END OF SECTION STEEL JOISTS OR SEMI -BOW TRUSSES Section 06210 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 05330 STEEL ROOF DECK PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 WORK INCLUDED A. Steel roof deck. B. Steel plate closures. C. Field touch up painting of field welds. 1.2 RELATED WORK A. Section 04300 - Unit Masonry System. B. Section 05500 - Metal Fabrications. 1.3 CODES AND STANDARDS A. Comply with AISC, AWS, SDI provisions and standards. 1.4 SHOP DRAWINGS A. Submit detailed drawings in accordance with Section 01300 showing layout, anchorage details, openings, profiles, special jointing or other accessories. Any errors in dimensions shown on shop drawings shall be the responsibility of the Contractor. PART 2 PRODUCTS 2.1 MATERIALS A. Steel Form Roof Deck: 1. 1.5C18 by Vulcraft. 2. Form steel for concrete roof deck shall be as shown on drawings. B. Welding rods shall conform to the American Welding Society "Specifications for Iron and Steel Arc -Welding Electrodes". Use E70 electrodes. C. Paint for Touch Up: Zinc rich galvanized type paint to close openings at the ends of the deck. 2.2 PRODUCT HANDLING A. Deliver, store, handle and install steel deck and accessories so as not to damage or deform units. Store off ground with slope for positive drainage. STEEL ROOF DECK Section 05330 Page 1 I�AKKJ ANU K=L Mr_A 1 IUN RESTROOM FACILITIES LUBBOCK, TEXAS 9515 PART 3 EXECUTION 3.1 ERECTION OF STEEL ROOF DECK A. General: Do not undertake laying of deck units until supporting walls are complete, in place and braced. Lay and align units so as to maintain required number of units shown on shop drawings and to prevent stretching or contracting of sidelaps. Weld deck units to structural supports. End laps shall be a minimum of 2 inches and shall occur over supports. B. Support Fasteners: Deck shall be fastened to trim angles and supporting members as indicated on drawings. C Intermediate fastenings: Welding or #10 screws shall be required to lock units together as indicated on the drawings D. Touch-up painting: Touch-up all welds and abraded spots with zinc rich paint. E. Do not install deck upside down unless otherwise noted. F. Do not support any loads from metal roof deck. 3.2 CLEAN UP A. Clean up all debris caused by the work of this Section, keeping the premises clean and neat at all times. END OF SECTION STEEL ROOF DECK Section 05330 Page 2 PARKS AND RECREATION ' RESTROOM FACILITIES LUBBOCK, TEXAS 9515 t; SECTION 05500 METAL FABRICATIONS r+ s PART 1 GENERAL: Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Shop fabricated ferrous metal items. B. Shop fabricated aluminum items. �.. 1.2 RELATED SECTIONS i A. Section 09900 - Painting: Paint finish. 1.3 REFERENCES 1: A. AAMA 603.8 - Performance Requirements and Test Procedures for Pigmented Organic Coatings on Extruded Aluminum. B. AAMA 605.2 - Specification for High Performance Organic Coatings on Architectural Extrusions and Panels. C. AAMA 606.1 - Specifications and Inspection Methods for Integral Color Anodic Finishes for Architectural Aluminum. D. AAMA 607.1 - Specifications and Inspection Methods for Clear Anodic Finishes for Architectural Aluminum. E. AAMA 608.1 - Specification and Inspection Methods for Electrolytically Deposited Color Anodic a Finishes for Architectural Aluminum. F. ANSI A14.3 - Ladders, Fixed, Safety Requirements. G. ASTM A36 - Structural Steel. H. ASTM A53 - Hot -Dipped, Zinc -coated Welded and Seamless Steel Pipe. } I. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. r J. ASTM A153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. K. ASTM A283 - Carbon Steel Plates, Shapes, and Bars. 4 L. ASTM A307 - Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. M. ASTM A500 - Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round r S and Shapes. N. ASTM A501 - Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. O. ASTM B26 - Aluminum -Alloy Sand Castings. METAL FABRICATIONS Section 05500 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 P. ASTM B85 - Aluminum -Alloy Die Castings. Q. ASTM 8177 - Chromium Electroplating on Steel for Engineering Use. R.. ASTM B209 - Aluminum and Aluminum -;Alloy Sheet and Plate. S. ASTM 6210 - Aluminum -Alloy Drawn Seamless Tubes. T. ASTM B211 - Aluminum -Alloy Bar, Rod, and Wire. U. ASTM B221 - Aluminum -Alloy Extruded Bar, Rod, Wire, Shape, and Tube. V. AWS A2.0 - Standard Welding Symbols. W. AWS D1.1 - Structural Welding Code. X. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. f 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. C. Indicate welded connections using standard AWS A2.0 welding symbols. Indicate net weld lengths. r 1.5 QUALIFICATIONS A. Prepare Shop Drawings under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Texas. B. Welders Certificates: Submit under provisions of Section 01300, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months. PART2 PRODUCTS 2.1 MATERIALS - STEEL A. Steel Sections: ASTM A36. B. Steel Tubing: ASTM A500, Grade B. C. Plates: ASTM A283. D. Pipe: ASTM A53, Grade B Schedule 40. E. Bolts, Nuts, and Washers: ASTM A32 galvanized to ASTM A153 for galvanized components. F. Welding Materials: AWS DI A; type required for materials being welded. - G. Expanded Metal: Primed finish, 1/2" #13-S by McNichols Co. 1-800-237-3820 METAL FABRICATIONS .— Section 05500 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 H. Bulb Tees: #158 (5'-0" span) by Chicago Heights Steel (708) 756-5619 with eave overhang of 3'-1" capability. I. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. J. Touch -Up Primer for Galvanized Surfaces: SSPC 20 Type I Inorganic zinc rich. j 2.2 MATERIALS - ALUMINUM A. Extruded Aluminum: ASTM B221, Alloy 6063, Temper T5. B. Sheet Aluminum: ASTM B209. C. Aluminum -Alloy Drawn Seamless Tubes: ASTM B210, Alloy 6063, Temper T6. D. Aluminum -Alloy Bars: ASTM B211, Alloy 6063, Temper T6. E. Aluminum -Alloy Sand Castings: ASTM B26. F. Aluminum -Alloy Die Castings: ASTM 885. r G. Bolts, Nuts, and Washers: Steel, galvanized to ASTM A153. H. Welding Materials: AWS D1.1; type required for materials being welded. r� 2.3 FABRICATION t, A. Fit and shop assemble items in largest practical sections, for delivery to site. -' B. Fabricate items with joints tightly fitted and secured. r C. Continuously seal joined members by intermittent welds and plastic filler. D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. F. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted ,,. otherwise. a 2.4 FABRICATION TOLERANCES f" i� A. Squareness: 1/8 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16inch. C. Maximum Misalignment of Adjacent Members: 1.5 mm. L D. Maximum Bow: 1/8 inch in 48 inches. 1 1 E. Maximum Deviation From Plane: 1/16 inch in 48 inches. METAL FABRICATIONS 4 Section 05500 Page 3 r PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 2.5 FINISHES - STEEL A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Prime paint items with one coat. 2.6 FINISHES - ALUMINUM A. Finish coatings to conform to AAMA 603.8 B. Exterior Aluminum Surfaces: AAMA A41 anodized, prepared with a mechanical M pre-treatment, anodized to clear color. C. Interior Aluminum Surfaces: AAMA A41 anodized, prepared with a mechanical M pre-treatment, anodized to clear color. D. Apply one coat of bituminous paint to concealed aluminum surfaces in contact with cementitious or dissimilar materials. 2.7 MISCELLANEOUS A. Fabricated Tubular Steel Gate: 1. Single acting tubular steel door as detailed on the drawings and herein described. The door shall have the capabilities of full 180 degree swing and with the ability to be locked in either open or closed position. A built-in lock -box shall be provided (to house a typical pad lock provided by Owner.) 2. Main door frame: shall be made up on 1 1/2" x 1 1/2" tubular steel with intermediate vertical tubes as shown on the drawings. 3. Interior facing: shall be an expanded metal, 1/2" #13-S. 4. Hardware: Shall be as detailed from the drawings cast from high strength iron alloy with excellent bearing and wear characteristics. It shall be resistant and have strong resistance to atmospheric corrosion and weathering under adverse conditions. The door shall be mounted to prevent easy removal from door hinges. - PART 3 EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply steel items required to be cast into concrete or embedded in masonry with setting templates to appropriate sections. 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. METAL FABRICATIONS �- Section 05500 Page 4 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS DI A . E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete. 3.4 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch C. Maximum Out -of -Position: 1/4 inch. END OF SECTION METAL FABRICATIONS Section 05500 Page 5 rw PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 07620 SHEET METAL FLASHING AND TRIM PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Wall flashings and coping. B. Pitch pockets. 1.2 REFERENCES A. AISI (American Iron and Steel Institute) - Stainless Steel - Uses in Architecture. B. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate. C. ASTM A525 - Steel Sheet, Zinc Coated, (Galvanized) by the Hot -Dip Process. D. ASTM 632 - Solder Metal. E. ASTM B209 - Aluminum and Alloy Sheet and Plate. F. ASTM D4586 - Asphalt Roof Cement, Asbestos -Free. G. FS 0-F-506 - Flux, Soldering, Paste and Liquid. H. NRCA (National Roofing Contractors Association) - Roofing Manual. I. SMACNA - Architectural Sheet Metal Manual. 1.3 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. C. Submit two samples 6 x 6 inch in size illustrating metal finish color. 1.4 QUALITY ASSURANCE A. Perform work in accordance with SMACNA and NRCA standard details and requirements. B. Maintain one copy of each document on site. Provide one additional copy of SMACNA standard detail manual to the Architect. 1.5 QUALIFICATIONS A. Fabricator and Installer: Company specializing in sheet metal flashing work with 5 years documented experience. SHEET METAL FLASHING AND TRIM Section 07620 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 1.6 PRE -INSTALLATION CONFERENCE A. Convene one week prior to commencing work of this section, under provisions of Section 01039. 1.7 DELIVERY, STORAGE, AND HANDLING _. A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Stack preformed material to prevent twisting, bending, or abrasion, and to provide ventilation. — Slope metal sheets to ensure drainage. C. Prevent contact with materials which may cause discoloration or staining. 1. 1.8 COORDINATION A. Coordinate work under provisions of Section 01039. PART PRODUCTS 2.1 SHEET MATERIALS — A. Galvanized Steel: ASTM A446, Grade A, zinc coating; 16-gage core steel. 2.2 ACCESSORIES A. Fasteners: Galvanized steel with soft neoprene washers. — B. Primer: Zinc chromate type. C. Sealant: Specified in Section 07900. D. Bedding Compound: Butyl type. E. Plastic Cement: ASTM D4586, Type I. F. Solder: ASTM B32; 50150 type. G. Flux: FS O-F-506. 2.3 COMPONENTS r A. Provide components as indicated on drawings. 2.4 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Fabricate cleats of same material as sheet, minimum 2 inches wide, interlockable with sheet. C. Form pieces in longest possible lengths. D. Hem exposed edges on underside 112 inch; miter and seam corners. SHEET METAL FLASHING AND TRIM Section 07620 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 E. Fabricate comers from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. F. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. G. Form sheet metal pans (pitch pockets) 6 inch nominal size, with 3 inch upstand, and 4 inch flanges. 2.5 FINISH A. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil (0.4 mm). PART 3 EXECUTION 3.1 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashings are in place, seated, and secure. 3.2 PREPARATION A. Install starter and edge strips, and cleats before starting installation. 3.3 INSTALLATION A. Conform to drawing details included in the SMACNA manual. B. Secure flashings in place using concealed fasteners. C. Apply plastic cement compound between metal flashings and felt flashings. D. Fit flashings tight in place. Make comers square, surfaces true and straight in planes, and lines accurate to profiles. E. Seal metal joints watertight. 3.4 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. END OF SECTION SHEET METAL FLASHING AND TRIM Section 07620 Page 3 a PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 08114 CUSTOM STEEL DOORS PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. + 1.1 SECTION INCLUDES r- A. Non -rated steel doors. B. Thermally insulated steel doors. 1.2 RELATED SECTIONS ` A. Section 08115 - Custom Steel Frames. B. Section 08710 - Door Hardware. t; C. Section 09900 - Painting: Field painting of doors. 1.3 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ASTM A525 - Steel Sheet, Zino -Coated (Galvanized) by the Hot -Dip Process. C. ASTM A591 - Steel Sheet, Electrolytic Zinc -Coated, For Light Coating Class Applications. D. ASTM C236 - Test Method for Steady -State Thermal Performance of Building Assemblies by Means of a Guarded Hot -Box. E. HMMA 802 - Manufacturing of Hollow Metal Doors and Frames. r F. HMMA 810 - Hollow Metal Doors. G. HMMA 830 - Hardware Preparation and Locations for Hollow Metal Doors and Frames. H. HMMA 840 - Installation and Storage of Hollow Metal Doors and Frames. f.. 1. HMMA 850 - Fire Rated Hollow Metal Doors and Frames. I r J. NFPA 80 - Fire Doors and Windows. K. NFPA 252 - Fire Tests for Door Assemblies. 4; 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Indicate door configurations, location of cut-outs for hardware reinforcement. ' C. Shop Drawings: Indicate door elevations, internal reinforcement, closure method, and cut-outs for glazing. ri 6 CUSTOM STEEL DOORS Section 08114 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 D. Samples: Submit two samples of door face metal, 6X6 inch in size illustrating factory finished door colors and surface texture. 1.5 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Installation Instructions: Indicate special installation instructions. r C. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Conform to requirements of HMMA 802, HMMA 810, HMMA 830, HMMA 840, HMMA 850, and ANSI A117.1. B. Manufacturer. Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Fire Rated Door Construction: Conform to NFPA 252. B. Fire Rated Door Construction: Rate of rise of 250 F degrees across door thickness. C. Installed Door Assembly: Conform to NFPA 80 for fire rated class as indicated. 1.8 DELIVERY, STORAGE, AND PROTECTION A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Accept doors on site in manufacturer's packaging. Inspect for damage. C. Break seal on site to permit ventilation: 1.9 PROJECT CONDITIONS A. Section 01040- Coordination and Meetings. B. Coordinate the work with door opening construction, door frame and door hardware installation. PART 2 PRODUCTS �~ 2.1 DOOR CONSTRUCTION A. Face: Steel, galvanized sheet in accordance with ASTM A525 , manufactured and fabricated in accordance with HMMA 802 and 810. 1. Exterior Doors: 16 gauge. B. Core: Vertical steel stiffeners: 20 gauge @ 6" o.c. C. Door Edge Design: V Bevel. D. Thermal Insulated Door: Total insulation R value of 2.25 , measured in accordance with . ASTM C236, Minimum 3# density. CUSTOM STEEL DOORS Section 08114 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 2.2 ACCESSORIES A. Primer: Zinc chromate type. I 2.3 FABRICATION ,■► A. Fabricate doors with hardware reinforcement welded in place. ' B. Configure exterior doors with special profile to receive recessed weatherstripping. 2.4 FINISH f A. Exterior Units: ASTM A525 G60. r• B. Primer: Baked. PART 3 EXECUTION l� a 3.1 EXAMINATION A. Section 01040 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that opening sizes and tolerances are acceptable. 3 3.2 INSTALLATION A. Install doors in accordance with HMMA 840 for hardware installation. B. Coordinate installation of doors with installation of frames specified in Section 08115 and hardware specified in Section 08710. i 3.3 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edge, comer to comer. r' 3.4 ADJUSTING A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust door for smooth and balanced door movement. END OF SECTION r CUSTOM STEEL DOORS Section 08114 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 08115 CUSTOM STEEL FRAMES PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Non -rated steel frames. B. Rated steel frames. C. Interior glazed light frames. 1.2 RELATED SECTIONS A. Section 08114 - Custom Steel Doors. B. Section 08710 - Finish Hardware. C. Section 09900 - Painting: Field painting of frames. 1.3 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. ASTM A525 - Steel Sheet, Zino -Coated (Galvanized) by the Hot -Dip Process. C. ASTM A591 - Steel Sheet, Cold Rolled, Electrolytic Zino -Coated. D. HMMA 802 - Manufacturing of Hollow Metal Doors and Frames. E. HMMA 820 - Hollow Metal Frames. F. HMMA 830 - Hardware Preparation and Locations for Hollow Metal Doors and Frames. G. HMMA 840 - Installation and Storage of Hollow Metal Doors and Frames. H. HMMA 850 - Fire Rated Hollow Metal Doors and Frames. I. NFPA 80 - Fire Doors and Windows. J. NFPA 252 - Fire Tests for Door Assemblies. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate frame elevations, reinforcement, and finish. C. Product Data: Indicate frame configuration, anchor types and spacings, location of cut-outs for hardware, reinforcement. CUSTOM STEEL FRAMES Section 08116 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 D. Samples: Submit two sample of frame, 6 x 6 inch In size illustrating factory finished frame colors and surface texture. E. Manufacturer's Installation Instructions: Indicate special installation instructions. _ F. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Conform to requirements of HMMA 802, HMMA 820, HMMA 830, HMMA 840, HMMA 850, and ANSI A117.1. 1 B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site under provisions of Section 01600. B. Protect frames with resilient packaging sealed with heat shrunk plastic. C. Break seal on -site to permit ventilation. D. Accept frames on site in manufacturer's packaging. Inspect for damage. 1.8 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.9 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the work with frame opening construction, door and hardware installation. PART2 PRODUCTS 2.1 FRAMES — A. Steel: Galvanized sheet in accordance with ASTM A525. B. Exterior Frames: 16 gage thick material, core thickness. — 2.2 ACCESSORIES A. Silencers: Resilient rubber, fitted into drilled hole. B. Bituminous Coating: Fibered asphalt emulsion. C. Primer. Zinc chromate. CUSTOM STEEL FRAMES Section 08115 Page 2 I PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 t 2.3 FABRICATION A. Fabricate frames to HMMA 802 and 820, style and configuration to suit doors specified in Section 08114. B. Fabricate frames as welded unit. C. Fabricate frames with hardware reinforcement plates welded in place. Provide mortar guard ! boxes. D. Reinforce frames wider than 48 inches with roll formed steel channels fitted tightly into frame head, flush with top. T` E. Prepare frame for silencers. Provide three single silencers for single doors. 