Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2000-R0415 - A - 11/07/2000
Resolution No. 2000-RO415 November 7, 2000 Item No. 45 RESOLUTION 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 for Lubbock Police Academy Small Arms Range Facility per ITB #228-00/RS, by and between the City of Lubbock and Lubbock Building Services, Inc. of Lubbock, Texas, and related documents. Said contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 7th ATTEST. . k�a�:A� I ", 0 � �- Kaythi Darnell, City Secretary APPROVED AS TO CONTENT: 1 Victor Kilman, Purchasing Manager APPROVED AS TO FORM: William de Haas Competition and Contracts Manager/Attorney Gslccdocs./Lubbock Services,Inc. 102500 day of November , 2000. J0 V) WINDY tb, . ITB #00-228, Addendum #7 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING F1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #7 ITB #00-228 Lubbock Police Academy Small Arms Range Facility MAILED TO VENDOR: October 19,2000 OLD CLOSE DATE: October 19, 2000 @ 2:00 P. M. NEW CLOSE DATE: October 24, 2000 @ 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. SPECIFICATIONS Item No. 1 (RE: SECTION 11890 — SHOOTING RANGE EQUIPMENT) Section 11890, Clarification to paragraph 2.02, subparagraph B-2.0 as follows: C. Delete the words ."...adjacent to the local control for the target system..." There are no local controls for Target System. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK 4 fi 01/ Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 00-228add7 ITB #00-228, Addendum #6 City of Lubbock ' PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #6 ITB #00-228 Lubbock Police Academy Small Arms Range Facility MAILED TO VENDOR: October 18,2000 OLD CLOSE DATE: October 19, 2000 @ 2:00 P. M. NEW CLOSE DATE: October 24, 2000 @ 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. Section 2670-New Water Well 1.03 General Requirements Diameter of drilled hole shall be 9". Total depth to Red Bed is 160'. Therefore the well shall begin 5' from bottom of formation , have a 40' well screen, a 15' gravel pack with a Bentonite seal and the remaining depth of 100' to the ground surface. 2.02 Well Screens Well screen shall be a 50,000 stainless steel screen with a 5" O.D. 2.03 Gravel Pack Gravel pack shall be an 8-16 gravel pack produced by Oglebay Norton Industrial Sands or approved Equal. Gravel pack shall be 15' above the well screen and shall be contained by a Bentonite seal 2.04 Construction of Gravel Pack D. Omit the gravel conductor pipe from this project. E. Omit the 2" grout Pipe from this project Omit the 2" Level Monitoring steel pipe 3.03 Concrete Slab Wellhead In place of the specified wellhead slab a 1-1/2" pittless adapter is acceptable for this project. Piping should enter the building floor slab before the line is connected to the Liquid Chlorination System. Section 2673-Sumbersible Well Pump 2.01 Submersible Pump A. Operating Conditions Flow = 25 gpm TDH = 300' Horsepower = 2-3.5 Minimum pump efficiency = 50 % 00-228add6 I 9 9 11 u ITB #00-228, Addendum #6 * Note that Hp depends on pump efficiency achieved B. Pump Construction Pump shall consist of a 4" Goulds type 18GS30432 - 25 gpm pump or approved equal. *230 volt pump will require a buck booster transformer Submersible Electric Motor Motor shall consist of a 4" Franklin Electric Motor 230 volt/ 3 phase All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, ClOF LUBVOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 00-228add6 ITB #00-228, Addendum #5 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 162513TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #5 ITB #00-228 Lubbock Police Academy Small Arms Range Facility MAILED TO VENDOR: October 13, 2000 CLOSE DATE: October 19, 2000 @ 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. Please find enclosed the specifications for section 15010, 15065, 15094, 15105, 15220, 15301, 15450, 15829, 15840, 15870 not included in Addendum #2. .All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY OFALUBOCK RonShu Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 00-228add5 1.02 DEFINITIONS A. Wherever the term "Mechanical Contractor" appears in this Division of the Specifications, it is to be construed as referring as being both individually and collectively to the air conditioning / heating Contractors. B. Any reference to the "Architect/Engineer" shall mean Contracting Officer. C. Any reference to the "Owner" shall mean Mansfield Independent School District. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Before submitting a Proposal, the Contractor shall familiarize himself with the rules of all governing boards having jurisdiction, and shall notify the Owner before submitting a Proposal, if in his opinion, any Work or material specified is contrary to such rules; otherwise, the Contractor is responsible for the approval of all Work or materials at no extra cost to the Owner, and in the use of any material specified is not permitted, a substitute shall be approved by the Owner and shall be provided at no extra cost. B. Work shall conform to the latest edition of the following: 1. Local Mechanical and Building Codes. 2. Requirements of Electric Utilities Departments having local jurisdiction. 3. U.L. Underwriters Laboratories, Inc. 4. I.E.E.E. Institute of Electrical and Electronic Engineers. 5. A.W.S. American Welding Society 6. A.S.T.M. American Society for Testing and Materials. 7. N.E.M.A. National Electrical Manufacturing Association. 8. A.S.M.E. American Society of Mechanical Engineers. 9. O.S.H.A. Occupational Safety and Health Administration. 10. 10. N.F.C. National Fire Code. 11. 11. A.R.I. American Refrigeration Institute. 12. 12. N.F.P.A. National Fire Protection Association. 13. 13. ASHRAE American Society of Heating, Refrigeration, Air Cond. Engineers 1.04 QUALIFICATIONS A. Contractor of Work specified herein is required to have engaged in mechanical contracting business for a minimum of two (2) years to Proposal date and be prepared to show evidence and references if required by Owner. B. It will be assumed that the familiar with all regulatory performed accordingly. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 Contractor, by submitting a Proposal, has become agencies listed above and that the Work will be 15010.2 GENERAL MECHANICAL PROVISIONS 1.07 GUARANTEE AND WARRANTY A. All Work shall be guaranteed for a period of one (1) year for the date of final acceptance. Purchase and supply an additional Manufacturer's warranty on all components cover by such. B. Any material failing to give satisfactory service during the guarantee period shall be replaced with new materials. Guarantee shall include the replacement of materials, equipment, oil, refrigerant, and labor at no additional cost to the Owner. 1.08 SPECIAL CONDITIONS OF WORK A. All work may possibly take place while building is occupied. Proper precautions will be taken to insure the safety of the occupants. 1.09 SITE INVESTIGATION A. The Contractor is to visit the site and ascertain conditions to be met there in installing the Work and make due provisions for same in the Proposal. 1. It will be assumed that the Contractor in submitting a Proposal has visited the site and that the Proposal covers all Work necessary. 2. Failure to comply with this requirement shall not be considered justification for omission or faulty installation of any Work or for payment of extra compensation of Work covered by specifications and plans. B. Locations and elevations of utilities shown on plan have been obtained from site utility plans, existing plans, and site inspection. The Contractor shall examine the site and verify the location and elevation of all utilities, and shall be adequately informed as to their relationship to the Work before entering into a contract. 1.10 SAFETY STANDARDS A. It is the responsibility of the Contractor to initiate, maintain, and supervise all safety precautions required by local, state and federal laws, School District Building and Site Design Safety Requirements including OSHA and NFPA codes and standards. B. All Manufacturers named are a basis as a standard of quality, and substitutions of any equal product will be considered for acceptance. The judgment of equality of product substitution shall be made by the Engineer. C. Procure all necessary and usual inspections and certificates for all Work installed, including tap fees, and: 1. Deliver to Owner before final acceptance. 2. Pay all charges for connection to utilities, 3. Pay all inspection fees necessary. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15010 - 4 GENERAL MECHANICAL PROVISIONS 2. Where details are not shown, they shall be constructed according to the recommendations of the Manufacturer of the respective equipment and with the approval of the Architect. 3. All corners of the foundations shall be neatly chamfered. Foundation bolts shall be placed in the forms when the concrete is poured in galvanized steel pipe sleeves to allow for adjustment, with a suitable plate at bottom end of the sleeve to hold the bolt. Allow one inch (1") below the equipment bases for alignment, leveling and grouting. 4. Grouting shall be done after the equipment is leveled in place. After the grout has hardened, the foundation bolts shall be pulled up tight and the equipment shimmied, if necessary. 5. After removal of the forms, the surface of the foundation shall be rubbed. 6. Unless otherwise noted, foundations shall be six (6") inches high. Reinforcing shall be #3 bars at six (6") inches on center each way unless indicated otherwise. 3.03 OPENINGS IN FIRE AND SMOKE -RATED FLOORS AND WALLS A. All openings in fire and smoke -rated floors and walls, shall be completely sealed after ducts and piping installation for a completely air -tight fire rated installation. Seal including fire dampers shall be non-combustible and UL approved and rated. 3.04 SLEEVES A. Where concealed pipes pass through partitions, walls, and floors, provide galvanized steel pipe sleeves of sizes to readily accommodate pipe, or pipe plus insulation. 1. For vertical pipes and conduit through concrete beams, provide sleeves of galvanized steel pipe. B. Pipe projecting through structure to be made water -tight. 3.05 EQUIPMENT BASES A. Equipment bases for all HVAC equipment shall be provided for by the Contractor as detailed on the plans. The Contractor shall support all items with necessary equipment to be directly supported on roof. 3.06 FLOOR AND CEILING PLATES A. Except as otherwise noted, provide and install chrome -plated sectional floor and ceiling plates around pipes passing exposed through walls, floors and ceilings. B. Solid plates with set screws shall be used on any lines where the sectional plates will not stay in place or are not available in adequate size. LUBBOCK POLICE RANGE FACILITY 15010 - 6 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS B. Where mechanical Work occurs in masonry walls, the installation shall be sufficiently complete in advance of construction. 1. Fittings, appurtenances, etc., shall be installed in such a manner and at such locations as to avoid unnecessary cutting of masonry units. 2. Work erected in advance of masonry shall be securely supported, permanently braced and held in position to prevent displacement. Cutting and fitting of masonry around properly located equipment will be done by masons. 3. Place Work located in partitions or ceilings ahead of the construction, with equipment wired in place. 4. The Subcontractors shall have a representative on the job during all concrete pours to insure that all of the equipment is adequately supported and protected and will not be adversely affected by such operations. C. Cooperate with the local utility companies in such a manner that the installation of all services proceeds in an orderly manner, and meets all requirements of the specific companies involved. 3.12 SUPERVISION A. All Work in connection with this Contract will be under the supervision and to the entire satisfaction of the Owner or an authorized representative who shall determine all questions as to the satisfactory completion of the Work, or any part thereof, and defects to be remedied. B. The Contractor shall give personal attention to all parts of the Work and shall employ only skilled and reliable Workers in the performance thereof. They shall accord the Owner the right to decide upon and discontinue the services of any Worker who does not possess satisfactory skill and qualifications, or its otherwise objectionable. 3.13 PARTS LIST AND MAINTENANCE MANUALS A. At the close of the job, 30 days prior to final review, four bound copies of the following shall be submitted by transmittal to the Architect and Owner for review and acceptance. 1. Equipment warranties. 2. Contractor's warranty. 3. Parts list and manuals for all equipment with names and addresses of Manufacturers. 4. Operating Instructions (in writing). 5. Balance and Test readings. 6. Written instructions on maintenance and care of the systems. 7. As -built equipment shop drawings, all cuts and capacity information. B. Brochures shall be bound, indexed and tabbed, referencing items to the plans and specifications regarding locations of equipment and materials. LUBBOCK POLICE RANGE FACILITY 15010 - 8 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS 3.19 ACCESSIBILITY A. All equipment shall be installed in such a way that all components requiring access (such as drain pans, drains, fire dampers, control dampers, control operators, motors, drives, etc.) are so located and installed that they may be serviced, rest, replaced or recalibrated, etc., by service people with normal service tools and equipment. 1. If any equipment or components are shown in such a position that this Contractor cannot comply with the above, the Contractor shall notify the general Contractor and attempt to resolve the problem of access. 2. If this consultation is not successful, the Architect and Engineer shall be notified in writing and a decision requested. 3.20 EQUIPMENT START-UP AND TESTING A. The Contractor shall instruct the Owner's operating personnel in the proper operation, maintenance, lubrication and general operating requirements of the system. A certificate stating the date shall be submitted so the Architect prior to final acceptance of the Work. B. The Contractor shall conduct start-up and operating test of each major item of equipment in accordance with Section 15050 - Testing and Balancing. 1. During The operating text, the Contractor shall operate each item of equipment to the satisfaction of the Engineer. 2. At least seven days notice shall be given to the Engineer prior to Equipment start-up and operating test. 3. All test and balance reports required in Section 15050 shall be presented to the Engineer prior to these tests. 4. In addition, the "catalog data" called for shall be available prior to the test being made. 3.21 WORK NOT INCLUDED A. Openings in floors, walls, and roof shall be furnished by the General Contractor. The Contractor shall inform the General Contractor of the location and size required. 1. The Contractor shall furnish all sleeves, frames, including framing between joist unless shown on the Architectural or Structural drawings, access doors, prefabricated curbs, and other accessories necessary for a complete installation. 2. Only those items specifically shown and/or specified in other Sections are excluded. B. Flashing of roof for curbs, pipes, stands, etc., shall be by the general Contractor (roofer). (Curbs and counter flashing shall be by the Contractor.) C. Power wiring, including final connections, is by the Electrical Contractor. LUBBOCK POLICE RANGE FACILITY 15010 -10 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS drawings, the subcontractor shall properly allow for this in his installation and price. PART 2 - PART 2 - PRODUCTS 2.01 PIPE APPLICATIONS AND MATERIAL A. Domestic Underground Piping Exterior and Under Slab: Above Ground within Building: B. Sanitary Water and Vent within Building: Option Option C. Underground Storm Drainage: D. Gas Pipe: E. Condensate Drain F. Storm Drain Piping in Building Option Type K, Soft Copper annealed temper. Type L, hard drawn temper, wrought copper, soldered joint fittings. PVC; Cast iron soil pipe. Copper DWV. Galvanized steel (vents only) Same as Sanitary for both inside and outside building. Schedule 40 black steel. Type M Copper. Black steel Schedule 40, welded connections. Cast iron drainage pipe with hub joints or Victaulic couplings. 2.02 PIPE MATERIALS A. Copper Pipe: Type K, L, and M Copper pipe shall be manufactured in accordance with ANSI H23.1. B. Cast Iron Soil Pipe: 1. Cast iron Soil pipe shall be service weight cast soft pipe ASTM-A-74 with neoprene gasket compression joints. 2. Where allowed by local coed "No Hub" neoprene sleeve and stainless steel band and clamp type joints will be allowed except underneath slabs. C. PVC Drainage Pipe: Drainage piping shall be poly -vinyl chloride drainage waste and vent piping ASTM-D-2665-73. Sanitary drainage pattern fitting shall be used throughout. Install in complete accordance with IAMPOIS 9-75. LUBBOCK POLICE RANGE FACILITY 15065 - 2 SEPTEMBER 25, 2000 PIPE AND FITTINGS FOR MEP SYSTEMS B. Provide hanger rods and loops or sleeves, to support the pipe at the height and grade required for proper drainage and air elimination. C. Welding: 1. In general, black steel piping systems 2 1/2" in size and larger may be welded construction using either oxyacetylene or electric arc methods. 2. All welding shall be done by first class pipe welders meeting qualifications covered by the American Standard Code for Pressure Piping (ASA B31.1). Welding shall conform to the standards and requirements of this code and all applicable state and local codes. Architect/Engineer reserves the right to require qualifying demonstrations of any welder assigned to the job by this contractor. 3. Except as specified otherwise, changes in direction, intersection of lines, and reductions in pipe size shall be made with factory -fabricated welding fittings. Mitering of pipe to form elbows, notching or straight runs to form tees, or any similar construction will not be permitted. Welding fittings for steel piping shall be wrought carbon steel butt -weld fittings conforming to ASTM specification No. A234 and ANSI standard 1316.9 Weld fittings shall be standard weight. 4. Piping shall be cut smooth, square and burrs removed with a reamer before welding is begun. Welding electrodes shall be of the material compatible with the piping material used and shall be coated and of the diameter as recommended by the manufacturer for the type and thickness of work being done. Chill or back up rings will not be permitted. All welds shall be carefully chipped and thoroughly brushed clean after each pass. 5. In no case shall Schedule 40 pipe be welded with less than three (3) passes including one (1) tack, one (1) filler, and one (1) lacer. Schedule 80 pipe shall be welded with not less than four (4) passes including one (1) tack, two (2) filler, and one (1) lacer. 6. Galvanized pipe shall not be joined by weld. 7. Care shall be exercised for safety and fire protection during on -site field welding. 8. Welded pipe joints or connections shall be subjected to tests with hydrostatic pressure. Initial test pressure shall be 50% of normal system pressure or 50 psig, whichever is the greatest. This pressure being maintained until each welded joint has received the hammer test. The weight of the hammer shall be approximately two pounds and should be hammered around the entire welded joint. Final test at 250 psig or one and one-half times the systems operating pressure, whichever is the greatest and maintained a sufficient length of time to enable an inspection to be made of all joints and connections. General sweating of any weld is cause for its rejection, complete removal and rewelding. D. Threaded and Coupled joints: 1. Threaded and coupled piping pipe threads IPS threaded 2. Pipe shall be cut smooth and reamer. systems shall utilize only American Standard square and all burrs shall be removed with a LUBBOCK POLICE RANGE FACILITY 15065 - 4 SEPTEMBER 25, 2000 PIPE AND FITTINGS FOR MEP SYSTEMS 3. Gaskets used shall be ring form, dimensioned to fit accurately within the bolt circle, shall be 1/16" thick, and shall be machine -cut. Inside diameter shall conform to the nominal pipe size. 4. Bolts used shall be square head carbon steel bolts with semifinished hexagon nuts of ASTM A307-90 Grade B. Bolts shall each have a tensile strength of not less than 60,000 psi. 5. Flat -faced flanges shall be finished where required to match flanges on check valves, strainers, pumps and other equipment. H. Grooved Joints: 1. Grooved black iron or steel pipe may be cut or hydraulically grooved; however, galvanized iron pipe shall only be hydraulically grooved. 2. Mechanical grooved pipe couplings, butterfly and check valves and mechanical - T stub -ins, as manufactured by the Victaulic Company, may be used for piping systems and connecting mechanical equipment in lieu of welded, and/or chilled, and fire protection water systems, in piping 4" and over. 3. Piping materials for grooved pipe shall be standard weight black steel grade pipe conforming to ASTM Specification A53, Grade B, Type E or S, or ASTM Specification A120, Type E or S, standard square cut grooved to coupling manufacturer's specifications. 4. Couplings shall be Victaulic Style 75, 77, HP 70 and Style 07, "Zero -Flex" rigid type for grooved and pipe. Couplings segments shall be cast of malleable iron conforming to ASTM A-47 or ductile iron conforming to ASTM A-536. 5. Gaskets, elastomer type, shall have properties as designated ASTM C 2000. Water Service - Gasket supplied will be EPDM Grade "e" color coded green, conforming to ASTM 2000. Designation 2CA615A25B44Z for water services to 230 degrees F. 6. Bolts and nuts shall be heat treated carbon steel. Conforming to ASTM Al 83, minimum tensile 110,000 psi. 7. Branch Stub -in connections, where permitted, shall be made with Victaulic Mechanical - T styles 920, 921, and 922 in lieu of welded stubs. 8. Fittings shall be of grooved or shouldered and designed to accept grooved mechanical couplings without field preparation, and shall be malleable iron - ASTM A-047; and/or ductile iron - ASTM A-536. 9. Flanges for connecting flanges components into a grooved system shall be Victaulic Vic -Flanges. Flanges shall conform to #125 cast iron and #150 steel bolt hole alignment. Steel Pipe - Vic Flanges for steel pipe shall be Style 741 in sizes 4" - 12". Materials - Malleable Iron ASTM - A-47 Ductile Iron ASTM - A-536 10. Butterfly valves shall be Victaulic series 700, 703, and 704 or equal of grooved end design in sizes 4" through 12". Valves shall be lined with Grade "E" EPDM for operating conditions not to exceed - 30 to 200 degrees F temperature. All Butterfly valves 8" and larger shall be equipped with manual gear operator. LUBBOCK POLICE RANGE FACILITY 1506.1) - d SEPTEMBER 25, 2000 PIPE AND FITTINGS FOR MEP SYSTEMS 2. Solid plates with set screws shall be used on any lines where the sectional plates will not stay in place or are not available in adequate size. L. Expansion/Contraction: 1. Piping shall be installed with due regard to expansion and contraction, and in such a manner as to excessive strain and stress in the piping, in connection and in equipment to which piping is connected. Provide expansion loop and pipe anchor as required. Anchor should be located near beams or joist. M. Painting: 1. Refer to Section 15010 -General Mechanical Provisions. N. Insulating Bussings: I. Insulating bussing to separate copper and galvanized and/or black steel pipe, at all points with cast iron water pipe, copper, galvanized or black steel pipe rise up out of ground on house side of gas meter and elsewhere as required. O. Sleeves and Sleeve Seals Installation: 1. Provide pipe sleeve of galvanized steel at each wall or floor penetration. Sleeve shall be no lighter than 18 gauge and shall be built into the wall or floor during construction of the wall. Where pipes are insulated, the sleeve shall allow for insulation thickness. 2. Wall sleeves shall be even with both sides of the finished wall. 3. Floor sleeves shall project approximately 1/2" above the finished floor and be even with the underside of the ' floor. Floor sleeves shall be cast in place or permanently sealed into the floor structure to prevent any water on the floor above from the following pipe system. P. Escutcheons Installation: 1. Install escutcheons on piping through walls and ceilings where penetration is exposed to view. 2. Install escutcheons on exterior of building on piping penetrations through walls. 3. Secure escutcheon to pipe or insulation so escutcheon covers penetration hole and is flush with adjoining surface. 4. Escutcheons for small pipes may be spring clip type. Escutcheons for larger pipes shall be held by set screws. Q. Cleaning and Treating of Pipe Systems 1. Every pipe system shall be cleaned to remove trash, mill scale, cutting oil, and welding and burning splatter from the lines before any control devices are installed. If such debris has collected in valves, the valves shall be disassembled and cleaned prior to closing for the first time. 2. After several hours of operation, each strainer shall be blown down. This shall be repeated as often as necessary to produce a clean discharge from the blowdown. Prior to turning system over to the owner, every strainer shall be removed and cleaned. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15065 - 8 PIPE AND FITTINGS FOR MEP SYSTEMS PART 2 - PRODUCTS 2.01 MATERIAL A. Provide an adequate pipe suspension system in accordance with recognized Engineering practices, using, where possible, standard, commercially accepted pipe hangers and accessories. B. All pipe hangers and supports shall conform to the latest requirements of the ASA Code for Pressure Piping, B 31.1 and Manufacturer's Standardization Society documents MSS SP-58 and MSS SP-69. C. The pipe hanger assembly must be capable of supporting the line in all operating conditions. Accurate weight balance calculations shall be made to determine the supporting force at each hanger in order to prevent excessive stress in either pipe or connected equipment. D. Where references below refer to "Type," there references shall be to Federal Specification WW-171. Where reference is to "Figure," it shall be to Fee & Mason designations used in their catalog. Equivalent products by Grinnell and others are acceptable. 1. Concrete Inserts - Where piping is supported from a concrete structure, inserts shall be type 18 or 19, or structural shapes where provided where a continuous insert is required. Where support rod size exceeds 7/8" diameter or where the pipe load exceeds the recommended load for the insert, use two inserts with a trapeze -type connecting member below the concrete. 2. Beam Clamps - Where piping is to be supported from structural steel, beam clamps, type 21, 28, 29, 60, or 31 shall be used. Beam clamp selections shall be on the basis of the required load to be supported. Where welded beam attachments are required, they shall be Figure 90, 131, 251, or 256. Holes drilled in structural steel for hanger support rods will not be permitted. 3. Riser Clamps - All vertical runs of piping shall be supported at each floor, and/or at specified intervals, by means of type 8 clamp for steel pipe, or Figure 368 clamp for copper tubing. For riser loadings in excess of the maximum recommended loads shown for the above items, clamps shall be designed in accordance with Figure 395 or 396. 4. Hanger Rods - Hanger fords shall be A.S.T.M. A-107 continuous threaded rod. Eye rods shall be Figures 288 and 228 WL. Where hanger rod sizes are catalog listed for a specified hanger, these sizes shall govern. Where hanger rod sizes are not listed, the load on the hanger shall be the determining factor listed, the load on the hanger shall be the determining factor, and the maximum recommended hanger rod load as shown below shall govern. 5. Hanger Rod Loading - Maximum hanger rod load shall not exceed: Rod Diameter Maximum Load 3/8" 610 pounds 1/2" 1130 pounds LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15094 - 2 HANGERS, ANCHORS, SUPPORTS AND SLEEVES e= The type 41 shield shall be applied to distribute the hanger load over the insulation and to eliminate damage to the vapor barrier on the covering. f. Base supports shall be type 39. 8. Brackets and Racks - Where piping is run adjacent to walls or steel columns, welded steel brackets, types 32, 33 and 34 shall be used as base supports. Multiple pipe racks or trapeze hangers shall be fabricated from channel and accessories designed for this purpose. 9. Spring Hangers - Spring hangers shall be installed at hanger points where vertical thermal movement occurs. For light loads and non -critical movements in excess of 1/4" , type 49, 50, or 51 variable spring supports shall be used. 10. Critical Systems - On critical systems, where movement is in excess of 1/2" constant supports, type 52 shall be used. For vibration and/or shock loadings, use Figure 470, 471 or 472 sway braces. Where it is necessary to reduce pipe vibration and sound transmission to building steel, Figure 403 or 404 vibration control hangers shall be used. 11. Anchors, Guides, Sliding Supports - Anchors shall be installed as shown on the piping drawings. They may be Figure 140, 141, or 159. Guides shall be Figure 120, 121, 122, or 165. Sliding supports shall be Figure 143 or 145. 12. Auxiliary Steel - All auxiliary steel necessary for the installation of the pipe hangers and supports shall be designed in accordance with the AISC Steel Handbook, shall be furnished by the Contractor, and shall receive one shop coat of primer paint. 2.02 PIPE SLEEVES A. Provide pipe sleeve of galvanized steel at each wall or floor penetration. Sleeve shall be no lighter than 18 gauge and shall be built into the wall or floor during construction of the wall. Where pipes are insulated, the sleeve shall allow for insulation thickness. B. Wall sleeves shall be even with both sides of the finished wall. C. Floor sleeves shall project approximately 1/2" above the finished floor and be even with the underside of the floor. Floor sleeves shall be cast in place or permanently sealed into the floor structure to prevent any water on the floor above from following the pipe system. 2.03 ESCUTCHEONS A. Provide escutcheon on each side of wall or floor penetrations to provide a finished appearance. For insulated pipes, the escutcheons shall surround the outside of the insulation. B. Escutcheons'for small pipes may be spring clip type. Escutcheons for larger pipes shall be held by set screws. LUBBOCK POLICE RANGE FACILITY 15094 - 4 SEPTEMBER 25, 2000 HANGERS, ANCHORS, SUPPORTS AND SLEEVES PART 2 - PRODUCTS 2.01 MATERIAL A. Provide and install all valves that are shown on the drawings and/or specified hereinafter. B. Water supplies to every plumbing fixture specified hereinafter or provided and installed by others and to every item of equipment to be equipped with shut-off or stop valves. C. Where valves have discs, are to be selected for intended service using those materials recommended by manufacturer. D. Connections between valves and copper lines to be made using copper to IPA . . flange connections, or solder end valves. E. Where valves installed in chrome plated lines, are to be chrome plated to match. F. Domestic Hot and Cold Water Valves: 1. All valves shall be similar and approved equal to Crane Company numbers listed. If they comply with these Specifications, valves manufactured by Stockham, R. P. & C., Wallworth, Nibco-Scott, Hammond, Jenkins, Fairbanks, or Lunkenheimer will be acceptable. 2. Check valves, strainers, etc., shall be as specified herein under the paragraph entitled "Miscellaneous Piping Accessories". 3. All domestic hot and cold water valves shall be in accordance with the following schedule: a. Gate Valves: 1) Galvanized steel piping up to 3" - Crane No. 438 or Jenkins No. 370, or equal, brass wedge disc non -rising stem gate valve for 150 pound saturated steam working pressure. 2) 2 1/2" through 10" - Crane No 351, 200# W. O. G., iron body, bronze trimmed, O.S. & Y., Class 125 B16.1 flat faced flanges. b. Globe Valves: 1) Up to 2" - Crane No. 350, 250# W. O. G., iron body, bronze rising stem, union bonnet, screwed ends. 2) 2 1/2" through 10" - Crane No. 351, 200# W. O. G., iron body, bronze trimmed, O.S. & Y., Class 125 B16.1 flanged ends. C. Equipment service valves V and smaller: Nibco S-29 or equal, bronze gate valve, non -rising stem, solid brass wedge disc, rated at 150 psi at 200 degrees F. d. Plug balancing cocks (for natural gas): 1) 2" and smaller: Healy 20TF combination tee handle flathead, gas cock, or equal. 2) 2 1/2" and larger: DeZurich Figure 4995 or equal. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15105 - 2 VALVES FOR MEP SYSTEMS 3.03 ACCESS DOORS A. Furnish and turn over to the General Contractor for installation, access doors required to operate or service equipment, valves, and shock absorbers. 1. Access doors to be sizes. indicated or required for proper access, with mounting straps, concealed hinges, screwdriver locks, designed so they will open 180 degrees. 2. Doors to be constructed from 16 gauge steel with door and frame finished in prime coat finish. 3. Approved manufacturer's: Milcor, Zurn, Wade, Josam, Titus or equal. END OF SECTION 15105 LUBBOCK POLICE RANGE FACILITY 15105 - 4 SEPTEMBER 25, 2000 VALVES FOR MEP SYSTEMS 4. Vacuum breakers 5. Hose bibs 6. Wall hydrants 7. Backflow prevented 8. Trap primer assemblies 9. Shock absorbers PART 2 - PRODUCTS 2.01 MATERIALS A. All water pipe, both cold and hot shall be as specified in Section 15060 - Pipe and Fittings. B. Fittings shall be wrought copper. C. Pipe and fittings shall be Anaconda, Nibco, Meuller, Revere, Chase Manufacturing or equal D. All underground water pipe shall be as specified in Section 15060 - Pipe and Fittings. E. Unions shall be installed where piping is connected to equipment. F. Clean cut ends of copper pipe with emery cloth before making joints. G. Solder shall be approved lead free solder. H. Where copper pipe connects to non-cuprous pipe and equipment, install reinforced insulating couplings or unions. Where nipples come through a wall or partition to a fixture connection use brass nipples to make the connections. The supplies within the chases shall be securely anchored to prevent movement of connections. I. Iron pipe must not be used in connection with the water system; and screw pipe connections, etc., shall be iron pipe thickness brass. J. Vacuum Breakers: On each water supply line serving a plumbing fixture, item of equipment, or other device which has a water supply below rim of fixture, or is threaded to receive a hose, and all hose bibbs, and wall hydrants provide and install a Watts No. 188 or equal vacuum breaker or Watts No. 8Ac or equal backflow preventer. Vacuum breakers shall be designed to prevent any possible backflow through them. They shall be chrome plated to match if installed in chrome plated liner. K. Hose Bibb (interior - mechanical room): Woodford Model 24C or equal, brass finish, #34HF vacuum breaker, wheel handle. LUBBOCK POLICE RANGE FACILITY 15220 - 2 SEPTEMBER 25, 2000 DOMESTIC WATER SYSTEMS PART 3 - EXECUTION 3.01 INSTALLATION A. Piping to run above exposed ceilings. No water piping shall run below slabs on grade unless shown on drawings. B. Water piping system shall generally be run level, free of traps, without any unnecessary bends, as high as possible an to suit the necessity of clearances for other mechanical work. Water piping shall be so graded and valved to provide for the complete drainage and control of the system. Piping shall be installed so as to cause no unusual noise from the flow within the building system. Piping shall be installed to take care of the expansion and contraction. All hot and cold water piping should be insulated. C. - ' Hot and cold water piping shall be separated by at least 6" and every precaution shall be taken to see that the pipes do not come into contact. Where piping is paralleled, space shall be provided for proper thickness of covering. D. All runs of water piping outside shall be minimum 24" depth for freeze protection, unless otherwise noted. Other lines shall be run in due regard for freeze protection. E. Cold water piping to be held as far away as possible from sanitary sewer and storm sewer and installation is to conform to all codes. 3.02 STERILIZING A. After the installation of all water piping is made, it shall be flushed out and thoroughly sterilized by this Contractor with a solution of HTH in accordance with the regulations of the State Department of Health. After sterilizing, drain lines and completely flush out. 3.03 TESTING: A. Each piping system shall be tested hydrostatically for leaks to one and 1 1/2 times the system's operating pressure or 150 psi, whichever is larger. Equipment in the system which might be damaged by such pressure will be blocked off and disconnected during the tests. B. Equipment in the system which may be damaged by such pressure will be blocked off and disconnected during the test. C. Lead test on the water main shall be performed after all new plumbing fixtures have been installed. The lead text shall include water samples taken from all water outlets of both new and existing plumbing fixtures. The report shall list the name of LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15220 - 4 DOMESTIC WATER SYSTEMS B. Interior Soil, Waste, Drain and Vent Piping: Use of PVC Drain pipe is to be used throughout; (Unless prohibited by code). 1. Sanitary soil, waste and drainage lines inside of buildings: Standard or service weight PVC drain pipe schedule 40; and/or cast iron soil pipe and fittings. a. If used cast iron pipe and each cast iron fitting: heavily coated at factory with asphaltum or coal tar pitch and have manufacturer's mark or name cast on it. b. Vent Lines: PVC or Cast iron pipe or galvanized iron pipe as accepted by code (2 inches or smaller). C. Vent stacks shall terminate a minimum distance of 10 feet from air intake or rooftop units or be a minimum of 3 feet above such openings. 2. Interior sewer line below the foundation slab shall be service weight PVC DWV Schedule 40 pipe unless approved otherwise. C. Test Tees and Cleanouts: Shall be Zum, Josam, Wade or equal. 1. Exterior Cleanouts: Zurn Z-1325-12 with cast iron top. . . 2. Wall Cleanouts: J.R. Smith 4402 w/ Round Cover with polished bronze access cover sized as required. 3. Floor cleanout plugs: Polished bronze adjustable tops and to be numbered as follows: a. Zum Z-1325-5 Supremo inlay type cleanout with recessed access cover and frame for inlay of floor covering material on floor construction shall be covered in all finished areas. b. Zum Z-1324 Supremo floor level cleanout with round access cover and round frame for all other floor construction in maintenance areas. C. Cleanout plugs shall be of a size required and the access covers and frames to be set with tops flush with finished floors. d. Equal cleanouts by Josam or Wade or J.R. Smith will be acceptable. D. Floor Drains: Josam Series 30003-E with Nikaloy top and "P" Trap for toilet rooms. Josam Series 31100 for unfinished areas or J.R. Smith 2005A-P 3" N.L. W 5" Nickel Bronze Strainer. PART 3 - EXECUTION 3.01 INSTALLATION A. Exterior Sanitary Sewer Piping to point of connection to exterior lines (five feet outside building). 1. Sanitary sewer outlets from buildings shall be collected, run to and connected to city sewer at points as indicated and required each connection to be extended outside building line in PVC schedule 40 drain pipe or standard weight cast iron pipe and continued in same material as to point of connection. 2. Pipe to be laid true and straight at uniform grades with a minimum of 1/8" fall per foot. LUBBOCK POLICE RANGE FACILITY 15301 - 2 SEPTEMBER 25, 2000 SOIL, WASTE AND VENT SYSTEM 14. Vents through roof: a. Furnish to roofing Contractor for installation, all flashings as shown on the Architectural plans. b. Turn top of lead flashing over into pipe extending up through roof to make a watertight seal per Architectural drawings. C. All final flashing shall be as approved by Architect. D. Test Tees and Cleanouts: 1. Test tees with brass plugs shall be installed at base of each soil and vent stack. 2. Cleanouts: Straight thread, tapered shoulder plug to seal against caulk lead seat and of same size as pipes except that cleanouts larger than 4" will not be required. 3. Cleanouts to be extended up into floor or wall where indicated. a. Cleanouts shall be installed to service each horizontal run at base of every riser, at each change of direction and at end of each horizontal runoff waste or drain pipe to an individual fixture, every fifty feet in long lengths of horizontal lines, and elsewhere required by code. 4. Exterior cleanouts occurring in soil or asphalt paved areas shall be extended up flush with finished grade and encased in a neatly finished'16" square by 6" thick concrete block. Double cleanouts shall be in 24" long by 16" wide by 6" thick concrete blocks. a. Same cleanouts shall be used in install flush in sidewalks. 5. All wall cleanouts shall be installed with frame and cover set flush with finished wall in a neat and Workman -like manner. E. Floor Drains: 1. Floor drains shall be set with top flush with finished floor as approved by Owner. F. Flash all pipe openings through the roof, using lead sheet as shown on the Architectural drawings. The Plumbing Subcontractor shall fabricate flashing and turn over to the roofer to install the flashing on the roof and after completion of this installation, he shall bend over the top the flashing into the vent piping as shown on the Architectural drawings. END OF SECTION 15301 LUBBOCK POLICE RANGE FACILITY 15301- 4 SEPTEMBER 25, 2000 SOIL, WASTE AND VENT SYSTEM 2.02 PLUMBING FIXTURES A. Fixtures furnished complete with all working trim at each location and as indicated by symbol and abbreviation and Drawings. 1. Fixtures shall be standard products of approved manufacturers and shall be similar and equal to those specified by manufacturer's name to quality, material, appearance and operation. Care shall be taken when selecting substitutions to see that physical appearance and arrangement very nearly approaches the descriptions given hereinafter. 2. Each unit shall be free from mars and chips, new, of first quality and furnished with adequate and sufficient supports to securely hang or install the fixture involved. 3. Each unit furnished with first line chromium plated all brass trim unless specifically mentioned to the contrary and furnished with chromium plated loose key stops and flexible risers, except that mop sink basin fittings shall have built-in screw -drive stops. lr� "*__i — I_ A #r. n#1.,n ..#n ^r #�sx Tl-n..rin rrn D. FIALULUb 41V LV VG 11LOLallte..a LV 11"C# VL uav avai uiivaiavauo Va uav aiaaa .. a.abv, Specifications, and local plumbing codes. C. Fixtures shall be as specified, or equal, per Plumbing Fixture Schedule on Plans. D. Plumbing fixture acceptable manufacturers: American Standard, Crane, or Kohler. E. Flush valve acceptable manufacturers: Sloan Valve Company, Zum, or Delany. F. Fixture carrier acceptable manufacturers: Josam Manufacturing Company, Kohler Company, Tyler Pipe, Zurn Industries, or Smith Plumbing. G. Fixture seats acceptable manufacturers: Bemis Manufacturing Company, Beneke Corporation, or Olsonite. H. Plumbing trim acceptable manufacturers: American Standard, Chicago Faucet, Delta Faucet, Kohler, Speakman, T & S Brass and Bronze Works, or Price Pfister. I. Stainless steel sinks (18 gauge) acceptable manufacturers: American Standard, Elkay Manufacturing Company, Just Manufacturing, Moen or Bootz. J. Water cooler acceptable manufacturers: Elkay, Halsey Taylor, Haws, or Oasis. Water valve mechanism shall be mechanical and not electronic. Unit shall be furnished lead free and shall be certified by EPA that model furnished is lead free in all regards. K. Each unit shall be furnished with first line chromium plated all brass trim, unless specifically mentioned to the contrary and shall be furnished with chromium plated wheel handle stops and flexible riser, except that shower valves and service sink fitting shave built-in screw driver stops. LUBBOCK POLICE RANGE FACILITY 15450 - 2 SEPTEMBER 25, 2000 PLUMBING FIXTURES AND TRIM L. The contractor shall make a test of the water system for lead content after all new plumbing fixtures and outlets have been installed. 1. The lead test shall include water samples taken from all water outlets and plumbing fixtures (both new and existing). A report of the test shall be furnished to the Architect for approval and shall list the name of each fixture sample, whether new or existing outlet, and the lead content for each sample taken in parts per billion. 3.02 USE OF FIXTURES: A. Under no circumstances shall fittings, equipment and materials installed in the building be used for any purpose prior to installation. 1. After installation, fixtures shall not be used for disposal of waste material, cleaning of paint brushes, etc. 2. The Contractor shall be held responsible for the strict enforcement of this provision. 3. Violation of this provision shall be grounds for rejection of the item involved. 3.03 PROTECTION: A. Provide proper protection for fixture against damage while being installed before Work has been accepted. Fixtures damaged before final acceptance shall be replaced without cost to the Owner. 3.04 CLEAN-UP A. Clean fixtures and trimmings thoroughly before acceptance by Owner. 3.05 FINAL CONNECTIONS: A. This contractor shall make final connections of all water and sanitary drain lines required to serve equipment furnished by him. 1. Contractor shall rough -in and make final connections to all miscellaneous equipment furnished and set in place under other sections of the work. 2. All roughing -in and connections shall be made in accordance with manufacturer's recommendations. 3. All final connections shall be fabricated from the same materials as piping system to which they are connected. END OF SECTION 15450 LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15450 - 4 PLUMBING FIXTURES AND TRIM 2. Centrifugal fans statically and dynamically balanced. Fan belt or direct driven as scheduled. Motor thermally protected. Belt drives with adjustable pulleys. Bearings thrust type permanently lubricated. 3. Back draft dampers, multi -blade balanced type felt edges. 4. Bird screen. 5. Self-contained electric disconnect. 6. Manufactured by Acme, Greenheck, Loren Cook, or equal. B. Supply Air Fans: 1. Supply air fans shall be of the belt driven curb mounted type, same as the exhaust fans except used for supply service. 2. Fan performance shall be based on tests conducted in accordance with AMCA Standard 210 test code for air moving devices and fans shall be licensed to bear the AMCA Certified Rating Seal. 3. Manufactured by Green heck, Acme, Loren Cook, or equal. PART 3 - EXECUTION 3.01 INSTALLATION A. Self -flashing curb mounted fans with integral flashing base installed on curbs by General Contractor. Curbs complete with base flashing. Install back draft dampers and bird screens. Balance and adjust damper. B. Connect fans to ductwork as indicated on Drawings. C. Final electrical connections by Electrical Contractor. D. Adjust fan, belts and components as necessary for smooth operation, proper running amperage and minimum vibration. E. Replace components found out of alignment and balance. F. Touch up marks and abrasions to match original finish. END OF SECTION 15829 LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15 3:19 - Z EXHAUST/SUPPLY FANS 1.05 DEFINITIONS A. Duct sizes: For acoustically lined or internally insulated ducts, maintain sizes inside lining or insulation. Duct sizes shown on the drawings are inside (air stream) dimensions, and outside dimensions of the duct are to be increased to accommodate the insulation. PART 2 - PRODUCTS 2.01 MATERIALS A. Ductwork: 1. Rectangular Ductwork: Standard galvanized steel sheets with one mil thick minimum coating of zinc on both sides, by hot dipped process. Gauge as recommended in the "Duct Manual." Structural shapes (bars, angles, rods, etc.) to be galvanized carbon steel for exposed ductwork. 2. Flexible Connections: 30 ounce UL approved, glass fabric Neoprene coated on both sides, Ventfabrics, Inc., "Ventglas" complete with attachment accessories. 3. Flexible Duct: Insulated low pressure flexible duct shall be a factory assembly of 1 1/2" thick fiberglass (1 lb. per cu. ft. density) inside two vapor barrier materials (inside and outside surfaces) wrapped around a spring helix for support. Genflex type S-1, or equal. 4. Round or oval ductwork, shall be fastened together with a minimum of three sheet metal screws equally spaced around the perimeter of the duct and taped with an approved duct sealing tape. Round ductwork shall be furnished complete with all starting collars, branch take -offs, elbows, etc., and shall terminate in register plenum box ceiling outlet collar. 2.02 FABRICATION A. Rectangular metal ductwork fabricated in accordance with SMACNA "Duct Manual and sheet Metal Construction for Ventilating and Air Conditioning System", to the dimensions shown on the Plans. B. Duct accessories fabricated by detailed in SMACNA Standards. C. Dampers and fire dampers all by same manufacturer. All fusible links, stops, etc., to comply with NFPA 90A. D. Duct dimensions shown are clear inside dimensions. E. Standing seams, bar slip seams, or pocket slip seams shall not be used on rectangular ductwork exposed in the room. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15840 - 2 LOW AND MEDIUM PRESSURE DUCTWORK C. One 1/8" band for ducts up to 60" wide, and trapeze type with rods for larger ducts. 8. Instrument Test Openings: a. In accessible locations where required for air stream static pressure, velocity and temperature measuring access. b. Openings complete with gaskets and insulation extended necks. 9. Ductwork: a. Install duct firmly supported or hung neatly aligned. Ductwork hung tight to building structure. - - b. Space hangers as required to support ducts without sagging, as required by the building frame -work, and as required by other interference's. C. Location and spacing of hangers and supports coordinated by the Subcontractor. d. Furnish necessary supporting material and additional structural members. e. Provide for inherent movement and expansion of the duct system. f. Seal open space between ducts and wall sleeves or openings. g. Coordinate ducts with all other service lines, pipes and ducts. h. Install dampers and devices required to balance the system, provide proper diffusion, and even temperature. i. Lighting fixtures, electrical conduit and ceilings shall not be supported from ductwork of ductwork hangers. j. Make necessary changes in duct sizes, provide crossovers, etc., as required to fit ductwork into ceiling and other space. 10. Flashing: a. Provide all necessary flashing and counter flashing where ducts penetrate exposed wall or roof to make entire installation weatherproof. 3.02 VOLUME CONTROL AND AIR DAMPERS A. Splitters, where shown, one gauge heavier than duct walls in which the damper is located, but not less than 16 gauge; having shafts, bearings and locking devices in accordance with S.M.A.C.N.A. recommendations. B. Multi -leaf opposed or parallel blade type control dampers conforming to S.M.A.C.N.A. Duct Manual. 1. In addition to construction requirements detailed in Duct Manual, multi -leaf dampers shall have minimum 16 gauge galvanized steel blades, maximum blade with of 10", damper blades welded, pinned, splined or bolted to the shaft (set screws not acceptable), bronze oilite or nylon bearings, minimum 1/2" steel axles, and blade stops at top and bottom of frames. 2. Automatic control dampers furnished with wind stops at side of frames and blades furnished with blade gaskets cemented and riveted to the top and bottom edges of the blade. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15840 - 4 LOW AND MEDIUM PRESSURE DUCTWORK B. Verify outlet locations and make necessary adjustments to conform with Architectural features, symmetry, and lighting arrangement. PART2-PRODUCTS 2.01 MATERIALS A. Acceptable manufacturers: Titus, Kruger or Equal. Provide and install items as listed in Schedule on Plans. B. Return and Exhaust Grilles: 1. For sidewall and ceiling exhaust grilles, provide streamlined blades, depth of which exceeds 3/4". Provide spring tension or other device to set blades. Provide units with horizontal face. 2. Provide 1-1/4" (32mm) margin frame with countersunk screw holes. 3. Fabricate of steel with 20 gauge minimum frames and 22 gauge minimum blades, steel and aluminum with 20 gauge minimum frame, or aluminum extrusions. 4. Provide exhaust grilles, where not individually connected to exhaust fans, with integral, gang -operated opposed blade dampers with removable key operator, operable from face. 5. Finish in factory to be baked enamel, white or color as approved by Architect. 6. Door grilles where shown on plans to be siteproof and soundproof as scheduled on plans. C. Rectangular Supply Diffuser: 1. Provide rectangular, adjustable pattern, stamped, multi -core type diffuser to discharge air in 360 degree pattern with sectorizing baffles where indicated or required. 2. Diffusers shall have surface -mount type frame. 3. Fabricate of steel with baked enamel finish, white or color as approved by Architect. 4. Provide radial opposed blade damper and multi -louvered equalizing grid with damper adjustable from diffuser face. D. Perforated Face Diffuser: 1. Provide perforated face diffuser with fully adjustable pattern and removable face. 2. Provide inverted T-bar type frame. 3. Fabricate of steel with steel or aluminum frame and baked enamel finish, white or color as approved by Architect. 4. Provide radial opposed damper and multi -louvered equalizing grid with damper adjustable from diffuser face. E. Slot Diffusers: 1. Provide slot diffusers with fully adjustable pattern controller blades end -to- _ end in each slot. These blades are independently movable. LUBBOCK POLICE RANGE FACILITY 15870 - 2 SEPTEMBER 25, 2000 AIR OUTLETS ITB #00-228, Addendum #4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 hftp://purchasing.ci.lubbock.tx.us ADDENDUM #4 ITB #00-228 Lubbock Police Academy Small Arms Range Facility MAILED TO VENDOR: October 13, 2000 CLOSE DATE: October 19, 2000 @ 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. Please find attached the drawings and specifications, which comprise Addendum #4. .All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY OF LUBBOCK R*Shueld Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 00-228add4 ADDENDUM NO. 4 OCTOBER 12, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITI Lubbock, Texas BRW Project No.: 9936.01 The Construction Documents for the above referenced project, dated August 30, 2000 shall be amended as follows: SPECIFICATIONS Item No. 1 (RE: ADDENDUM 3, ITEM NO. 4, SPECIFICATION SECTION 02231 — CALICHE BASE ALL WEATHER SURFACE) Section 02231, amend paragraph 3.03, subparagraph A. as follows: All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. The all weather surface shall be checked for grade and cross section... Item No. 2 (RE: ADDENDUM 3, ITEM NO. 4, SPECIFICATION SECTION 02231 — CALICHE BASE ALL WEATHER SURFACE) Section 02231, paragraph 3.04 — MAINTENANCE, delete and replace as follows: All weather surface shall be inspected after construction has been completed. Any maintenance needed to fix items as specified in item 3.03 shall be completed before construction can be deemed complete. Item No. 3 (RE: SECTION 02300 — EARTHWORK) Section 02300, paragraph 2.01, add the following: F. Filter Fabric: Prefabricated Drainage composite geotextile shall be Mirafi 140 Fabric at locations indicated on drawings, or approved equal by JDR or Monsanto. G. Landscaping Timber: Provide railroad tie timber in nominal size 6 inch x 6 inch minimum, at locations indicated on drawings. H. Grass: 1. Completed berm to be protected with excelsior blanket, per item No. 3, Addendum #3. Turf seeding will be by owner & is not in the project. Item No. 4 (RE: SECTION 02300 — EARTHWORK) Section 02300, amend paragraph 3.03, subparagraph E-1 as follows: 1. Under structures, building slabs, steps, pavements, and at berms, scarify and... ADDENDUM NO. 4 OCTOBER 12, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 2 Item No. 5 (RE: SECTION 06100 — CARPENTRY) Section 06100, paragraph 2.01, add the following: D. Wood Fascia: Provide rough sawn cedar in nominal size,1 inch x size indicated on drawings. Item No. 6 (RE: SECTION 08800 — GLAZING) Section 08800, amend paragraph 2.02, subparagraph A-2 as follows: 2. Glass Thickness, Outer: 1/4 inch (6 mm). Item No. 7 (RE: SECTION 08710 — FINISH HARDWARE) Section 08710, paragraph 2.01, for all items: Note: Sargent is an acceptable manufacturer. Item No. 8 (RE: SECTION 08800 — GLAZING) Section 08800, amend paragraph 2.02, subparagraph A-4 as follows: 4. Unit Thickness: 1 inch (25 mm) thick units. 1/4 inch (6 mm) thick, tinted inner panes. 1/4 inch thick, clear outer panes. 