2.4 FINISH i A. Exterior Units: ASTM A525 G90. r B. Interior Units: ASTM A525 G90. r" C. Primer: Baked. D. Coat inside of frame profile with bituminous coating to a thickness of 1/16 inch. r PART 3 EXECUTION 3.1 EXAMINATION ' A. Verify substrate conditions under provisions of Section 01040. B. Verify that opening sizes and tolerances are acceptable. t 3.2 INSTALLATION t I A. Install frames in accordance with HMMA 840 for hardware installation. B. Coordinate with wall construction for anchor placement. Oak E C. Coordinate installation of frames with installation of hardware specified in Section 08700 and doors in Section 08114. !~ D. Install roll formed steel reinforcement channels between two abutting frames. Anchor to 1 structure and floor. ?^ 1 3.3 ERECTION TOLERANCES A. Maximum Diagonal Distortion: 1/16 inch measured with straight edges, crossed comer to comer. END OF SECTION ,ow CUSTOM STEEL FRAMES Section 08115 Page 3 r■ PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 SECTION 08710 DOOR HARDWARE PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. 1.1 SECTION INCLUDES A. Hardware for hollow steel doors. B. Thresholds. C. Weatherstripping, seals and door gaskets. 1.2 RELATED SECTIONS A. Section 08114 - Custom Steel Doors. B. Section 08115 - Custom Steel Frames. 1.3 REFERENCES A. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. NFPA 80 - Fire Doors and Windows. C. NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures. D. NFPA 252 - Fire Tests of Door Assemblies. E. UL 305 - Panic Hardware. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate locations and mounting heights of each type of hardware and electrical characteristics and connection requirements. C. Submit manufacturer's parts lists and templates. D. Samples: Submit 1 sample of each item scheduled illustrating style, color, and finish. E. Samples: Will be incorporated into the Work. F. Manufacturer's Installation Instructions: Indicate special procedures and perimeter conditions requiring special attention. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Record actual locations of installed cylinders and their master key code. DOOR HARDWARE Section 08710 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 1.6 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01700. 9515 B. Maintenance Data: Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance. 1.7 QUALITY ASSURANCE A. Perform work in accordance with the following requirements: 1. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. 2. NFPA 101. 3. NFPA 80. 4. NFPA 252. B. Elimination of Architectural Barriers: Door hardware shall comply with the applicable requirements of The Americans with Disabilities Act. Door hardware: Handles, knobs, pulls, latches, locks, and other operating devices on accessible doors shall be mounted no higher than 48 inches above the floor or ground -- surface and shall have a shape that is easy to grasp with one hand and does not require tight grasping, tight pinching, or severe twisting to operate. The force required to activate door hardware shall be no greater than five lb. Preferred designs include but are not limited to lever -operated mechanisms, push -type mechanisms, and U-shaped handles. Doors to mechanical and electrical rooms, and to other areas than might be dangerous to a blind person, shall be made identifiable to the touch by a textured surface on the door handle, knob, pull or other operating hardware. This textured — surface may be made by knurling or roughening or by a material applied to the contact surface. Such textured surfaces shall not be provided for emergency exit doors or any doors other than those to hazardous areas. Door Opening Force: The maximum force for pushing or pulling open a door shall comply with this paragraph. For hinged doors, the force shall be applied perpendicular to the door at the door opener or 30 inches from the hinged side, whichever is farther from the hinge. 1.8 QUALIFICATIONS A. Manufacturer. Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Hardware Supplier. Company specializing in supplying institutional door hardware with 3 years _ documented experience and approved by manufacturer. C. Hardware Supplier Personnel: Employ an Architectural Hardware Consultant (AHC) to assist in the work of this section: 1.9 REGULATORY REQUIREMENTS A. Conform to Uniform Building Code for requirements applicable to fire rated doors and frames. B. Products Requiring Electrical Connection: Listed and classified by Underwriters' Laboratories, Inc., testing firm acceptable to the authority having jurisdiction as suitable for the purpose specified and indicated. DOOR HARDWARE Section 08710 Page 2 r� _ ,... ' PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. r B. Package hardware items individually; label and identify each package with door opening code to match hardware schedule. r 1 C. Deliver keys to Owner by security shipment direct from hardware supplier. i 1.11 COORDINATION A. Coordinate work under provisions of Section 01040. �. B. Coordinate the work with other directly affected sections involving manufacture or fabrication of } internal reinforcement for door hardware. 1.12 WARRANTY A. Provide five year warranty under provisions of Section 01700. �.. t B. Warranty: Include coverage for door closers. 1.13 MAINTENANCE MATERIALS r" A. Provide maintenance materials under provisions of 01700. r { B. Provide special wrenches and tools applicable to each different or special hardware component. t C. Provide maintenance tools and accessories supplied by hardware component manufacturer. 1.14 EXTRA MATERIALS k. A. Furnish under provisions of Section 01700. II, PART 2 PRODUCTS 2.1 See Attached Schedule Pool 2.2 KEYING r A. Door Locks: Master keyed Include control keying with removable core cylinders. B. Supply in the following pp y keys y g quantities: 1. All locks shall be master keyed with existing masterkey system. 2. Furnish 2 master keys direct to Owner. 3. Exterior locks shall have construction cylinders, construction masterkeyed. Furnish two (2) keys. Keys shall have key code stamped on bow of key. r� 4. Key Quantity: Furnish 3 change keys for each lock. 5. After installation of all hardware and before acceptance of the building, hardware supplier shall check each locked door against key code index to make certain that correct locks and cylinders are on proper doors. On any incorrectly located cylinder, he shall tag and have general contractor relocate to proper position. 6. Hardware Schedule: (See Attached) �^ DOOR HARDWARE i Section 08710 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 2.3 FINISHES _ A. Finishes: Identified in schedule at end of section. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. B. Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings. 3.2 INSTALLATION A. Install hardware in accordance with manufacturer's instructions. B. Use templates provided by hardware item manufacturer. C. Mounting heights for hardware from finished floor to center line of hardware item shall be according to 'Recommended Location for Buildiers Hardware" by BHMA. 3.3 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Architectural Hardware Consultant to inspect installation and certify that hardware and installation has been furnished and installed in accordance with manufacturer's instructions and as specified. 3.4 ADJUSTING A. Adjust work under provisions of Section 01700. _ B. Adjust hardware for smooth operation. 3.5 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Do not permit adjacent work to damage hardware or finish. 3.6 SCHEDULES HEADING #1 Sgl. Dr# 1 each to have 1 1/2 - Custom steel fabricated hinges as detailed. Lock / open device as detailed DOOR HARDWARE Section 08710 Page 4 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS HEADING #2 Sgl. Dr# 3, 4 each to have 1.5 pr. Hinges BB 1279 4 1/2 x 4 1/2 NRP US2G 1 Pull Plate 35N x US320 1 Push Plate 30S x US32D 1 Closer 4041 x STD x AL 1 Kickplate 190S 10" x DW-2" x US32D 1 Wall stop 236W x US32D 3 Silencers HEADING #3 Sgl. Dr# 2 each to have 1.5 pr. Hinges 1279 4 1/2 x 4 1/2 NRP US2G 1 Lockset ML 2224 NSM 626 1 Deadlock DL 3013 626 1 Wall stop 236W x US32D 1 Threshold 170 A x DW 1 Door Bottom 315 CN x DW 1 set Weatherstrip 316 AV x Opg Hager Hager Hager LCN Hager Hager Hager Hager Corbin Corbin Hager Pembko Pembko Pembko END OF SECTION 9515 DOOR HARDWARE Section 08710 Page 5 i FOR PARKS AND RECREATION RESTROOM FACILITIES r LUBBOCK, TEXAS 9515 l SECTION 09900 PAINTING AND SPECIAL COATINGS r PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. t 1.1 RELATED DOCUMENTS: A. The Drawings, General Provisions including General Conditions, Supplementary General r' Conditions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Surface preparation and field application of paints and coatings. B. Provide complete painting and finishing of surfaces throughout interior and exterior of building, including mechanical and electrical equipment, unless otherwise noted not to be painted. C. Examine specifications for various other trades and their provisions regarding their painting. r. Surfaces that are left unfinished by other sections of specifications shall be painted or finished as a part of this section. D. Copper, bronze, chromium plate, nickel, stainless steel, Monel metal, lead, and lead coated copper shall not be painted or finished except as otherwise specified or scheduled. E. Other surfaces not to be painted, unless otherwise noted, include floor and chases except as noted otherwise. F. Graffiti resistant coating system - Alternate No. 2. 1.3 RELATED SECTIONS A. Section 01010 - Summary of Work. 1.4 REFERENCES A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. I B. ASTM D2016 - Test Method for Moisture Content of Wood. C. ASTM D523 - Weatherometer Testing D. AWWA (American Water Works Association) - C204 - Chlorinated Rubber -Alkyd Paint Systems for the Exterior of Above Ground Steel Water Piping. 17 E. AWWA (American Water Works Association) - D102 - Painting Steel Water Storage Tanks. F. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting. G. NPCA (National Paint and Coatings Association)- Guide to U.S. Govemment Paint Specifications. r" 1 H. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. r" PAINTING AND SPECIAL COATINGS Section 09900 Page 1 T PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 _ I. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual 1.5 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this Section. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on all finishing products. C. Samples: Submit two samples, 4 x 4 inch in size illustrating selected colors and textures for each color selected. D. Manufacturer's Instructions: Indicate special surface preparation procedures and substrate conditions requiring special attention. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Applicator: Company specializing in performing the work of this section with minimum five years documented experience. -- 1.8 REGULATORY REQUIREMENTS A. Conform to Uniform Building Code for flame and smoke rating requirements for finishes. 1.9 FIELD SAMPLES A. Provide field sample of paint under provisions of Section 01400. B. Provide field sample panel, 3 feet X 3 feet, illustrating special coating color, texture, and finish. C. Locate where directed. D. Accepted sample may not remain as part of the Work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. C. Container label to include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. D. Store paint materials at minimum ambient temperature of 70 C and a maximum of 32° C, in ventilated area, and as required by manufacturer's instructions. PAINTING AND SPECIAL COATINGS Section 09900 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 a 1.11 ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the �. humidity ranges required by the paint product manufacturer. f C. Minimum Application Temperatures for Latex Paints: 7° C for interiors; 10* C for exterior; unless required otherwise by manufacturer's instructions. r- D. Minimum Application Temperature for Varnish and Finishes: 18 degrees C for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 40 Foot Candies measured mid -height at substrate surface. 1.12 EXTRA MATERIALS i^ A. Furnish under provisions of Section 01700. �., B. Provide 1 gallon of each color, type, and surface texture to the Owner. C. Label each container with color, type, texture, and locations, in addition to the manufacturer's label. r PART 2 PRODUCTS r 2.1 MANUFACTURERS A. Manufacturers - Paint 1. Kelly Moore 2. Devoe t 3. Sherwin-Williams 4. Fuller -O'Brien 5. Pratt -Lambert B. Anti -graffiti protection - American Polymer Corporation 9176 South 300 West, Suite 4 roll Sandy, UT 84070 I (801) 255-9505 C. Substitutions: Under provisions of Section 01600. e 2.2 MATERIALS 7 A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating; good flow and brushing properties; capable of drying or curing free of streaks or sags. B. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not . specifically indicated but required to achieve the finishes specified, of commercial quality. i C. Patching Materials: Latex tiller. D. Fastener Head Cover Materials: Latex filler. PM PAINTING AND SPECIAL COATINGS # Section 09900 Page 3 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 _ E. Anti -graffiti components: Graffiti Solution System GSS Barrier GSS-10 Anti -Graffiti Protectant GSS Erasol 2.3 FINISHES A. Refer to schedule at end of section for surface finish and color schedule. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. B. Verify that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. D. Test shop applied primer for compatibility with subsequent cover materials. E. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 3.2 PREPARATION _ A. Remove electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing. B. Correct defects and clean surfaces which affect work of this section. C. Seal with shellac and seal marks which may bleed through surface finishes. _ D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. E. Aluminum Surfaces Scheduled for Paint Finish: Remove surface contamination by steam or high pressure water. Remove oxidation with acid etch and solvent washing. Apply etching primer immediately following cleaning. F. Asphalt, Creosote, or Bituminous Surfaces Scheduled for Paint Finish: Remove foreign particles to permit adhesion of finishing materials. Apply compatible sealer or primer. G. Insulated Coverings: Remove dirt, grease, and oil from canvas and cotton. H. Concrete Floors: Remove contamination, acid etch, and rinse floors with clear water. Verify required acid -alkali balance is achieved. Allow to dry. 1. Copper Surfaces Scheduled for a Paint Finish: Remove contamination by steam, high pressure water, or solvent washing. Apply vinyl etch primer immediately following cleaning. PAINTING AND SPECIAL COATINGS Section 09900 Page 4 PARKS AND RECREATION ' RESTROOM FACILITIES LUBBOCK, TEXAS 9515 J. Copper Surfaces Scheduled for a Natural Oxidized Finish: Remove contamination by applying oxidizing solution of copper acetate and ammonium chloride in acetic acid. Rub on repeatedly for required effect. Once attained, rinse surfaces with clear water and allow to dry. K. Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. L. Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri-sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. M. Plaster Surfaces: Fill hairline cracks, small holes, and imperfections with latex patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. N. Uncoated Steel and Iron Surfaces: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. O. Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. P. Metal Doors Scheduled for Painting: Seal top and bottom edges with primer. 3.3 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish. D. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. E. Sand metal lightly between coats to achieve required finish. F. Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next coat. r� J G. Allow applied coat to dry before next coat is applied. H. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. I. Prime concealed surfaces of interior woodwork with primer paint. J. Prime concealed surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25 percent with mineral spirits. 3.4 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Paint shop primed equipment. Paint shop prefinished items occurring at interior areas. r� PAINTING AND SPECIAL COATINGS Section 09900 Page 5 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 B. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. _ C. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, except where items are prefinished. D. Paint exposed conduit and electrical equipment occurring in finished areas. E. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. 3.6 CLEANING A. Clean work under provisions of 01700. B. Collect waste material which may constitute a fire hazard, place in closed metal containers and — remove daily from site. 3.7 SCHEDULE - EXTERIOR SURFACES A. Steel - Unprimed: 1. One coat of alkyd primer. 2. Two coats of latex enamel, gloss. B. Steel - Shop Primed: 1. Touch-up with zinc chromate primer. 2. Two coats of alkyd enamel, gloss. C. Steel - Galvanized: 1. One coat galvanize primer. _ 2. Two coats of alkyd enamel, gloss. END OF SECTION " PAINTING AND SPECIAL COATINGS Section 09900 Page 6 r PARKS AND RECREATION RESTROOM FACILITIES r" LUBBOCK, TEXAS 9515 :. SECTION 10800 r TOILET ACCESSORIES PART 1 GENERAL - Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this section. r. d 1.1 SECTION INCLUDES A. Toilet accessories. B. Grab bars. r C. Attachment hardware. 1.2 RELATED SECTIONS Section 05500 - Metal Fabrications: In wall framing and plates for support of accessories. 1.3 REFERENCES r A117.1 Safety Standards for the Handicapped. f A. ANSI - r. B. ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. C. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip. D. ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service. E. ASTM A366 - Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. F. ASTM B456 - Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium. r" G. NEMA LD-3 -High Pressure Decorative Laminates. { 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on accessories describing size, finish, details of function, attachment methods. 4 C. Samples: Submit two samples of each component, illustrating color and finish. rD. Manufacturer's Installation Instructions: Indicate special procedures, and perimeter conditions G requiring special attention. 1.5 REGULATORY REQUIREMENTS A. Conform to ANSI A117.1 code for access for the handicapped. 1.6 FIELD MEASUREMENTS A. Verify that field measurements are as instructed by the manufacturer. TOILET ACCESSORIES Section 10800 Page 1 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 _ 1.7 COORDINATION A. Coordinate work under provisions of Section 01040. B. Coordinate the work with the placement of internal wall reinforcement and reinforcement of toilet partitions to receive anchor attachments. -- PART2 PRODUCTS 2.1 MANUFACTURERS A. Bobrick. B. Other acceptable manufacturers offering equivalent products. 