1/2 inch air space between. Item No. 9 (RE: SECTION 11890 — SHOOTING RANGE EQUIPMENT) Section 11890, paragraph 2.02, subparagraph B-2c, clarification: For both handgun and rifle ranges, local controls are installed at each shooting point, mounted as specified on shooting separators (RE: Section 11890, paragraph 2.02, subparagraph A). DRAWINGS Item No. 1 (RE: Sheet T 1.1) Master keynote list, modify the following keynotes: "2.06 CALICHE BASE ALL WEATHER SURFACE. RE: ADDENDUM 3, SPECIFICATION SECTION 02231" Item No. 2 (RE: 5/A2.3, AD1.5) Revise tube sections shown in AD1.5, Addendum #2, to be W-sections per structural. Item No. 3 (RE: 6/A2.3, AD1.6) Revised as shown on attached Drawing AD4.1. Note: steel tubes shown here are size 8 inch x 6 inch x 3/16 inch. Continuous fillet weld at columns. ADDENDUM NO. 4 OCTOBER 12,2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 3 Item No. 4 (RE: 7/A2.3) Revised as shown on attached Drawing AD4.2. Item No. 5 (RE: 8/A2.3, AD 1.7) Revised as shown on attached Drawing AD4.3. Item No. 6 (RE: 12/A2.3) Revised as shown on attached Drawing AD4.4. END OF ADDENDUM NO. 4 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * 3R6WN REYNOLDS WATFORD i > ARCH 1 T E C T S .......................,. MVAV6WIPMr acre no u M oAuu TMAS 7=4 2sMwoa www.brwarch.com )ATE: October 121 2000 t',DJECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas OJECT NO.: 9936.01 SUB�C'I': Exterior Detail - RE: 6/A2.3 ( Scale: 1 1/2" = 1'-011 L 7.07 7.02 A 6.18 0 5.03 0 6.05 — 7.04 7.01 5.03 9.04 6.09 7.01 7.08 8.08 7.01 I 8.07 DRAWING IJN1t/t/M NO. ADU ■ rx BROWN REYNOIDS WATFORD ARCHITECTS i}l;•'.:::.$��ii:::i::::},v:ii4? C RM230 LBM www.brwarch.com DATE October 12, 2000 PC,O�GT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas OJECT NO.' 9936.01 SUB�CT: Exterior Detail - RE: 7/A2.3 Scale: 1 1/2" = V-0" DVlfrfrM NO. AD4.2 3ROWN REYNOLDS WATFORD ARCHITECTS L................................ M WAVE Sntfff am no u m DA" Text M" mmWU www.brwarch.com )ATE October 12, 2000 J-0JECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas ?� OJECT NO-- 9936.01 SUB�CT: Exterior Detail - RE: 8/A2.3 Scale: 1 1/2" = V-0" 7.07 7.02 6.18 FAJ ♦ w^w1 UUM DRAWING 7.05 7.06 7.01 10 � I w JAL 5.03 6.19 108'-0" DR!\WM NO. MOWN REYNOLDS WATFORD '_<``::::: ARCHITECTS .............................. us MvX sum am no LA= 2MMU www.brwarch.com )A B October 12, 2000 City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas ,OJECT NO.- 9936.01 SUBJECT: Exterior Detail - RE: 12/A2.3 Scale: 1 1/2" = V-0" RANGE ONLY ® RIFLE RANGE ONLY —T A.F.F. DRAWM NO. AD4.4 ITB #00-228, Addendum #3 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #3 ITB #00-228 Lubbock Police Academy Small Arms Range Facility MAILED TO VENDOR: October 4, 2000 - OLD CLOSE DATE: October 12, 2000 @ 2:00 P. M. NEW CLOSE DATE: October 19, 2000 @ 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. The closing date has been change from October 12, 2000 at 2:00 P. M. to the new closing date of October 19, 2000 at 2:00 P. M. 2. Please find attached the drawings and specifications, which comprise Addendum #3. .All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: or Email to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY F LUBB CK Ron Shu field Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 00-228add3 No Text I " ADDENDUM NO. 3 OCTOBER 6, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 The Construction Documents for the above referenced project, dated August 30, 2000 shall be amended as follows: SPECIFICATIONS Item No. l (RE: SECTION 02230 — SITE CLEARING) Section 02230, paragraph 3.03, subparagraph A, add the following: "Clearing and grubbing extents only as required for new construction. Remainder of site to remain in current state." Item No. 2 (RE: SECTION 02300 — EARTHWORK) Section 02300, paragraph 2.01, subparagraph A, add the following: "Excavation to create berm is acceptable in the Surface Danger Zone area, as defined on C1.1. Maximum excavation depth is 3'-011. At Contractor's option, berm may be constructed completely with topsoil, as opposed to topsoil layer specified." Item No. 3 (RE: SECTION 02300 — EARTHWORK) Section 02300, paragraph 3.05, subparagraph A, add the following: "Provide 1" excelsior blanket to protect topsoil surfaces at berm." ' Item No. 4 (RE: ADDENDUM #2, SECTION 02730 — GRAVEL SURFACING) Replace section 02730 with attached 02231— CALICHE BASE ALL WEATHER SURFACE Item No. 5 (RE: SECTION 08410 — ALUMINUM ENTRANCES & STOREFRONTS) Section 08410, amend paragraph 2.04, subparagraph A-1 as follows: "Vertical Stile: 5 inch (125mm) ..." Item No. 5 (RE: SECTION 08410 — ALUMINUM ENTRANCES & STOREFRONTS) Section 08410, amend paragraph 2.04, subparagraph A-4 as follows: "1 inch (24mm) thick insulated ..." Item No. 6 (RE: SECTION 08410 — ALUMINUM ENTRANCES & STOREFRONTS) Section 08410, paragraph 2.07, add subparagraph G. as follows: G. Hardware to be provided by Storefront Door supplier. ` ADDENDUM NO. 3 OCTOBER 6, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 2 Item No. 7 (RE: SECTION 08800 — GLAZING) Section 08800, amend paragraph 2.02, subparagraph A-1 as follows: "... 1/4 inch tempered..." DRAWINGS Item No.1 (RE: 1/Cl.1 SITE PLAN) Clarification: Extents of chain link fencing is as shown on drawing. Item No. 2 (RE: l/C1.2 ENLARGED SITE PLAN & 1/C1.4 SITE PLAN) Grade to spot elevations as shown on attached Drawing AD3.1 & AD3.2. Item No. 3 (RE: 1/C1.2 ENLARGED SITE PLAN & C1.3 WATER & SEWER UTILITY PLAN) Clarification: Additional walks & curbs, East & West of the parking lot, as shown on C1.3 are for future scope. Reference l/C1.2 for correct scope. Item No. 4 (RE: l/C1.3 WATER & SEWER UTILITY PLAN and l/C1.4 STORM WATER POLLUTION PREVENTION PLAN) Delete drain sump at ranges. Range surface drains to the South. Item No. 5 (RE: C1.5 MISCELLANEOUS DETAILS) Clarification: All work associated with water well is included in the bid. Item No. 6 (RE: 5/S2.1 HANDGUN RANGE STRUCTURAL PLANS & DETAILS) Add the following note: 4-3/4" diameter anchor bolts,16" long with nuts each end. Item No. 7 (RE: S2.1 HANDGUN RANGE STRUCTURAL PLANS & DETAILS and S2.2 RIFLE RANGE STRUCTURAL PLANS & DETAILS) Add the following note to the framing plans: Add 611x611xl/4" steel plate for connecting purlins to steel beams. Shop weld plate to beam & field weld purlin to plate. Item No. 8 (RE: SHEET 8/A2.3 WALL SECTIONS & DETAILS) Addendum #2, Sheet AD 1.7: Replace keynote 5.03 with 5.07. Item No. 9 (RE: SHEET 1 l/A2.3 WALL SECTIONS & DETAILS) Addendum #2, Sheet AD1.9: Non -specified structural tube section, & connecting member to larger structural tube (keynote 5.03) shall be HSS 4"x4"xl/4". ADDENDUM NO. 3 OCTOBER 6, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas 1, BRW Project No.: 9936.01 Page 3 Item No.10 (RE: SHEET 15/A2.3 WALL SECTIONS & DETAILS) At the top of truss, the angle @ the backside not noted shall be 5"x5"xl/4" continuous steel angle. Continuously weld to steel truss. Item No.11 (RE: SHEET MEP-3 MEP SITE PLAN) �. Revise Note #2 to read: The power poles (P2) and light fixtures (S2) are to be furnished and installed by the local power company under a separate contract. The City of ,..I Lubbock will pay necessary fees. The GC shall coordinate all requirements with the power company, as noted on Sheet MEP-1. END OF ADDENDUM NO. 3 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * SECTION 02231- CALICHE BASE ALL WEATHER SURFACE PART 1 GENERAL 1.01 SCOPE A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a 6" flexible base course surface to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence and incidentals necessary to complete the work. 1.02 BASE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.03 MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2.1.A and 2.13 below. Material shall not be shipped until such results have been examined and approved by the Owner. PART 2 PRODUCTS 2.01 CALICHE MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material, when properly slaked and tested by the Texas Department of Transportation (TxDOT) standard laboratory methods, shall meet the following requirements: A. Sieve Analysis Retained on 1-3/4" Sieve ................. 0% Retained on No. 4 Sieve .................. 45 to 75% Retained on No. 40 Sieve ................. 50 to 85% Retained on No. 200 Sieve ................ 85 to 100% 02231 - 1 CALICHE BASE ALL WEATHER SURFACE 8 i B. Soil Binder The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements when prepared in accordance with Test Method TEX-101-E procedure: The liquid limit shall not exceed ....................... 45 The plasticity index shall not exceed .............12 .,' The linear shrinkage shall not exceed ................ 8.5 PART 3 EXECUTION 3.01 HAULING AND PLACING A. Prior to placing any base material, the subgrade shall be shaped, wetted, rolled and compacted to the cross sections and grades specified in accordance with the specification Section 02300 'Excavation." B. Flexible base shall be constructed in one course. The material shall be delivered in approved vehicles of uniform capacity, and it shall be the responsibility of the Contractor to supply the amount of material required to construction the base course to the thickness shown on the plans. Spreading and shaping shall be done in a manner which will thoroughly mix the material and prevent segregation. Sprinkling during this process will be required if necessary to prevent segregation. When shaping is completed the material shall be uniformly well graded and of the proper thickness. Material deposited upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforseen circumstances renders impractical the spreading of the material during the day in which it is deposited, the material shall be scarified, mixed and spread as directed by the Owner. All areas and nests of segregated coarse of fine materials shall be corrected and removed or replaced with well graded material. If additional or corrective binder is required, it shall be furnished and applied in the amount directed by the Owner. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, or other approved method. 3.02 COMPACTING AND FINISHING A. After the material has been properly spread, it shall be sprinkled, rolled and bladed until thoroughly compacted. During the process of compaction, water shall be applied in such a manner as to maintain optimum moisture in the material and the base course shall be bladed sufficiently to insure a uniform distribution of base materials and a smooth uniform surface, true to section and grades established, after final compaction. Compaction shall be accomplished by rolling with pneumatic and steel wheeled rollers as approved by the Owner. In areas not accessible to the roller, the base material shall be compacted with mechanical tampers or other approved methods to secure uniform compaction over the entire paved area. Throughout the entire operation, the shape of the base course shall be maintained by blading; blading and rolling shall continue until the course is thoroughly compacted and the surface is smooth and in conformity with the typical sections shown on the plans and to the lines and grades established. The material shall be compacted to 97% of maximum density, at optimum moisture, as determined by the ASTM D 698 Method B or D. 02231 - 2 CALICHE BASE ALL WEATHER SURFACE 3.03 IRREGULARITIES, DEPRESSIONS OR WEAK SPOTS A. All irregularities, depressions or weak spots which develop during compaction shall be corrected immediately by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. Immediately prior to placing of surfacing, the base shall be checked for grade and cross section, and any deviation in excess of three -eights (3/8) inch from grade or true cross section shall be corrected. 'Blue tops" set to finished base elevations shall be set by the Contractor, in order to check the base for proper grade and elevation. 3.04 MAINTENANCE A. If the base course is opened to traffic before application of the surfacing, the base shall be satisfactorily maintained by wetting, blading and rolling until the wearing surface is placed thereon. END OF SECTION 02231 - 3 CALICHE BASE ALL WEATHER SURFACE [MOWN REYNOLDS WATFORD &W rays SORT am = iD tot ouim TOM 7= 4 Z4MUM www.brwarch.com October 6, 2000 CRY Of Lubbock- Lubbock s PoU6cce Academy Smm dg Arms RaMe Faadgky L ubbockt Tee 9936.01 Enlarged Site Plan - RE:1/0.2 Scale:10 = 20'-0" f DATE: f�eoJEcr: ROJECT NO.: $UBIECT: F I ARCHITECTS ADDENDUM DRAWING DRAWN(' NO. AD3.1 " :... 2.08 :. 10.07 2.03 2. 'OR03 2.02• �' o .. .. ' .. • • . • I `. ' J' . ��� III) 1 . 2. to NOTE —ALL rONCRETE'•:PAVING AND ..SIDEWALKS 1 i50 SLQP'E .MAX. • •ALL.'• DIRECT1bNS :12/C 1:2:' ..:. r-_ � 1 BROWN REYNOWS WATFORD hN } ARCHITECTS im raw u = um o Tm nm DATE a.00a Jrr •rc..c.w October 6, 2000 PROJECT: aty at Lubbock - Lubbock Mce Amy SmuM Am Mmp Parity Lubbock, Testae PROJECT NO: 9936.01 SUBJECT: Stomp Water Pollution Prevention Plan - RE: UC1.4 Scale: I • 801-0' NOTE F.F. .. is �r PLANS IN FILE SEE I M I WrTgUF MAL11 /l ««boo- City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ITB #00-228, Addendum #2 ADDENDUM #2 ITB #00-228 Lubbock Police Academy Small Arms Range Facility MAILED TO VENDOR: October 4, 2000 CLOSE DATE: October 12, 2000 @ 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. Please find attached the drawings and specifications, which comprise Addendum #2. .All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)775-2164 or Email to: Rshuffield@mail.ci.lubbock.tx.us THANK YOU, CIT FLUB OCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 00-228add2 ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 The Construction Documents for the above referenced project, dated August 30, 2000 shall be amended as follows: SPECIFICATIONS Item No. 1 (RE: SECTION 01500 — TEMPORARY FACILITIES AND CONTROLS) Section 01500, amend paragraph 3.02, add the following: "I. Water Service:Water is not available to serve the site or construction operations. Contractor shall make arrangements to provide all water required for construction operations and sanitary facilities." Item No. 2 (RE: SECTION 02821 - CHAIN LINK FENCES AND GATES) Section 02821, amend paragraph 2.03, subparagraph D. as follows: "Top Rail and Intermediate Rails..." Item No. 3 (RE: SECTION 08710 - FINISH HARDWARE) Section 08710, add paragraph 3.02 as follows: 3.02 HARDWARE SETS HW 1 Door 1 (Pair) 3 EA. HINGE W/SECURITY STUD (NRP) 1 EA. MORTISE LOCKSET (STOREROOM FUNCTION) I EA. THRESHOLD I SET GASKETING I EA. SWEEP 1 EA. OVERHEAD STOP 3 EA. SILENCERS 2 EA. FLUSHBOLTS (AT INACTIVE STOP) 1 EA. ASTRAGAL ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 2 HW2 Door 2 3 EA. HINGE W/SECURITY STUD (NRP) 1 EA. MORTISE LOCKSET (STOREROOM FUNCTION) I EA. THRESHOLD 1 SET GASKETING I EA. SWEEP I EA. OVERHEAD STOP 3 EA. SILENCERS HW3 Doors 3 and 4 EACH OPENING TO RECEIVE: 3 EA. HINGE I EA. CLOSER 1 EA. THRESHOLD I SET GASKETING I EA. SWEEP 1 EA. WALL STOP 2 EA. PUSH-PLATE/PULL HANDLE 3 EA. SILENCERS 1 EA. MORTISE DEADBOLT HW4 Door 5 3 EA. HINGE I EA. MORTISE LOCKSET (STOREROOM FUNCTION) 1 EA. CLOSER 1 EA, WALL STOP 3 EA. SILENCERS HW5 Doors 6 and 7 EACH OPENING TO RECEIVE: 3 EA. HINGE W/SECURITY STUDS I EA. MORTISE CYLINDER W/SECURITY COLLAR 1 EA. STOREFRONT DEADLOCK 1 EA. CLOSER 1 EA. THRESHOLD I SET GASKETING 1 EA. SWEEP I EA. WALL STOP ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK E- LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas { BRW Project No.: 9936.01 1 Page 3 Item No. 4 (RE: SECTION 00010 - TABLE OF CONTENTS) Refer to Section 00010 dated 30 August 2000: replace with Section 00010 - Table of Contents, dated 25 September 2000. Note: additional specifications sections: 00010 - Table of Contents 01 - 03 02730 - Gravel Surfacing 01 - 03 11890 - Shooting Range Equipment 01 - 06 15010 - General Mechanical Provisions 01 - 11 15065 - Pipe and Fittings for MEP Systems 01 - 09 15094 - Hangers, Anchors, Supports and Sleeves 01 - 05 15105 - Valves for MEP Systems 01 - 04 15220 - Domestic Water System 01 - 05 15301 - Soil, Waste, and Vent System 01 - 04 15450 - Plumbing Fixtures and Trim 01 - 04 15829 - Exhaust/Supply Fans 01 - 02 15840 - Low and Medium Pressure Ductwork 01 - 05 15870 - Air Outlets 01 - 03 16010 - General Electrical Provisions 01 - 07 16110 - Raceways 01 - 05 16120 - Conductors 01 - 04 16140 - Wiring Devices 01 - 03 16160 - Branch Circuit Panelboards 01 - 03 16170 - Disconnects 01 - 02 16181 - Fuses and Short Circuit Current 01 - 04 16450 - Grounding 01 - 04 16500 - Light Fixtures 01 - 03 16740 - Telephone System/Other Empty Conduit 01 - 02 DRAWINGS Item No. 1 (RE: Sheet T1.1) Master keynote list, add/modify the following keynotes: "2.12 6" CONCRETE WITH #4'S @ 12" O.C.E.W." "2.13 2 #5'S CONTINUOUS" "2.14 #3'S @ 18" O.C." "4.07 VERTICAL REINFORCING" "6.23 SIMPSON ANCHOR" "6.24 CONTINUOUS P.T. 2X WOOD BLOCKING @ 4'-0" O.C." "9.04 PAINT EXPOSED STRUCTURE" "10.14 NOT USED" "16.07 LIGHT POLE BY CITY OF LUBBOCK" Item No. 2 (RE: I &2/C 1.1 SITE PLAN) ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 4 Revised range locations per plat review as shown on attached Revised Sheet C1.1. Item No. 3 (RE: 1/C1.2 ENLARGED SITE PLAN) Revised as shown on attached Drawing AD 1.1. Item No. 4 (RE: 12/C 1.2 SITE DETAIL) Revised as shown on attached Drawing AD1.13. Item No. 5 (RE: 14/C1.2 PAVEMENT MARKING) Delete `TRAFFIC ARROW' portion of drawing. Item No. 6 (RE: 15/C1.2 SITE DETAIL) Add reinforcing as shown on attached Drawing AD 1.2. Item No. 7 (RE: 16/C1.2 SITE DETAIL) Replace keynote 2.10 with keynote 2.17. Item No. 8 (RE: SHEET C1.3 WATER AND SEWER UTILITY PLAN) Sheet C 1.3 reissued in its entirety. Item No. 9 (RE: SHEET CIA STORM WATER POLLUTION PREVENTION PLAN) Sheet CIA reissued in its entirety. Item No. 10 (RE: 1/Al.1 FLOOR PLAN — HANDGUN RANGE) Replace exterior elevation marks 8/A2.1 with 8/A2.2. Item No. I1 (RE: 1/A1.2 FLOOR PLAN —RIFLE RANGE) Replace exterior elevation marks 8/A2.1 with 8/A2.2. Item No. 12 (RE: 2/A1.2 FLOOR PLAN — RIFLE RANGE) Revised dimensions as shown on attached Drawing AD1.3. Item No. 13 (RE: 4/A1.2 ENLARGED PLAN) Revise column grids 2 and 3 to 3 and 4, respectively. Item No. 14 (RE: 5 & 6/A2.2 BUILDING SECTIONS) Delete keynotes 6.17. ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 5 Item No. 15 (RE: SHEET A2.3 WALL SECTIONS & DETAILS) Add General Note as follows: "Bond Beams not otherwise noted shall be reinforced with 1- #4. Vertical Cells at all exterior corners shall be reinforced and grouted. Vertical cells at door jambs shall be grouted solid." Item No. 16 (RE: 1, 2,3 & 16/A2.3 WALL SECTION) Replace keynote 10.14 with keynote 9.03. Item No. 17 (RE: 1 & 19/A2.3 WALL SECTION) Replace keynote 6.17 with keynote 6.09. Item No. 18 (RE: 1/A2.3 WALL SECTION) 1_ Vertical Reinforcing in CMU shall be #4 @ 32". Provide #4 x 4'0" straight dowels to foundation at 32". Item No. 19 (RE: 2/A2.3 WALL SECTION) Replace keynote 6.17, pointing to suspending ceiling, with keynote 6.09. Item No. 20 (RE: 2/A2.3 WALL SECTION) Delete keynote 6.17, pointing to wood bracing. Item No. 21 (RE: 2/A2.3 WALL SECTION) Vertical Reinforcing in CMU shall be #4 @ 32" . Provide #4 x 4'0" straight dowels to foundation at 32" . Bond Beam at 9'-0" opening shall be a 16" deep bond beam reinforced with 244 bars. Item No. 22 (RE: 3/A2.3 WALL SECTION) Replace keynote 6.16 with keynote 6.15. Item No. 23 (RE: 3/A2.3 WALL SECTION) Vertical Reinforcing in CMU shall be #4 @ 32" . Provide #4 x 4'0" straight dowels to foundation at 32" . Bond Beam at Door 1 shall be an 8" deep bond beam reinforced with 2- #4 bars. Item No. 24 (RE: 4/A2.3 WALL SECTION) Revised as shown on attached Drawing AD1.4. Item No. 25 (RE: 4/A2.3 WALL SECTION) Vertical Reinforcing in CMU shall be #4 @ 32" . Provide #4 x 4'0" straight dowels to foundation at 32" . Item No. 26 (RE: 5/A2.3 WALL SECTION) - ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 6 Revised as shown on attached Drawing AD1.5. Item No. 27 (RE: 6/A2.3 WALL SECTION) Revised as shown on attached Drawing AD1.6. Item No. 28 (RE: 7 & 12/A2.3 EXTERIOR DETAIL) Replace keynote 6.15 with keynote 5.03. Item No. 29 (RE: 8/A2.3 EXTERIOR DETAIL) Revised as shown on attached Drawing AD 1.7. Item No. 30 (RE: 10/A2.3 EXTERIOR DETAIL) Revised as shown on attached Drawing AD 1.8. Item No. 31 (RE: I I/A2.3 EXTERIOR DETAIL) Revised as shown on attached Drawing AD 1.9. Item No. 32 (RE: 16/A2.3 EXTERIOR DETAIL) Replace keynote 6.23 with keynote 6.24. Item No. 33 (RE: SHEET A3.1 DOOR & FRAME TYPES) Revised as shown on attached Drawing AD1.10. Item No. 34 (RE: SHEET A3.1 DOOR SCHEDULE) Revise Door No. 1 size to read as follows: PR 3'-0" x 7'-0" x 1-3/4" Item No. 35 (RE: 2/A3.2 RESTROOM BUILDING REFLECTED CEILING PLAN) Revised as shown on attached Drawing AD1.11. Item No. 36 (RE: 2/A3.3 RESTROOM BUILDING FINISH PLAN) Revised as shown on attached Drawing AD1.12. Item No. 37 (RE: SHEET MEP-1 RANGE ELECTRICAL PLANS AND SCHEDULES) Sheet MEP-1 reissued in its entirety. Item No. 38 (RE: SHEET MEP-2 RESTROOM BUILDING PLUMBING AND ELECTRICAL PLANS AND SCHEDULES) Sheet MEP-2 reissued in its entirety. Item No. 39 (RE: SHEET MEP-3 SITE UTILITY PLAN) Add sheet MEP-3, attached. ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 7 Item No. 40 (RE: SHEET A2.3) 1. Detail 1: Vertical Reinforcing in CMU shall be #4 @ 32". Provide #4 x 4'-0" straight dowels to foundation at 32". 2. Detail 2: Vertical Reinforcing in CMU shall be #4 @ 32". Provide #4 x 4'-0" straight dowels to foundation at 32". Bond Beam at 9'-0" opening shall be a 16" deep bond beam reinforced with 244 bars. 3. Detail 3: Vertical Reinforcing in CMU shall be #4 @ 32". Provide #4 x 4'-0" straight dowels to foundation at 32". Bond Beam at Door 1 shall be an 8" deep bond beam reinforced with 244 bars. 4. Detail 4: Vertical Reinforcing in CMU shall be #4 @ 32". Provide #4 x 4'-0"straight dowels to foundation at 32". 5. General: Bond Beams not otherwise noted shall be reinforced with 144. Vertical cells at all exterior corners shall be reinforced and grouted. Vertical cells at door jambs shall be grouted solid. Attachments: Sheet MEP 1 dated 21 Sep 2000 Sheet MEP 2 dated 21 Sep 2000 Sheet MEP 3 dated 21 Sep 2000 Sheet C 1.1 dated 21 Sep 2000 Sheet C 1.3 dated 21 Sep 2000 Sheet CIA dated 21 Sep 2000 Addendum Drawings: AD1.1 - AD1.13 dated 21 Sep 2000 Specifications: 00010 - Table of Contents 01 - 03 02730 - Gravel Surfacing 01 - 03 11890 - Shooting Range Equipment 01 - 06 15010 - General Mechanical Provisions 01 - 11 15065 - Pipe and Fittings for MEP Systems 01 - 09 15094 - Hangers, Anchors, Supports and Sleeves 01 - 05 15105 - Valves for MEP Systems 01 - 04 15220 - Domestic Water System 01 - 05 15301 - Soil, Waste, and Vent System 01 - 04 15450 - Plumbing Fixtures and Trim 01 - 04 15829 - Exhaust/Supply Fans 01 - 02 15840 - Low and Medium Pressure Ductwork 01 - 05 15870 - Air Outlets 01 - 03 16010 - General Electrical Provisions 01 - 07 16110 - Raceways 01 - 05 16120 - Conductors 01 - 04 16140 - Wiring Devices 01 - 03 ADDENDUM NO. 2 OCTOBER 4, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas BRW Project No.: 9936.01 Page 8 16160 - Branch Circuit Panelboards 01 - 03 16170 - Disconnects 01 - 02 16181 - Fuses and Short Circuit Current 01 - 04 16450 - Grounding 01 - 04 16500 - Light Fixtures 01 - 03 16740 - Telephone System/Other Empty Conduit 01 - 02 END OF ADDENDUM NO. 2 * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * I BROWN RMOLDS WATFORD A R C H I T E C T S 3535 TRAWS STREET AM 250 LB 102 DAUAS TEXAS 75204 2 .SX8704 www.brwafch.com DATE: September 21, 2000 PROJECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas PROJECT NO.: 9936.01 SUBJECT: Enlarged Site Plan - RE: VC1.2 Scale: 1" = 20'-0" AL DRAY CAD I BROWN REYNOLDS WATFORD M A R C H I T E C T S 3535 TMVK STRffT SU1Y 2% lB V2 DMW TOM 752M ztun 7M www.brwarch.corn DATE: September 21, 2000 PROJECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas PROJECT NO-- 9936.01 SUBJECT: Site Detail - RE: 15/C1.2 Scale: 1 " = V-0" TARGET LINE AL DRAV DRA•r11`11 7/8.0 GALVANIZED STEEL ROD C- BROWN REYNOLDS WATFORD J jDATE: PROJECT: City of Lu ( Academy S I. ,,PROJECT NO.: SUBJECT: RESTRO l_ L _ l t_ l L L _ ARCHITECTS m 3M TRAVIS STREET SurtE 2S0 1B to2 DAU AS TEXAS 75204 21452&8704 www.brwarch.com September 21, 2000 bbock - Lubbock Police all Arms Range Facility Lubbock, Texas 9936.01 OM BUILDING FLOOR PLAN - RE: 2/A1.2 Scale: 1/8" = V-0" v�r ►, , r � i C]! 1�� DRAWL PLANS IN FILE SEE RESOLUTION I BROWN REYNOLDS WATFORD A R C H I T E C T S 3535 TRAV6 STREET AFTE 2SO LS b2 DALLAS TEXAS 75204 2N528=4 www.brwarcb.com DATE: September 21, 2000 PROJECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas PROJECT NO.: 9936.01 SUBJECT: Exterior Detail - RE: 6/A2.3 Scale: 1 1 /2" = V-0" ADDENDUM DRAV DRA"( BROWN REYNOLDS WATFORD M ARCHITECTS 3SIS TRAMS STREET S� 250 LB 102 DALLAS TEXAS 75204 2OS=7a www.brwarch.com DATE: September 21, 2000 PROJECT: City of Lubbock - Lubbock Police (_ Academy Small Arms Range Facility t Lubbock, Texas PROJECT NO» 9936.01 SUBJECT: Exterior Detail - RE: 8/A2.3 Scale: 1 1/2" = V-0" l DRAY LJ A•rW CAD �I I I I I. I i I I I I I I I BROWN REYNOLDS WATFORD A R C H I T E C T S DATE: PROJECT: PROJECT NO -- SUBJECT: 353S TRAVIS STREET SUTE 25D 18 102 DAUAS TEXAS 7SM4 214.S2&VO4 www.brwarch.com September 21, 2000 City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas 9936.01 Exterior Detail - RE: 10/A2.3 Scale: 1 1/2" = 11-011 DRAV I BROWN REYNOLDS WATFORD 1 ['-'DATE-. PROJECT: 1'j PROJECT NO.: rSUBIECT: ARCHITECTS 3535 TRAVS STREET SLITE 2SO LB TD2 DALLAS TEXAS 75204 2M S2&6M www.brwarch.com September 21, 2000 City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas 9936.01 Exterior Detail @ Rifle Range - RE: 11/A2.3 Scale: 1 1/2" = 1'-0" ADDENDUM DRAWING DRAWING NO. BROWN REYNOLDS WATFORD ARCHITECTS 3S35 TRAVIS STREET SLITE 250 La 102 A R DALLAS TO(AS 75204 214.S2Q8704 C- / www.brwarch.com \ f� HATE: September 21, 2000 4 PROJECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility J'], 9 2 4 , P I', Lubbock, Texas -9T PROJECT NO--9936.01 F OF SUBJECT - Door & Frame Types - RE: Type 'C' Scale: 1/4" = 1'-0" l_ 1_ 8.11 1 8.09 OD I O 6' 6" co L0 DO / O I N n DOOR AND FRAME WITH SIDELIGHT v �� De ADU0 ) 1 �IROWN REYNOLDS WATFORD i [)ATE: PROJECT: PC7' N0- r , �UBJECT-. ARCHITECTS 3535 TRAVIS STREET SURE 250 LB 1D2 DALLAS TEXAS 75204 21452U704 www.brwarch.com September 21, 2000 City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas 9936.01 Restroom Building Reflected Ceiling Plan - RE: 2/A2.3 Scale: 1/8" = 1 1-011 DRAWING DRAWING NO. ADMI I [-'3ROWN REYNOLDS WATFORD C [--")ATE-. PROJECT: I, PROIECT NO» PUBJECT: L, l_ 1, I ARCHITECTS 7535 TRAVIS STREET SUTE 250 l8 1D2 DMLAS TEXAS 7S204 21,13=704 www.brwarch.com September 21, 2000 City of Lubbock - Lubbock Police Academy Small Arms Range Facility Lubbock, Texas 9936.01 Restroom Building Finish Plan - RE: 2/A3.3 Scale: 1 /8" = 11-011 1DUM DRAWING SC I � I I I I � I I I 105 I I I SC - EP ST1 W-0 WOMEN'S I I MEN'S 103 I i 104 SC - EP ST1 _ _ I SC - EP ST1 I I I ELEC. I 102 I SC - EP ST1 STORAGE101 I 1 I SC - EP ST1 I I I 1 I I � I L - - - - - LAI - - - - - - NORTH DRAWING NO. AD1.12 t t t BROWN RM40WS WATFORD ARCHITECTS 3S3S TRAVIS STREET SUITE 250 LB 1D2 DAU AS TEXAS 7S204 2NS28A704 www.brwarch.com l DATE: September 21, 2000 PROJECT: City of Lubbock - Lubbock Police Academy Small Arms Range Facility t Lubbock, Texas PROJECT NO-- 9936.01 SUBJECT: Site Detail - RE: 12/C1.2 Scale: 1" = 1'-0" 3.000 PSI CONC. SUPPLEMENTAL DRAWIN( DRAWING NC (ADW SECTION 00100 - TABLE OF CONTENTS Pages Original Latest Issue Issue 00100 - Table of Contents 01 - 03 30 Aug 00 25 Sep 00 00015 - List of Drawings 01 30 Aug 00 00300 - Information Available to Bidders 01 - 02 30 Aug 00 Soil Investigation 01 - 49 30 Aug 00 DIVISION 1 - GENERAL REQUIREMENTS 01100 - Summary 01 - 03 30 Aug 00 01250 - Contract Modification Procedures 01 - 03 30 Aug 00 01270 - Unit Prices 01 - 02 30 Aug 00 01290 - Payment Procedures 01 - 05 30 Aug 00 01310 - Project Management and Coordination 01 - 06 30 Aug 00 01320 - Construction Progress Documentation 01 - 08 30 Aug 00 (Sample Form: Request for Interpretation) 01330 - Submittal Procedures 01 - 10 30 Aug 00 (Sample Form: Submittal Transmittal) 01400 - Quality Requirements 01 - 07 30 Aug 00 (Sample Form: Submittal Transmittal) 01420 - References 01 - 15 30 Aug 00 01500 - Temporary Facilities and Controls 01 - 11 30 Aug 00 01600 - Product Requirements 01 - 08 30 Aug 00 (Sample Form: Substitution Request) 01700 - Execution Requirements 01 - 08 30 Aug 00 01731 - Cutting and Patching 01 - 05 30 Aug 00 01770 - Closeout Procedures 01 - 09 30 Aug 00 DIVISION 2 - SITE WORK 02230 - Site Clearing 01 - 03 30 Aug 00 02300 - Earthwork 01 - 04 30 Aug 00 02361 - Termite Control 01 - 02 30 Aug 00 02670 - New Water Well 01 - 06 30 Aug 00 02673 - Submersible Well Pump 01 - 05 30 Aug 00 02730 - Gravel Surfacing 01 - 03 25 Sep 00 02750 - Concrete Paving 01 - 05 30 Aug 00 02760 - Paving Specialties 01 - 03 30 Aug 00 t._, 02821 - Chain Link Fences and Gates 01 - 08 30 Aug 00 DIVISION 3 - CONCRETE 03300 - Cast -In -Place Concrete 01 - 06 30 Aug 00 DIVISION 4 - MASONRY 04220 - Concrete Masonry Units 01 - 07 30 Aug 00 DIVISION 5 - METALS 05120 - Structural Steel 01 - 08 30 Aug 00 05500 - Metal Fabrications 01 - 04 30 Aug 00 I' LUBBOCK POLICE RANGE FACILITY 00010 - 1 - SEPTEMBER 25, 2000 TABLE OF CONTENTS SECTION 00100 - TABLE OF CONTENTS Pages Original Latest Issue Issue DIVISION 6 - WOOD AND PLASTICS 06100 - Carpentry 01 - 05 30 Aug 00 06175 - Wood Trusses 01 - 05 30 Aug 00 06400 - Architectural Millwork & Casework 01 - 04 30 Aug 00 DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07260 - Vapor Barrier Membrane 01 - 02 30 Aug 00 07300 - Shingle Roofing & Flashing 01 - 04 30 Aug 00 07900 - Sealants 01 - 04 30 Aug 00 08110 - Metal Doors & Frames 01 - 03 30 Aug 00 08410 - Aluminum Entrances and Storefronts 01 - 06 30 Aug 00 08500 - Metal Windows 01 - 05 30 Aug 00 08710 - Finish Hardware 01 - 04 30 Aug 00 08800 - Glazing 01 - 06 30 Aug 00 DIVISION 9 - FINISHES 09910 - Painting 01 - 12 30 Aug 00 09931 - Exterior Wood Stains 01 - 06 30 Aug 00 09960 - High Performance Coatings 01 - 08 30 Aug 00 09963 - Elastomeric Special Coatings 01 - 08 30 Aug 00 DIVISION 10 - SPECIALTIES 10170 - Plastic Toilet Compartments 01 - 04 30 Aug 00 10520 - Fire Protection Specialties 01 - 03 30 Aug 00 10810 - Toilet Accessories 01 - 07 30 Aug 00 DIVISION 11 - EQUIPMENT 11890 - Shooting Range Equipment 01 - 06 25 Sep 00 DIVISION 12 - FURNISHINGS NONE IN THIS CONTRACT DIVISION 13 - SPECIAL CONSTRUCTIONNONE IN THIS CONTRACT DIVISION 14 - CONVEYING SYSTEMSNONE IN THIS CONTRACT LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 00010 - 2- TABLE OF CONTENTS SECTION 00100 - TABLE OF CONTENTS Pages Original Latest Issue Issue DIVISION 15 - MECHANICAL 15010 - General Mechanical Provisions 01 - 11 25 Sep 00 15060 - Pipes and Pipe Fittings 01 - 07 30 Aug 00 15065 - Pipe and Fittings for MEP Systems 01 - 09 25 Sep 00 15094 - Hangers, Anchors, Supports and Sleeves 01 - 05 25 Sep 00 15100 - Valves and Miscellaneous Items 01 - 03 30 Aug 00 15105 - Valves for MEP Systems 01 - 04 25 Sep 00 15200 - Septic System 01 - 02 30 Aug 00 15220 - Domestic Water System 01 - 05 25 Sep 00 15301 - Soil, Waste, and Vent System 01 - 04 25 Sep 00 15450 - Plumbing Fixtures and Trim 01 - 04 25 Sep 00 15829 - Exhaust/Supply Fans 01 - 02 25 Sep 00 15840 - Low and Medium Pressure Ductwork 01 - 05 25 Sep 00 15870 - Air Outlets 01 - 03 25 Sep 00 DIVISION 16 - ELECTRICAL 16010 - General Electrical Provisions 01 - 07 25 Sep 00 16110 - Raceways 01 - 05 25 Sep 00 16120 - Conductors 01 - 04 25 Sep 00 16140 - Wiring Devices 01- 03 25 Sep 00 16160 - Branch Circuit Panelboards 01 - 03 25 Sep 00 16170 - Disconnects 01 - 02 25 Sep 00 16181 - Fuses and Short Circuit Current 01 - 04 25 Sep 00 16450 - Grounding 01 - 04 25 Sep 00 16500 - Light Fixtures 01 - 03 25 Sep 00 16740 - Telephone System/Other Empty Conduit 01 - 02 25 Sep 00 END OF SECTION 00010 LUBBOCK POLICE RANGE FACILITY 00010 - 3 SEPTEMBER 25, 2000 TABLE OF CONTENTS SECTION 02730 - GRAVEL SURFACING PART 1- GENERAL 1.01 SCOPE A. Work to include construction of gravel surface parking lot at location shown on drawings. PART2-PRODUCTS 2.01 COARSE AGGREGATES A. General: Coarse aggregates shall consist of crushed stone, gravel, crushed gravel or a combination of these. Gravel and crushed gravel shall consist of clean, hard, durable particles, free from adherent coating, thin or elongated pieces, soft or disintegrated particles, dirt, organic or deleterious substances. Crushed stone shall consist of the clean, dust free product resulting from crushing of stone. There shall be no adherent coatings, clay loam, organic or deleterious substances. B. Deleterious Substances: The maximum amount of deleterious substances shall not exceed the following percentage by weight: Material removed by decantation 1.0% Shale, slate or other similar material 1.0% Clay lumps 0.25% Soft fragments 3.0% Other deleterious substances, including friable, thin, elongated or laminated pieces 3.0% The sum of all deleterious substances, exclusive of material removed by decantation, shall not exceed by weight. 