1. American Specialities, Inc. 2. Bradley. C. Substitutions: Under provisions of Section 01600. 2.2 MATERIALS A. Sheet Steel: ASTM A366. B. Stainless Steel Sheet: ASTM A167, Type 304. — C. Tubing: ASTM A269, stainless steel D. Plastic Laminate: NEMA LD-3, General Purpose Type; 0.125 inch thick, suede finish. E. Adhesive: Contact type, waterproof. F. Fasteners, Screws, and Bolts: Hot dip galvanized, tamper -proof. G. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. 2.3 FABRICATION A. Weld and grind joints of fabricated components, smooth. B. Form exposed surfaces from single sheet of stock, free of joints. Form surfaces flat without — distortion. Maintain surfaces without scratches or dents. C. Fabricate grab bars of tubing, free of visible joints, return to wall with end attachment flanges. Form bar with 1.5 inches clear of wall surface. Knurl grip surfaces. D. Shop assemble components and package complete with anchors and fittings. E. Provide steel anchor plates, adapters, and anchor components for installation. 2.4 KEYING A. Supply 3 keys for each accessory to Owner. TOILET ACCESSORIES Section 10800 Page 2 PARKS AND RECREATION RESTROOM FACILITIES LUBBOCK, TEXAS 9515 B. Key all accessories. 2.5 FINISHES A. Galvanizing: ASTM A123 to 1.25 oz/sq yd. Galvanize ferrous metal and fastening devices. 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 electrostatic baked enamel. D. Chrome/Nickel Plating: ASTM 6456, Type SC 2 satin finish. E. Stainless Steel: No. 4 satin luster finish. F. Back paint components where contact is made with building finishes to prevent electrolysis. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01040. B. Verify that site conditions are ready to receive work and dimensions are as instructed by the manufacturer. C. Verify exact location of accessories for installation. 3.2 PREPARATION A. Deliver inserts and rough -in frames to site for timely installation. B. Provide templates and rough -in measurements as required. 3.3 INSTALLATION A. Install accessories in accordance with manufacturers' instructions and ANSI A117.1. B. Install plumb and level, securely and rigidly anchored to substrate. 3.4 SCHEDULE A. Toilet Tissue Dispensers: Provide one toilet paper holder at each water closet as shown on the drawings: Bobdck B-2746. END OF SECTION TOILET ACCESSORIES Section 10800 Page 3 Table of Contents of Project Manual Section Nr. of Number Title Paizes DIVISION 15 MECHANICAL 15010 GENERAL REQUIREMENTS, MECHANICAL ................................. 3 15052 TRENCHING, BACKFILLING, AND COMPACTING FOR PIPE AND UTILITIES ..... 5 15100 VALVES................................................................ 2 15400 PLUMBING............................................................. 6 15440 PLUMBING FIXTURES ................................................... 4 DIVISION 16 ELECTRICAL 16010 GENERAL REQUIREMENTS, ELECTRICAL .................................. 2 16051 ELECTRICAL SPECIAL PROVISIONS ........................................ 6 16110 WIRING METHODS, RACEWAYS, BOXES, FITTINGS AND WIRING DEVICES ..... 9 16120 CABLE, WIRE, AND CONNECTORS, 600 VOLT ................................ 3 16470 PANELBOARDS, DISCONNECT SWITCHES AND ENCLOSURES ................. 3 16510 INTERIOR BUILDING LIGHTING .......................................... 2 I? • 2.g •�G or LUBPRK Page i September 23, 1996 Section 15010 GENERAL REQUIREMENTS, MECHANICAL e PART 1. - GENERAL 1.01 WORK INCLUDED A. This section is applicable to and a part of all Division 15 sections of the Project Manual. 1.02 QUALITY ASSURANCE A. Publications 1. Copies: Obtain copies of trade association standards and publication wherever needed for proper execution of the work. 2. Publication Date: Comply with the issue of applicable standard or publication which is in effect at the date shown on these contract documents. Obtain approval from the Architect -Engineer to comply with a later issue of a standard or publication. 3. Conflicting Requirements: Report to the Architect -Engineer where application of a trade association standard or publication appears to be in conflict with the requirements of the contract documents. B. Product Standards: Listed in the current edition of UL Directory, if such a listing exists for the particular type of item specified. C. Reference Standards: 1. Meet or exceed the recommendations and requirements of reference standards. 2. Submit proof (stamp, label, published listing or independent certified test). D. Servicing: Provide products supported by a service organization that is reasonably convenient to the site. E. Nameplates: ,,.. 1. Securely attach to each major component of equipment, visible and readable, name, address, and model identification number on a plate. 2. Do not cover with paint, insulation, or other material F. Manufacturer's Instructions: Follow the manufacturer's published instructions in preparing, assembling, installing, erecting, and cleaning manufactured materials or equipment, unless otherwise indicated by the Contract Documents. G. Capacities: Meet or exceed capacity requirements indicated. Stay within maximums, minimums and other limits. Prevent components or systems from becoming inoperative or damaged because of start-up, overload, or other conditions. H. Suitability: Provide products suitable for the pressures, temperatures, fluids, voltages, environmental conditions, and other conditions encountered by the indicated application. I. Protection from Moving Parts: Provide enclosures and guards for belts, pulleys, chains, gears, couplings, projecting set -screws, keys, hot surfaces and other hazardous parts located where persons can come in close proximity. J. Spare Parts Data: Provide spare parts data prior to Substantial Completion. K. Standard Products: Provide standard cataloged products of manufacturers regularly engaged in the manufacture of products that essentially duplicate materials and equipment that have been in satisfactory use at least two years. LUBPRK 15010 -1 September 23, 1996 L. Connections to Utilities: Provide the services of a person or company approved by the respective utility authority to make connections to: 1. Water supplies. 2. Sanitary sewer. 3. Other indicated utilities. 1.03 PRODUCT DATA, SHOP DRAWINGS, AND SAMPLES A. Product List: 1. Submit lists of all items to be incorporated into the Work, arranged in accordance with the organization of the specifications. 2. Include specification reference, manufacturer, trade name, type and catalognumber, and reference standard listing. B. Product List and Status Log: 1. Submit lists of items to be incorporated into the Work, arranged in accordance with the organization of the specifications. 2. Include specification reference, manufacturer, trade name, type and catalog number, and reference standard listing. 3. Submit lists on AIA G712, Submittal Log. C. Product Data: 1. Submit Product Data for all products, materials, and equipment that are proposed to be incorporated into the Work. 2. Submit manufacturer's standard schematic drawings: 3. Modify drawings to delete information not applicable to product. a. Supplement standard information to provide additional information applicable to product. 4. Submit manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. a. Clearly mark each copy to identify pertinent materials, products or models. b. Show dimensions and clearances required. C. Show performance characteristics and capacities. d. Show electrical ratings, wiring diagrams, and controls. e. Show amounts and locations of weights and loads. f. Include manufacturer's installation and startup instructions for each product with submittal. D. Resubmittal: 1. Follow same procedure as for initial submittal, make reference to previous submittal, and indicate "resubmittal" on status log. E. Substitutions of Products: 1. For product substitutions not previously accommodated, submit requests, accompanied by Product Data, at time of submitting Product Lists. Include "add" or "deduct" amount for each requested substitution. F. Copies: 1. Provide eight (8) copies of submittal. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Handle products carefully to prevent internal component damage, breaking or denting. B. Store products in clean, dry space, protected from dirt, fumes, water, construction debris and physical damage. C. Do not install damaged equipment or materials. 1.05 CLEANING LUBPRK 15010 - 2 September 23, 1996 A. Clean inside and outside of products, materials, equipment, and systems before substantial completion. 1.06 PRODUCT APPLICATION, INSTALLATION, AND OPERATION A. General: For products incorporated into the Work, ascertain the following regarding application, installation, and operation. B. Application: 1. The manufacturer's representatives have reviewed the proposed application of their products. 2. The application and product are compatible regarding: a. Operation. b. Electric Source. C. Piping. d. Controls. e. Location. f. Proximity to other products and elements of the work. g. Structural support and integrity. h. Other pertinent factors. C. Installation: 1. The installers were instructed in the manufacturer's recommended procedure for installation. 2. The product was installed according to the manufacturer's recommendations. D. Operation: 1. The manufacturer's representative has witnessed and reviewed the product operation subsequentto system start-up. 2. The products are operating as intended by the Contract Documents. 3. The application and product are compatible regarding the same factors named above. E. Certification: Submit letter from various manufacturer's representatives stating compliance with the above. PART 2. - PRODUCTS PART 3. - EXECUTION Not used. Not used. End of Section LUBPRK 15010 - 3 September 23, 1996 Section 15052 7 TRENCHING, BACKFILLING, AND COMPACTING FOR PIPE AND UTIIMUS PART 1. - GENERAL 1.01 DESCRIPTION OF WORK A. Include the following: 1. Excavation, backfilling, and compacting for pipe and utilities. 2. Selected material for backfill. 3. Pavement Markers for Pipe Beneath Pavement and Slabs. B. Establish and set lines and grades based on the Drawings, Contractor -determined actual site conditions, and approved Shop Drawings. C. Excavate for piping systems, electrical conduit and raceway systems, sanitary and storm sewer systems, appurtenances related to the above systems such as access structures (manholes, boxes, valve boxes), drain inlets, clean -outs, and others. D. The Term "Trench" and "Trench System": Includes excavation for access -holes (man -holes), tanks, sumps, catch basins, valve boxes, pull boxes, and other appurtenances and structures related to the systems being trenched for. E. Maintain safety of workers and other persons, and property during the excavation and backfilling. F. Backfill the trenches. !" G. Cleanup and restore surface over trench. e H. Conduct dewatering operations related to excavation. 1.02 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of equipment of this type whose products of this type . have been in satisfactory use in similar service for not less than 5 years. B. Installer: Qualified with at least 5 years of successful installation experience on projects with Work similar to that required for this project. C. Acceptable Manufacturers: 1. Pipe laying laser. a. AGL Max Pipelaser. b. Laser Alignment Inc. D. For trench excavation which exceeds a depth of five feet, the contractor shall submit to the Owner detailed plans and specifications for adequate safety systems that meet Occupational Safety and Health Administration standards prepared and sealed by a qualified registered engineer. Costs for this work shall appear as a line item in the "Schedule of Values". These drawings and specifications will be reviewed for compliance with OSHA standards by an independent registered engineer employed by the Owner. E. Comply with Section: GENERAL REQUIREMENTS, MECHANICAL. 1.03 SUBMITTAL 7 4 LUBPRK 15052 - 1 September 23,1996 A. Submit data indicated in Section: GENERAL REQUIREMENTS, MECHANICAL. B. Submit the following Product Data, Shop Drawings, and Samples. Prod Shop Sam - Item Data Dwgs ples Lines and grades X — Pipe laying laser X X C. Include manufacturer's instructions for each product with submittal D. Submit reports and other documents as required. PART 2. - PRODUCTS Not used. PART 3. - EXECUTION 3.01 TRENCH SAFETY SYSTEMS A. Execute excavation and backfill in accordance with Occupational Safety and Health Document 1826.652. B. Utilize adequate safety systems meeting Occupational Safety and Health Administration (OSHA) standards (Title 29 CFR Part 1926, Sub -part P.) for trench excavation. C. Utilize adequate safety systems at other occasions as appropriate for the safety of workers and other persons. D. Implement a safety program for employees, sub -contractors, agents, representatives, and others involved with trenching. 3.02 ROUTING: A. Stake the route jointly with the Owner. B. Mark surface features to be saved jointly with the Owner, including trees, shrubbery, and other landscaping. C. Avoid the drip -line of other trees and large shrubbery. 3.03 EXCAVATING A. General: 1. Execute in accordance with Occupational Safety and Health Document 1826.652. 2. Excavate to the depths indicated or as otherwise specified. 3. Pile materials suitable for backfilling in an orderly manner a sufficient distance from the banks of the trench to avoid overloading and to prevent slide -ins or cave-ins. 4. Remove excavated materials not required or suitable for backfill. 5. Prevent surface water from flowing into trenches or other excavations, and remove any water accumulating therein. . 6. Provide sheeting and shoring. 7. Unless otherwise indicated, excavate by open cut except that short sections may be tunneled if the pipe can be safely and properly installed'and backfill can be properly tamped in such tunnel sections. 8. Excavate all materials encountered including rock and filled -in material. B. Trench Excavation, All Systems: LUBPRK 15052 - 2 September 23, 1996 1. Sides and Bottom% a. Excavate to the width necessary for proper laying of pipe. 7 b. Cut banks at bottom of pipe trenches as nearly vertical as practicable for a height equal to the outside diameter of the pipe. C. Do not over -excavate. d. Grade bottom of the trenches to provide uniform bearing and support for each section of the pipe r at every point along its entire length, except for the portions of the pipe sections where it is necessary to excavate for the proper seating of pipe joints and as hereinafter specified. Flo e. Dig depressions for joints after the trench bottom has been graded. f. In order that the pipe rest on the prepared bottom for as nearly its full length as practicable, dig depressions only of length, depth, and width as required for proper joint -making. 2. Stones: a. Remove stones as necessary to avoid point bearing. 17 b. Where rock excavation is required for pipe trenches, excavate rock to a minimum over -depth of 6" below the trench depths indicated or specified. c. Except as hereinafter specified for wet or otherwise unstable material, backfill over -depths as specified for backfilling the lower portion of trenches. 4 3. Unstable Material: a. Remove wet or otherwise unstable material encountered beyond the depths indicated on the drawings or specified herein. b. Replace with material specified for backfilling the lower portion of trenches. C. Sanitary Sewer and Storm Drain: 1. Excavate at point of origin and point of connection to existing system and at in -trench high point of the new system. 2. Determine actual elevations of both. r3. Set lines and grades using laser -guided method. 4. Follow requirements and recommendations of the laser equipment manufacturer. 5. If the slope indicated on the Drawings cannot be obtained, notify the Architect -Engineer before proceeding with the remainder of the excavation. 6. Do not exceed 8" between either side of the pipe barrel and the trench wall. 7. Excavate the trench above that level as wide as necessary for sheeting and bracing and the proper performance of the Work. 8. Round the bottom of the trench so that at least the bottom quadrant of the pipe rests firmly on undisturbed soil for as nearly the full length of the barrel as proper jointing operations will permit. 9. Excavate this part manually only a few feet in advance of the pipe laying; comply with the requirements and recommendations of ASTM D2321. 7 10. Comply with the requirements and recommendations of ASTM D2321. 11. Use only workers skilled in this type of work. D. Domestic and Fire Protection Water Supply and Distribution Lines: c 1. Unless otherwise indicated, grade trenches to avoid high points with the necessity of placing vacuum and relief valves in the water lines. 2. Unless otherwise indicated, excavate trenches to a depth to provide a minimum cover over the top of the pipe of 2-W feet in unpaved areas and 3 feet under paved areas; excavate deeper to avoid interference of the water lines with other utilities. r- 3. Comply with the requirements and recommendations of ASTM D2774 and ASTM F645. E. Electrical System: 1. The banks of trenches for electrical cables and duct lines need not be kept vertical but may be sloped or widened provided there is no interference with other utilities. 2. Over -excavating and backfilling with suitable selected material where rock is encountered will not be required except for a gradual cushioning towards points of abrupt drop-off of the rock to levels considerably below the grade of the duct, cables, or conduit. F. Excavation for Structures and Other Appurtenances: C LUBPRK 15052 - 3 September 23, 1996 1. Excavate for access structures (manholes, boxes, valve boxes), drain inlets, clean -outs, tanks, sumps, catch basins, valve boxes, pull boxes, and other appurtenances and structures sufficiently to leave at least 12 inches in the clear between the outer surfaces and the embankment or timber that may be used to hold and protect the banks. 2. Refill over -depth excavation below such appurtenances with sand, gravel, or concrete. G. Excavation Beneath Buildings: Exercise care and minimize disturbance to the capillary water barrier or compacted subgrade. 3.04 ENCOUNTERING OTHER PIPES, LINES, AND SYSTEMS A. When other pipes, lines, systems, structures, or their appurtenances are encountered within the area of operations, notify representatives of the Utility, the Owner, and others in ample time for the necessary measures to be taken to prevent interruption of the service. B. Reroute trenching for new piping around, above, below, or otherwise avoid the other systems and structures; submit shop drawings of proposed rerouting. C. Mark locations of piping on Record Drawings, noting dimensions to the nearest tenth of a foot, indicating nominal pipe sizes and system description. 3.05 BACKFILLING A. General: 1. Work Not Ready for Backfill: Do not backfill trenches until required tests, inspections, and observations are performed and until the systems as installed conform to the requirements of the Contract Documents for the various systems. 2. Sheeting: Where damage is likely to result from withdrawing sheeting, leave sheeting in place. 