5.0% Aggregates shall be free from an excess amount of salt, alkali, vegetable matter or other objectionable matter. At the time of their use, aggregates shall be free from frozen and/or foreign material which may have become mixed with them in the stockpile. C. Tests: Coarse aggregates shall have a percent wear of not more than 45 when tested by abrasion and impact in the Los Angeles Machine, ASTM Designations C131 and C535. D. Graduation: Coarse aggregates shall be well graded in size from coarse to fine. When tested by standard laboratory methods, coarse aggregates shall meet the LUBBOCK POLICE RANGE FACILITY 02730 - I SEPTEMBER 25, 2000 GRAVEL SURFACING requirements of "Coarse Aggregate Grading", as specified herein, for percentage passing each sieve by weight. Coarse aggregates of different characteristics, through tested and approved, shall not be mixed with other aggregates; but shall be stored, batched and weighed separately. E. Rejection: Coarse aggregates which fail to meet the requirements of these specifications maybe rejected by the Owner. Such rejections shall incur no cost to the Owner. Coarse aggregate sources, from which materials with properties not meeting these specifications are delivered, may be rejected as a further supply sources to the project by the Owner. Such rejection shall incur no cost to the Owner. F. Coarse Aggregate Grading: Aggregate shall meet ASTM C33 - Size No. 5 Requirements: Sieve Percentage Passing 1 1/2" (37.5 mm) 100% 1" (25.4 mm) 90 - 100% 3/4" (19.0 mm) 20 - 55% 1/2" (12.5 mm) 0 - 10% No. 4 (4.75 mm) 0 - 5% PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. Preparation of the subgrade shall be in conformity with the requirements of Section 02200 Earthwork and as follows: 1. Compact 6" subgrade to 95% stD Proctor ASM D1557. B. Material shall be placed at a minimum 4" final thickness. C. Material placed upon the subgrade shall be spread and shaped the same day. In the event inclement weather or other unforeseen circumstances cause the spreading and shaping of the material during the first 24 hours after delivery to be impracticable, the material shall be scarified, if necessary, and spread. The material shall be sprinkled and then bladed, dragged and shaped to conform to the sections required. All areas and nests of segregated coarse or fine material shall be corrected or removed and replaced with well -graded material. All irregularities, depressions or weak spots which develop in the foundation course shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshaping and compacting by sprinkling and rolling. LUBBOCK POLICE RANGE FACILITY 02730 - 2 SEPTEMBER 25, 2000 GRAVEL SURFACING D. Compaction rolling shall be done with tamping rollers and/or pneumatic tire rollers, as directed by the Owner. Finish rolling shall be done with three wheeled, 10-ton (9000 kg) rollers. E. One roller unit of the type required by the Owner shall be provided for each 100 cubic yards (75 m3 ), or fraction thereof, of material placed per hour. The quantity placed per hour shall be determined by averaging the total quantity of material placed in any one day. The use of weights, extra rollers, drums, tires or other equipment attached to a roller unit shall not be considered as sufficient to reduce the number of roller units required on the project. F. Any deviation in excess of 1/4" (6 mm), as shown by the straightedge or template on the finished foundation course, shall be corrected by loosening, adding or removing material, reshaping and re -compacting by sprinkling and rolling. G. - Succeeding courses shall be constructed by the same methods as specified for the first course. H. The completed base course shall have a uniform density of not less than 92% of the maximum density determined by ASTM D1557. Moisture content shall be within C minus 2 to plus 4 of optimum. END OF SECTION 02730 LUBBOCK POLICE RANGE FACILITY 02730 - 3 SEPTEMBER 25, 2000 GRAVEL SURFACING SECTION 11890 - SHOOTING RANGE EQUIPMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 DESCRIPTION A. Provide and install all shooting range equipment as shown on drawings and as specified herein. Include all necessary accessories, cabling, wiring, and other parts as required to assure a complete and totally operable installation. 1.03 QUALITY ASSURANCE A. All equipment specified in this section shall be by one "prime" manufacturer. Equipment of other manufacturers may be substituted in the installation provided that those manufacturers fulfill same qualifications as prime manufacturer. B. Manufacturers shall have minimum five years experience in the manufacturing of shooting range equipment of similar type facilities and shall be an established specialist. C. Installation shall be by the prime manufacturer or the prime manufacturer shall furnish a Technician to supervise and inspect installation and make final adjustments. The Technician shall remain on site a minimum of 4 days for the purpose of inspecting the installation, making final adjustments, and minimum one day for instructing the Owner in systems service, use and operation. D. Requirements of Regulatory Agencies: This work shall be done in strict accordance with all applicable local, state, and federal codes that may govern the installation. E. Permits and Inspections: Contractor shall obtain and pay for necessary federal or state inspections or permits. F. Pre -Installation Meetings: 1. Convene a pre -installation meeting one week prior to commencing Work of this Section. 2. Require attendance of parties directly affecting Work of this Section. 3. Review conditions of operations, procedures and coordination with related Work. LUBBOCK POLICE RANGE FACILITY 11890 - 1 SEPTEMBER 25, 2000 SHOOTING RANGE EQUIPMENT 4. Agenda: a. Tour, inspect, and discuss conditions and requirements for equipment installation. b. Review required submittals, both completed and yet to be completed. C. Review shop drawings. d. Approve proposed equipment. e. Review and finalize construction schedule related to equipment installation and verify availability of materials, personnel, equipment, and facilities needed to make progress and avoid delays. f. Review weather and forecasted weather conditions, and procedures for coping with unfavorable conditions. iKil�*$ rl06 Xvcl A. Shop Drawings: Contractor shall submit complete detailed shop drawings, product data specs, and equipment list to the Architect for review prior to fabrication or ordering of materials. Shop drawings shall indicate all mounting heights, rough opening requirements, anchorage devices, etc. B. Operation Instructions: Provide three sets of operation and service manuals including safety procedures, instructions on proper operation of all equipment, parts listing, recommended parts inventory, purchase source listing, copies of warranties and certificates, etc. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver all materials properly packaged and protected. Protect equipment and exposed finishes during transportation and erections against any damage and stains. B. The manufacturer shall provide spare parts for two years of normal operation to the extent required by each of the subsequent sections. These shall be tagged or otherwise identified and cross-referenced to a parts list. 1.06 JOB CONDITIONS A. Contractor shall coordinate phasing of construction to accommodate installation of shooting range equipment, baffles, etc. "1117►iiiil:3 ti I'AR`►fl lei/ A. Warranty: Provide special project warranty, signed by Contractor, Installer and Manufacturer, agreeing to adjust/repair/restore defective materials and workmanship of shooting range equipment and work during warranty period provided range has been properly operated and serviced. "Defective" is hereby defined to include, but not by way of limitation, operation or control system LUBBOCK POLICE RANGE FACILITY 11890 - 2 SEPTEMBER 25, 2000 SHOOTING RANGE EQUIPMENT failures, performances below required minimums, excessive wear, unusual deterioration or aging of materials or finishes, unsafe conditions, the need for excessive maintenance, abnormal noise or vibration, and similar unusual, - unexpected and unsatisfactory conditions. Defective materials shall be removed by the Owner, shipped prepaid to the manufacturer, replaced and returned by the manufacturer at no cost to the Owner and reinstalled by the Owner. 1. The warranty period is 12 months starting on date of beneficial occupancy and use of the shooting range. 2. During the warranty period, the manufacturer shall send at no charge, a Technician to service the range as many times as may be required for its successful operation provided that the Owner's required service has been performed. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products which may be incorporated into the Work include the following: 1. Action Target: 1-801-377-8033, Contact: Quin Seamons 2.02 EQUIPMENT A. Shooting Separators. A product that conforms to the requirements of this section is manufactured by Action Target. 1. Handgun Range: Stall type 1 standard by Action Target. 2. Rifle Range: Stall type 1 high power by Action Target. 3. Functional requirements a. Shooting separators shall be furnished to divide permanently the firing line into separate spaces for individual shooters. The number of shooting points (space for one shooter) and their widths shall be essentially as shown on the plans. There shall be a separator member along each wall and divider members between adjacent shooting points. b. Each separator shall extend from the floor to a minimum height of 80" and for a minimum distance behind the firing line of 30 inches. Any extension of the separator downrange of the firing line shall be used for a blast shield and must absorb sounds generated at the firing line. C. A shooter's shelf shall be provided between each pair of separators. The shelves shall be hinged so that they can be swung out of the way for courses of fire which they would otherwise obstruct. d. The separators shall be erected so that the edges of their shelves nearest the shooters are at the firing line as defined on the plans. e. The separators shall be impervious to direct hits of standard service ammunition fired point blank and be designed to minimize the ricochet LUBBOCK POLICE RANGE FACILITY 11890 - 3 SEPTEMBER 25, 2000 SHOOTING RANGE EQUIPMENT of fugitive bullet particles from oblique misdirected shots that may enter them. 4. Constructional Requirements a. The separators shall be rigidly constructed and permanently attached the floor at their bases, to the sidewalls and across their tops by means of cross -members. The cross -members shall be furnished by the manufacturer and fabricated according to field dimensions to fit the room. The resulting structure shall not deflect more than one inch under a 40 pound load applied any place on its surface and shall return to its original shape without deformation after the removal of the load. b. The separators shall be constructed of an ABS ballistic proof panel and mounted in a tubular steel frame. B. Signal Light System 1. Signal Light System - The range condition shall be shown by a signal light system visible to all shooters in which red indicates that no shooting is allowed. Amber indicates an abeyance, and green indicates that the range is secure and that shooting may take place according to the range -master's instructions. 2. Type of System - System with a bank of lights for each shooting point and a master control at each range -master's station. There shall be a feedback loop consisting of a range -master call button at each shooting point. a. Components - The system shall consist of controls on the range -master's console, a signal light terminal at each shooting point, and a local control at each shooting point. b. Ranger master's Station Controls - These consist of three control fields: (1) master system control, (2) activities control, and (3) range -master call lights. C. Local Controls - The signal light system local control shall be mounted adjacent to the local control for the target system in each shooting point. It consists of a switch that enables the shooter to send a "call" message to the range -master whenever assistance is needed. d. Signal Light Terminals - There shall be one terminal in each shooting point. It shall be ahead of the shooter and on the left side at a height convenient for viewing. Each terminal shall have one red, amber and green light. e. Functional Requirements 1) Range -master's Controls: Activities Control - There shall be a three -position switch for each shooting point: in -unison, off and individual. All terminals placed in the in -unison position shall follow the master control. Those in the center off position illuminate the red lights in their respective shooting points; and those in the individual position illuminate the green lights. Master Control - There shall be a three -position switch, an emergency push button and red, amber and green indicator lights. The indicator lights and all terminals in the in - unison mode follow the three position color selector switch. The LUBBOCK POLICE RANGE FACILITY 11890 - 4 SEPTEMBER 25, 2000 SHOOTING RANGE EQUIPMENT push button is in the firing line security system, and places the range under cease-fire emergency condition when latched on. Range -master Call Feature - Adjacent and parallel to the activities control there shall be a field of indicator lights. Each light latches on when called by its corresponding local control. A switch allows the range -master to unlatch (turn off) the lights when the situation has been resolved. 2) Local Controls - The local control shall provide one switch for the range -master call feature. When engaged it illuminates a corresponding light on the activities control. 3) Signal Light Terminals - The illumination of the lights shall follow the range -master's controls for the direction of the shooters. All red lights shall illuminate whenever the range -master uses the emergency switch and whenever triggered by the firing line security system. 4) Miscellaneous Requirements - This system shall operate on low voltage circuits (24 vdc) and be electrically compatible with all subsystems in the range such as the range timer, firing line security system, etc. C. Firing Line Security System 1. Firing Line Security System - A violation of the firing line (someone advances downrange from the firing line) shall be monitored by a firing line security system. This shall sound an audible alarm within the range to warn those occupying the range of the danger. 2. There shall be a field on the master control panel for the firing line security system. It shall provide an indicator light to show when the system is armed, a warning light to show when violated, a reset button, and an audible alarm on/off switch. 3. Multiple bays - The firing line security system shall function as specified in the previous section but shall be divided into bays as shown on the plans. Each bay shall have an individual firing line security system. If anyone is violated, all of the range condition lights change to red, and an indicator light on the master control panel shows in which bay the violation occurred. Separate reset switches on the master control panel shall allow the range - master to activate and to reset the bays separately. D. Communications system 1. Audio communication system - two way communication shall be provided between rangemaster and shooters. 2. The rangemaster shall be able to selectively communicate with an individual, a group or all shooters in unison. 3. Each firing position shall be equipped with an audio station that has both speaker and microphone capabilities. 4. Master audio console - shall contain a channel selection panel, a talk/listen button separate volume controls for sending and receiving transmissions and a call button to communicate with all channels simultaneously. A call in from LUBBOCK POLICE RANGE FACILITY 11890 - 5 SEPTEMBER 25, 2000 SHOOTING RANGE EQUIPMENT an individual station shall activate an audible tone and an LED indicator light on the master console. A pre -tone sound at the individual audio stations shall notify the shooter of a transmission from the rangemaster. 5. A separate gooseneck microphone and volume control shall be provided and installed in desk console. E. Rifle Target System 1. Popper Target by Action Target, Inc. a. Popper HP steel silhouette b. Air compressor actuation C. Located as per plans d. "Ultra" range control by Action Target, Inc. F. Handgun Target System 1. DLX 90 by Action Target, Inc. a. "Smart' range control by Action Target, Inc. b. Air compressor actuation C. Located as per plans PART 3 - EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. B. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the Owner. 3.02 INSTALLATION A. Install equipment as per manufacturer's written instructions in compliance with approved shop drawings. 3.03 DEMONSTRATION A. Demonstrate operating and maintenance procedures for all range equipment and systems to designated Owner representative. END OF SECTION 11890 LUBBOCK POLICE RANGE FACILITY 11890 - 6 SEPTEMBER 25, 2000 SHOOTING RANGE EQUIPMENT SECTION 15010 - GENERAL MECHANICAL PROVISIONS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, and Proposal Requirements are hereby made a part of this Section. B. Work included in Division 15 includes furnishing of all labor, materials, tools, equipment, drayage, rigging, fees, permits, inspections, etc., necessary for proper complete installation and operation of all mechanical equipment and Work as shown on the drawings and / or specified herein. All Work that may be called for in the specifications but not shown on the drawings; or, all Work that may be shown on the drawings but not called for in the specifications, shall be performed by the Contractor as if described in both. Should Work be required for fulfilling of the intent thereof; then, the Contractor shall perform all such Work as fully as if it were specifically set forth in the contract documents. C. Mechanical Drawings accompanying the plans are necessarily diagrammatic and can not show every detail or every line of piping in its exact location. They are subject to the requirements of ordinances, structural, and Architectural conditions that compose this facility. D. Investigate site and finish conditions and arrange Work accordingly; furnish all fittings and accessories required to meet the conditions and give satisfactory operation. Work shall be laid out to be concealed in furred chases and suspended above ceilings, etc., in finished portions of buildings, unless specifically noted to be exposed. Work to be installed to avoid any negative impact or crippling of structural members. E. . The Contractor, by submitting a Proposal, sets forth that he has the necessary technical training and ability and that he will install his Work in a satisfactory and good Workmanlike manner up to the best standard of the trade, complete and in good Working order. The right to make any reasonable change in the location of the outlets, apparatus, and equipment up to time of rough -in is reserved by the Owner without involving additional expense to the Owner. F. The Owner reserves the right to make any reasonable change in the location of equipment up to time of roughing -in without involving any additional expense. ' G. Design Criteria: 1. Cooling: Outside:102°Fdb / 75°Fwb Cooling: Inside: 72°Fdb / 50%RH, 85°F 2. Heating: Outside: 10°Fdb Heating: Inside: 740Fdb LUBBOCK POLICE RANGE FACILITY 15010 - 1 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS 1.02 DEFINITIONS A. Wherever the term "Mechanical Contractor" appears in this Division of the Specifications, it is to be construed as referring as being both individually and collectively to the air conditioning / heating Contractors. B. Any reference to the "Architect/Engineer" shall mean Contracting Officer. C. Any reference to the "Owner" shall mean Mansfield Independent School District. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Before submitting a Proposal, the Contractor shall familiarize himself with the rules of all governing boards having jurisdiction, and shall notify the Owner before submitting a Proposal, if in his opinion, any Work or material specified is contrary to such rules; otherwise, the Contractor is responsible for the approval of all Work or materials at no extra cost to the Owner, and in the use of any material specified is not permitted, a substitute shall be approved by the Owner and shall be provided at no extra cost. B. Work shall conform to the latest edition of the following: 1. Local Mechanical and Building Codes. 2. Requirements of Electric Utilities Departments having local jurisdiction. 3. U.L. Underwriters Laboratories, Inc. El 4. I.E.E.E. Institute of Electrical and Electronic Engineers. 5. A.W.S. American Welding Society 6. A.S.T.M. American Society for Testing and Materials. 7. N.E.M.A. National Electrical Manufacturing Association. 8. A.S.M.E. American Society of Mechanical Engineers. 9. O.S.H.A. Occupational Safety and Health Administration. 10. 10. N.F.C. National Fire Code. 11. 11. A.R.I. American Refrigeration Institute. 12. 12. N.F.P.A. National Fire Protection Association. 13. 13. ASHRAE American Society of Heating, Refrigeration, Air Cond. Engineers l 1.04 QUALIFICATIONS �1 A. Contractor of Work specified herein is required to have engaged in mechanical contracting business for a minimum of two (2) years to Proposal date and be prepared to show evidence and references if required by Owner. B. It will be assumed that the familiar with all regulatory performed accordingly. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 Contractor, by submitting a Proposal, has become agencies listed above and that the Work will be 1 15010 - 2 GENERAL MECHANICAL PROVISIONS 1.05 SUBMITTALS A. Plans and specifications are based on specific equipment, accessories, processes and arrangements as indicated therein. 1. Shop drawings approval and/or submittals indicates only the acceptance of the Manufacturer and quality, and assumes that the specific requirements and arrangements are in compliance with the intent of the plans and specifications. 2. The Contractor shall, at no additional cost to the Owner, furnish all accessories, layouts, equipment, etc., and perform all Work necessary for proper functioning and to fit any substitute items to the intent and arrangement indicated on the plans and specifications. B. For any item to be installed in or on a finished surface (such as tee bar acoustical ceiling, drywall, C.M.U., Contractor shall certify by marking the submittal indicating that he has checked all applicable Contract Documents and that the item submitted is compatible with the surface finish on which it is to be installed. C. Submittal shall be made for the following (but not necessarily limited to the following): Valves and specialties. Air distribution equipment. HVAC equipment. Shop Drawings 1. Shop drawings shall contain sufficient plans, elevation, sections, and schematics to clearly describe the apparatus. All shop drawings shall be drawing to at least 1/8" = F-0" scale. 2. Shop drawings shall be done for the following (but are not necessarily limited to ): a. All ductwork (horizontal and vertical). b. HVAC equipment. C. Connection point details of all HVAC equipment, air distribution equipment, roof drains and other apparatus deemed necessary by the Engineer. d. Control diagrams. 1.06 FEES A. Procure all necessary and usual inspections and certificates for all Work installed including tap fees: 1. Deliver to Owner before final acceptance. 2. Pay all charges for connection to utilities. 3. Pay all inspection fees necessary. B. Coordinate with local utilities for the furnishings of all electrical meters. Contractor shall arrange for and pay all costs, tap fees and deposits for complete meter system and service entrance. LUBBOCK POLICE RANGE FACILITY 15010 - 3 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS 1.07 GUARANTEE AND WARRANTY A. All Work shall be guaranteed for a period of one (1) year for the date of final acceptance. Purchase and supply an additional Manufacturer's warranty on all components cover by such. B. Any material failing to give satisfactory service during the guarantee period shall be replaced with new materials. Guarantee shall include the replacement of materials, equipment, oil, refrigerant, and labor at no additional cost to the Owner. 