3. Backfill Material: Except as otherwise specified for special conditions of over -depths, backfill the trenches to the ground surface with selected material that is suitable for the specified compaction and as hereinafter specified. 4. Sinking Trenches: Reopen improperly backfilled trenches, and trenches that show sinking within 12 months after Substantial Completion to the depth required for proper compaction, then refill and compact as specified. 5. Rock Formations: When the adjacent formation is rock, compact the fill to its maximum density. 6. Surface Restoration: Restore the surface to its original condition as near as practicable and as hereinafter specified; replace sidewalks, curbs, gravel, pavement, base course, and compacted subgrade disturbed by trenching operations. B. Lower Portion of Trench: 1. Deposit selected backfill material at a moisture content that will facilitate compaction, free from stones larger than 3 inches in any dimension and hard clods and frozen conglomerates larger than 6 inches in any dimension, in 6-inch maximum thickness layers. 2. Compact with suitable tampers to the density of the adjacent soil or grade as hereinafter specified until there is a cover of not less than 1 foot. 3. Coated, Pre -Insulated, or Wrapped Piping. Use backfill free of any material larger than one inch in any dimension. Use special care not to damage the coating, jacket, or wrapping of pipes. 4. If any portion of the cover in the lower portion of the trench is in the depth of special compaction and materials requirements for under pavements, the special requirements shall control- C. Remainder of Trench: 1. General: Except for special materials for pavements, backfill the remainder of the trench with material that is free of stones larger than 2 inches or 12 the layered thickness, whichever is smaller, in any dimension, in layers not exceeding the thickness specified, each layer compacted to the minimum density specified as applicable to the particular area except that in areas other than under roadways, parking areas, shoulders of LUBPRK 15052 - 4 September 23, 1996 k roadways and parking areas, and other paved areas subject to vehicular movement, settling of granular, non - cohesive material with water will be permitted 2. Under Pavements: Six-inch layers, 90% CE 55 maximum density for cohesive soils and 95% CE 55 maximum density for cohesionless soils up to the elevation at which the requirements for pavement subgrade material and compaction control or up to the bottom of the concrete backfill. 3. Under Turfed or Seeded Lawn Areas and Sidewalks: 12" layers, 85% CE 55 maximum density for cohesive soils and 90% CE 55 maximum density for cohesionless soils. This requirement also applies to areas designated to be turfed or seeded. 4. Under Other Areas: Two -foot layers, density equal to the adjacent soil. 5. Turfed Areas: Place topsoil in top 6 inches of trench in areas of existing sod or other cultivated ground cover. D. On -Site Sidewalks, Pavements, and Other Surface Elements: Repair to match existing or repair as elsewhere specified. E. Public Streets, Sidewalks and Other Public Rights -of -Way. Repair in compliance with the requirements of the governing agency. 3.06 TEST FOR DISPLACEMENT OF SEWERS AND STORM DRAINS A. Check sewers and storm drains to determine whether displacement of the pipe has occurred after the trench has been backfilled to 2 feet above the pipe and tamped as specified. 1. Flash a laser between access -holes, or, in their absence, between ends of the pipe or between the locations of the access -holes. 2. Correct the defects if the illuminated interior of the pipe line shows poor alignment, displaced pipe, or any other defects. 3.07 RECORD DRAWINGS A. Drain Lines: Record invert elevations at each change in pipe slope to nearest 0.01 foot. B. Other Lines: Record depth to top to nearest 0.1 foot. C. Horizontal Dimensions (Pipe Lines, Valves, Other Structures): Record to nearest 0.1 foot. 3.08 WARNING TAPES AND PIPELINE MARKERS FOR PIPE BENEATH PAVEMENT AND SLABS. A. Set underground warning tapes and pavement markers for pipelines beneath pavement and slabs. End of Section LUBPRK 15052 - 5 September 23, 1996 r r Section 15100 r VALVES PART 1. - GENERAL 1.01 DESCRIPTION OF WORK rA. Valves for indicated systems. 1.02 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. rB. Installer: Qualified with at least 5 years of successful installation experience on projects with Work similar to that required for this project. C. Comply with the minimum standards prescribed in requirements and recommendations of the latest edition of the following codes and standards: 1. Underwriter's Laboratories, Inc. Standards. 2. Other codes, ordinances, and laws applicable to the place of the Work. D. Publications: Comply with both the requirements and recommendations of the current issue of the ,r- publications, dates as indexed by the respective publishing or sponsoring agency at the date of advertisement of bids. 1. Manufacturers Standardization Society of the Valve and Fittings Industry Inc. (MSS) Standards: MSS SP-80 Bronze Gate, Globe, Angle and Check Valves. MSS SP-85 Cast Iron Globe & Angle Valves Flanged and Threaded Ends. MSS SP-91 Guidelines for Manual Operation of Valves. �^ E. Acceptable Manufacturers: 1. Apollo. 2. Centerline. 3. Crane. 4. Grinnell. i 5. Jenkins. 6. Nibco. 7. RP & C. 8. Walworth. r• 1.03 SUBMITTAL A. Submit Product Data for all valves; indicate systems, use within systems, and system piping material. PART 2. - PRODUCTS 2.01 GENERAL SERVICE, OIL, WATER, SIEAM A. Gate, 2-1j2" and Smaller; bronze, 125 psi steam: 1. Sweat; Jenkins 1240, Nibco S-113. 2. Thread; Nibco T-113. rLUBPRK 15100 1 September 23, 1996 6 Y e B. Globe, 2-1/2" and Smaller: Bronze, renewable composition disc or regrind -renew plug and seat, 125 psi steam: 1. Thread; Nibco T-211. 2. Sweat; Jenkins 1200, 1202; Nibco S-211, S-311. 2.02 BALL VALVES A. Water, Oil, and Steam Service, Ferrous Piping Systems: TFE seats and gaskets; TFE impregnated packing; stainless steel ball and stem, stainless steel or steel body; Jenkins 8421 or 1350; Nibco T-596- CS-R-66, T-580-S6-R-66, F-510-CS-R-66, F-510-S6-R-66; Apollo 89-14X-01, Apollo 76-I0X-01. B. Water, Oil, and Steam Service, Copper Piping Systems: TFE seats and gaskets; TFE impregnated packing; bronze or brass ball, stem, and body; Jenkins 32 A; Nibco T-595-Y; Apollo 70-IOX-01. PART 3. - EXECUTION 3.01 INSTALLATION A. General Requirements: Except as otherwise indicated, comply with the following requirements. B. Install valves where required for proper operation of piping and equipment, including valves in branch lines where necessary to isolate sections of piping. C. Locate valves so as to be accessible for both operation and valve maintenance. D. Provide separate support where required for a rigid installation. E. Install valves with stems pointed up, in the vertical position wherever possible, but in no case with stems pointed downward from a horizontal plane, unless indicated elsewhere. F. If valves must be installed with downward stems, install valve drains with hose -end adaptor for each valve with stem below horizontal plane. G. Install valves with bodies of metal other than cast-iron where thermal or mechanical shock is indicated or can be expected to occur. 1. Cast steel in ferrous piping systems. 2. Bronze in non-ferrous systems. H. Do not install bronze valves and bronze valve components in direct contact with steel, unless the bronze and steel are separated by five pipe diameters by a dielectric insulator. 3.02 CONNECTIONS FOR EQUIPMENT A. Unless otherwise indicated, provide valves for all equipment indicated to have piping connections, except for gravity drainage piping. B. Provide a union or flange on one side of each valve. C. Provide valves and unions or flanges for equipment having pressure piping connections and which are to be furnished by others. End of Section LUBPRK 15100 - 2 September 23, 1996 Section 15400 PLUMBING r t PART 1. - GENERAL 1.01 DESCRIPTION OF WORK r A. Include the following: `- 1. Domestic water piping. 2. Waste, drain, and vent piping. r" ( 3. Miscellaneous devices and equipment. B. Make connections to the off -site utilities listed below. Make arrangements for these various connections with r the respective utility agency. Pay connection charges and other charges to the agencies for utility connections, extensions, and other work related to the utility connections. 1. Water. 2. Sanitary Sewer. _ C. On -site: Make connections to the on -site utilities listed below. 1. Water. (^ I 2. Sanitary Sewer. 1.02 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. rB. Installer: Qualified with at least 5 years of successful installation experience on projects with Work similar to t that required for this project. C. NEC Compliance: Comply with the National Electric Code, NFPA 70, as applicable to wiring and other electrical construction of the unit. D. UL Compliance: Provide components with UL listing and labeling when there is an applicable UL category. E. Comply with the minimum standards prescribed in requirements and recommendations of the latest edition of the following codes and standards: 1. Underwriter's Laboratories, Inc. Standards. 2. National Association of Plumbing -Heating -Cooling Contractors (NAPHCC) Standard: National Standard " Plumbing Code. 3. Uniform Plumbing Code (UPC). 4. Standard Plumbing Code (SBCCI). 5. Other codes, ordinances, and laws applicable to the place of the Work. 1.03 SUBMITTAL A. Submit list of and Product Data for all products incorporated into the Work. 17 B. Include manufacturer's instructions for each product with submittal K PART 2. - PRODUCTS 2.01 DOMESTIC WATER SYSTEM FLUBPRK 15400 - 1 September 23, 1996 A. Lead -Free Products: 1. Provide materials, products, and fabrications that comply with Environmental Protection Agency (EPA) requirements and recommendations regarding lead content and contribution of lead to potable water, that have no lead or lead alloys in contact with potable water, and that do not contribute to or cause lead in potable water. 2. Solder: Lead free, ASTM B32 95-5 tin -antimony or Grade Sn96 tin -silver solder, and flux containing not more than 0.2 percent lead. B. Piping, Interior to 5' Outside: 1. Copper: a. Straight water tube, K or L, ASTM B88 or B543. b. Wrought copper and bronze solder joint pressure fittings, ANSI B16.22. 2. Where Indicated on Drawings to be Below, in, or Through Slab -On -Grade: a. Copper, coiled water tube, K or L, ASTM B88. b. Wrought copper and bronze solder -joint pressure fittings, ANSI B16.22. C. Pipe 1.5" or Smaller, in or Under Slabs -on -Fill: Continuous, without joints or fittings. d. Pipe 2" or Larger, in or Under Slabs -on -Fill: Brazed joints. C. Piping, Underground, and Outside of Building: 1. Copper: Straight or coiled water tube, K or L, ASTM B88; wrought copper and bronze solder joint pressure fittings ANSI B16.22. Provide the larger of 12 inch or 5x pipe diameter spool between copper and steel pipe. 2. Plastic: Polyvinyl chloride (PVC) plastic pipe, Schedule 40, ASTM D1785; socket type PVC plastic pipe fittings ASTM b2466; solvent cement ASTM D2564; flexible elastomeric joints (pressure) ASTM D3139. D. Hose Connections: 1. General: Provide hose connections with ANSI-ASSE 1011 hose connection vacuum breaker. Acceptable Manufacturers: Jonespec, Josam, Smith, Wade, Zurn. 2. HB (Hose Bib): Chicago No. 998 rough chromium plated 3/4" female inlet, 3/4" hose thread outlet, vacuum breaker. E. Dielectric Fittings: 1. Provide full face flange insulating sets or nylon insulating bushings. 2. Install in a manner to separate dissimilar metals in pressure -carrying water systems, pipe -to -pipe, pipe -to - equipment, pipe -to -valve, etc., and to separate underground protected piping from other underground or above ground structures. Install wherever dissimilar metals join; Tejas Plastics type "B". 3. Provide five pipe diameters of separation on water side of piping. 4. Dielectric fittings are not required for gravity -flow systems. F. Back Flow Preventer (BFP) I. Specified in Section: WATER DISTRIBUTION. 2. BFP1 Double Check, Low Hazard: Double check valve assembly for low hazard cross connections; ASSE No. 1015, AWWA C506, two isolating gate valves, built-in strainer, ball valve test cocks, suitable for horizontal or vertical installation as indicated on the Drawings; Watts No. 709 series, Conbraco 40-100-02. G. Water -Hammer Arrestors: 1. General: Provide a water -hammer arrestor at each branch supply pipe or at each fixture, selected and placed to prevent water -hammer. 2. Commercial type, tested and certified in accordance with PDI Standard PDI-WH-201, installed on hot and cold branches or supplies in accordance with PDI Standards, in a manner to prevent water hammer at each fixture. 3. Provide accessible isolation valve. 4. Provide access door if not otherwise accessible. 2.02 DRAINAGE PRODUCTS LUBPRK 1 15400 - 2 September 23, 1996 ■ A. Acceptable manufacturers: Jonespec, Josam, Smith, Wade, Zum. B. Cleanouts: ANSI A112.36.2M. 1. WCO (Wall ceanouts): Square, flush -with -wall frame, 2" larger than od of cleanout plug. Chromium plated bronze frame, stainless steel or chrome plated cover; Josam 58640, Smith 4735. Polished bronze frame and cover; Josam 58640-2, Smith 4735 PB. Nickel bronze frame, stainless steel or chrome plated cover; Josam 58640, Smith 4735 NB. 2. FCO (Floor cleanouts): Square, flush -with -floor frame, nickel -bronze scoriated cover, 2" larger than od of cleanout plug set flush with finished floor or as otherwise indicated. 3. YCO (Yard ceanouts): Cast iron clean -out, double flanged housing, scoriated cast iron cover with lifting ` device, gasket sealed bronze plug, vandal proof screws, set in 18" square by 5-1/2" thick cast -in -place concrete block, set flush with finished grade; Josam 58860. C. Floor Drains: ANSI A112.21.1M. 1. Provide with two-piece body, flashing collars with seepage openings, auxiliary inlet tap for trap primer when indicated, deep -seal P-trap; size indicated on the Drawings. 2. POLISHED DRAINS FD1 Floor Drain (Flat 8 inch round top): Type "A" adjustable strainer top, buff -polished nickel -bronze alloy top, galvanized cast iron parts, vandal -proof and secured; Josam 30W-8A-17-92. 2.03 DRAIN, WASTE, AND VENT (DWV, within building to 5 feet outside) A. Below Grade or Below Slab on Carton Form: Use one of the following. 1. Extra heavy hub and spigot, ASTM A74; rubber gaskets, ASTM C564. 2. Service or extra heavy hub -and -spigot ASTM A74; rubber gaskets, ASTM C564. 3. Copper Drainage Tube (DWV) pipe ASTM B306; fittings, cast bronze solder -joint, ANSI B16.23 or wrought copper and wrought copper alloy solder joint, ANSI B16.29; solder, ASTM-70, 50A. 4. Schedule 40 polyvinyl chloride (PVC) pipe and fittings, ASTM D2665; solvent cement ASTM D2564. " B. Above Grade: Use one of the following. ' 1. No hub, Cast Iron Soil Pipe Institute Standard 301, ANSI Group 022, for pipe, fittings, and gaskets. 2. Extra heavy hub and spigot, ASTM A74; rubber gaskets, ASTM C564. �+ 3. Service or extra heavy hub -and -spigot ASTM A74; rubber gaskets, ASTM C564. { 4. Copper Drainage Tube (DWV) pipe ASTM B306; fittings, cast bronze solder joint, ANSI B16.23 or 4 wrought copper and wrought copper alloy solder -joint, ANSI B16.29; solder, ASTM-70, 50A.. C. Vent (1-1/4 inches): 1. Any of the above. 2. Steel, schedule 40 galvanized steel, ASTM A120; cast-iron threaded drainage fittings, ANSI B16.12. 2.04 BUILDING SEWER (5 Feet Outside Building and Beyond) A. Plastic: 1. Polyvinyl chloride (PVC) sewer pipe and fittings, ASTM D3034. 2. Pipe Joint: PVC integral bell gasketed joint in accordance with performance requirements of ASTM D3212; gasket material in accordance with ASTM F477. 3. Where cover to finish grade is greater than six feet, encase in four inch thick concrete, reinforce with four evenly spaced #3 rebars. 2.05 WATER METERS A. Make arrangements for obtaining water service from local water utility company with connections of size indicated. B. Pay costs for obtaining water service. r ` LUBPRK 15400 - 3 September 23, 1996 7 2.06 BURIED VALVE AND METER BOXES A. Meter and Valve Boxes: Corrugated galvanized steel, open bottom, top lip for receiving cover, mechanism for locking cover to box.: B. Cover Schedule: Cl Cast-iron locking traffic cover. C2 Precast concrete, reinforced with six gauge welded -wire frame, cast-iron hinged lid on brass hinge pin. _ C3 : Cast-iron with cast-iron hinged lid. C4 Precast concrete, reinforced with six gauge welded -wire frame, cast-iron hinged lockable lid on brass hinge pin, hidden toggle lock, key. 2.07 RELATED PRODUCTS SPECIFIED ELSEWHERE A. See the following Sections for related products: 1. Valves: Section: VALVES. 2.08 FOUNDATIONS, HANGERS AND SUPPORTS A. General Purpose: Manufacturers Standardization Society SP-69 or Federal Specification WW-H-171d, types as recommended or required. Perforated or plain metal strap and wire are not acceptable. B. Hangers in Contact With Copper Pipe: Same as for general purpose, copper or copper plated with plastic coating. 2.09 SLEEVES A. Interior Walls and Floors: PVC pipe, Schedule 40, flush with walls, 3/4" above floors, 1/4 inch clearance packed with foamed urethane rods. B. Exterior Walls and Floors, Below Grade: PVC pipe, Schedule 40, flush walls, 314" above floors, 1/4 inch clearance packed with 3/8 inch foamed urethane rods, sealed watertight at both surfaces with permanent elastic polysulfide or silicon compound, electrically isolated from pipe passing through. 2.010 SUBSOIL DRAINAGE AND SEPTIC DRAIN -FIELD A. Piping: Clay or plastic as specked for Building Sewer, perforated. B. Cover for Gravel Envelope: Johns -Manville JM Tile Guard. C. Gravel: 3/4" uniform, 6" beyond sides and top; lay pipe on undisturbed soil in trench bottom. Carry gravel up to within 1' of finished grade. Compact the gravel in 6" lifts. _ PART 3. - EXECUTION 3.01 INSTALLATION A. Complete structural, mechanical, and electrical connections in accordance with manufacturer's installation instructions and with the Drawings. Fasten each item of equipment and piping securely to the building structure. B. Do not fasten piping or conduit to any removable panel on equipment. C. Provide unit vibration isolators. Adjust unit vibration isolators to provide proper flow to drain connection. LUBPRK ' 15400 - 4 September 23, 1996 l ' D. Install equipment and associated piping and other connections in'a manner to prevent conduction of sound to r the framing and structural elements of the building. E. Provide necessary material and labor to connect to the plumbing systems all indicated fixtures and equipment r having plumbing connections. F. Provide necessary material and labor to connect to the plumbing systems all indicated fixtures and equipment having plumbing connections and which are to be furnished by the Owner or are specified in other sections of these documents. G. Provide all fittings and appurtenances for complete, operating piping systems. H. Complete the start-up procedures recommended by the manufacturer. 3.02 JOINING TO EXISTING SYSTEMS AND DISSIMILAR MATERIALS A. General: Provide appropriate adapters recommended by the manufacturers of the various materials; install as recommended by the manufacturers of the various materials. B. Connections to Existing Piping: Where new Work connects to existing systems, match the material of the c existing system except as prohibited by the Local Authority or job conditions cause the material to be in non- compliance with manufacturer's requirements. C. Point of Connection: 1. Determine horizontal and vertical location of connecting point before proceeding with the installation. 2. Notify the Architect -Engineer before proceeding if there is discrepancy between indicated and determined location. D. Slope of Drainage Systems: 1. Determine available slope between building systems and point of connection for discharge of building drain and of storm drain system. 2. Notify the Architect -Engineer before proceeding if there is discrepancy between indicated and available slope. 3.03 EXCAVATION, TRENCHING, AND BACKFILLING (All Buried piping) A. See Section: TRENCHING, BACKFILLING, AND COMPACTING FOR UTILITIES. B. Beneath Slabs: Excavate carefully; do not destroy effect of capillary barrier, membrane, or special fills. C. Copper Domestic Water Pipe Beneath Slabs on Grade: Continuous, without soldered joints, in a six (6") inch sand envelope so that pipe does not become embedded in concrete. Insulate hot water piping. 3.04 WASTE, DRAIN, VENT, AND SEWER PIPING A. Slope: 1/4 inch per foot where possible; 118 inch per foot minimum; other as indicated on drawings. i` B. In Trench: 1. Excavate at point of origin and point of connection to existing system and at in -trench high point of the new system. 2. Determine actual elevations of each. 3. Set grade using laser equipment designed for that purpose or obtain services of registered public surveyor to set batter boards on maximum 20 foot spacing to establish grade of trench bottom for the actual elevations encountered. 4. If the slope indicated on the Drawings cannot be obtained, notify the Architect -Engineer before proceeding with the remainder of the excavation. r LUBPRK 15400 - 5 September 23, 1996 11 3.05 FLOOR, ROOF, DECK, AND OTHER DRAINS A. Follow drain and membrane system manufacturer's requirements and recommendations for installation of drains r in waterproofing membranes. 3.06 STARTUP AND TESTING — A. Piping Testing: 1. Water Piping: 100 psi hydrostatic pressure; four hours. 2. Waste, Drain, and Vent Piping: Plug all openings and fill with water to the topmost vent opening; 24 hours. B. Lead Testing. 1. After final sterilization and flushing, test water at each lavatory, drinking fountain, sink, and other fixtures and fittings from which water for human consumption may be obtained for lead content. Submit report of test results in parts per billion (ppb). 2. If lead content exceeds 20 ppb, flush system or implement other remedies or submit test results that indicate the ppb to be no higher than that of the water where the project water service joins to the existing water source. C. Put systems into operation. D. Test equipment performance. s E. Adjust equipment for correct capacities. 3.07 WATER SYSTEM STERILIZATION A. Initial Sterilization: 1. After completion of all work on the water lines, thoroughly sterilize as prescribed by AWWA Standard C601 or as specified herein. 2. After pressure tests have been made and before introducing the chlorinating material, thoroughly flush the lines to be sterilized with water until all entrained dirt, oil, mud, and other pollutants are removed. 3. Place the chlorinating material directly into the lines to be sterilized in an amount to provide a dosage of not less than 50 parts per million (ppm). 4. Retain the treated water in the line for the longer of: time required to destroy all non -spore -forming bacteria, or for 24 hours. 5. Open and shut all valves on the system being tested several times during the contact period. 6. After acceptable sterilization, flush the system with potable water until the residual chlorine is reduced to less than 0.1 ppm. B. Maintained Sterile Condition. 1. Take several samples of water from several points in the system daily and test for bacterial contamination. 2. Repeat sterilization and sampling until tests indicate absence of bacteria for at least two full days. End of Section LUBPRK 15400 - 6 September 23, 1996 r Section 15440 PLUMBING FIXTURES PART 1. - GENERAL 1.01 DESCRIPTION OF WORK A. Include the following: 1. Plumbing fixtures and supports. 2. Setting plumbing fixtures. 3. Supplies, stops, wastes, other trim. 1.02 QUALITY ASSURANCE A. Standards: Comply with the minimum standards prescribed in requirements and recommendations of the latest edition of the following codes and standards: 1. Underwriter's Laboratories, Inc. Standards. 2. National Association of Plumbing -Heating -Cooling Contractors, and American Society of Plumbing Engineers (NAPHCC/ASPE) Standard: National Standard Plumbing Code. 3. UPC "Uniform Plumbing Code." 4. SBCCI Standard Plumbing Code. 5. NFPA 54, "Gas Appliances and Gas Piping." 6. Other codes, ordinances, and laws applicable to the place of the Work. B. Acceptable Fitting Manufacturers: 1. Chicago Faucets. 2. T & S Brass and Bronze Works, Inc. 3. Speakman. C. Acceptable Flush Valve Manufacturers: 1. Sloan. 2. Delaney. 3. Zurn. D. Acceptable Security Fixture Manufacturers: 1. Acorn. 2. Bradley. 3. MetCraft. 4. Willoughby. 1.03 SUBMITTAL A. Product Data for all items incorporated into the Work. B. Submit Shop Drawings of the Following: 1. Field or shop fabricated carriers. PART 2. - PRODUCTS 2.01 FIXTURES A. Lead -Free Products: LUBPRK 15440 - 1 September 23, 1996 1. Provide materials, products, and fabrications that comply with Environmental Protection Agency (EPA) requirements and recommendations regarding lead content and contribution of lead to potable water, that have no lead or lead alloys in contact with potable water, and that do not contribute to or cause lead in potable water. 2. Solder: Lead free, ASTM B32 95-5 tin -antimony or Grade Sn96 tin -silver solder, and flux containing not more than 0.2 percent lead. 3. See also Section: PLUMBING regarding lead-free requirements. B. General: 1. Provide fixtures, brass, trim, stops, supplies, wastes, traps, carriers and supports, and other accessories in a manner to provide a complete installation. 2. Coordinate the elements of each fixture such that the proper model of the style indicated is provided, properly selecting drillings, carriers and supports, and other accessories. 3. Provide completely installed fixture assemblies that comply with manufacturer's requirements and recommendations. Notify the Architect -Engineer of conflicts between this and other requirements of the Contract Documents. 4. Same Manufacturer: a. Provide fixtures of like character (eg vitreous china, stainless steel, etc.) all of the same manufacturer. b. Provide products of like character (eg seats, fittings, flush valves, carriers, trim, waste, etc.) of the same manufacturer. C. Fixtures: New, of current manufacture and of the best of their respective kinds, free of blemishes, waves, kiln marks and discoloration; all fixture surfaces in contact with walls, floors, and other building surfaces, truly flat. 1. Vitreous China Plumbing Fixtures: ANSI A112.19.2M. 2. Trim for Water -Closet Bowls, Tanks, and Urinals: ANSI A112.19.5. D. Exposed metal associated with fixtures including pipe, traps, nuts, bolts, washers, etc: stainless steel or chromium plated brass. E. Nuts exposed to direct view: Capnuts (closed top) type leaving no screw threads exposed. F. Supports: ANSI A112.6.1M, Supports for Off -the Floor Plumbing Fixtures for Public Use. — 1. Provide steel back-up located inside chase or wall for wall hung fixtures not specified to be furnished with carriers. 2. Weld bolts to the angle and extend through wall to fixture hangers. 3. In addition to the upper hanger, drill bolt holes through lower skirt of wall hung lavatories, electric water coolers, and other similar fixtures and secure by bolts through skirt into steel back-up. G. Barrier -Free Fixtures: Comply with requirements and recommendations of ANSI A117.1 Making Public -- Buildings and Facilities Accessible to and Usable by Physically Handicapped People and Americans With Disabilities Act (ADA), and Texas Accessibility Standards (TAS). 2.02 TRIM, WASTE, OTHER FIXTURE ACCESSORIES A. General: Provide for fixtures as specified below unless indicated otherwise elsewhere. B. Lavatory Trim (Barrier free lavatory): 1. Trim: Chromium plated brass wheelchair lavatory supply with loose key straight -stop and wall flange, 3/8" ips with 3/8" x 1/4" reducer; chromium plate all metal parts; McGuire 158 WC. — 2. Waste: Chromium plated 17 gauge wheelchair lavatory strainer, overflow, and offset 1-1/4" tailpiece; McGuire 155-WC. 1-1/4" x 1-1/4" 17 gauge bent tube p-trap, cast brass nuts, threaded brass cleanout plug, wrot escutcheon; chromium plate all metal parts; McGuire 8872. 3. Insulation: Provide 12 inch thick flexible foamed plastic insulation (ASTM C534) molded to fit on tailpiece, trap, and hot water stop and supply. 4. Alternate Outfit: Handi Lav-Guard Model 101 or 102. LUBPRK 15440 - 2 September 23, 1996 l: C. Fixture Carriers: 1. Water Closet: Adjustable, horizontal and vertical, standard or close as required by chase dimensions; Josam 12000, 14000, 15900, and 16000 series, Smith Adjustable or Compact closet carriers. 2. Urinal: Floor -mounted urinal carrierwith hanger plate, bearingplate, adjustable supporting rods, tubular uprights, block bases; Smith 637, Josam 17800 series. 3. Lavatories, Concealed Arm Type: Concealed arm lavatory carrier with extension sleeves, wall -mount for masonry walls, floor -mount for other walls, as required by wall construction, single or back-to-back; Josam 17100 b series, Smith 700 series. r. 4. Lavatories, Hanger Plate Type: Hanger plate lavatory carrier, upper hanger -plate and lower bearing -plate for securing both top and bottom of fixture, adjustable supporting rods, securing screws, wall or floor mount as required by wall construction, single or back-to-back; Josam 17500 series, Smith 800 series. 5. Drinking Fountains and Electric Water Coolers, Hanger Plate Type: Upper hanger -plate and lower bearing -plate for securing both top and bottom of fixture, adjustable supporting rods, securing screws, wall or j floor mount as required by wall construction, single or back-to-back; Josam 17900, 17905 series, Smith 830 or 830-M31. r. 6. Drinking Fountains and Electric Water Coolers, Floor -Mounted Carrier: Vertically adjustable sleeve, upper hanger -plate and lower bearing -plate for securing both top and bottom of cooler, securing screws, tubular uprights, and block bases; . 7. Alternate Manufacturers: Jonespec, Josam, Smith, Tyler -Wade, Zurn. 2.03 FIXTURE SCHEDULE A. See Drawings. PART 3. - EXECUTION 3.01 INSTALLATION A. Provide competent foreman or supervisor for the installation of the equipment and to counsel other trades in regard to connections and installation. B. Install fixtures, carriers, fittings, trim, relief valves, and other appurtenances in accordance with Manufacturer's recommendations. C. Fixture Mounting: See Architectural Drawings for mounting heights. D. Barrier -Free, Handicapped, ADA Compliance: For fixtures so indicated, comply with the following. 1. Water Closets Flush Valves: Mount flush valve controls on wide side of bowl no more than 44 inches above finished floor, selected and adjusted to require no more than five pounds force to operate. r 2. Urinal Flush Valves: Mount flush valve controls on wide side of urinal no more than 44 inches above finished floor, selected and adjusted to require no more than five pounds force to operate. E. Anchor supply piping with "U" bolts and a steel angle at wall penetrations to prevent pipe movement. F. Supports: 1. Support wall hung fixtures rigidly by approved metal hangers, chair carrier, or other means or supports specified above. 2. Secure skirts of wall hung fixtures to the wall with toggle bolts. 3. Secure floor outlet fixtures in place by bolting rigidly to the floor. G. Install equipment level and square in proper planes with other elements of the Work, securely anchored in place. H. Grout plumbing fixtures at walls and floors with fine tile grout. I. Install insulation in accordance with manufacturer's recommendations. 7 r LUBPRK 15440 - 3 September 23, 1996 f J. Install water heaters in accordance with Manufacturer's recommendations. Install the relief valves so that the bulbs will be immersed in the tanks. Pipe relief valve outlet full size to the nearest air gap, floor drain, or hub drain. K. Test operation of project, provide full instructions, and demonstrate to the Owner's designated representative the proper methods of care, operations, and maintenance of the equipment. — L. Protect fixtures and equipment during construction; cover fixtures as required for proper protection during construction and clean fixtures for substantial completion. End of Section LUBPRK 15440 - 4 September 23, 1996 Section 16010 r GENERAL REQUIREMENTS, ELECTRICAL PART 1. - GENERAL 1.01 WORK INCLUDED A. This section is applicable to and a part of all Division 16 sections of the Project Manual. 1.02 QUALITY ASSURANCE A. Publications 1. Copies: Obtain copies of trade association standards and publication wherever needed for proper execution of the work. 2. Publication Date: Comply with the issue of applicable standard or publication which is in effect at the date shown on these contract documents. Obtain approval from the Architect -Engineer to comply with a later issue of a standard or publication. 3. Conflicting Requirements: Report to the Architect -Engineer where application of a trade association standard or publication appears to be in conflict with the requirements of the contract documents. B. Product Standards: Listed in the current edition of UL "Electrical Construction Materials Directory," if such a listing exists for the particular type of item specified. C. Reference Standards: 1. Meet or exceed the recommendations and requirements of reference standards. 2. Submit proof (stamp, label, published listing or independent certified test). D. Servicing: Provide products supported by a service organization that is reasonably convenient to the site. E. Nameplates: �., 1. Securely attach to each major component of equipment, visible and readable, name, address, and model identification number on a plate. 2. Do not cover with paint, insulation, or other material. F. Manufacturer's Instructions: Follow the manufacturer's published instructions in preparing, assembling, installing, erecting, and cleaning manufactured materials or equipment, unless otherwise indicated by the Contract Documents. G. Capacities: Meet or exceed capacity requirements indicated. Stay within maximums, minimums and other limits. Prevent components or systems from becoming inoperative or damaged because of start-up, overload, or other conditions. H. Suitability: Provide products suitable for the pressures, temperatures, fluids, voltages, environmental conditions, and other conditions encountered by the indicated application. I. Spare Parts Data: Provide spare parts data prior to Substantial Completion. J. Standard Products: Provide standard catalogued products of manufacturers regularly engaged in the manufacture of products that essentially duplicate materials and equipment that have been in satisfactory use at least two years. K. Connections to Utilities: Provide the services of a person or company approved by the respective utility authority to make connections to: 1. Electrical power. i LUBPRK 16010 - 1 September 23, 1996 f 1.03 SUBMITTAL A. Product list. 1. Submit lists of all items to be incorporated into the Work, arranged in accordance with the organization of the specifications. 2. Include specification reference, manufacturer, trade name, type and catalog number, and reference standard listing. B. Product List and Status Log: 1. Submit lists of items to be incorporated into the Work, arranged in accordance with the organization of the specifications. 2. Include specification reference, manufacturer, trade name, type and catalog number, and reference standard listing. 3. Submit lists on AIA G712, Submittal Log. C. Product Data: 1. Submit Product Data for all products, materials, and equipment that are proposed to be incorporated into the Work. D. Re -submittal: Follow same procedure as for initial submittal, make reference to previous submittal, and indicate "re -submittal" on status log. E. Other Submittal: See also Section: PROJECT CLOSEOUT and other sections where various submittal are indicated. 1.04 PRODUCT APPLICATION, INSTALLATION, AND OPERATION A. General: For products incorporated into the Work, ascertain the following regarding application, installation, and operation. 1. Application: -- a. The manufacturer's representatives have reviewed the proposed application of their products. b. The application and product are compatible regarding; Electric Source, Other pertinent factors. 2. Installation: r a. The installers were instructed in the manufacturer's recommended procedure for installation. b. The product was installed according to the manufacturer's recommendations. 3. Operation: a. The manufacturer's representative has witnessed and reviewed the product operation subsequent to system start-up. b. The products are operating as intended by the Contract Documents. C. The application and product are compatible regarding the same factors named above. -- PART 2. - PRODUCTS PART 3. - EXECUTION Not used. Not used End of Section LUBPRK 16010 - 2 September 23, 1996 7- Section 16051 ELECTRICAL SPECIAL PROVISIONS 1 PART 1. - GENERAL r 1.01 DESCRIPTION OF WORK A. The work contemplated under this section of the specifications includes the furnishing of all labor and materials necessary for the complete installation of electrical systems generally coming under the jurisdiction of the National Electrical Code as hereinafter specified and as shown on the Drawings. B. Contact the local power company to determine requirements for a complete electrical service. Pay any costs associated with electrical service and include in the work. Direct payments by the Owner to the Power Company as a "Contribution in aid of construction" excepted. C. Verify that the characteristics of the utility furnished power are appropriate in characteristics, and in sufficient capacity to properly service the facility. D. Advise other sub -contractors furnishing equipment or materials of the proper characteristics of the electrical supply adequate to permit proper equipment selection. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General reference is made to all other Divisions of these Specifications as they relate to Electrical work. The architectural, structural, mechanical, electrical and equipment drawings and specifications are hereby incorporated into and become a part of this Division. B. In general, become familiar with the electrical work described elsewhere, and provide the necessary wiring components and labor to accomplish a completed workable system, whether or not it is specifically called for or enumerated in the "Electrical Drawings" or "Electrical Specifications". C. Particular reference is made to: 1. Division 2; Site work. 2. Division 3; Concrete. 3. Division 5; Metals. 4. Division 9; Finishes. 5. Division 11; Equipment. 