1.08 SPECIAL CONDITIONS OF WORK A. All work may possibly take place while building is occupied. Proper precautions will be taken to insure the safety of the occupants. 1.09 SITE INVESTIGATION A. The Contractor is to visit the site and ascertain conditions to be met there in ` installing the Work and make due provisions for same in the Proposal. 1. It will be assumed that the Contractor in submitting a Proposal has visited the site and that the Proposal covers all Work necessary. 2. Failure to comply with this requirement shall not be considered justification for omission or faulty installation of any Work or for payment of extra compensation of Work covered by specifications and plans. B. Locations and elevations of utilities shown on plan have been obtained from site utility plans, existing plans, and site inspection. The Contractor shall examine the site and verify the location and elevation of all utilities, and shall be adequately 1 informed as to their relationship to the Work before entering into a contract. 1.10 SAFETY STANDARDS A. It is the responsibility of the Contractor to initiate, maintain, and supervise all safety precautions required by local, state and federal laws, School District Building and Site Design Safety Requirements including OSHA and NFPA codes and standards. B. All Manufacturers named are a basis as a standard of quality, and substitutions of any equal product will be considered for acceptance. The judgment of equality of product substitution shall be made by the Engineer. 1i C. Procure all necessary and usual inspections and certificates for all Work installed, including tap fees, and: 1. Deliver to Owner before final acceptance. J 2. Pay all charges for connection to utilities, 3. Pay all inspection fees necessary. LUBBOCK POLICE RANGE FACILITY 15010 - 4 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS E PART2-PRODUCTS 2.01 MATERIALS A. All materials shall be new and shall bear the Manufacturer's name, trade name and the UL label in every case where a standard has been established. The equipment to be furnished under each Section shall be the standard product of a Manufacturer regularly engaged in the production of the required type of equipment. Furnish all accessories, connections and incidental items necessary to fully complete the Work in good Working order. B. Contractor shall site fabricate only those items which cannot be shop fabricated. All ductwork shall be shop fabricated. C. The Contractor is responsible for the fabrication and manufacturing of all equipment which is purchased for installation as a part of this project. The Owner shall look solely to the Contractor for remedy of defects and deficiencies in the fabrication and manufacture of equipment. PART 3 - EXECUTION 3.01 LOCAL MECHANICAL BOARDS A. After the contract has been signed, the Contractor is responsible for having all Work meet with the requirements of the governing ordinances and appeal boards. B. No extra to the contract will be granted to correct any discrepancy existing between the Work and the local ordinances. C. Before submitting a Proposal, Contractor shall familiarize himself with the rules of all governing boards having jurisdiction, and he shall notify the Owner before submitting his Proposal, if in his opinion, any Work or material specified is contrary to such rules; otherwise, the Mechanical Contractor is responsible for the approval of all Work or materials, and in case the use of any material specified is not permitted, substitute shall be approved by the Owner and shall be provided at no increase in cost. 3.02 CONCRETE FOUNDATIONS A. Concrete foundations and pads required for equipment shall be provided under the Section that includes the equipment (except where otherwise noted) in conformity with details on drawings. 1. All dimensions shown on the plans are for a specific Manufacturer and the dimensions may require changing if another Manufacturer is used. E, LUBBOCK POLICE RANGE FACILITY 15010 - 5 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS 2. Where details are not shown, they shall be constructed according to the recommendations of the Manufacturer of the respective equipment and with the approval of the Architect. 3. All corners of the foundations shall be neatly chamfered. Foundation bolts shall be placed in the forms when the concrete is poured in galvanized steel pipe sleeves to allow for adjustment, with a suitable plate at bottom end of the sleeve to hold the bolt. Allow one inch (1") below the equipment bases for alignment, leveling and grouting. 4. Grouting shall be done after the equipment is leveled in place. After the grout has hardened, the foundation bolts shall be pulled up tight and the equipment shimmied, if necessary. 5. After removal of the forms, the surface of the foundation shall be rubbed. 6. Unless otherwise noted, foundations shall be six (6") inches high. Reinforcing shall be #3 bars at six (6") inches on center each way unless indicated otherwise. 3.03 OPENINGS IN FIRE AND SMOKE -RATED FLOORS AND WALLS A. All openings in fire and smoke -rated floors and walls, shall be completely sealed after ducts and piping installation for a completely air -tight fire rated installation. Seal including fire dampers shall be non-combustible and UL approved and rated. 3.04 SLEEVES P, A. Where concealed pipes pass through partitions, walls, and floors, provide galvanized steel pipe sleeves of sizes to readily accommodate pipe, or pipe plus insulation. 1. For vertical pipes and conduit through concrete beams, provide sleeves of galvanized steel pipe. B. Pipe projecting through structure to be made water -tight. 3.05 EQUIPMENT BASES A. Equipment bases for all HVAC equipment shall be provided for by the Contractor as detailed on the plans. The Contractor shall support all items with necessary l equipment to be directly supported on roof. 3.06 FLOOR AND CEILING PLATES H A. Except as otherwise noted, provide and install chrome -plated sectional floor and ceiling plates around pipes passing exposed through walls, floors and ceilings. B. Solid plates with set screws shall be used on any lines where the sectional plates will not stay in place or are not available in adequate size. LUBBOCK POLICE RANGE FACILITY 15010 - 6 " SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS 3 �5 3.07 PATCHING A. Should any structural difficulties prevent installation of fixtures, equipment, running of pipes, ducts, etc., at all points shown on plans, then necessary minor deviations therefrom, as determined by the Owner, may be permitted and must be made without additional cost to the Owner. B. Any necessary cutting into partitions, walls, floors to be neatly and carefully done. No cutting into structural parts of building, likely to impair strength of building, to be done without approval of Owner. C. Mechanical Contractor to be held responsible for all damage caused by his Work or through the neglect of his Workmen. All patching and repairing of damaged Work to be done under direction of the Owner at the expense of the Contractor. 3.08 SCAFFOLDING A. Furnish and erect at Contractor's expense and risk, any and all appliances, scaffolding, lights, guards, temporary walks, tools, transportation, etc., required for the proper construction or protection of this Work. 3.09 PROTECTION OF EQUIPMENT A. Immediately upon installation, all HVAC equipment shall be covered with tarpaulins or other suitable means to prevent damage, entry of plaster, debris or insulating materials. 3.10 LOCATIONS OF FIXTURES AND EQUIPMENT A. Fixtures and equipment shall be as shown on the Architectural Plans and Elevations. Locations of fixtures or equipment not shown on the Architectural Drawings shall be established or verified in writing or by shop drawings. B. Contractor to be responsible for coordination of all equipment, piping, etc., in regard to proper clearances and safety. 3.11 CONTRACTOR'S COORDINATION A. Contractor shall cooperate with the other Contractors on the job and shall carry on the Work in such a manner that none of the other Contractors shall be handicapped, hindered, or delayed. 1. When Work is finished, remove from the site all tools, machines, debris, etc., occasioned by the Work, and leave the site free of all obstructions and hindrances. 2. This shall be done in order that there will be no interference in installation, or delay in completion of any part or parts of the Work. LUBBOCK POLICE RANGE FACILITY 15010 - 7 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS B. Where mechanical Work occurs in masonry walls, the installation shall be sufficiently complete in advance of construction. 1. Fittings, appurtenances, etc., shall be installed in such a manner and at such locations as to avoid unnecessary cutting of masonry units. 2. Work erected in advance of masonry shall be securely supported, permanently braced and held in position to prevent displacement. Cutting and fitting of masonry around properly located equipment will be done by masons. 3. Place Work located in partitions or ceilings ahead of the construction, with equipment wired in place. 4. The Subcontractors shall have a representative on the job during all concrete pours to insure that all of the equipment is adequately supported and protected and will not be adversely affected by such operations. C. Cooperate with the local utility companies in such a manner that the installation of all services proceeds in an orderly manner, and meets all requirements of the specific companies involved. 3.12 SUPERVISION A. All Work in connection with this Contract will be under the supervision and to the entire satisfaction of the Owner or an authorized representative who shall determine all questions as to the satisfactory completion of the Work, or any part thereof, and defects to be remedied. B. The Contractor shall give personal attention to all parts of the Work and shall employ only skilled and reliable Workers in the performance thereof. They shall accord the Owner the right to decide upon and discontinue the services of any Worker who does not possess satisfactory skill and qualifications, or its otherwise objectionable. 3.13 PARTS LIST AND MAINTENANCE MANUALS A. At the close of the job, 30 days prior to final review, four bound copies of the following shall be submitted by transmittal to the Architect and Owner for review and acceptance. 1. Equipment warranties. 2. Contractor's warranty. 3. Parts list and manuals for all equipment with names and addresses of Manufacturers. 4. Operating Instructions (in writing). 5. Balance and Test readings. 6. Written instructions on maintenance and care of the systems. 7. As -built equipment shop drawings, all cuts and capacity information. B. Brochures shall be bound, indexed and tabbed, referencing items to the plans and specifications regarding locations of equipment and materials. LUBBOCK POLICE RANGE FACILITY 15010 - 8 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS I- 3.14 AS BUILT DRAWINGS A. At the completion of the project, the Contractor shall provide the Owner with a set of reproducible tracings showing all ductwork, equipment, piping, valves, etc., installed by the Contractor. 1. These drawings shall be complete in every detail and shall incorporate all changes made during the course of the project. 2. These drawings shall be prepared in such a manner as to enable the Owner to properly maintain, operate, and repair both concealed and exposed Work. 3.15 PAINTING A. All equipment shall be delivered to the job with suitable factory finish. Should the finish be marred in transit or during installation, it shall be refinished to present a neat, workmanlike appearance which the original equipment color. B. Any painting of equipment, piping, ductwork, grilles, insulation, etc., firnished and installed under this Section of the Specifications will be under the painting section g of the specification. However, the Contractor shall leave his Work clean and free from any grease, dirt, rust, etc., in suitable condition for painting. 3.16 EQUIPMENT IDENTIFICATION A. All items of mechanical equipment shall be identified by approved name plates to be provided by the Contractor furnishing the equipment. 1. Name plates shall be securely affixed to each individual piece of equipment and also to each starter, switch, relay, transformer, etc., which controls that equipment. 2. Name plates shall bear notations corresponding to the same notations of the framed wiring diagrams and/or operating instructions. B. Name plates to be aluminum, 2 1/2" x 3/4", with a black enamel background, with etched or engraved natural aluminum lettering (unless specifically described elsewhere in this specifications). Aluminum name plates are furnished by Seton Name Plate Corp., 06505. 3.17 VIBRATION ISOLATION: A. The Contractor shall be responsible for the correction of any and all objectionable vibration transmission associated with any system provided under this division after completion and shall correct same as directed at his own expense. 3.18 TEMPORARY WATER FAUCETS AND EQUIPMENT A. Refer to the General Conditions for temporary utilities. LUBBOCK POLICE RANGE FACILITY 15010 - 9 ' SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS 3.19 ACCESSIBILITY A. All equipment shall be installed in such a way that all components requiring access (such as drain pans, drains, fire dampers, control dampers, control operators, motors, drives, etc.) are so located and installed that they may be serviced, rest, replaced or recalibrated, etc., by service people with normal service tools and equipment. 1. If any equipment or components are shown in such a position that this Contractor cannot comply with the above, the Contractor shall notify the general Contractor and attempt to resolve the problem of access. 2. If this consultation is not successful, the Architect and Engineer shall be notified in writing and a decision requested. 3.20 EQUIPMENT START-UP AND TESTING A. The Contractor shall instruct the Owner's operating personnel in the proper operation, maintenance, lubrication and general operating requirements of the system. A certificate stating the date shall be submitted so the Architect prior to final acceptance of the Work. B. The Contractor shall conduct start-up and operating test of each major item of equipment in accordance with Section 15050 - Testing and Balancing. 1. During The operating text, the Contractor shall operate each item of equipment to the satisfaction of the Engineer. rill 2. At least seven days notice shall be given to the Engineer prior to Equipment start-up and operating test. 3. All test and balance reports required in Section 15050 shall be presented to the Engineer prior to these tests. 4. In addition, the "catalog data" called for shall be available prior to the test being made. Ll 3.21 WORK NOT INCLUDED A. Openings in floors, walls, and roof shall be furnished by the General Contractor. The Contractor shall inform the General Contractor of the location and size L11 required. 1. The Contractor shall furnish all sleeves, frames, including framing between joist unless shown on the Architectural or Structural drawings, access doors, LJJ prefabricated curbs, and other accessories necessary for a complete installation. 2. Only those items specifically shown and/or specified in other Sections are excluded. B. Flashing of roof for curbs, pipes, stands, etc., shall be by the general Contractor (roofer). (Curbs and counter flashing shall be by the Contractor.) C. Power wiring, including final connections, is by the Electrical Contractor. LUBBOCK POLICE RANGE FACILITY 15010 - 10 SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS Li I 1. The Contractor shall install all motors and furnish the starting equipment to the Electrical Contractor for installation. 2. Control wiring, including 115 volt from power source, conduit, switches, thermostats, interlocks, etc., shall be furnished by the Contractor unless specifically shown on the Electrical Drawings. 3. The Contractor shall see that the electrical equipment does not block access to service areas of equipment, i.e., disconnect switched mounted on the compressor or control access doors of equipment. END OF SECTION 15010 LUBBOCK POLICE RANGE FACILITY 15010 - 1 I SEPTEMBER 25, 2000 GENERAL MECHANICAL PROVISIONS SECTION 15065 - PIPE AND FITTINGS FOR MEP SYSTEMS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15010 - General Mechanical Provisions are hereby made a part of this Section. B. The Mechanical Contractor shall also include furnishing of all labor, materials, tools, equipment, etc., necessary for proper installation of pipe, pipe fittings, pipe jointing, protective coating, floor and ceiling plates and painting. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions B. Section 15220 Domestic Water Systems C. Section 15301 Soil, Waste and Vent System D. Section 02550 Site Utilities 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. ASTM - American Society for Testing and Materials B. AWS - American Welding Society C. ANSI - American National Standards Institute 1.04 SERVICES A. This Subcontractor shall make all connections between the utility mains and the building, sanitary sewer, domestic water and gas systems. Before any installation is started the contractor shall verify on site the locations and elevations of all utility connections. B. Extensions of services into the building shall be fabricated from the same serials as the utility lines or those materials herein after specified for the building service. Where dissimilar metals are used, proper dielectric isolators as here in before specified shall be installed. Should points of service vary from that shown on the LUBBOCK POLICE RANGE FACILITY 15065 - 1 SEPTEMBER 25, 2000 PIPE AND FITTINGS FOR MEP SYSTEMS drawings, the subcontractor shall properly allow for this in his installation and price. PART 2 - PART 2 - PRODUCTS 2.01 PIPE APPLICATIONS AND MATERIAL A. Domestic Underground Piping Exterior and Under Slab: Above Ground within Building: B. Sanitary Water and Vent within Building: Option Option C. Underground Storm Drainage: D. Gas Pipe: E. Condensate Drain F. Storm Drain Piping in Building Option Type K, Soft Copper annealed temper. Type L, hard drawn temper, wrought copper, soldered joint fittings. PVC; Cast iron soil pipe. Copper DWV. Galvanized steel (vents only) Same as Sanitary for both inside and outside building. Schedule 40 black steel. Type M Copper. Black steel Schedule 40, welded connections. Cast iron drainage pipe with hub joints or Victaulic couplings. 2.02 PIPE MATERIALS A. Copper Pipe: Type K, L, and M Copper pipe shall be manufactured in accordance with ANSI H23.1. B. Cast Iron Soil Pipe: 1. Cast iron Soil pipe shall be service weight cast soft pipe ASTM-A-74 with neoprene gasket compression joints. 2. Where allowed by local coed "No Hub" neoprene sleeve and stainless steel band and clamp type joints will be allowed except underneath slabs. C. PVC Drainage Pipe: Drainage piping shall be poly -vinyl chloride drainage waste and vent piping ASTM-D-2665-73. Sanitary drainage pattern fitting shall be used throughout. Install in complete accordance with IAMPOIS 9-75. LUBBOCK POLICE RANGE FACILITY 15065 - 2 SEPTEMBER 25, 2000 PIPE AND FITTINGS FOR MEP SYSTEMS D. Drainage Piping: Copper drainage pipe shall be Type DWV copper drainage tubing, ASTM-13-306 with cast bronze solder joint DWV fittings, Drainage pattern ANSI-B-16.23. Solder material 50-50 tin lead ASTM-b-32. E. Carbon Steel (Black or Galvanized): 1. Steel pipe shall be black conforming to ASTM-A-120, a-135, or A-53, Grade B, 3/4" - 1 1/2" Type F and 2" - 24" Type E or S, or hot dipped Galvanized as indicated. Sizes 2" and smaller shall be threaded and joined with 150 pound malleable iron fittings conforming to ASTM-A-47. Pipe shall be joined by using standard weight, factory fabricated fittings and weld on 2 1 /2" and larger pipe. Galvanized steel pipe shall be joined by couplings. Welding and threading shall not be used to join galvanized pipe. 2. Use cast iron threaded drainage pattern, galvanized ANSI-B-12 for drainage and vent. Threaded fittings shall be malleable iron threaded and banded, ANSI-B-16.3 rated 140 PSIG SWP, 200 PSIG WOG. 2.03 FITTINGS: ELLS, TEES, CROSSES, BUSHINGS A. Materials for fittings shall match the pipe system category for pressure, temperature, and corrosion. B. Fittings for low pressure, and/or low temperature shall be: l . Steel - galvanized or black a. Size under 2 inches: 1) Screwed, malleable iron fittings, Class 150 b. Size 2 inches and larger: 1) Screwed, malleable iron fittings, Class 150 Welded, steel butt - welding fittings, Schedule 40 Grooved couplings, ductile iron clamps, Schedule 40 fittings. 2. Copper - Wrought or cast copper, Solder type 3. PVC - PVC Schedule 40, solvent -welding fittings, schedule 40. C. Fittings for more severe service shall match the pipe system. 1. Steel - Screwed, ductile iron fittings, Class 300 welded, steel butt -welding fittings, Schedule 80 2. Copper - Cast copper 3. PVC - PVC Schedule 80, solvent welded type. 4. FRP - FRP heat -cured bonding agent. PART 3 - EXECUTION 3.01 INSTALLATION A. Install concrete inserts, beam clamps, or other fixtures to support the pipe hangers acceptable to the engineer. LUBBOCK POLICE RANGE FACILITY 15065 - 3 SEPTEMBER 25, 2000 PIPE AND FITTINGS FOR MEP SYSTEMS B. Provide hanger rods and loops or sleeves, to support the pipe at the height and grade required for proper drainage and air elimination. C. Welding: 1. In general, black steel piping systems 2 1/2" in size and larger may be welded construction using either oxyacetylene or electric arc methods. 2. All welding shall be done by first class pipe welders meeting qualifications covered by the American Standard Code for Pressure Piping (ASA 1331.1). Welding shall conform to the standards and requirements of this code and all applicable state and local codes. Architect/Engineer reserves the right to require qualifying demonstrations of any welder assigned to the job by this contractor. 3. Except as specified otherwise, changes in direction, intersection of lines, and reductions in pipe size shall be made with factory -fabricated welding fittings. Mitering of pipe to form elbows, notching or straight runs to form tees, or any similar construction will not be permitted. Welding fittings for steel piping shall be wrought carbon steel butt -weld fittings conforming to ASTM specification No. A234 and ANSI standard 1316.9 Weld fittings shall be standard weight. 4. Piping shall be cut smooth, square and burrs removed with a reamer before welding is begun. Welding electrodes shall be of the material compatible with the piping material used and shall be coated and of the diameter as recommended by the manufacturer for the type and thickness of work being done. Chill or back up rings will not be permitted. All welds shall be carefully chipped and thoroughly brushed clean after each pass. 5. In no case shall Schedule 40 pipe be welded with less than three (3) passes including one (1) tack, one (1) filler, and one (1) lacer. Schedule 80 pipe shall be welded with not less than four (4) passes including one (1) tack, two (2) filler, and one (1) lacer. 6. Galvanized pipe shall not bejoined by weld. 7. Care shall be exercised for safety and fire protection during on -site field welding. 8. Welded pipe joints or connections shall be subjected to tests with hydrostatic pressure. Initial test pressure shall be 50% of normal system pressure or 50 psig, whichever is the greatest. This pressure being maintained until each welded joint has received the hammer test. The weight of the hammer shall be approximately two pounds and should be hammered around the entire welded joint. Final test at 250 psig or one and one-half times the system's operating pressure, whichever is the greatest and maintained a sufficient length of time to enable an inspection to be made of all joints and connections. General sweating of any weld is cause for its rejection, complete removal and rewelding. D. Threaded and Coupled joints: 1. Threaded and coupled piping pipe threads IPS threaded 2. Pipe shall be cut smooth and reamer. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 systems shall utilize only American Standard square and all burrs shall be removed with a 15065 - 4 PIPE AND FITTINGS FOR MEP SYSTEMS 3. Tapered threads shall be' properly cut so that when the pipe is pulled up tight in the coupling, at least three (3) full threads remain exposed. 4. Joints shall be made tight with graphite and oil applied to the pipe treads only and not to the fittings. No pipe tread caulking compound shall be used. 5. Threaded fittings shall be standard weight, malleable iron, conforming to ANSI B16.19 or may be standard 150 psig or 300 psig cast iron threaded fittings. 6. Galvanized pipe shall be threaded and coupled. E. Brazed or Soldered Joints: 1. Copper piping systems shall be jointed with solder joints except that water distribution systems buried below building slabs shall be joined with compression type fittings. NOTE THAT ALL SOLDER ON DOMESTIC WATER LINES SHALL BE LEAD FREE. 2. For solder type joints, the tubing shall be cut smooth and square and all burrs removed with a reamer and when necessary, tubing shall be rounded out with a sizing tool. Hack saw cut pipe ends will not be acceptable. 3. All surfaces shall be properly cleaned by polishing both cup and fitting and the tube end with steel wool or fine sand cloth. 4. After cleaning, brazing flux shall be applied to both the pipe and the fittings. The use of corrosive acid flux WILL NOT BE PERMITTED. During the silver brazing of refrigerant pipe and fittings, the pipe must be charged with nitrogen gas. 5. Solder shall be as recommended by the manufacturer for the pressures involved, but shall generally be 95 - 5 hard solder. 6. After inserting tubing in cup of fitting, apply flame to outside of cup only. Do not apply solder until after the fitting and pipe have reached proper heat. After connection is made, remove excess solder with brush and wipe clean. F. Cast Iron Joints: 1. Cast iron pipe systems shall be joined with lead and oakum, performed neoprene joints or no -hub connectors at the subcontractor's option, as allowed by code. 2. Piping shall be carefully handled after joint is made to insure that joint and material are not damaged. 3. Mechanical coupling joints shall be assembled in strict accordance with the recommendations of the coupling joint manufacturer. The bolts, fasteners, gaskets and lubricants shall be a product of the joint manufacturer. G. Flanged Joints: 1. Flanges for piping systems shall be 150 psig or 300 psig forged steel welding neck flanges. Forged carbon steel flanges shall be ANSI 150 psig or 300 psig design, conforming to ANSI B16.5 and ASTM AA-181 Grade I or II similar. 2. Each fitting shall be stamped as specified by ANSI B16.9 and in addition shall have the laboratory control number stenciled on each fitting for ready reference as to physical properties and chemical composition of the material. Complete test reports may be required for any fitting selected at random. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15065 - 5 PIPE AND FITTINGS FOR MEP SYSTEMS 3. Gaskets used shall be ring form, dimensioned to fit accurately within the bolt circle, shall be 1/16" thick, and shall be machine -cut. Inside diameter shall conform to the nominal pipe size. 4. Bolts used shall be square head carbon steel bolts with semifinished hexagon nuts of ASTM A307-90 Grade B. Bolts shall each have a tensile strength of not less than 60,000 psi. 5. Flat -faced flanges shall be furnished where required to match flanges on check valves, strainers, pumps and other equipment. H. Grooved Joints: I. Grooved black iron or steel pipe may be cut or hydraulically grooved; however, galvanized iron pipe shall only be hydraulically grooved. 2. Mechanical grooved pipe couplings, butterfly and check valves and mechanical - T stub -ins, as manufactured by the Victaulic Company, may be used for piping systems and connecting mechanical equipment in lieu of welded, and/or chilled, and fire protection water systems, in piping 4" and over. - 3. Piping materials for grooved pipe shall be standard weight black steel grade pipe conforming to ASTM Specification A53, Grade B, Type E or S, or x ASTM Specification A120, Type E or S, standard square cut grooved to , coupling manufacturer's specifications. 4. ' Style 07 Couplings shall be Victaulic Style 75, 77, HP 70 and Sty , "Zero -Flex" rigid type for grooved and pipe. Couplings segments shall be cast of malleable iron conforming to ASTM A-47 or ductile iron conforming to ASTM A-536. 