6. Division 13; Instrumentation and Control. 7. Division 14; Conveying Systems. 8. Division 15; Mechanical. 1.03 WORK ON ENERGIZED CIRCUITS A. Following is a list of "hot" circuit operations and conditions under which they may be performed. 1. Whenever necessary, circuits at a potential of 30 volts or less may be worked while energized. 2. Electrical equipment or devices may be tested or worked on while energized, provided the desired results cannot be accomplished with them de -energized. In such cases, the following are applicable: a. T%vo persons must be present at all times while work is being performed on energized circuits. The second person will stand clear, ready to render assistance in case of accident. b. Obtain approval of the Owners representative prior to accomplishing any work on electrical equipment or devices at a potential of greater than 30 volts. Prior to the commencement of any work involving energized lines or equipment, develop and obtain approval for a SOP (Standard Operating Procedure). Include in the SOP a detailed sequence of operations, specific tools, and protective clothing and equipment required. Ift 1 • LUBPRK 16051 - 1 September 23, 1996 1.04 QUALITY ASSURANCE AND STANDARDS A. In addition to the requirements outlined in other sections of the specifications the current edition of the following standards are imposed as applicable to the work in each instance: 1. NECA standards for installation. 2. NFPA No. 70 National Electric Code and 101 Life Safety Code. 3. Local Codes and Ordinances. B. Where local codes or practices exceed or conflict with the NEC, perform the work in accordance with the local code prevailing and local interpretations thereof. Perform additional work at no additional cost to the Owner. C. Provide wiring and equipment in locations indicated, of the classes, groups, divisions, required for the hazard present. D. Provide materials and components UL listed and approved for the purpose intended. E. Obtain all permits required to commence workand, upon completion of the Work, obtain and deliver to the Owner's Representative a Certificate of Inspection and Approval from the State Board of Fire Underwriters, the City in which the building permit is obtained, and other authority having jurisdiction. Pay all required permit fees. Deliver all such permits, authorizations, and approvals to the Owner before final payment on contract. F. LISTING OF ASSOCIATIONS AND STANDARDS - 1. ANSI: American National Standards Institute 1430 Broadway; New York, NY 10018. 2. ASTM: American Society for Testing and Materials, 1916 Race Street; Philadelphia, PA 19103. 3. CBM: Certified Ballast Manufacturers Association, 2116 Keith Building; Cleveland, Ohio 44115. 4. IEEE: Institute Of Electrical & Electronics Engineers, 345 East 47th St; New York, NY 10017. 5. ICEA: Insulated Cable Engineers Association, P O Box P, South Yarmouth, MA 02664. 6. IESNA: Illuminating Engineering Society of North America, 345 East 47th St, New York, New York, 10017.: 7. NEC: National Electrical Code; NFPA No. 70 8. NECA: National Electrical Contractors Association, Inc., 7315 Wisconsin Ave.; Washington, DC 20014. 9. NEMA: National Electrical Manufacturers Association, 155 East 44th St; New York, NY 10017. 10. NESC: National Electrical Safety Code, ANSI 2. 11. NFPA: National Fire Protection Association, 60 Batterymarch St; Boston, Ma 02110. 12. OSHA: Occupational Safety And Health Administration, US Dept Of Labor; Washington, DC 20402. _ 13. UL: Underwriters Laboratories, Inc., 333 Pfigsten Rd.; Northbrook, IL 60062. 1.05 ELECTRICAL. SYMBOLS A. The electrical contract drawings are diagrammatic and show requirements by the use of graphic symbols. In general, these are the recognized symbols of the industry and of the engineering profession. B. Listing of Symbols: The listing of speck graphic symbols used to show the electrical work on the contract documents is shown on the drawings. 1.06 SUBMITTALS A. Refer to other sections for general requirements concerning work related submittals, particularly Division 1 and the General Requirements of the project. B. Review all submittals for compliance with the requirements and intent of the contract and evidence this review and approval by a signed and dated stamp or acknowledgment of this review and approval on each and every item submitted. Further note each and every deviation from the requirements or intent of the contract documents. Submittals which do not attest to the foregoing will not be considered as the required submittals, and will be returned to the Contractor for their further consideration. LUBPRK 16051 -2 September 23,1996 r ' C. Proposed substitutions: List all items to be substituted on a separate sheet entitled "Substitution List". TD. Refer to the specific Division 16 Section for required submittals. PART 2. - PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Except as otherwise indicated, provide materials and equipment manufacturer's standard materials and components as indicated by their published product information; designed and constructed as required for a complete installation. 2.02 ELECTRICAL IDENTIFICATION MATERIALS A. Provide engraving stock melamine plastic laminate, complying with FS L-P-387, engraved with engraver's standard letter style unless otherwise indicated. Provide Plastic laminate 1/16" thick up to 20 sq.in. and W for larger sizes. Provide 1/4" high letters, black on white background. Nameplates for items of equipment, including all invertors, panels, transformers and transfer switches, provide red with white letters and all others black with white letters unless specifically noted otherwise. Fasten nameplates with screws. B. Provide self-adhesive vinyl, color -coded plastic tapes not less than 1/2" wide and not less than 3 mils thick. Color as specified. C. Provide Brass disks used for underground and feeder identification consisting of No.16 ga 2" Brass Disks, with stainless steel tie wire. Provide 1/2" high Letters/Numbers punched into disks. Place underground and feeder identification at each accessible location and at each end. D. Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as required for proper identification, operation and maintenance of the electrical systems and equipment. PART 3. - EXECUTION 3.01 INSPECTION A. Installer must examine the areas and conditions under which electrical equipment is to be installed and notify the Contractor and Owner's Representative in writing of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.02 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handle electrical materials and equipment carefully to prevent internal components damage, breaking, denting, and scoring the enclosure finish. Do not install damaged equipment or materials. B. Store electrical materials and equipment in clean dry space. Protect same from dirt, fumes, water, construction debris and physical damage. C. Protect electrical from abuse or damage by other trades on the project. Do not permit electrical materials and equipment to be used for supports, work tables, scaffolds, etc. 3.03 INSTALLATION OF ELECTRICAL MATERIALS AND EQUIPMENT A. Install electrical materials and equipment where shown and in accordance with recognized industry practices to insure that the completed installation of electrical materials and equipment, and the various types of equipment which the electrical system serves the intended purposes and functions. Comply with the T f LUBPRK 16051 -3 September 23, 1996 r requirements of NEMA and NEC standards, and applicable portions of NECA's "Standard of Installation", for installation of electrical materials and equipment. 3.04 COORDINATION A. General: Coordinate the configuration, location and arrangement of various products and systems to avoid — conflict with other products. B. Precedence: Give precedence to sloping of pipe for drainage and to electrical bus duct for minimizing offsets C. Clearances: Maintain clearances at heated surfaces and at electrical raceway. D. Exposed Work: Keep as close as practical to walls, ceilings, columns, and other elements of the Work so as to take up the minimum amount of space. E. Common Hangers and Supports (Trapezes): Use wherever practical. F. Alignment: Align piping and raceways of various systems. G. Work in Ceilings: Follow reflected ceiling Drawings (both Contract Documents and Shop Drawings) for layout of Work in ceilings. H. Thermostats and Electrical Devices on Walls and Floors: Coordinate height above floor and spacing when -- within close proximity of each other. I. Disconnects and Motor Controllers (Starters): Fumish under the Division: ELECTRICAL, except where _ such controllers or devices are part of or integral to or within equipment. Refer to Section: MOTOR CONTROLLERS. J. Protection: Where motor is not internally protected or has no controller indicated elsewhere, provide NEMA- rated, heater -protected magnetic motor controller; if motor has no requirement for automatically controlled starting and stopping, provide NEMA-rated, heater -protected manual motor controller. 3.05 EXCAVATING FOR ELECTRICAL WORK A. General: The work of this article is defined to include whatever excavating and back filling is necessary to install the electrical work. Coordinate the work with other excavating and backfilling in the same area, including dewatering, flood protection provisions and other temporary facilities, other underground services (existing and new), landscape development, paving, and floor slabs on grade. Coordinate with weather conditions and provide temporary facilities needed for protection and proper performance of excavating and backfilling. Except as otherwise indicated, comply with the applicable provisions of other sections for electrical work excavating and back filling. B. Roadways: Where conduit is less than 2'-6" below surface of roadway, provide encasement in Class 2500 concrete, 4" minimum coverage all around. C. Replacement of Other Work: Where it is necessary to remove and replace landscape work, pavement, flooring and similar exposed finish work, engage qualified installer to install the replacement work. 3.06 LOCKING OF ELECTRICAL FACILITIES A. Provide padlocks or lockable latches for electrical facilities subject to unauthorized entry, such as panel -boards relay cabinets, and disconnect switches. 1. Furnish locks to match existing locking system. Key all locks alike. — 2. Furnish Owner with two keys per lock up to a quantity of ten keys. 3. Install locks immediately upon installation of electrical facility. LUBPRK 16051 - 4 September 23, 1996 r k 3.07 ELECTRICAL IDENTIFICATION - include the following: 0 A. Buried cable warnings. B. Conductor color coding. Conductors #8 and smaller: insulation continuously colored throughout. Conductors larger than #8: Three continuous wraps of 1/2" wide 3M #191 tape at each end and at pull and junction boxes, and where splices occur. 1. 120/208 volt, 3 phase, 4 wire system: Phase A - Black. Phase B - Red. Phase C - Blue. Neutral - White. Ground - Bare or Green. C. Operational instructions and warnings. D. Danger signs. E. Provide equipment/system identification signs with engraved laminated nameplates, designating load served, on each electrical item on the project and identified as on the record drawings. Where identification is to be applied to surfaces which require finish, install identification after completion of finishing. Securely attach nameplates with an approved mechanical fastener. Adhesive attachment is not be permitted. Provide identification nameplates for items and in locations as follows: 1. Circuit breaker or fusible switch in distribution panel: adjacent to each circuit device. 2. Lighting and appliance panelboard: on panel trim cover immediately above panel door. 3. Label all spares "Spare". 4. Safety switch: on outside of cover. 3.08 TESTING OF ELECTRICAL SYSTEMS A. Interior Electrical Systems: 1. After the interior wiring system installation is completed, and at such time as the Contracting Officer may direct, conduct an operating test for approval. Demonstrate the equipment to operate in accordance with the requirements of this specification. 2. Perform the test in the presence of the Contracting Officer. 3. Furnish all instruments and personnel required for the tests, and the Owner will furnish the necessary electric power. 4. Do not energize any part of the electrical distribution system prior to the resistance testing of that system's ground rods and submission of test results to the Owner. 5. In the test reports indicate the location of the rod and the resistance and the soil conditions at the time the test was performed. B. Exterior Electrical Systems: 1. Operating Test: After the installation is completed, conduct an operating test for approval. Demonstrate equipment to operate in accordance with the requirements herein. Perform Tests in the presence of the Owner. Furnish all instruments and personnel required for the test and the Owner will furnish the necessary electric power. 2. Grounding System Test: Take ground resistance measurements of each ground rod and certify each measurement to the Owner. Submit in writing to the Owner upon completion of the project, the measured ground resistance of each ground rod and grounding system, indicating the location of the rod and grounding system, as well as the resistance and soil conditions at the time the measurements were made. a. Make ground resistance measurements of the connection to the building water service. b. Make ground resistance measurements in normally dry weather, not less than 48 hours after rainfall, and with the ground under test isolated from other grounds. C. Measure the resistance to ground using the fall of potential method described in IEEE No. 142. d. Provide grounds with resistance of 25 ohms or less. oft I ° LUBPRK 16051 - 5 September 23, 1996 r 3.09 ELECTRIC METERING A. Install metering equipment as directed by the local power company, using such equipment as furnished by the r local power company, installed in such locations and in the manner directed by the power company, and in accordance with their standards. End of section _ LUBPRK 16051 - 6 September 23, 1996 Flo f �., Section 16110 WIRING METHODS, RACEWAYS, BOXES, FITTINGS AND WIRING DEVICES PART 1. - GENERAL 1.01 GENERAL REQUIREMENTS A. The extent of electrical box and electrical fitting work is indicated by drawings and schedules and the requirements of this section. B. The use of the various raceway systems is restricted to the types and other restrictions of the NEC and the local codes. Verify acceptability of all such systems with the local code authority before use. In the case of questionable or denied use, provide a raceway system permitted by the local code at no additional cost. C. Wiring: The term 'wvirine is defined to include the providing of wire, conduit and miscellaneous materials as required for mounting and connecting the electric and electronic control devices. D. Provide all control and interlock wiring (exclusive of controlled equipment power wiring, but including controlling equipment power wiring) including labor and materials, regardless of voltage, required for the Sequences of Control specified in other Divisions of the specifications. E. Comply with the requirements of NFPA 70 (National Electrical Code), the requirements of Specifications Division 16 - ELECTRICAL, and other local codes and ordinances. F. Install complete, separate conduit systems for all electrical systems on this project. G. The types of electrical boxes and fittings required for the project include the following: 1. Outlet boxes. 2. Junction boxes. 3. Pull boxes. 4. Conduit bodies. H. The types of general purpose wiring devices required for the project include the following: 1. Receptacles. 2. Switches. 3. Wall plates. 4. Plugs. k S. Connectors. 4 i' t r 1.02 SUBMITTALS A. Material Lists: Provide raceway and wiring device submittals consisting of type written lists of manufacturers' catalog numbers accompanied by brief description of the device. Where the contractor desires to use manufacturers' catalog pages for the submittal, clearly mark each and every item used including; color, finish and accessories. r B. Manufactured wiring systems: Submit wiring diagram of proposed system showing individual components, and interconnection with the power system and with the lighting fixtures. Provide material lists and brief descriptions of the various components. i PART 2. - PRODUCTS C" i LUBPRK 16110 - 1 September 23, 1996 r i 2.01 MATERIALS A. Provide materials and equipment in conformance to the respective publications and other requirements specified below. 1. Flexible steel conduit - Fed Spec WW-C-566 2. Zinc coated steel conduit - Fed Spec WW-C-581. 3. Rigid aluminum conduit - Fed Spec WW-C-540. 4. Device plates - Fed Spec W-P-455. 5. Fittings, cable and conduit Fed Spec W-F-406 and W-17408. 6. Conduit outlets, Cast metal or malleable metal - Fed Spec W-C-586. 7. Receptacles - Fed Spec W-C-596. 8. Toggle switches, single unit type - Fed Spec W-S-896. 9. Friction tape - Fed Spec HH-1-510. 10. Plastic tape - Fed Spec HH-1-595. 11. Rubber tape - Fed Spec HH-1-553. 12. Tubing, electrical zinc coated metallic steel - Fed Spec WW-C-563. 2.02 CONDUIT MATERIALS AND COMPONENTS A. For each electrical raceway system indicated, provide a complete assembly of conduit, tubing or duct with fittings including connectors, nipples, couplings, locknuts, bushings, expansion fittings, other components and accessories as needed to form a complete system of the type indicated. B. Furnish conduit fittings designed and approved for the specific use intended. Furnish conduit fittings with insulated throats or bushings. Furnish rigid conduits with insulated bushings, OZ type A up to 2" trade size, Type B for 2 1/2" or larger conduit unless grounding bushings are required. Provide grounding bushings with insulated throats. C. Metal conduit, tubing and fittings: Provide metal conduit, tubing and fittings of the type, grade, size and weight indicated for each service. Where type and grade are not indicated, provide proper selection to fulfill the wiring requirements, and comply with the NEC for electrical raceways. 1. Rigid hot dipped galvanized steel conduit and fittings (RMC); FS WW-C-581, FS WW-17408 and ANSI C80.1. Provide split couplings equivalent to OZ Type SP. 2. Intermediate steel conduit and fittings (IMC); FS WW-C-581E and ANSI C80.4. 3. Electrical metallic tubing and fittings (EMT); FS WW-C-563, FS W-F-408 and ANSI C80.3. Furnish die cast steel compression type EMT fittings with split steel compression ring and insulated throats. Connectors may be uninsulated throat. D. Plastic Non metallic conduit, ducts and fittings: Provide non metallic conduit, ducts and fittings of the type, grade, size and weight indicated for each service. Where type and grade are not indicated, provide proper selection to fulfill the wiring requirements, and comply with the NEC for electrical raceways, and with type selected in accordance with applicable standards. Provide conduits suitable for temperature rating of conductor and not less than 90' C. 1. PVC conduit and fittings (NMC, RMC); NEMA Standards Pub. No. TC-2 and TC-3, Schedule 80 for RNMC; Schedule 40 for NMC. 2.03 OUTLET BOXES, PULL BOXES, JUNCTION BOXES, FABRICATED MATERIALS A. Provide galvanized steel interior outlet wiring boxes of the type, shape and size, including depth of box, to suit each respective location and installation; constructed with stamped knockouts in back and sides, and with threaded holes with screws for securing box covers or wiring devices. 1. In dry walls for single and two gang outlets, Appleton type 4S and 4SD with No 846 and 847 covers not more than 1" high and masonry boxes for 3 or more gangs. LUBPRK 116110 - 2 September 23, 1996 7 2. In concrete block or similar masonry walls, No M 1-250 M2-250 or M3-250 for 1, 2 and 3 gang outlets in 4" thick walls, No. M1-350 for 1, 2 and 3 gang outlets in thicker walls and the same series for more gangs in common boxes in similar walls. 3. Surface mounted in dry locations, cast metal utility type boxes with rounded corners and matching coverplates. B. Provide corrosion resistant cast metal weather proof outlet wiring boxes of the type, shape and size, including depth of box, with threaded conduit ends, cast metal face plate with spring hinged waterproof cap suitably configured for each application, including face plate gasket and corrosion proof fasteners. Provide Appleton type FS or FD threaded outlet cast boxes. C. Provide galvanized sheet steel junction and pull boxes of the type, shape and size to suit each respective s location and installation, with screw on covers, with welded seams and equipped with stainless steel nuts, bolts, screws and washers. D. Provide galvanized cast metal conduit bodies of the type, shape and size to suit each respective location and installation, constructed with threaded conduit ends, removable cover, and corrosion resistant screws. E. Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, 'fixture studs, cable clamps and metal straps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual situations. F. Provide cast concrete boxes of the type and size as shown on the Drawings to suit each respective location and installation, constructed of cast reinforced concrete with bolt down cast iron cover marked "ELECTRIC", or as otherwise appropriate. Provide boxes as manufactured by Brooks Products, Dalworth Quickset or equivalent. G. Sidewalk Boxes: Provide boxes constructed of polymer concrete and reinforced by a heavy weave fiber glass of the size as shown on the Drawings to suit each respective location and installation, with standard weight bolt on gasketed cover marked "ELECTRIC", or as otherwise appropriate, Quazite PC Style. H. Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps and metal straps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual situations. 2.04 WIRING DEVICES A. Provide factory fabricated wiring devices of the type and electrical rating for the service indicated. Where type and grade are not indicated, provide proper selection to fulfill the wiring requirements. Provide wiring devices, including receptacles and switches colored to match wall plates, ie., use gray devices with stainless steel or brushed aluminum wall plates, ivory in ivory plastic plates, or brown where installed in brown, brass, or copper colored plates. Provide special purpose outlets of the appropriate color. B. Fumish receptacles which comply to NEMA Standards, Publication No. WD1 and in accordance with the following. Manufacturer and Catalog numbers used are Pass & Seymour, Inc. unless otherwise noted. Approved equivalents are Arrow Hart, General Electric and Hubbell. 1. Specification grade duplex receptacles: 15A, 125V NEMA 5-15R: P&S 5262 series; 20A,125V NEMA 5-20R: P&S 5362 series; red for emergency circuits. 2. GFCI receptacles: 20A, 125V NEMA 5-20R; P&S 2091 Series. Provide in all restrooms, rwithin 6 ft of a sink, and outdoors and where indicated. Furnish GFCI receptacles in conformance with UL 943, Class A and complete with integral test switch, reset switch and trip indication. Do not use feed through feature. LUBPRK 16110 - 3 September 23, 1996 f 3. Weatherproof Outlets: Furnish ground fault circuit interrupting (GFCI) receptacle with TayMac raintight while in use cover. Install separate GFCI device at each location. Do not use feed through feature. 4. Special purpose receptacles: Furnish P&S specification or commercial grade, of the NEMA configuration scheduled, complete with matching rated plug, installed on the appliance if the appliance is present; or turned over to the Owner for his use if no appliance is present. C. Switches: Furnish AC switches which comply with NEMA Standards Publication No. WD1 and in accordance with the following. Provide special purpose switches of appropriate color. Manufacturer and catalog numbers shown are Pass & Seymour, Inc. unless otherwise noted. Approved equivalents are Arrow Hart, General Electric and Hubbell. Provide switches rated for 120 - 277 volt AC, number of poles as required. 1. Standard switch, specification grade: 15A: 20A: Single Pole, 15AC1 Single Pole, 20AC1 Double Pole, 15AC2 Double Pole, 20AC2 Three Way, 15AC3 Four Three Way, 20AC3 Way, 15AC4 Four Way, 20AC4 2. Weatherproof switch cover, P&S WP-1. 3. Number of poles for above switches are changed by the last number; for example, 20A or 15A 3 pole would be ACD203 or ACD3 respectively. 4. Provide switch terminal screws or connectors designed to accommodate and firmly terminate up to No. 10 solid conductors. 5. Use 15 ampere switches, except as follows: 20 ampere switches for loads in excess of 1200 volt amperes at 120 volts and in excess of 2,700 watts at 277 volts. Use HP rated switches approved for motor control or disconnect service when controlling or disconnecting motor loads in excess of 1/3 HP. D. Photocells, if any: Provide adjustable, SPST 120V AC Paragon CW201-M or equivalent, with relays as required. Supplement photocells operating multiple fixtures with an off -on -automatic switch. 2.05 WIRING DEVICE ACCESSORIES A. Wall Plates: Provide switch, duplex outlet, and telephone, and special purpose wall plates for wiring devices, with ganging and cutouts as indicated, provided with metal screws for securing plates to devices, screw heads colored to match finish 'of plate. Provide wall plates with the following additional construction features: 1. Material and Finish: Satin finished stainless steel, 0.04" thick, type 430, equivalent to P&S S603, "S" Series. B. Provide oversize plates where required to completely cover wall opening. Where oversize plates are used, provide oversize style for all plates within room. C. Where outlet boxes are surface mounted, provide galvanized steel plates manufactured specifically for surface mount applications and that match box size precisely. Do not overlap box edges with coverplates. PART 3. - EXECUTION 3.01 INSTALLATION - CONDUITS, GENERAL A. Conduit Materials and Applications: See table at end of Section. LUBPRK 16110 - 4 September 23, 1996 6 �. B. Install conduit and tubing products as indicated, in accordance with applicable requirements of NEC i and the NECA "Standard of Installation", and in accordance with recognized industry practices to insure that products serve the intended function. 1. Square -cut pipe ends, ream and remove cuttings. 2. Cut raceway accurately to fit; do not bend or spring pipe. 3. Swab each length of raceway after cutting or threading, but before installation, until surfaces are clean, inside and outside. t 4. Maintain no less than 1/2 inch between finished coverings on adjacent raceway. f C. Unless otherwise specified for special systems, install conduit wiring system complete from point of origin to outlets shown. Provide wiring systems complete with offsets, pull boxes, junction boxes, and fittings as required for a harmonious routing of the system. D. Take all necessary precautions to prevent the occurrence of electrolytic corrosion between dissimilar metals. Join dissimilar metals, where subject to moisture or condensation, with insulated couplings, properly jumpered for ground continuity. E. Where conduit penetrates concrete slabs or floors on grade, or where conduit penetrates floors that are subject to frequent moisture, hosing, or flooding; provide a two inch high curb extending two inches from the outer surface of the conduit penetrating the floor to prevent corrosion. Terminate conduit stub ups in couplings slightly above the finished concrete curb. Paint the stub up with ScotchKote Protective Coating Scotchkote or equivalent a minimum of 6 inches above and below the finished surface of the concrete. F. Install 3/16" polyester stranded Jet Line rope or equivalent in empty raceways up to 1 1/2" trade size, 200# steel pull wire, conduit 2" and larger. G. Complete electrical raceway installation before starting the installation of conductors. H. Cap open ends of raceways until conductors are installed. I. Size conduits in accordance with NEC conduit fill requirements as a minimum unless larger size is indicated on the Drawings. Minimum conduit size; 1/2" trade size. J. Unless otherwise indicated on the drawings, install conduit concealed in walls, partitions, furred spaces and above the ceiling. Install conduit exposed in ceiling area at the structure in electrical rooms, mechanical rooms and other rooms where ceilings are not present or scheduled. Raceway may be run exposed in the following areas: 1. Mechanical rooms and chases. K Where raceway cannot be concealed in finished areas as described above, obtain written approval, prior to installation, from the Architect -Engineer. Where raceway is exposed in finished areas and where ceilings are present or scheduled, provide Surface Metal Raceway as hereinbefore described. L. Where exposed, run in the neatest, most inconspicuous manner, parallel or perpendicular to the building lines. In mechanical rooms or other areas with equipment install conduit to equipment not adjacent to walls, by dropping conduits exposed from overhead. Do not bridge walk ways, area ways, equipment access ways or spaces wider than 18" with conduit. M. j N. LUBPRK Install conduit in slabs only when indicated on drawings, above waterproofing and in such a manner so as not to damage the integrity of the concrete. Install RMC or IMC at all locations with the following exceptions permitted. 1. EMT may be used where conduits are 2" or smaller and are not subject to damage as follows: a. Exposed inside building, 18" above the floor 16110 - S September 23, 1996 b. In dry walls. C. In masonry walls. d. Above ceilings. 2. Install Plastic conduit directly buried in earth or where subject to corrosive environment. Install NEC ground wire in all NMC or RNMC conduit, including service entrance conduits. a. PVC schedule 40 (NMC) where direct buried. b. PVC schedule 80 (RNMC) where exposed, size adjusted to have same fill area as if schedule 40 were used. This requirement includes stub -ups. O. Exterior conduits: Install conduits outside of building lines at a minimum depth of 36 inches below finished grade, below frost line, or as otherwise shown or scheduled on the Drawings. Maintain twelve inches earth or two inches concrete separation between electrical conduits and other services or utilities underground. Concrete encasement will not be required except as specifically detailed or noted on drawings. Provide rigid steel or IMC conduit where passing vertically through slabs on grade. P. Support exposed risers in wire shafts of multistory buildings. Q. Support horizontal and vertical conduits at intervals to prevent visible sagging. Support vertical conduits at intervals to prevent horizontal movement. R. Install conduits parallel and supported on Unistrut or equivalent trapezes and anchored with split ring hangers, conduit straps or other devices specifically designed for the purpose. Wire ties, solid strap, and perforated strap pipe hangers are not permitted. Fasten conduit with the following materials. 1. Hot dipped galvanized malleable iron one hole pipe straps, beam clamps, or steel rod hangers for single runs of conduit to be fastened to the structure. 2. Select rod hangers for weight supported, minimum size no 8; adjustable "J" pipe hangers, Kindorf C-149 for conduit; Kindorf type 6H for conduit 2" and smaller. 3. Caddy spring steel clamps and hangers and steel one hole snap straps may be used to fasten single runs of conduit up to one inch size to steel structures and support rods where conduit is run in ceiling space. 4. Multiple runs of conduit and other raceways: Support using continuous channel inserts or trapeze hangers made of steel framing channel and fastened with single bolt channel pipe straps. 5. Vertical runs of conduits of more than twelve ft: Support using galvanized U bolts or Kindorf C-210 riser pipe clamps on channel iron bearing plates at intervals of at least one clamp per joint. 6. Wood screws on wood. 7. Toggle bolts on hollow masonry. 8. Bolts and expansion anchors in concrete or brick. 9. Machine screws, threaded rods and clamps on steel. 10. Conduit clips on steel joists. 11. Furnish additional foundations, structures or pipe supports indicated or called for specifically, or that may be required for support. 3.02 INSTALLATION OF BOXES AND FITTINGS A. Install electrical boxes and fittings in compliance with NEC requirements and in accordance with the manufacturer's written instructions and with recognized industry practices to insure that the boxes- and fittings serve the intended purposes. B. Concealed installation: Use galvanized steel interior outlet wiring boxes. C. Boxes for metallic raceways, 4 inch by 4 inch nominal size and smaller: When located in normally wet or damp locations, when surface or flush mounted on outside of exterior surfaces, and when installed exposed up to 7 ft above interior floors and walkways, furnish the cast metal hub type. LUBPRK 16110 - 6 September 23, 1996 D. Junction boxes installed outdoors or subject to moisture: Furnish high impact plastic, aluminum or stainless steel NEMA 4 or NEMA 4X construction with threaded entry. E. Install insulated bushings on conduits entering boxes or cabinets, except threaded hub. Provide locknuts on both inside and outside of enclosure for grounding. Do not use bushings in lieu of locknuts. F. Install watertight seals and bushings where conduit and wire enter boxes, equipment, buildings, or fixtures. G. Color code outlet box covers as specified in specific section. H. Provide weather proof outlets for interior and exterior locations exposed to weather or moisture. I. Provide knock out closures to cap unused knock out holes where knock out holes have been removed. J. Locate boxes and conduit bodies so as to insure accessibility of electrical wiring. K. Round boxes, where conduit enters through the side of the box are not permitted L. Secure boxes rigidly to the substrate upon which they are being mounted. Solidly embed boxes in concrete or masonry. Support boxes to prevent lateral movement. Boxes supported by EMT or NMC conduit are not acceptable. M. Install outlets flush with finished walls or ceiling surfaces for concealed wiring. N. Install blank cover plates, painted to match surroundings, at pull boxes, junction boxes and all others to which no fixture or device is to be attached. O. Use masonry type boxes with square corners in unplastered tile walls to allow tile to be sawed out ( neatly around box. Position the bottom of boxes installed in masonry block walls for concealed wiring flush with the top of a block to minimize cutting of blocks. Locate the boxes horizontally to avoid cutting webs of block. Provide plates to cover any cracks between box and tile. Use oversize plates where necessary. P. Install outlet boxes flush mounted in walls and of suitable depth to contain the particular apparatus involved. Q. Use shallow type outlet boxes installed flush in plaster partitions. Install with at least 5/8" plaster covering on back of box. R. Protect boxes in such a manner as to prevent foreign material such as plaster from entering boxes. Thoroughly clean boxes of foreign materials before pulling conductors. S. Locate exposed pull or junction boxes subject to the owner's representatives approval. T. Install approved 3/8" fixture studs in outlets from which lights are suspended, fastened through from back of box. Anchor outlet boxes and particularly those supporting fixtures, securely in place in an approved manner. Support outlet boxes and fixtures from building structures, not from ceiling materials. Provide yokes, channels, studs or other supporting materials as required. U. Coordinate lighting fixture outlets with mechanical and architectural equipment and elements to eliminate conflicts and provide a workable neat installation. is V. Where more than one switch occurs at the same location, use multiple gang outlet boxes covered by a single plate. r LUBPRK 16110 - 7 September 23, 1996 r a W., Separate switches ganged in one box by a grounded metal barrier where system voltage exceeds 150 _ volts to ground. X. Provide fittings approved for grounding purposes or jumpered with a copper grounding conductor of appropriate ampacity. Leave terminations of such jumpers exposed. 3.03 LOCATION OF BOXES AND DEVICES A. The approximate location of cabinets, panel -boards, switches, light outlets, power outlets, etc., is indicated on the Drawings. These drawings, however, may not give complete and accurate information in regard to locations of such items. Determine exact locations by reference to the general building _ Drawings and by actual measurements during construction of the building, subject to the approval of the Architect -Engineer. B. The Architect -Engineer reserves the right to make reasonable changes in the indicated locations before — work is roughed -in without additional charge to the Owner. C. Wall Switch, Thermostat, Fire Alarm Pull Station, and other Wall Device Location. _ 1. Install wall switches and fire alarm pull stations, if any, at the heights and locations indicated on the Drawings. 2. Install wall switches and fire alarm pull stations, if any, not otherwise designated 48" above finished floor. D. Where shown near doors, install wall switches not less than 2 inches and not more than 12 inches from trim. E. Verify mounting heights of outlets indicated on the Drawings with the Architect -Engineer prior to installation. If the various heights are not verified, the owner may require that they be relocated; at the sole expense of the contractor. 3.04 CONDUIT MATERIALS LOCATIONS A. See Table on following page. LUBPRK 16110 - 8 September 23, 1996 CONDUIT MATERIALS RMC IMC EMT ENT RNMC NMC LTM FLX Outdoors, Showers, Kitchens (and otherwise subject to moisture): Exposed X X X Buried 1 1 X X Connection to vibrating eqpt 2 Connection to other eqpt X X X ! j Between controls on single unit 4 4 4 Control connect'n between units X X 5 +^" Stub -up for eqpt 1 1 X Not subject to moisture Exposed greater than 18" AFF X X X r Exposed less than 18" AFF X X Connection to vibrating eqpt 2 Connection to other eqpt X X X 6 r Between controls on a unit X X X 3 3 Controls between units X X X 5 5 Stub -up to eqpt X X In dry -wall, masonry, above clg X X X Buried beneath building 1 1 X X ti Exposed in mechanical rooms X X 2 r` Legend iMaterial is acceptable for indicated use with qualification indicated by number: 1. Wrapped and protected from corrosion. 