5. Gaskets, elastomer type, shall have properties as designated ASTM C 2000. Water Service - Gasket supplied will be EPDM Grade "e" color coded green, conforming to ASTM 2000. Designation 2CA615A25B44Z for water services to 230 degrees F. 6. Bolts and nuts shall be heat treated carbon steel. Conforming to ASTM A183, minimum tensile 110,000 psi. 7. Branch Stub -in connections, where permitted, shall be made with Victaulic Mechanical - T styles 920, 921, and 922 in lieu of welded stubs. 8. Fittings shall be of grooved or shouldered and designed to accept grooved mechanical couplings without field preparation, and shall be malleable iron - ASTM A-047; and/or ductile iron - ASTM A-536. 9. Flanges for connecting flanges components into a grooved system shall be Victaulic Vic -Flanges. Flanges shall conform to #125 cast iron and #150 steel bolt hole alignment. Steel Pipe - Vic Flanges for steel pipe shall be Style 741 in sizes 4" - 12". i Materials - Malleable Iron ASTM - A-47 Ductile Iron ASTM - A-536 10. Butterfly valves shall be Victaulic series 700, 703, and 704 or equal of grooved end design in sizes 4" through 12". Valves shall be lined with Grade j "E" EPDM for operating conditions not to exceed - 30 to 200 degrees F temperature. All Butterfly valves 8" and larger shall be equipped with manual gear operator. Ll LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15065 - 6 PIPE AND FITTINGS FOR MEP SYSTEMS j �z 11. Check valve series 710 or 711 shall be grooved end design. Check valve will be of a non -slamming spring closing operation and suitable in a horizontal or vertical position. 12. Pipe Preparation: The pipe ends shall be clean and free from indentations, projections and roll marks in the area from pipe end to groove for proper gasket sealing. The dimensions should be according to the standard cut groove or roll groove specifications as recommended by Victaulic. Pipe grooving in the field shall be accomplished utilizing a Victaulic Automatic Depth -Stop Grooving Tool. 13. Pipe and fitting assembly requires that all nuts should be tightened to assure firm metal contact of the coupling pads. All grooved products shall be of one domestic manufacturer. 14. couplings may be used in lieu of expansion joints and loops. On pump hook- ups, a minimum of three (3) Victaulic style 77 couplings may be installed in lieu of flex connectors. 15. Manufacturer shall provide field service engineer to assure installers adhere to manufacturer's installation instructions. 16. Manufacturers of grooved products shall not be mixed. I. Pipe Protection: 1. Black or galvanized steel pipe, underground, shall be protected by factory wrapping coal tar primer, coal tar pitch, 15 pound tar saturated fiberglass felt draft paper wrapped. Equal protection factory applied polyvinyl chloride (Mill wrapped) by Standard Pipe Protection, Inc., or 3M epoxy coating or equal will be an acceptable substitute. J. Unions: 1. Materials for unions shall match the pipe system category for pressure, temperature, and corrosion. 2. Unions for low pressure and/or low temperature shall be: a. Steel - screwed, Class 150, malleable iron, 0-ring or brass seat, welded neck flanges with gaskets b. Copper - cast copper to copper, metal seat C. PVC - solvent welded, flange to flange, with gasket 3. Unions for more severe service shall match the pipe system for pressure, temperature, and corrosion. a. Steel - screwed, Class 300, ductile iron, brass seat, welded neck flanges with gaskets b. Copper - cast brass flanges with gasket C. FRP - FRP flanges with gasket 4. Dielectric Unions shall separate all ferrous and nonferrous metals in every piping system. Unions shall match those above, except that metal - to - metal contact is to be avoided. Where flanges are used, the bolts shall be insulated from the body of the flange. K. Floor and Ceiling Plates: 1. Install floor and ceiling plates around all pipe passing through walls, floors, or ceilings. Conform to Section 15010 - General Provisions. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15065 - 7 PIPE AND FITTINGS FOR MEP SYSTEMS 2. Solid plates with set screws shall be used on any lines where the sectional plates will not stay in place or are not available in adequate size. L. Expansion/Contraction: 1. Piping shall be installed with due regard to expansion and contraction, and in such a manner as to excessive strain and stress in the piping, in connection and in equipment to which piping is connected. Provide expansion loop and pipe anchor as required. Anchor should be located near beams or joist. M. Painting: 1. Refer to Section 15010 -General Mechanical Provisions. N. Insulating Bussings: 1. Insulating bussing to separate copper and galvanized and/or black steel pipe, at all points with cast iron water pipe, copper, galvanized or black steel pipe rise up out of ground on house side of gas meter and elsewhere as required. O. Sleeves and Sleeve Seals Installation: 1. Provide pipe sleeve of galvanized steel at each wall or floor penetration. Sleeve shall be no lighter than 18 gauge and shall be built into the wall or floor during construction of the wall. Where pipes are insulated, the sleeve shall allow for insulation thickness. 2. Wall sleeves shall be even with both sides of the finished wall. 3. Floor sleeves shall project approximately 1/2" above the finished floor and be even with the underside of the floor. Floor sleeves shall be cast in place or permanently sealed into the floor structure to prevent any water on the floor above from the following pipe system. P. Escutcheons Installation: 1. Install escutcheons on piping through walls and ceilings where penetration is exposed to view. 2. Install escutcheons on exterior of building on piping penetrations through walls. 3. Secure escutcheon to pipe or insulation so escutcheon covers penetration hole and is flush with adjoining surface. 4. Escutcheons for small pipes may be spring clip type. Escutcheons for larger pipes shall be held by set screws. Q. Cleaning and Treating of Pipe Systems l . Every pipe system shall be cleaned to remove trash, mill scale, cutting oil, and welding and burning splatter from the lines before any control devices are installed. If such debris has collected in valves, the valves shall be disassembled and cleaned prior to closing for the firsf time. 2. After several hours of operation, each strainer shall be blown down. This shall be repeated as often as necessary to produce a clean discharge from the blowdown. Prior to turning system over to the owner, every strainer shall be removed and cleaned. - LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15065 — 8 PIPE AND FITTINGS FOR MEP SYSTEMS is �s t_ R. Identification and color coding shall be provided for all piping systems in accordance with ANSI A13.1. S. TESTING 1. Every pipe system shall be tested at 1.5 times its operating pressure, but no less than 125 psi unless the engineer agrees to a lesser pressure. 2. Pipe and fittings shall be tested before any insulation or other covering is applied. 3. Testing may be performed in sections before vital equipment is connected if the test pressure is above the equipment rating. 4. Test medium shall be water under hydrostatic pressure with all air removed from the system. With engineer's consent, the test may be performed with compressed air to prevent danger from freezing. Hydrostatic pressure shall be held for no less than 2 hours with no drop in pressure. Air test shall be held for no less than 4 hours and the engineer may require longer test periods. Questionable joints shall be soaped to prove tightness. 5. The Engineer, shall observe all tests. Notice to the engineer shall be given four full days before the testing is to be performed. END OF SECTION 15065 LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 I5065 - 9 PIPE AND FITTINGS FOR MEP SYSTEMS SECTION 15094 - HANGERS, ANCHORS, SUPPORTS AND SLEEVES PART 1- PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15011 - General Mechanical Provisions are hereby made a part of this Section. B. The Mechanical Subcontractors Work shall also includes furnishing of all labor, materials, tools, equipment, etc., necessary for proper installation of pipe hangers, anchors, supports, sleeves through walls, floor and roof and all equipment foundations and supports including but not limited to the following: 1. Pipe hangers 2. Hanger rods 3. Concrete foundations 4. Sleeves 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15011 General Mechanical Provisions. 1.03 REQUIREMENTS OF REGULATORY AGENCIES American Society for Testing and Materials. B. A.S.H.R.A.E. 1.04 SUBMITTALS A. The Contractor shall submit to the Engineer via the Architect, prior to installation the following information and data for review and acceptance: 1. Manufacturer's data sheets on all cataloged items to be used. 2. Sketches covering all specially designed hanger assemblies and fabrications. 3. Sketches showing locations, loads, calculated travel, type, and sizes of all spring hanger assemblies. All sketches shall clearly show location and reference to all hangers to be installed at said location. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15094 - 1 HANGERS, ANCHORS, SUPPORTS AND SLEEVES PART 2 - PRODUCTS 2.01 MATERIAL A. Provide an adequate pipe Engineering practices, using, hangers and accessories. suspension system in accordance with recognized where possible, standard, commercially accepted pipe B. All pipe hangers and supports shall conform to the latest requirements of the ASA Code for Pressure Piping, B 31.1 and Manufacturer's Standardization Society documents MSS SP-58 and MSS SP-69. C. The pipe hanger assembly must be capable of supporting the line in all operating conditions. Accurate weight balance calculations shall be made to determine the supporting force at each hanger in order to prevent excessive stress in either pipe or connected equipment. D. Where references below refer to "Type," there references shall be to Federal Specification WW-171. Where reference is to "Figure," it shall be to Fee & Mason designations used in their catalog. Equivalent products by Grinnell and others are acceptable. 1. Concrete Inserts - Where piping is supported from a concrete structure, inserts shall be type 18 or 19, or structural shapes where provided where a continuous insert is required. Where support rod size exceeds 7/8" diameter or where the pipe load exceeds the recommended load for the insert, use two inserts with a trapeze -type connecting member below the concrete. 2. Beam Clamps - Where piping is to be supported from structural steel, beam clamps, type 21, 28, 29, 60, or 31 shall be used. Beam clamp selections shall be on the basis of the required load to be supported. Where welded beam attachments are required, they shall be Figure 90, 131, 251, or 256. Holes drilled in structural steel for hanger support rods will not be permitted. 3. Riser Clamps - All vertical runs of piping shall be supported at each floor, and/or at specified intervals, by means of type 8 clamp for steel pipe, or Figure 368 clamp for copper tubing. For riser loadings in excess of the maximum recommended loads shown for the above items, clamps shall be designed in accordance with Figure 395 or 396. 4. Hanger Rods - Hanger fords shall be A.S.T:M. A-107 continuous threaded rod. Eye rods shall be Figures 288 and 228 WL. Where hanger rod sizes are catalog listed for a specified hanger, these sizes shall govern. Where hanger rod sizes are not listed, the load on the hanger shall be the determining factor listed, the load on the hanger shall be the determining factor, and the maximum recommended hanger rod load as shown below shall govern. 5. Hanger Rod Loading - Maximum hanger rod load shall not exceed: Rod Diameter Maximum Load 3/8" 610 pounds 1/2" 1130 pounds LUBBOCK POLICE RANGE FACILITY 15094 - 2 11 SEPTEMBER 25, 2000 HANGERS, ANCHORS, SUPPORTS AND SLEEVES 5/8" 1810 pounds 3/4" 2710 pounds 7/8" 3770 pounds 6. Hanger Spacing - The maximum allowable spacing for pipe hangers shall be in accordance with tabulation below. Where concentrated loads of valves, fittings, etc., occur closer spacing will be necessary and shall be based on the weight to be supported and the maximum recommended loads for the hanger components. STEEL PIPE Nominal pipe size up to 1 1/4" 1 1/2" 2" & 3" 4" & 5" 6" 8° 10" & 12" 14" 16" COPPER PIPE Nominal pipe size up to V 1 1/4" to 2" 21/2" 3" Maximum space between hangers 7 feet 9 feet 10 feet 14 feet 17 feet 19 feet 22 feet 25 feet 27 feet Maximum space between hangers 5 feet 7 feet 9 feet 10 feet 3 1 /2" & 4" 12 feet FRP and PVC pipe supports - Consult manufacturer's data for conditions and temperatures involved. 7. Hangers a. All hangers for piping 2 inches or larger shall be provided with means of vertical adjustment. b. On uninsulated steel pipe, hangers shall be type 1, 4, 6, or 11. On piping 2 inches and smaller, Figure 9, 10, or 25 will be permitted. C. On uninslated copper tubing, hangers shall be Figure 307, 364, or 365, or type 10 or 11. d. On hot insulated steel pipe, hangers shall be Figure 261 or welded attachments Figure 90, 92, 94, or 96. Where thermal movements causes the hanger rod to deviate more than 5 degrees from the vertical or where longitudinal expansion causes a movement of more. that 1/2" in the piping supported from below, roller hangers, type 42, 44, 45, 47, or 48, shall be used in conjunction with a protection saddle, type 40, to suit the insulation thickness. On insulated steel pipe for chilled water or similar service, the hanger must be placed on the outside of the insulation with a type 41 shield. e. On insulated copper tubing, hangers shall be Figure 199, 201, 202 or 215 and shall be placed on the outside of the insulation with a type 41 shield. LUBBOCK POLICE RANGE FACILITY 15094 - 3 SEPTEMBER 25, 2000 HANGERS, ANCHORS, SUPPORTS AND SLEEVES The type 41 shield shall be applied to distribute the hanger load over the insulation and to eliminate damage to the vapor barrier on the covering. f. Base supports shall be type 39. 8. Brackets and Racks - Where piping is run adjacent to walls or steel columns, welded steel brackets, types 32, 33 and 34 shall be used as base supports. Multiple pipe racks or trapeze hangers shall be fabricated from channel and accessories designed for this purpose. 9. Spring Hangers - Spring hangers shall be installed at hanger points where vertical thermal movement occurs. For light loads and non -critical movements in excess of 1/4" , type 49, 50, or 51 variable spring supports shall be used. 10. Critical Systems - On critical systems, where movement is in excess of 1/2" constant supports, type 52 shall be used. For vibration and/or shock loadings, use Figure 470, 471 or 472 sway braces. Where it is necessary to reduce pipe } vibration and sound transmission to building steel, Figure 403 or 404 vibration control hangers shall be used. 11. Anchors, Guides, Sliding Supports - Anchors shall be installed as shown on the piping drawings. They may be Figure 140, 141, or 159. Guides shall be Figure 120, 121, 122, or 165. Sliding supports shall be Figure 143 or 145. 12. Auxiliary Steel - All auxiliary steel necessary for the installation of the pipe hangers and supports shall be designed in accordance with the AISC Steel Handbook, shall be furnished by the Contractor, and shall receive one shop LA coat of primer paint. 2.02 PIPE SLEEVES A. Provide pipe sleeve of galvanized steel at each wall or floor penetration. Sleeve shall be no lighter than 18 gauge and shall be built into the wall or floor during construction of the wall. Where pipes are insulated, the sleeve shall allow for insulation thickness. B. Wall sleeves shall be even with both sides of the finished wall. C. Floor sleeves shall project approximately 1/2" above the finished floor and be even ' with the underside of the floor. Floor sleeves shall be cast in place or permanently sealed into the floor structure to prevent any water on the floor above from following the pipe system. 2.03 ESCUTCHEONS A. Provide escutcheon on each side of wall or floor penetrations to provide a finished appearance. For insulated pipes, the escutcheons shall surround the outside of the insulation. { B. Escutcheons for small pipes may be spring clip type. Escutcheons for larger pipes shall be held by set screws. t_� LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15094 - 4 HANGERS, ANCHORS, SUPPORTS AND SLEEVES PART 3 - EXECUTION 3.01 INSTALLATION OF PIPE SUPPORTS A. Install concrete inserts, beam clamps, or other fixtures to support the pipe hangers acceptable to the Engineer. B. Provide hanger rods and loops or sleeves to support the pipes at the height and grade required for proper drainage and air elimination. C. Pipe through walls, floors, or roofs, the annular space surrounding pipe effectively sealed Oakum and Thiokol grouted smooth on both sides. Sealing material shall be non-combustible and UL approved. D. Pipe running up through roof to be flashed and counterflashed (make water tight). 3.02 STANCHIONS A. Piping near vessels and pumps in main mechanical spaces may be supported from the floor by means of stanchions. Stanchions fabricated from Schedule 40 black pipe having 8" x 8" x 3/8" steel base plate mounted on Neoprene pad. 3.03 FASTENINGS A. Fastenings to wood frame by means of wood screws; to masonry by means of threaded metal inserts, metal screws, or toggle bolts; and to steel by means of machine screws or by welding. 3.04 PAINTING A. All exposed metal surfaces shall be painted with oil base paint, color as selected by Architect. Metal surfaces in crawl spaces, mechanical rooms, etc., shall be painted with gray oil base paint. Refer to Division 9 for type of paint. END OF SECTION 15094 LUBBOCK POLICE RANGE FACILITY 15094 - 5 SEPTEMBER 25, 2000 HANGERS, ANCHORS, SUPPORTS AND SLEEVES SECTION 15105 — VALVES FOR MEP SYSTEMS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15010 - General Mechanical Provisions are hereby made a part of this Section. B. The Mechanical Subcontractors Work shall also include furnishing of all labor, materials, tools, equipment, etc., necessary for proper installation of valves ahead of each water heater, and at similar divisions in branch lines and elsewhere as indicated I . Services to group of fixtures to likewise be valved. 2. Provide and install all other valves called for herein or indicated on Drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE t, A. Section 15010 General Mechanical Provisions B. Section 15060 Pipe and Fittings C. Section 15220 Domestic Water Systems D. Section 01300 Submittals 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. American Society for Testing and Materials (ASTM) B. A.S.H.R.A.E. 1.04 SUBMITTALS A. The contractor shall submit to the engineer via the architect, prior to installation the following information and data for review and acceptance: B. . Provide Manufacturer's brochures on all valves to be used. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15105 - 1 VALVES FOR MEP SYSTEMS PART2-PRODUCTS 2.01 MATERIAL. A. Provide and install all valves that are shown on the drawings and/or specified hereinafter. B. Water supplies to every plumbing fixture specified hereinafter or provided and installed by others and to every item of equipment to be equipped with shut-off or stop valves. C. Where valves have discs, are to be selected for intended service using those materials recommended by manufacturer. D. Connections between valves and copper lines to be made using copper to IPA . . flange connections, or solder end valves. E. Where valves installed in chrome plated lines, are to be chrome plated to match. F. Domestic Hot and Cold Water Valves: 1. All valves shall be similar and approved equal to Crane Company numbers listed. If they comply with these Specifications, valves manufactured by Stockham, R. P. & C., Wallworth, Nibco-Scott, Hammond, Jenkins, Fairbanks, or Lunkenheimer will be acceptable. 2. Check valves, strainers, etc., shall be as specified herein under the paragraph entitled "Miscellaneous Piping Accessories". 3. All domestic hot and cold water valves shall be in accordance with the following schedule: a. Gate Valves: 1) Galvanized steel piping up to 3" - Crane No. 438 or Jenkins No. 370, or equal, brass wedge disc non -rising stem gate valve for 150 pound saturated steam working pressure. 2) 2 1/2" through 10" - Crane No 351, 200# W. O. G., iron body, bronze trimmed, O.S. & Y., Class 125 1316.1 flat faced flanges. b. Globe Valves: 1) Up to 2" - Crane No. 350, 250# W. O. G., iron body, bronze rising stem, union bonnet, screwed ends. 2) 2 1/2" through 10" - Crane No. 351, 200# W. O. G., iron body, bronze trimmed, O.S. & Y., Class 125 B16.1 flanged ends. C. Equipment service valves V and smaller: Nibco S-29 or equal, bronze gate valve, non -rising stem, solid brass wedge disc, rated at 150 psi at 200 degrees F. d. Plug balancing cocks (for natural gas): 1) 2" and smaller: Healy 20TF combination tee handle flathead, gas cock, or equal. 2) 2 1/2" and larger: DeZurich Figure 4995 or equal. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15105 -2 VALVES FOR MEP SYSTEMS G. Pumped Sewage and Storm Valves: 1. Same as specified under the sub -paragraph entitled "Domestic Hot and Cold Water Valves." H. Plug Balancing Cocks (for natural gas) 1. 2" and smaller: Healy 20TF combination tee handle -flathead, gas cock, or equal. 2. 2-1/2" and larger: DeZurick Figure 4995 or equal. 2.02 MISCELLANEOUS PIPING ACCESSORIES A. Check Valves: 1. Check valves located in domestic water pipes shall be spring loaded quiet type as manufactured by Mission, CPV, APCO, or Techno Corporation.Check valves rating shall be same as pressure class for piping as indicated on the drawings. Check pressure class for piping as indicated on the drawings. Check valve shall have full circle threaded lug body. Valve installed between companion flanges will not be acceptable. Check valves or pump discharges shall be installed so that the valve shaft is perpendicular to the pump shaft. 2.03 STRAINERS A. Strainers shall be similar and approved equal to the following: Mueller Steam Specialty Company model numbers: 1. 150 psig working pressure - up to 2": No. 351 with perforated 20 mesh monel screen with cleanout, flanged. 2. 150 psig working pressure - 2 1/2" and over: No. 751 with perforated monel screen with cleanout, flanged. PART 3 - EXECUTION 3.01 INSTALLATION A. Valves to have handles horizontal or above horizontal. B. Valves to match or be compatible with piping in which installed. C. Install all valves in accessible locations to facilitate removal for repair and replacement. 3.02 CLEANING AND ADJUSTING A. Clean valves of all grease, cuttings, rust or dirt both inside and outside. B. Adjust valves as required for service flows specified. LUBBOCK POLICE RANGE FACILITY 15105 - 3 SEPTEMBER 25, 2000 VALVES FOR MEP SYSTEMS 3.03 ACCESS DOORS A. Furnish and turn over to the General Contractor for installation, access doors required to operate or service equipment, valves, and shock absorbers. 1. Access doors to be sizes indicated or required for proper access, with mounting straps, concealed hinges, screwdriver locks, designed so they will open 180 degrees. 2. Doors to be constructed from 16 gauge steel with door and frame finished in prime coat finish. 3. Approved manufacturer's: Milcor, Zum, Wade, Josam, Titus or equal. END OF SECTION 15105 LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15105 - 4 VALVES FOR MEP SYSTEMS �E i SECTION 15220 - DOMESTIC WATER SYSTEMS PART1-GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15010 - General Mechanical Provisions are hereby made a part of this Section. B. The Mechanical Subcontractors Work shall also includes furnishing of all labor, materials, tools, equipment, and performing all operations necessary for proper installation of noise and vibration isolation devices and systems as shown on the drawings and/or specified herein, for the following: 1. Domestic cold water supply system 2. Domestic hot water system 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions B. Section 15060 Pipe and Fittings C. Section 15100 Valves D. Section 15450 Plumbing fixtures and Trim 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Local city water department standards. B. National Plumbing Code. C. Uniform Plumbing Code (UPC). D. Local/state plumbing code 1.04 SUBMITTALS A. The contractor shall submit, prior to installation, the following brochures, warranty and data for review and acceptance: f 1. Water heaters (if required on this project) 2. Water heaters warranty 3. Water heater accessories LUBBOCK POLICE RANGE FACILITY 15220 - 1 SEPTEMBER 25, 2000 DOMESTIC WATER SYSTEMS 4. Vacuum breakers 5. Hose bibs 6. Wall hydrants 7. Backflow prevented 8. Trap primer assemblies 9. Shock absorbers PART 2 - PRODUCTS 2.01 MATERIALS A. All water pipe, both cold and hot shall be as specified in Section 15060 - Pipe and Fittings. B. Fittings shall be wrought copper. C. Pipe and fittings shall be Anaconda, Nibco, Meuller, Revere, Chase Manufacturing or equal D. All underground water pipe shall be as specified in Section 15060 - Pipe and Fittings. E. Unions shall be installed where piping is connected to equipment. F. Clean cut ends of copper pipe with emery cloth before making joints. G. Solder shall be approved lead free solder. H. Where copper pipe connects to non-cuprous pipe and equipment, install reinforced insulating couplings or unions. Where nipples come through a wall or partition to a fixture connection use brass nipples to make the connections. The supplies within the chases shall be securely anchored to prevent movement of connections. I. Iron pipe must not be used in connection with the water system; and screw pipe connections, etc., shall be iron pipe thickness brass. J. Vacuum Breakers: On each water supply line serving a plumbing fixture, item of equipment, or other device which has a water supply below rim of fixture, or is t j threaded to receive a hose, and all hose bibbs, and wall hydrants provide and install a Watts No. 188 or equal vacuum breaker or Watts No. 8Ac or equal backflow preventer. Vacuum breakers shall be designed to prevent any possible backflow through them. They shall be chrome plated to match if installed in chrome plated liner. K. Hose Bibb (interior - mechanical room): Woodford Model 24C or equal, brass LJ finish, #34HF vacuum breaker, wheel handle. _i LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 I5220 - 2 r DOMESTIC WATER SYSTEMS t_ L. Non -freeze Wall Hydrant: Josam Series 71000 non -freeze wall hydrant wit integral vacuum breaker and loose key. M. Primer Trap Assemblies: Josam Series 88250 all bronze with primer valve. N. Backflow Preventer shall be "reduced pressure backflow preventer type" and shall be installs in locations shown on plans, and as required by local plumbing authorities. O. Electric Water Heater: 1. Rheem Energy Miser or equivalent Point -of -Use electric water heater shall be located on wall in adjacent janitors closet with hot water runs limited to a maximum of 25 feet. 2. The electric water heater shall be equipped with an automatic temperature control and over temperature protector. P. Atmospheric Gas Water Heater - Furnish and install atmospheric gas water heaters as shown on the plans. 1. Each water heater shall be PVI Ventura series or equivalent Model 40 V 125 with a gas input of 399,000 Btu/h, a recovery of 374 gph from 40' F. to 140° F, a storage capacity of 250 gallons, and an 8" vent (12" common if tied together). 2. Water heaters will operate with a thermal efficiency of no less than 78%. Heater will satisfy current ASHRAE 90 standards for standby heat loss and thermal efficiency. 3. The multi -flue tank shall be constructed in accordance with section IV of the ASME code, pressure tested at 225 psi, and National Board Registered and stamped for 150 psi operating pressure. 4. The heater will be equipped with: a. Two operating thermostats b. An ASME rated temperature and pressure relief valve C. Temperature limiting device d. Ball drain valve e. Draft diverter f. Handhole cleanout g. Atmospheric burner h. Five year Manufacturers' Warranty 5. The heater shall be completely packaged requiring only hookup for electricity, gas, plumbing, and venting. 6. The heater shall be wrapped in a layer of heavy density fiberglass insulation, jacketed with enamel steel jacket, and mounted on heavy duty I-beam skids. 7. The heater will fit properly in the space provided and installation will conform to all local, state, and national codes. 8. The heater will be UL listed, including a listing for use with type B-1 venting materials. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15220 - 3 DOMESTIC WATER SYSTEMS PART 3 - EXECUTION 3.01 INSTALLATION A. Piping to run above exposed ceilings. No water piping shall run below slabs on grade unless shown on drawings. B. Water piping system shall generally be run level, free of traps, without any unnecessary bends, as high as possible an to suit the necessity of clearances for other mechanical work. Water piping shall be so graded and valved to provide for the complete drainage and control of the system. Piping shall be installed so as to cause no unusual noise from the flow within the building system. Piping shall be installed to take care of the expansion and contraction. All hot and cold water piping should be insulated. C. Hot and cold water piping shall be separated by at least 6" and every precaution shall be taken to see that the pipes do not come into contact. Where piping is paralleled, space shall be provided for proper thickness of covering. D. All runs of water piping outside shall be minimum 24" depth for freeze protection, unless otherwise noted. Other lines shall be run in due regard for freeze protection. E. Cold water piping to be held as far away as possible from sanitary sewer and storm sewer and installation is to conform to all codes. 3.02 STERILIZING A. After the installation of all water piping is made, it shall be flushed out and thoroughly sterilized by this Contractor with a solution of HTH in accordance with the regulations of the State Department of Health. After sterilizing, drain lines and completely flush out. 3.03 TESTING: A. Each piping system shall be tested hydrostatically for leaks to one and 1 1 /2 times the systems operating pressure or 150 psi, whichever is larger. Equipment in the system which might be damaged by such pressure will be blocked off and disconnected during the tests. B. Equipment in the system which may be damaged by such pressure will be blocked off and disconnected during the test. C. Lead test on the water main shall be performed after all new plumbing fixtures have been installed. The lead text shall include water samples taken from all water outlets of both new and existing plumbing fixtures. The report shall list the name of CA LUBBOCK POLICE RANGE FACILITY I5220 - 4 SEPTEMBER 25, 2000 DOMESTIC WATER SYSTEMS 11 r� each fixture sample, state new or existing and the lead content for each sample in parts re billion. 3.04 WATER METER: A. Domestic water meters shall be new. Contractor shall verify size with city to insure size is adequate for new service prior to proposal. If a new service is required, the service shall be installed per the City requirements. END OF SECTION 15220 LUBBOCK POLICE RANGE FACILITY 15220 - 5 SEPTEMBER 25, 2000 DOMESTIC WATER SYSTEMS SECTION 15301- SOIL. WASTE AND VENT SYSTEM PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15010 - General Mechanical Provisions are hereby made a part of this Section. B. Furnish and install waste, drain and vent piping, test tees and cleanouts, and floor drains. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions. B. Section 15094 Hangers, Anchors, Supports and Sleeves. C. Section 15450 Plumbing Fixtures and Trim. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Local Plumbing Code. B. NPC - National Plumbing Code. C. All other applicable city and state codes. 1.04 SUBMITTALS A. Submit brochures on all drains and cleanouts. B. Submit drawings showing method of waste pipe and "P" trap connections. PART 2 - PRODUCTS 2.01 MATERIALS A. Exterior Sanitary Sewer Piping: 1. Same as interior sewer pipe as specified below unless specified otherwise. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15301 - 1 SOIL, WASTE AND VENT SYSTEM B. Interior Soil, Waste, Drain and Vent Piping: Use of PVC Drain pipe is to be used ' throughout; (Unless prohibited by code). 1. Sanitary soil, waste and drainage lines inside of buildings: Standard or service weight PVC drain pipe schedule 40; and/or cast iron soil pipe and fittings. a. If used cast iron pipe and each cast iron fitting: heavily coated at factory with asphaltum or coal tar pitch and have manufacturer's mark or name cast on it. b. Vent Lines: PVC or Cast iron pipe or galvanized iron pipe as accepted by code (2 inches or smaller). F C. Vent stacks shall terminate a minimum distance of 10 feet from air intake or rooftop units or be a minimum of 3 feet above such openings. 2. Interior sewer line below the foundation slab shall be service weight PVC DWV Schedule 40 pipe unless approved otherwise. C. Test Tees and Cleanouts: Shall be Zurn, Josam, Wade or equal. 1. Exterior Cleanouts: Zurn Z-1325-12 with cast iron top. . . 2. Wall Cleanouts: J.R. Smith 4402 w/ Round Cover with polished bronze access cover sized as required. 3. Floor cleanout plugs: Polished bronze adjustable tops and to be numbered as follows: a. Zurn Z-1325-5 Supremo inlay type cleanout with recessed access cover and frame for inlay of floor covering material on floor construction shall be covered in all finished areas. b. Zurn Z-1324 Supremo floor level cleanout with round access cover and t.; round frame for all other floor construction in maintenance areas. C. Cleanout plugs shall be of a size required and the access covers and frames to be set with tops flush with finished floors. d. Equal cleanouts by Josam or Wade or J.R. Smith will be acceptable. t D. Floor Drains: Josam Series 30003-E with Nikaloy top and "P" Trap for toilet rooms. Josam Series 31100 for unfinished areas or J.R. Smith 2005A-P 3" N.L. W 5" Nickel Bronze Strainer. PART 3 - EXECUTION 3.01 INSTALLATION LJ A. Exterior Sanitary Sewer Piping to point of connection to exterior lines (five feet outside building). 1. Sanitary sewer outlets from buildings shall be collected, run to and connected to city sewer at points as indicated and required each connection to be extended outside building line in PVC schedule 40 drain pipe or standard weight cast iron pipe and continued in same material as to point of connection. J 2. Pipe to be laid true and straight at uniform grades with a minimum of 1/8" fall per foot. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15301 - 2 SOIL, WASTE AND VENT SYSTEM i 3. Commercially manufactured branches shall be installed where sewer connections are indicated on Plans, or where required. Cutting into pipe for connections, except in special cases when approved by Owner, shall be accepted. B. Joints and Connections: 1. Cast iron piping systems shall be joined with lead and oakum or performed neoprene joints at Contractor's option in conformance with code. a. If caulked joints used, spigots shall be placed in bell and properly centered and lined in piping before packing starts. b. Joints shall be packed with dry oakum and then caulked with approved material and by standard trade practices. C. Approved material shall be poured and caulked in layers and then faced off flush with hub. 2. At end of each day's Work, plug shut any open ends of pipe. C. Interior Soil, Waste, Drain and Vent Piping: 1. Soil, waste and drain lines shall be installed to fall with a continuous grade toward main sewer connection not less than 1/4" per foot. Neoprene ring joints such as Tyler "Tyseal" or approved equal may be used except at cleanouts, connections to other piping materials, or changes in direction above grade. . 2. No straight crosses, tapped crosses, or 1/4 bends may be used without Owner approval. Sanitary tees, sanitary crosses, "Y" fittings, 1/8 or 1/16 bends to be used where space permits. 3. Changes in pipe size on soil and drain lines shall be made with reduced fittings or recessed reducers. 4. Floor drains and waste outlets shall have deep seal straps, either integral or separate. Toilet room traps shall have primer taps. 5. Connections between traps and soil pipes shall be made using brass soldering nipples, brass ferrules, red brass pipe, type L hard drawn copper tubing, lead pipe, or galvanized wrought iron. Threaded joints shall be as heretofore specified. 6. Provide reducers, increases, special flanges and fittings, etc., where and as required between piping Work and fixtures for connection of Work for use. 7. Vent piping smaller than 2": Standard weight galvanized iron with malleable iron fittings. Galvanized pipe not acceptable in or under slabs on grade. 8. Vents 2" and larger: Standard weight cast iron soil pipe and fittings with joints fabricated as specified for waste piping. 9. Vent lines to be concealed in construction in all finished areas, and may be combined where practical to do so. 10. Vent pipes shall be concealed in construction in all finished areas, and may be combined where practical to do so. . 11. Offsets in soil, waste, and vent piping to be made at an angle of not more than 45 degrees and must have at least minimum pitch required by local ordinance. 12. Cast iron vents above roof lines shall be painted with two coats of asphaltum paint, and flashed. 13. Vent pipes shall extend through roof only at locations indicated. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15301 - 3 SOIL, WASTE AND VENT SYSTEM 14. Vents through roof a. Furnish to roofing Contractor for installation, all flashings as shown on the Architectural plans. b. Turn top of lead flashing over into pipe extending up through roof to make a watertight seal per Architectural drawings. C. All final flashing shall be as approved by Architect. D. Test Tees and Cleanouts: 1. Test tees with brass plugs shall be installed at base of each soil and vent stack. 2. Cleanouts: Straight thread, tapered shoulder plug to seal against caulk lead seat and of same size as pipes except that cleanouts larger than 4" will not be required. 3. Cleanouts to be extended up into floor or wall where indicated. a. Cleanouts shall be installed to service each horizontal run at base of every riser, at each change of direction and at end of each horizontal runoff waste or drain pipe to an individual fixture, every fifty feet in long lengths of horizontal lines, and elsewhere required by code. 4. Exterior cleanouts occurring in soil or asphalt paved areas shall be extended up flush with finished grade and encased in a neatly finished'16" square by 6" thick concrete block. Double cleanouts shall be in 24" long by 16" wide by 6" thick concrete blocks. a. Same cleanouts shall be used in install flush in sidewalks. 5. All wall cleanouts shall be installed with frame and cover set flush with finished wall in a neat and Workman -like manner. E. Floor Drains: 1. Floor drains shall be set with top flush with finished floor as approved by Owner. F. Flash all pipe openings through the roof, using lead sheet as shown on the Architectural drawings. The Plumbing Subcontractor shall fabricate flashing and turn over to the roofer to install the flashing on the roof and after completion of this installation, he shall bend over the top the flashing into the vent piping as shown on the Architectural drawings. END OF SECTION 15301 LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15301 - 4 r SOIL, WASTE AND VENT SYSTEMLJ f1 SECTION 15450 - PLUMBING FIXTURES AND TRIM PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15010 - General Mechanical Provisions are hereby made a part of this Section. B. Furnish all labor and materials to install all plumbing fixtures, fixture trim, and rough -in for equipment furnished by others. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions. {{ B. Section 15220 Domestic Water System. 1 C. Section 15301 Soil, Waste and Vent System. 1.03 SUBMITTALS A. Furnish brochures on all fixtures used showing all parts, materials, etc. 2.01 MATERIALS A. Provide factory fabricated fixtures with fittings, trim carriers, valves, traps, appurtenances and accessories as required for a complete installation. B. Provide bright chrome plated or polished stainless steel fittings, trim and accessories where exposed or semi -exposed to view, unless otherwise indicated. C. Stops for Individual Fixtures: Individual fixtures and outlets for hot and cold water must have stops installed in the hot and cold water supplies. Where these are not specified as a part of the fixture, the exposed stops to be Kohler K-6, or equal, loose key, lockshield straight or angle stops with exposed stuffing box and composition disc. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15450 - 1 PLUMBING FIXTURES AND TRIM 2.02 PLUMBING FIXTURES A. Fixtures furnished complete with all working trim at each location and as indicated by symbol and abbreviation and Drawings. 1. Fixtures shall be standard products of approved manufacturers and shall be similar and equal to those specified by manufacturer's name to quality, material, appearance and operation. Care shall be taken when selecting substitutions to see that physical appearance and arrangement very nearly approaches the descriptions given hereinafter. 2. Each unit shall be free from mars and chips, new, of first quality and furnished with adequate and sufficient supports to securely hang or install the fixture involved. 3. Each unit furnished with first line chromium plated all brass trim unless specifically mentioned to the contrary and furnished with chromium plated loose key stops and flexible risers, except that mop sink basin fittings shall have built-in screw -drive stops. B. Fixtures are to be installed to meet the requirements of the Drawings, Specifications, and local plumbing codes. C. Fixtures shall be as specified, or equal, per Plumbing Fixture Schedule on Plans. D. Plumbing fixture acceptable manufacturers: American Standard, Crane, or Kohler. E. Flush valve acceptable manufacturers: Sloan Valve Company, Zurn, or Delany. F. Fixture carrier acceptable manufacturers: Josam Manufacturing Company, Kohler Company, Tyler Pipe, Zurn Industries, or Smith Plumbing. G. Fixture seats acceptable manufacturers: Bemis Manufacturing Company, Beneke Corporation, or Olsonite. H. Plumbing trim acceptable manufacturers: American Standard, Chicago Faucet, Delta Faucet, Kohler, Speakman, T & S Brass and Bronze Works, or Price Pfister. I. Stainless steel sinks (18 gauge) acceptable manufacturers: American Standard, Elkay Manufacturing Company, Just Manufacturing, Moen or Bootz. r J. Water cooler acceptable manufacturers: Elkay, Halsey Taylor, Haws, or Oasis. Water valve mechanism shall be mechanical and not electronic. Unit shall be furnished lead free and shall be certified by EPA that model furnished is lead free in all regards. K. Each unit shall be furnished with first line chromium plated all brass trim, unless specifically mentioned to the contrary and shall be furnished with chromium plated wheel handle stops and flexible riser, except that shower valves and service sink fitting shave built-in screw driver stops. LUBBOCK POLICE RANGE FACILITY 15450 - 2 SEPTEMBER 25, 2000 PLUMBING FIXTURES AND TRIM j 1. "P" traps on sinks lavatories electric water coolers and similar fixtures shall be not less than 17 gauge brass tubing, chromium plated with screw type cleanouts. 2. Connection between wheel handle stops and pipe systems shall be chromium plated brass threaded nipple. L. Where handicapped fixtures are designated on architectural drawings, they shall be furnished and installed to comply with applicable ANSI and ADA Standards. PART 3 - EXECUTION 3.01 INSTALLATION A. Install plumbing fixtures complete where shown. B.. Individual fixtures and outlets for hot and cold water must have stops installed in hot and cold water supplies. C. During time the construction is going on, provided proper supports or backing for the wall construction of the building from which to hang or support fixtures in a substantial manner. D. Fixtures hung or supported from the or other type masonry walls shall have hangers securely anchored to the walls with approved type toggle bolts in a manner as approved. E. Provide chrome plated supplies to fixtures and chrome plated escutcheons on piping through walls. F. Install wall -hung urinals and lavatories with carriers to match fixture. Anchor fixture rigidly in place. G. Install floor -mounted fixtures solidly to floor with firm and even bearing. H. Rigidly secure supply and waste piping within wall construction to prevent movement. I. Install plumbing fixtures level, plumb and parallel to walls. J. Set series of fixtures equally spaced, unless otherwise indicated. K. Install fixtures with appurtenances and accessories as required for a complete installation. LUBBOCK POLICE RANGE FACILITY 15450 - 3 SEPTEMBER 25, 2000 PLUMBING FIXTURES AND TRIM L. The contractor shall make a test of the water system for lead content after all new plumbing fixtures and outlets have been installed. 1. The lead test shall include water samples taken from all water outlets and plumbing fixtures (both new and existing). A report of the test shall be furnished to the Architect for approval and shall list the name of each fixture sample, whether new or existing outlet, and the lead content for each sample taken in parts per billion. 3.02 USE OF FIXTURES: A. Under no circumstances shall fittings, equipment and materials installed in the building be used for any purpose prior to installation. 1. After installation, fixtures shall not be used for disposal of waste material, cleaning of paint brushes, etc. 2. The Contractor shall be held responsible for the strict enforcement of this provision. 3. Violation of this provision shall be grounds for rejection of the item involved. 3.03 PROTECTION: A. Provide proper protection for fixture against damage while being installed before Work has been accepted. Fixtures damaged before final acceptance shall be replaced without cost to the Owner. 3.04 CLEAN-UP A. Clean fixtures and trimmings thoroughly before acceptance by Owner. r 3.05 FINAL CONNECTIONS: rill A. This contractor shall make final connections of all water and sanitary drain lines required to serve equipment furnished by him. 1. Contractor shall rough -in and make final connections to all miscellaneous equipment furnished and set in place under other sections of the work. 2. All roughing -in and connections shall be made in accordance with manufacturer's recommendations. 3. All final connections shall be fabricated from the same materials as piping system to which they are connected. END OF SECTION 15450 LUBBOCK POLICE RANGE FACILITY 15450 - 4 j SEPTEMBER 25, 2000 PLUMBING FIXTURES AND TRIM g SECTION 15829 - EXHAUST/SUPPLY FANS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15010 - General Mechanical Provisions are hereby made a part of this Section. B. Furnish and install all exhaust air fans with supports, counter flashings, louvers, back draft dampers, bird screens, disconnects and accessories. Work includes the following general listings: 1. Self -flashing curb mounted low profile roof exhausters, centrifugal type. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions B. Section 15840 Low and Medium Pressure Ductwork C. Division 16 Electrical 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Fans to have A.M.C.A. certified seal. 1.04 SUBMITTALS A. Submit brochures on all fans used, including capacity ratings, dimensions, weights, materials, and installation instructions. PART 2 - PRODUCTS 2.01 MATERIALS A. Curb Mounted Centrifugal Fans: _ 1. Each roof exhaust ventilation should be of heavy gauge galvanized steel with twin scroll arrangement, two discharge outlets, and fan base and ventilation of heavy gauge piece spun aluminum construction, self -flashing, curb mounted, low silhouette shaped unit. LUBBOCK POLICE RANGE FACILITY 15829 -1 SEPTEMBER 25, 2000 EXHAUST/SUPPLY FANS 2. Centrifugal fans statically and dynamically balanced. Fan belt or direct driven �J } as scheduled. Motor thermally protected. Belt drives with adjustable pulleys. Bearings thrust type permanently lubricated. �4 3. Back draft dampers, multi -blade balanced type felt edges. 4. Bird screen. 5. Self-contained electric disconnect. - V. Manufactured by Acme, Greenheck, Loren Cook, or equal. B. Supply Air Fans: 1. Supply air fans shall be of the belt driven curb mounted type, same as the exhaust fans except used for supply service. 2. Fan performance shall be based on tests conducted in accordance with AMCA Standard 210 test code for air moving devices and fans shall be licensed to bear the AMCA Certified Rating Seal. 3. Manufactured by Green heck, Acme, Loren Cook, or equal. PART 3 - EXECUTION 3.01 INSTALLATION A. Self -flashing curb mounted fans with integral flashing base installed on curbs by General Contractor. Curbs complete with base flashing. Install back draft dampers �� and bird screens. Balance and adjust damper. B. Connect fans to ductwork as indicated on Drawings. C. Final electrical connections by Electrical Contractor. D. Adjust fan, belts and components as necessary for smooth operation, proper running U amperage and minimum vibration. E. Replace components found out of alignment and balance. F. Touch up marks and abrasions to match original finish. END OF SECTION 15829 g LUBBOCK POLICE RANGE FACILITY 15829 - 2 SEPTEMBER 25, 2000 EXHAUST/SUPPLY FANS 1 I� r__ SECTION 15840 - LOW AND MEDIUM PRESSURE DUCTWORK PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 15013 - General Mechanical Provisions are hereby made a part of this Section. B. Furnish labor, materials, equipment and all service to install ductwork, grilles, registers, diffusers and dampers. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15013 General Mechanical Provisions. B. Section 15094 Hangers, Anchors, Supports and Sleeves. C. Section 15210 Vibration Isolation and Sound Control. D. Section 15250 Insulation. E. Section 15870 Air Outlets. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Air Moving and Control Association. B. National Fire Protection Association. C. A.S.H.R.A.E. D. S.M.A.C.N.A. (Duct Manual and Sheet Metal Construction). 1.04 SUBMITTALS A. Provide shop drawings of duct layouts and duct accessories, including inlets and outlets. The drawings shall indicate distance above finish floor to the bottom of the ductwork. Coordinate the lay -out scheme with other contract Work. LUBBOCK POLICE RANGE FACILITY 15840 - 1 SEPTEMBER 25, 2000 LOW AND MEDIUM PRESSURE DUCTWORK 1.05 DEFINITIONS A. Duct sizes: For acoustically lined or internally insulated ducts, maintain sizes inside lining or insulation. Duct sizes shown on the drawings are inside (air stream) dimensions, and outside dimensions of the duct are to be increased to accommodate the insulation. PART 2 - PRODUCTS 2.01 MATERIALS A. Ductwork: 1. Rectangular Ductwork: Standard galvanized steel sheets with one mil thick minimum coating of zinc on both sides, by hot dipped process. Gauge as recommended in the "Duct Manual." Structural shapes (bars, angles, rods, etc.) to be galvanized carbon steel for exposed ductwork. 2. Flexible Connections: 30 ounce UL approved, glass fabric Neoprene coated on both sides, Ventfabrics, Inc., "Ventglas" complete with attachment accessories. 3. Flexible Duct: Insulated low pressure flexible duct shall be a factory assembly of 1 1/2" thick fiberglass (1 lb. per cu. ft. density) inside two vapor barrier materials (inside and outside surfaces) wrapped around a spring helix for support. Genflex type S-1, or equal. 4. Round or oval ductwork, shall be fastened together with a minimum of three sheet metal screws equally spaced around the perimeter of the duct and taped with an approved duct sealing tape. Round ductwork shall be furnished complete with all starting collars, branch take -offs, elbows, etc., and shall terminate in register plenum box ceiling outlet collar. 2.02 FABRICATION A. Rectangular metal ductwork fabricated in accordance with SMACNA "Duct Manual and sheet Metal Construction for Ventilating and Air Conditioning System", to the dimensions shown on the Plans. B. Duct accessories fabricated by detailed in SMACNA Standards. C. Dampers and fire dampers all by same manufacturer. All fusible links, stops, etc., to comply with NFPA 90A. D. Duct dimensions shown are clear inside dimensions. E. Standing seams, bar slip seams, or pocket slip seams shall not be used on rectangular ductwork exposed in the room. LUBBOCK POLICE RANGE FACILITY 15840 - 2 SEPTEMBER 25, 2000 LOW AND MEDIUM PRESSURE DUCTWORK r A 8 PART 3 - EXECUTION 3.01 INSULATION A. Ductwork: 1. Duct Joints and Seams: a. Longitudinal seams to be Pittsburg Lock, Button Punch Snap Lock, or Grooved, transverse joints in accordance with the "Duct Manual". b. Drive slips for rectangular ductwork on the short side only, up to a maximum 18" dimension. C. Gauge same as the duct. d. Bend drive slips over minimum 3/4" at corners. 2. Elbows and Tees: a. Constructed with curved or square elbows. b. Curved built with not less than a center line radius of 1 1/2 times duct width. C. Square fittings shall have double thickness foil section turning vanes. d. Vanes, a standard product, spaces as shown in the "Duct Manual". e. Round elbows constructed to have not less than the number or gores stipulated in S.M.A.C.N.A. 'Duct Manual". 3. Transformations: a. Slope not to exceed 1" in 7" for high velocity or 1" in 4" for low velocity as shown in 'Duct Manual", except where noted on Plans. b. Provide an angle at the connection equipment not exceeding 45 degrees from the air flow on the inlet side and 30 degrees on the leaving side unless provided with vanes. 4. Volume Control Balancing Dampers: a. Where indicated or required to balance system. b. Dampers as specified under "Volume Control and Fire Dampers" for manually operated dampers. C. Accessible self-locking quadrant type damper controls with handle. d. Open and closed position of damper permanently marked on the duct. 5. Access Doors: a. Installed where required for access to equipment, fire dampers and controls mounted in ductwork. b. Sizes approved by Architect. C. All duct -type access doors shall be low leakage, die -formed doors fully insulated with 1" fiberglass insulation and backing plate, camlock closure and positive seal gasketing as manufactured by Nailor-Hart Industries, Inc., or equal. 6. Flexible Connections: a. Install at all equipment connections. Fabricated at least 4" in length with V of slack. 7. Hangers: a. Uncoated hot -rolled steel bars, rods, angles and galvanized steel bands. b. Furnish galvanized steel rods and angles where ductwork is exposed. LUBBOCK POLICE RANGE FACILITY 15840 - 3 SEPTEMBER 25, 2000 LOW AND MEDIUM PRESSURE DUCTWORK C. One 1/8" band for ducts up to 60" wide, and trapeze type with rods for larger ducts. 8. Instrument Test Openings: a. In accessible locations where required for air stream static pressure, velocity and temperature measuring access. b. Openings complete with gaskets and insulation extended necks. 9. Ductwork: a. Install duct firmly supported or hung neatly aligned. Ductwork hung tight to building structure. b. Space hangers as required to support ducts without sagging, as required C. by the building frame -work, and as required by other interference's. Location and spacing of hangers and supports coordinated by the Subcontractor. d. Furnish necessary supporting material and additional structural members. e. Provide for inherent movement and expansion of the duct system. f. Seal open space between ducts and wall sleeves or openings. g. Coordinate ducts with all other service lines, pipes and ducts. h. Install dampers and devices required to balance the system, provide ' proper diffusion, and even temperature. i. Lighting fixtures, electrical conduit and ceilings shall not be supported from ductwork of ductwork hangers. j. Make necessary changes in duct sizes, provide crossovers, etc., as required to fit ductwork into ceiling and other space. 10. Flashing: a. Provide all necessary flashing and counter flashing where ducts penetrate exposed wall or roof to make entire installation weatherproof. 3.02 VOLUME CONTROL AND AIR DAMPERS A. Splitters, where shown, one gauge heavier than duct walls in which the damper is located, but not less than 16 gauge; having shafts, bearings and locking devices in accordance with S.M.A.C.N.A. recommendations. B. Multi -leaf opposed or parallel blade type control dampers conforming to S.M.A.C.N.A. Duct Manual. 1. In addition to construction requirements detailed in Duct Manual, multi -leaf dampers shall have minimum 16 gauge galvanized steel blades, maximum blade with of 10", damper blades welded, pinned, splined or bolted to the shaft (set screws not acceptable), bronze oilite or nylon bearings, minimum 1/2" steel axles, and blade stops at top and bottom of frames. 2. Automatic control dampers furnished with wind stops at side of frames and blades furnished with blade gaskets cemented and riveted to the top and bottom edges of the blade. LUBBOCK POLICE RANGE FACILITY 15840 - 4 SEPTEMBER 25, 2000 LOW AND MEDIUM PRESSURE DUCTWORK C. Fire dampers furnished where shown on the Drawings and as required by Code. Fire dampers constructed recommended by the S.M.A.C.N.A. "Duct Manual' meeting requirements of N.F.P.A. 90A. Provide access doors for fire dampers. 