2. Maximum length 30 diameters; provide slack of 10 diameters and external grounding conductor. 3. Maximum length of 60 inches. { 4. Use this material if not otherwise protected from abuse. 5. Maximum length of 18 inches at each connection. 6. Light fixtures only: Provide length of FLX, MC cable or relocatable whip that permits moving fixture +- into any adjacent ceiling tile cell. X. Material is acceptable for indicated use without qualifications. RMC Rigid metal conduit. IMC Intermediate metal conduit. f", EMT Electrical metallic tubing. ENT Electrical nonmetallic tubing. RNMC Rigid nonmetallic conduit (Sched 80). NMC Nonmetallic conduit (Sched 40). 7 LTM Liquidtight flexible metal conduit. LTN Liquidtight flexible nonmetallic conduit. FLX Flexible metallic conduit. POW MC Flexible metallic sheathed cable may be substituted for FLX. r LUBPRK End of Section 16110 - 9 September 23, 1996 7 r., Section 16120 CABLE, WERE, AND CONNECTORS, 600 VOLT PART 1. - GENERAL 1.01 DESCRIPTION OF WORK A. This work comprises the furnishing and installing of cable, wire and connectors as indicated on the drawings and as hereinafter specified. 1.02 SUBMITTALS A. Submit equipment and material lists for cable, wire and connector products. ,,,., PART 2. - PRODUCTS t 2.01 MATERIALS A. Furnish materials and equipment in conformance with the respective publications and other requirements specified below. 1. Conductors, insulated - Fed Spec J-C-30, types as specified. 2. Connectors, wire pressure - Fed Spec W-S-610. 3. Splice, conductor - Fed Spec W-S-610. 2.02 WIRE A. Generally, provide cable, wire and connectors of manufacturer's standard materials, as indicated by published product information. Furnish design and construction as required by the installation. B. Provide factory fabricated wire of the size, rating, material and type as indicated for each service. Where not indicated, provide proper selection as required to comply with installation requirements and with NEC requirements. Furnish minimum wire sizes as follows: 1. Wire for building power or lighting circuits: #12 copper with insulation as noted below. 2. Wire for outside area lighting: #8, including neutrals and grounds. C. Wire and cable insulation type: Where not specifically indicated otherwise, furnish 600 volt, 60' C or higher for #12 and #10 conductors and 75' C or higher for #8 and larger; or as follows: 1. Motor and Panel feeder conductors: Type THHW or THHN. 2. Branch circuits #12 and #10: Type THHW or THHN. 3. For branch circuit conductors serving lighting and power circuits whose fast outlet or light fixture is more than 100 ft from the panel measured along the conductor; furnish wire not smaller than #10 awg wire to the first device. D. Select from only the following types, materials, conductor configurations, insulation, and coverings: 1. UL Type THHN. 2. UL Type THHW. 3. UL Type XHHW. 4. UL Type RHH. 5. UL Type USE. E. Furnish copper conductors. 1. # 10 and 12 AWG: Furnish solid conductors. r ' LUBPRK 16120 - 1 September 23, 1996 PM f 2. # 8 and larger: Furnish concentric lay stranded, standard flexibility conductors. 2.03 CONNECTORS A. Provide factory fabricated, metal connectors of the size, rating, material, and types as indicated for each service. Where not indicated, provide proper selection as required to comply with installation requirements and with NEC standards. Select from only the following: 1. For wire sizes up to and including # 6 AWG, use insulated compression type, T & B Sta-con, Burndy Hylug, 3M Scotchlock or equivalent. 2. For sizes # 4 AWG to 250 MCM, use compression type or bolted type. 3. For 250 MCM and larger, use bolted or compression type. Furnish compression type with at least two indents, bolted type with at least two bolting elements, bolt spade lugs and pads with a minimum of two bolts, complete with belleville washers. 4. Do not use bolted or compression type connectors for more than two conductors, unless specifically approved for such use by UL listing. PART 3. - EXECUTION 3.01 INSTALLATION A. Install electrical cable, wire and connectors as indicated, in accordance with the manufacturers written instructions, the applicable requirements of NEC and the NECA standards, and as required to insure that products serve the intended function. B. Coordinate cable and wire installation work with electrical raceway and equipment installation work, as necessary for proper interface. C. Service entrance conductors: Provide type USE with either XLP or EPR insulation. D. Select cables on the basis of their purpose and UL listing. Generally, use Types XHHW, THHW and THHN in building interiors and other dry locations. Outdoors and underground in raceways, use type RHW or THHN. For direct burial, use type USE. For conductors subject to abrasion, such as in lighting poles, use type THHN. E. Swab conduits to remove foreign material immediately prior to pulling cable. F. Pull conductors together where more than one is being installed in a raceway. G. Use pulling compound or lubricant, when necessary, compound must not deteriorate conductor and insulation. H. Do not use a pulling means, including fish tape, cable or rope which can damage the raceway. I. Install exposed cable, parallel and perpendicular to surface or exposed structural members and follow the surface contours, where possible. J. Install splices and taps which have equivalent or better mechanical strength and insulation as the conductor. K. Keep conductor splices and taps accessible and to a minimum. L. Use splice and tap connections which are compatible with the conductor material. LUBPRK 16120 - 2 September 23, 1996 Securely waterproof outdoor and underground splices with vulcanizing tape and overall wrap of Scotch #33 or equivalent. Install heat shrink tubing over outdoor and underground splices. 3.02 TESTING A- Test feeder circuits, branch circuits in excess of 100 amp breaker or fuse rating, and outdoor power and lighting conductors, including phase and neutrals clear of faults, high resistance connections and megger test same at 600 volts DC. Conduct tests in accordance with the applicable sections of ICEA S-66-524 and NEMA WC7-1971. Reject the wiring installation if test results below one megohm are obtained. Replace and retest all such rejected conductor. Submit test reports to Owner's Representative. B. Test ground conductors for continuity from end of circuit or device to panel board. Test panel board grounds for continuity to service entrance equipment. Submit test reports to Owner's Representative. Replace and retest all such rejected grounds. C. Test earth grounds for ground resistance in accordance with applicable standards using an earth ground resistance meter. Supplement earth grounds with two additional ground rods where earth ground resistance is larger than 25 ohms. LUBPRK End of Section 16120 - 3 September 23, 1996 d Section 16470 PANELBOARDS, DISCONNECT SWITCHES AND ENCLOSURES PART 1. - GENERAL 1.01 DESCRIPTION OF WORK r A. The types of panelboards and enclosures required for the project include the following: 1. Lighting and appliance panelboards. B. The types of safety or disconnect switches required for the project include the following: 1. Service Entrance disconnects. C. Furnish fuses used in electrical apparatus, but not furnished by the manufacturer of the apparatus under this i section. 1.02 QUALITY ASSURANCE r 9 A. Furnish panelboards to comply with the following industry standards: 1. UL Standards: Panelboards - UL 67. 2. Cabinets and Boxes - UL 50. 3. Circuit Breakers and Switchboards - UL 891. 4. National Electrical Code. 5. NEMA Standard - PBL 6. NEMA Standard - PB2. 7. Molded Case circuit breakers - Fed Spec W-C-375. 8. Lighting and Appliance Branch Circuit boards, Feeder and Distribution Panelboards; Fed Spec W-P-115, i Class 1 & 2, type as specified hereinafter. B. Safety switches: Comply with applicable provisions of UL # 98 and NEMA KS-1. C. Submittals: Provide itemized listing of panelboards, included protective devices, ratings, etc, including dimensional information. Provide manufacturer's catalog literature. PART 2. - PRODUCTS 2.01 MATERIALS A. Furnish materials and equipment that conform to the respective publications and other requirements specified below: 1. Molded case circuit breakers: Fed Spec W-C-375. 2.02 SWITCHBOARDS AND PANELBOARDS, GENERAL A. Furnish and install approved panelboards of the types indicated and specked herein at locations as shown on the drawings. B. Furnish panelboards rated SE where required for Service Entrance duty. C. Furnish panelboards with completely factory assembled interiors. D. Where this specification is in conflict with panelboard schedules, furnish equipment as scheduled. LUBPRK 16470 - 1 September 23, 1996 r i E. Furnish horizontal and vertical bussing and connections between compartments by means of 98% conductivity copper or equivalent ampacity aluminum bus. Furnish UL listed CU/AL type lugs. F. Fused switches: 1. Up to 600 Ampere: Furnish heavy duty quick make, quick break. G. Furnish panelboards with interrupting capacity as scheduled or as required by the available fault current, whichever is greater. H. Unless otherwise noted, provide full size insulated neutral bars. Arrange bus bar taps for panels with single pole branches for sequence phasing of the branch circuit devices. Furnish neutral bussing with a suitable lug for each outgoing circuit requiring a neutral connection. Furnish a ground bus in all panels. I. Provide boxes at least 20 inches wide made from galvanized steel. Provide gutter space in accordance with National Electrical Code. Where feeder cables supplying the mains of a panel are carried through its box to supply other electrical equipment, size the box to include the additional required wiring space. J. Drawings have been prepared using the smallest available equipment as a guide. Where switchgear, panelboards, and enclosures larger than those shown are required or desired by the Contractor, Prepare shop drawings showing the area in which the gear is to be installed, other items such as mechanical equipment, and the placement of the switch gear within that space. Such shop drawings will be reviewed for compliance with the intent of the contract drawings and the spaces available for the electrical apparatus. K Furnish only front accessible panelboards. L. Furnish doors with flush type cylinder lock and catch, except doors over 48 inches in height, furnish auxiliary fasteners top and bottom of door in addition to the flush type cylinder lock and catch. Furnish panelboard trim clamps of the indicating type. M. Furnish concealed type door hinges, equipped with cylinder type locks, all keyed alike. N. Identification: 1. Panelboards: Include directory frame and card having a transparent cover furnished with each door. Provide typed circuit directories indicating the area or equipment being served. Present one extra copy of the panelboard schedules to the Owner's representative at the completion of the project. O. Trim: 1. Exterior and interior steel surfaces: Properly clean and prime with a rust inhibiting phosphatized coating. Finish with a gray ANSI 61 paint. 2. Overlap trims for flush panels for at least 3/4 inch all around the box. 3. Furnish surface trims with the same width and height as the box. 4. Mountable by a screwdriver without the need for special tools. 5. Furnish trim clamps that are not accessible when the panel door is closed and locked P. Furnish factory assembled panelboards manufactured by General Electric, TTE/Siemens, Square D or Westinghouse. Q. Furnish with full capacity and full length busses in each vertical section, with provisions for the addition of devices, but not including lugs, etc. Furnish solderless type UL Listed lugs. 2.03 DISCONNECT SWITCHES A. In accordance with the service indicated, use 250 or 600 volt switches, single throw, fusible, or non -fusible, horsepower rated, heavy duty if fused, general duty if not fused, designed for locking in "ON" or "OFF" position, in code gauge steel cabinets, multiple padlock feature and cover interlock with defeat as required by the application and the NEC. LUBPRK 16470 - 2 September 23, 1996 r r a I r d B. Furnish disconnect switches of the same manufacturer as the panelboards. C. Use switches which have number of poles required, dependent on equipment requirements. D. Use NEMA 311 switches where exposed to weather, with weatherproof threaded hubs for top or side conduit entries into switch. E. Identify switches, as to equipment served, with engraved laminated plastic plates. Refer to Electrical Identification section of this specification. 2.04 LIGHTING AND APPLIANCE PANELBOARDS A. Lighting and Appliance Panels: Furnished and install as scheduled. B. Panelboard bussing may be copper or aluminum. Furnish with UL Listed ALICU type lugs. C. For 240 volt heavy duty service: Furnish Square D NQOB, General Electric AQ, Westinghouse WEB or equivalent with GE or equivalent THQB, SqD QOB, or Cutler Hammer CHB bolt -in circuit breakers. PART 3. - EXECUTION 3.01 INSTALLATION OF SWITCHBOARDS, PANELBOARDS AND ENCLOSURES A. Install switchboards, panelboards and enclosures, including electrical connections, in accordance with the manufacturer's written instructions, the applicable requirements of NEC and the NECA "Standard of Installation", and in accordance with recognized industry practices to insure that products serve the intended function. B. Install panelboards and enclosures fully recessed in all areas except electrical and mechanical rooms. C. Coordinate installation of panelboards and enclosures with cable and raceways installation work. D. Connect A, B and C, phases respectively to bus number 1, 2 and 3 from left to right or top to bottom. E. Arrange circuits as near as possible to circuit numbers on the drawings. At completion of project, take current readings and balance panels as near as possible. Submit panel ampere readings to Owner's representative. F. Anchor enclosures firmly to walls and structural surfaces, insuring that they are permanently and mechanically secured. G. Furnish and install 20 gauge galvanized sheet metal chase covers above and below surface mounted panels in accessible areas except mechanical rooms. Install three (3) spare one inch conduits to ceiling space where panels are flush mounted in finished areas. H. Place free standing or floor mounted equipment on housekeeping pads. Refer to general section of the specifications. 3.02 TESTING A. Performance test the coordination and ground fault protection system when first installed on the site. Conduct the test in accordance with instructions provided with the equipment. Keep a written record of this test and make available for inspection by the local code authority. LUBPRK End of section 16470 - 3 September 23, 1996 Section 16510 INTERIOR BUILDING LIGHTING PART 1. - GENERAL 1.01 DESCRIPTION OF WORK A. The extent of building lighting fixture work is indicated on the drawings and in schedules, and by the requirements of this section. B. The types of building lighting fixtures required for the project may include the following: 1. Incandescent type fixtures (INC). 2. High intensity discharge type fixtures (HID). a. High pressure sodium type fixtures (UPS). C. The applications of building lighting fixtures required for the project are shown in fixture schedules on the drawings and in these specifications and shall include the following: 1. General lighting. 1.02 SUBMITTALS A. Luminaires: The contractor shall submit complete documentation showing the type, size, rating, style, catalog number, manufacturer's names, photos, and or catalog data sheets for all items including fixtures, lamps ballasts, lens, mounting methods and materials. r PART 2. - PRODUCTS ( 2.01 PRODUCTS A. Materials and equipment shall conform to the respective publications and other requirements specified below. 1. Ballast, fluorescent type, Fed Spec W-B-30. 2.02 BUILDING LIGHTING FIXTURES A. Fixtures installed outdoors, or otherwise subject to moisture shall be gasketed, UL Listed damp proof. B. Provide lighting fixtures, of the size, type and rating indicated: complete with, but not necessarily limited to, lamps, lamp holders, reflectors, ballasts, starters and wiring. C. HID (MV, MH, HPS) ballasts: Manufacturer shall warrant that ballast and lamp combinations actually used shall operated at the nominal rating (400 watt at 400 watt) of the lamp after one hour of continuous operation, plus or minus 5% at rated voltage. Ballast sound ratings shall not exceed recommended values as suggested in NEMA Publication LE2-1974, "HID Lighting System Noise Criterion (LSNC) Ratings", with appropriate corrections made for illuminance level. 1. High Pressure Sodium (HPS) Ballasts: Shall be lag type regulator, high power factor, potted or encapsulated. D. Lamps: 1. Incandescent (INC) Lamps: Shall be inside frosted "A" shape, 130 volt standard life, or 120 volt 2000 hour lamps. Quartz lamps shall be 120 volt, 3000 hour type where available. R and PAR 7type lamps shall be 120 volt, 2000 hour. Other lamp types shall be as scheduled. LUBPRK 16510 - 1 September 23, 19% 2. High Pressure Sodium (HPS) Lamps: Shall be clear or diffuse as required by the fixture and application or as scheduled. — E. Fixture Types: Refer to schedule on Drawing. PART 3. - EXECUTION 3.01 INSTALLATION — A. Install building lighting fixtures of the types indicated where shown, in accordance with NEMA standards and requirements of the National Electrical Code pertaining to installation of interior lighting — fixtures and with applicable portions of NECA's "Standard of Installation". B. If a type designation is omitted, furnish fixture of the same type as is shown for rooms of similar usage. Verify before purchase and installation. C. Check the building electrical system requirements and architectural finishes, and regardless of the catalog number prefixes and suffixes shown, furnish fixtures with the proper trim, frames, supports, — hangers, ballasts, voltage rating, and other miscellaneous appurtenances to properly coordinate with said conditions. D. Fixtures shall be supported to structural members of the building and shall not be supported solely by ceiling tiles, plaster or sheet rock: Fixtures may be supported from not less than two main tees where permitted. 3.02 ADJUST AND CLEAN A. Upon completion of the project, the contractor shall clean all fixtures, inside and out, including plastics _ and glassware, adjust all trim to properly fit adjacent surface, replace broken or damaged parts, and lamp and test all fixtures for electrical as well as mechanical operation. Incandescent type fixture_ s shall be relamped with new lamps. B. The contractor shall aim fixtures which require aiming, such as track lights, wall washers, etc., at the direction of or in the presence of the Owner's representative. C. Protect installed fixtures from damage during the remainder of the construction period 3.03 SPARE LAMP STOCK A. Furnish a stock of replacement lamps in the original cartons or packing sleeves, amounting to 10%, but not less than two lamps of each type and size used in each fixture type. Deliver replacement stock as directed to the Owner's storage space. End of section LUBPRK 16510 - 2 September 23, 1996