3.03 FLEXIBLE DUCT INSTALLATION A. Flexible ductwork shall be installed at the termination of the outlet on the supply air only and shall be limited to runs not to exceed 5 feet in length. 3.04 DUCTWORK SUPPORT A. All ductwork shall be supported from structural bar joists and beams. END OF SECTION 15840 LUBBOCK POLICE RANGE FACILITY 15840 - 5 SEPTEMBER 25, 2000 LOW AND MEDIUM PRESSURE DUCTWORK SECTION 15870 - AIR OUTLETS L��� 19 1 W" l3W" -F 1.01 WORK INCLUDED IN THIS SECTION A. Referenced Documents: Division 1 - General Requirements, Proposal Requirements, Conditions of the Contract, and Section 15010 - General Mechanical Provisions, are hereby made a part of this Section. B. Furnish and install all diffusers, grilles, outside louvers, diffuser boots and roof hoods. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions. B. Section 15050 Testing and Balancing. C. Section 15840 Low and Medium Pressure Ductwork. 1.03 QUALITY ASSURANCE A. Make air flow tests and sound level measurements in accordance with applicable ADC equipment test codes and A.S.H.R.A.E. standards. B. Manufacturer shall certify cataloged performance and ensure correct application of air outlet types including sound ratings. 1.04 SUBMITTALS A. Submit in accordance with Section 15010 and Division 1. B. Submit product data and shop drawings converging each item together with schedule of outlets and to also include sound data. C. Submit manufacturer's installation instructions 1.05 JOB CONDITIONS A. Review requirements of outlets as to size, finish, and mounting prior to submitting shop drawings and schedules of outlets. LUBBOCK POLICE RANGE FACILITY 15870 -1 SEPTEMBER 25, 2000 AIR OUTLETS B. Verify outlet locations and make necessary adjustments to conform with Architectural features, symmetry, and lighting arrangement. PART 2 - PRODUCTS 2.01 MATERIALS A. Acceptable manufacturers: Titus, Kruger or Equal. Provide and install items as listed in Schedule on Plans. B. Return and Exhaust Grilles: 1. For sidewall and ceiling exhaust grilles, provide streamlined blades, depth of which exceeds 3/4". Provide spring tension or other device to set blades. Provide units with horizontal face. 2. Provide 1-1/4" (32mm) margin frame with countersunk screw holes. 3. Fabricate of steel with 20 gauge minimum frames and 22 gauge minimum blades, steel and aluminum with 20 gauge minimum frame, or aluminum extrusions. 4. Provide exhaust grilles, where not individually connected to exhaust fans, with integral, gang -operated opposed blade dampers with removable key operator, operable from face. 5. Finish in factory to be baked enamel, white or color as approved by Architect. 6. Door grilles where shown on plans to be siteproof and soundproof as scheduled on plans. C. Rectangular Supply Diffuser: 1. Provide rectangular, adjustable pattern, stamped, multi -core type diffuser to discharge air in 360 degree pattern with sectorizing baffles where indicated or required. 2. Diffusers shall have surface -mount type frame. 3. Fabricate of steel with baked enamel finish, white or color as approved by Architect. 4. Provide radial opposed blade damper and multi -louvered equalizing grid with damper adjustable from diffuser face. D. Perforated Face Diffuser: 1. Provide perforated face diffuser with fully adjustable pattern and removable face. 2. Provide inverted T-bar type frame. 3. Fabricate of steel with steel or aluminum frame and baked enamel finish, white or color as approved by Architect. 4. Provide radial opposed damper and multi -louvered equalizing grid with damper adjustable from diffuser face. E. Slot Diffusers: 1. Provide slot diffusers with fully adjustable pattern controller blades end -to - end in each slot. These blades are independently movable. i LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 15870 - 2 AIR OUTLETS 2. Diffuser should be internally insulated. 3. Fabricated casing from galvanized steel. 4. Finish with black enamel on pattern controller blade and exposed slot faces. White enamel on T-bar (where finished). 5. The Contractor shall provide a sheet metal -plate in the ceiling grid -tract between slot diffusers (painted Blades and approved by Architect.) Plate shall be held into place with concealed hold down clips. 2.02 APPLICATIONS A. Rate units in accordance with ADC standards. B. Base air outlet application on space noise level of NC35 maximum. C. Provide supply outlets with sponge rubber seal around edge. D. Provide baffles to direct air away from walls, columns, or other obstructions within radius of diffuser operations.. E. Provide plaster frame for diffusers located in plaster surfaces. F. Provide anti -smudge frames or plaques on diffusers located in rough textured surfaces such as an acoustical plaster. PART 3 - EXECUTION 3.01 INSTALLATION A. Install items in accordance with manufacturer's instructions. B. Paint ductwork visible behind outlets matte black. C. Seal all connections in accordance with SMACNA Low Pressure Duct Construction Standards or SMACNA High Pressure Duct Construction Standards, whichever applies. Maximum leakage will be 1" of specified cfm on systems operating at 2" WP or below and 1% of specified cfln on systems operating from 2" to 10" WP. The "system" refers to the total air handling equipment of which the diffuser is a part. D. Bugler bars shall be installed in the duct openings which pass through the security screen wall where shown on plans. Maximum opening size between bars shall be 7" each way. END OF SECTION 15870 LUBBOCK POLICE RANGE FACILITY 15870 - 3 SEPTEMBER 25, 2000 AIR OUTLETS SECTION 16010 - GENERAL ELECTRICAL PROVISIONS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, and Proposal Requirements are hereby made a part of this Section. B. Work included in Division 16: Furnish labor, materials, tools, equipment, transportation service, rigging, fees, permits, inspections, and supervision. etc., necessary for the complete installation and operation of all electrical equipment, systems and work as shown on the plans and specified herein. Work includes the following general listings, in addition to which furnish all fittings, hangers, supports, conduits, sleeves, inserts and other such items and accessories required or necessary for the operation of the complete electrical system as shown on plans and/or specified herein: 1. Control wiring as specified herein and in Division 15. 2. Branch circuit panelboards. 3. Conduits, feeders and branch circuit wiring. 4. Light fixtures. 5. Wiring device receptacles and switches 6. Fire alarm system. 7. Junction boxes and conduit for special systems (alarms, telephone system, security systems, etc.). 1.02 DEFINITIONS A. Wherever the term "Contractor" appears in this Division of the Specifications, it is to be construed as referring to the General Contractor and the Electrical Sub- contractor. The term "Owner" will be construed as referring to either the Owner or Owner's representative. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions B. Section 15840 Low and Medium Pressure Ductwork. C. Section 15870 Air Outlets D. Section 16110 Raceways E. Section 16120 Conductors LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16010 -1 GENERAL ELECTRICAL PROVISIONS F. Section 16140 Wiring Devices G. Section 16500 Light Fixtures 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Before submitting a proposal, the Contractor shall become familiar with the rules of the governing boards having jurisdiction and shall notify the Owner before submitting a proposal, if in the Contractors opinion, any work or material specified is contrary to such rules. Otherwise, the Contractor is responsible for the approval of all work or material at no extra cost to the Owner, and in case the use of any material specified is not permitted, a substitute shall be approved by the Owner and shall be provided at no extra cost. B. Work to conform to the latest editions of the following: 1. National Electric Code (N.E.C.) 2. National Electrical Manufacturers Association (N.E.M.A.) 3. All other applicable city, state and national codes 4. Underwriters;' Laboratories Inc. (U.L.), listed and labeled. 5. Power company's electrical standard requirements 6. Telephone company standard requirements. 7. American Society for Testing and Materials (A.S.T.M.) 8. Uniform Building Code (U.B.C.) 9. Occupational Safety and Health Administration (O.S.H.A.) 10. National Fire Protection Association (N.F.P.A.) 11. Illuminating Engineering Society (I.E.S.) 12. Institute of Electrical and Electronic Engineers (I.E.E.E.) 13. United States of America Standards Institute (U.S.A.S.I.) 1.05 QUALIFICATIONS A. Contractor of work specified herein is to have been engaged in electrical contracting business for a minimum of five years prior to proposal date and be prepared to show evidence and references if required by Owner. B. It will be assumed that Contractor, by submitting a proposal, has become familiar with all the regulatory agencies listed in 1.04 above and that the work shall be performed accordingly. 1.06 SUBMITTALS A. Plans and specifications are based on specific equipment, accessories, processes and arrangements as indicated therein. Shop drawings approval and/or submittals indicates only the acceptance of the manufacturer and quality and assumes that the specific requirements and arrangements are in compliance with the intent of the plans and specifications. Contractor shall, at no additional cost to Owner, furnish LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 r, 16010 - 2 GENERAL ELECTRICAL PROVISIONS all accessories, layouts, equipment, etc., and perform all work necessary for proper 'I! functioning and to fit any substitute items to the intent and arrangement indicated on the plans and specifications. B. For any item to be installed in or on a finished surface (such as tee bar acoustical ceiling, plaster wall), Contractor shall certify by marking the submittal indicating that he has checked all applicable Contract Documents and that the item submitted is compatible with the surface finish on which it is to be installed. C. Submittal shall be made for the following (but are not necessarily limited to): 1. Light fixtures 2. Panelboards, switchboard, disconnects, fuses 3. Wiring devices, plates and conduits 4. Motor starters and controls 5. Other systems such as fire alarm, security, telephone, etc. 6. Any other items as designated by Owner. D. Shop Drawings: 1. Shop drawings shall contain sufficient plans, elevations, sections, and schematics to clearly describe the apparatus. All conduit runs, controls and similar shop drawings shall be drawn to at least 1/8" = F-0" scale. 2. Shop drawings shall be done for the following (but are not necessarily limited to): a. All major conduit runs and riser diagrams for all systems. b. Details of any electrical equipment, distribution equipment and any other apparatus deemed necessary by the Owner. 3. Technical review of equipment, systems, and materials must be coordinated by Contractor with other trades which may be involved with the item, such as, but not limited to, equipment substitutions which change electrical requirements, hanging or support weights or dimensions. Graphic symbols shall follow the latest issue of the ANSI standard. All symbols used shall be included in the legend on the drawings. 1.07 FEES A. Procure all the necessary and usual inspections and certificates for all work to be installed. Deliver same to the Owner before final acceptance. Pay all utility charges and necessary tap fees. 1.08 GUARANTEE A. All electrical work, equipment, devices, etc. performed and/or supplied under this contract to be guaranteed for a period of one year from date of acceptance by Owner unless otherwise noted. LUBBOCK POLICE RANGE FACILITY 16010 - 3 SEPTEMBER 25, 2000 GENERAL ELECTRICAL PROVISIONS B. Upon notice of any electrical malfunction, Contractor shall remedy the malfunction including all materials, equipment, labor, transportation, etc. at no extra cost to Owner. 1.09 SPECIAL CONDITIONS OF WORK A. Electrical Drawings are diagrammatic and do not show every connection in detail or every line conduit in its exact location. If conditions exist at job site which make it impossible to install work as shown, prepare and submit drawings to Architect for approval showing how the work may be installed and on approval and install this work without additional cost to Owner. B. Investigate structural and finish conditions and arrange work accordingly; furnish all fittings and accessories required to meet conditions and give a satisfactory operation. Coordinate with the other contractors to avoid interference with the work. C. Work shall be laid out, concealed in furred chases and suspended ceilings, etc., in the finished portions of the building, unless specifically noted to be exposed. Work is to be installed to avoid crippling of the structural numbers. D. The Owner reserves the right to make any reasonable change in the location of the outlets, apparatus, lighting fixtures, and equipment up to the time of rough -in without involving any additional expenses. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials shall be new and shall bear the manufacturer's name, trade name and the UL Label in every case where a standard has been established. The equipment is to be furnished under each Section and shall be the standard product of a manufacturer regularly engaged in the production of the required type of equipment. Furnish all accessories, connections and incidental items necessary to fully complete the work. 2.02 FABRICATION A. The Contractor is to site fabricate only those items which cannot be shop fabricated. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16010 - 4 GENERAL ELECTRICAL PROVISIONS i H1 PART 3 - EXECUTION 3.01 INSTALLATION A. If Plans and Specifications differ from the required minimum standards set forth in the ordinances, the ordinances shall govern unless the Plans and Specifications shall govern. B. Any disagreement between the Plans, Specifications and Ordinances, attention must be called to same before signing of the contract. After the Contract has been signed, the Contractor is responsible for having all work meet with the requirements of the governing ordinances. NO EXTRA'S to the Contract will be granted to correct any discrepancy between the work and the ordinances. C. Where discrepancies exist between the Plans and Specifications or actual site conditions, the Contractor shall furnish the greater quantity of the items and / or higher quality of the materials. 3.02 LOCATIONS OF FIXTURES AND EQUIPMENT A. Fixtures and equipment shall be as shown on the Architectural Drawings. The fixtures or equipment locations not shown on the drawings shall be verified in writing or by the Shop Drawings. 3.03 PAINTING AND FINISHING A. Paint all equipment, metal work, conduit, hangers, and rods, etc., exposed to view and installed under this Division, require two coats of oil based metal protective paint. Color per Owner. Refer to the Division 09 for painting requirements. 3.04 EXCAVATION TRENCHING AND BACKFILL A. Provide all excavation required in execution of the work. Remove any surplus excavated earth from the site. B. Arrange for and pay all costs of paving patching if excavation is required in city streets. C. Excavations are to be to the depths indicated or required, protected and kept dry at all times, and properly backfilled, moistened and mechanically tamped to maximum compaction at the completion in accordance with the Paragraph of Excavation, Trenching and Backfilling in Section 15013 and in Division 1. LUBBOCK POLICE RANGE FACILITY 16010 - 5 SEPTEMBER 25, 2000 GENERAL ELECTRICAL PROVISIONS 3.05 SLEEVES A. Provide galvanized sheet sleeves of sizes to readily accommodate conduits passing through partitions, walls and floors. B. Conduits projecting through the roof are to be made watertight by proper flashing, a sheet metal cap and tightening band. Flashing is to be furnished by the Contractor and installed by the Roofer. C. Conduits passing through the fire walls: Use proper fire stoppage material. 3.06 FLOOR AND CEILING PLATES A. Except otherwise noted, provide and install a chrome -plated sectional floor and ceiling plates around the pipe passing the exposed area through the walls, floors, and ceilings. B. 'Solid plates with the set screws are to be used on any lines where the sectional plates will not stay in place or are not available in the adequate size. 3.07 INTERIOR CUTTING AND PATCHING A. Should any structural difficulties prevent installation of fixtures, equipment, pipes, conduit, etc., at all points shown on the Drawings, then make the necessary minor deviations therefrom, as determined by the Owner without additional cost to the Owner. B. Any necessary cutting into the partitions, walls, and floors are to be neatly and carefully done. No cutting into the structural parts of the buildings without approval of the Owner. C. The Contractor is to be held responsible for all the damages caused by the Contractors work or through the neglect of the Contractors workers. All the patching and repairing of the damaged work is to be done under the direction of the Owner at the Contractors expense. 3.08 SCAFFOLDING r 9 I� A. Furnish and erect, at the Contractor's expense and risk, any and all appliances, _ scaffolding, lights, guards, temporary walks, tools, transportation, etc., required for the proper construction and / or protection of this work. 3.09 CONTRACTOR'S COORDINATION A. Where electrical work occurs in masonry walls, installation shall be done sufficiently in advance of the construction; fittings, appurtenances, etc., shall be € , LUBBOCK POLICE RANGE FACILITY 16010 - 6 SEPTEMBER 25, 2000 GENERAL ELECTRICAL PROVISIONS LA i installed in such a manner and at such locations as to avoid unnecessary cutting of masonry units. Work erected in advance of the masonry shall be securely supported and held in position to prevent displacement. Cutting and fitting of the masonry around properly located equipment will be done by the masons. The Contractor shall have a representative on the job during all concrete pours to insure all of his equipment is adequately supported and protected and will not be adversely affected by such operations. B. Cooperate with the local utility companies in such a manner that the installation of all services proceeds in an orderly manner, and meets all requirements of the specified companies involved. 3.10 ELECTRICAL EQUIPMENT BY OTHERS A. Except for such items that are normally wired up at their point of manufacture and unless specifically noted to the contrary in the documents, execute all electrical wiring of every character both for power supply and for pilot lights, controls and starters for the equipment. Others will erect all motors in place ready for connection. Mount all starters and control equipment, furnishing supporting structures where necessary. - 3.11 TESTING AND ADJUSTING A. Testing equipment necessary to conduct the required tests shall be provided and the tests are to be made by the Contractor at his expense under the direction of and in the presence of the Owner. B. Equipment furnished and installed and / or connected under the provisions of these Specifications shall be demonstrated to function electrically in the manner required. C. The entire electrical installation shall be free from short circuits and improper grounds. Tests shall be made at each power panel and lighting panel with al switches closed. Each power circuit shall be tested at its switch. In testing for insulation values to ground, the power equipment shall be connected for normal operation. D. Insulation values shall not be less than those required by the N.E.C. Other specific tests shall be made in accordance with requirements stated in these Specifications. E. All loads shall be properly balanced on each phase of the system. F. If the tests indicate unsatisfactory materials, workmanship or performance, Contractor shall remove such defective materials and replace with new material at his own expense and shall correct defective workmanship and shall then conduct same tests again until the satisfactory character of the work installed has been fully demonstrated to the satisfaction of the Owner. END OF SECTION 16010 LUBBOCK POLICE RANGE FACILITY 16010 - 7 SEPTEMBER 25, 2000 GENERAL ELECTRICAL PROVISIONS " � � � �-�---�m f_ SECTION 16110 - RACEWAYS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish labor, materials, equipment and services to install electrical power and lighting wiring in conduit so as to make a continuous electrical system from the most remote outlet to its distribution center. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions. B. Section 16120 Conductors C. Section 16140 Wiring Devices D. Section 16500 Light Fixtures 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. National Electrical Code B. Local City Code and Regulations C. U. L. Listings and Labelings 1.04 SUBMITTALS A. Submit in accordance with Division 1; catalogue data of junction boxes, pull boxes, outlet boxes and conduits. LUBBOCK POLICE RANGE FACILITY 16110 - 1 t_ SEPTEMBER 25, 2000 RACEWAYS 2.01 MATERIALS A. Conduits: 1. Galvanized Rigid Conduit (GRC): Hot -dipped galvanized rigid steel conduit, fittings and installation conforming to U.L. 1242 and N.E.C. Article 346. Use threaded fittings. 2. Electrical Metallic Tubing (EMT): Galvanized electrical metallic tubing conforming to U. L. 797 and N.E.C. Article 348. Use compression fittings with insulated bushings. 3. Rigid Non-metallic Conduit: Schedule 40 PVC conduit and fittings conforming to U.L. 651 and N.E.C. Article 347. Use solvent welded socket fittings. Schedule 80 PVC is required under roadways or heavy traffic or by local regulations. 4. Flexible Metal Conduit: Galvanized flexible steel conduit conforming to U.L. and N.E.C. Article 350. 5. Liquidtight Flexible Metallic Conduit: Liquidtight flexible metalilic conduit with extruded polyvinyl chloride jacket over flexible hot dip galvanized steel core, U.L. listed and conforming to N.E.C. Article 351. Use liquidtight fittings. B. Outlet Boxes: 1. Outlet Boxes: Standard gauge steel zinc -coated on all surfaces and edges. 2. Outlet Boxes for Lighting Fixture Outlets: 4" Octagonal galvanized steel boxes not less than 1-1/2" deep; equipped with 3/8" fixture studs where required. Ceiling and wall outlets for fixtures of sizes warranting greater support than can be obtained by a 3/8" stud to be provided with hangers designed to sustain weight of proposed fixtures. 3. Outlet Boxes for Duplex Receptacle and Wall Outlets: Switch box type, galvanized, steel boxes not less than 1-1/2" deep furnished with plaster rings or the tops where required. 4. Switch Boxes: Sectional type switch boxes, galvanized steel of proper depth, furnished with plaster bars where required. 5. Telephone Outlet and Junction Boxes: Same type and kind as those specified for convenience receptacles: Type approved by local telephone company for service intended. 6. Floor Outlet Boxes: Cast metal with treaded conduit entrances, weatherproof type with means of adjusting coverplate to finish level. Refer to Section 16140. C. Junction and Pull Boxes: 1. Junction and Pull Boxes: Appleton Electrical Company, or equal, of code - gauge steel. 2. Conform to N.E.C. for size and gauge of material. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16110 - 2 RACEWAYS Ll PART 3 - EXECUTION 3.01 INSTALLATION A. Electrical power, controls and lighting wiring to be installed in conduit in accordance with N.E.C. 1. Rigid conduits in structural slabs to run between layers of reinforcing steel. a. Conduits larger than 1/2" in concrete slabs to run parallel or at right angles to main reinforcing bars and not diagonally. b. Conduits larger than 1/2" to run in joists or to be concealed before installation of wire. 2. Conduit to be reamed, butts removed, and cleaned inside before installation of wire. a. Conduit ends to be capped and plugged with standard accessories as soon as same has been permanently installed in place. b. Conduit entering boxes and fittings without threaded hubs to have two locknuts and bushings. C. Bushings on all conduit 1-1/4" and larger - insulating type, OZ products, or equal. 3. Lay out and install conduit runs to avoid proximity to hot pipes. In no case will conduit run within 6" of such pipes, except where crossings are unavoidable, and then conduit to be kept at least 1" from covering on pipe crossed. 4. Conduit shall be run concealed except in unfinished areas. Exposed conduit shall be run parallel, perpendicular, plumb and square with building lines and grouped. 5. Install conduits without sag or pockets and in general slope down toward the outlets or connects. All conduit bends shall be free from dents or flattening. 6. Use 1/2" as a minimum size for all conduits. 3/8" Flexible metal conduits may be used to connect lighting fixtures in lay -in ceilings, as permitted by local codes. 7. Install pull and junction boxes as required by N.E.C. or as required to facilitate installation of conductors or cables. 8. Use GRC where subject to weather or to physical damage. 9. Use PVC conduits where in contact with earth or in poured concrete. Provide grounding per N.E.C. for conduit run underground. 10. Use EMT indoors concealed in walls, above ceilings, and exposed in electric closets, telephone rooms and mechanical rooms where not subject to physical damage. 11. Where conduits cross building expansion joints, furnish and install expansion fittings for contraction, expansion or settlement. 12. Where rigid conduit enters any enclosure, install a locknut on each side of enclosure wall. 13. On all feeder conduit, install insulated throat grounding bushings at panelboards, switchboards, and pull boxes and connect to panel or LUBBOCK POLICE RANGE FACILITY 16110 - 3 SEPTEMBER 25, 2000 RACEWAYS switchboard ground lug or next grounding bushing using continuous copper conductor sized per N.E.C. Table 250-95. 14. Connect motors, transformers and equipment on vibration isolators using a 2'- 0" maximum length of flexible metal conduit; use liquid -tight flexible metal conduits for this purpose outdoors, in wet locations, or in mechanical rooms; when used for fluorescent light fixtures not to exceed 72". 15. Install insulating bushings or use insulated throat connectors on all conduits. 16. The use of pipe hooks, chains, plumbers tape, wire, nails or perforated metal for pipe support shall not be acceptable. 17. Aluminum conduit shall not be used. B. At outlet and switch locations, provide and install outlet boxes of proper size and height as noted. Boxes installed in masonry walls to be of sufficient depth (not less than 2-1/2") to permit conduits to be installed without cutting into outer web of tile; furnish plaster rings at ceilings. 1. Location of outlets shown on Plans are approximate. Carefully check the Architectural plans and coordinate with Owner for exact locations of all outlets before installation. 2. Study general building plans with relationship to spaces surrounding each outlet that this work may fit work of others, and that when fixtures are installed they will be symmetrically located and will not interfere with any work or equipment. 3. Outlets occurring in panels or other Architectural fixtures to be centered accurately and clear trims and corners by 4". 4. Switch outlets located immediately inside of door is to be placed on strike side of door, except where outlet is shown in partition at right angle to partition in which door is located; outlet in such cases to clear door when open by 6". 5. Electrical, telephone, etc., outlets located in interior partition walls shall not be located back-to-back. These shall be installed at least 8" apart, separated by a stud and in no event will there be conduit connection between boxes. 6. Rigidly install all outlet boxes plumb and flush with finished surfaces before plates are installed. 7. Support outlets securely and independently to the building structures so that they do not rely on the conduit system for support. a. Boxes mounted vertically on wall - provide hinged covers and catchlocks. b. Boxes mounted horizontally in or on ceilings - furnish with screw covers. 8. Unless noted otherwise on the Plans, mounting heights shall be as follows: Normal a. Wall switches 4'-0" A.F.F. b. Convenience and telephone outlets 1'-6" A.F.F. 1) Corridor 1'-6" A.F.F. 2) Classrooms 1'-6" A.F.F. 3) Offices 1'-6" A.F.F. 4) Toilet Rooms F-6" A.F.F. 5) Storage Rooms 1'-6" A.F.F. C. Manual Fire Stations 4'-0" A.F.F. LUBBOCK POLICE RANGE FACILITY 16110 - 4 SEPTEMBER 25, 2000 RACEWAYS d. Fire Alarm AudioNisual Unit T-6" A.F.F. e. Wall mounted Telephones 4'-0" A.F.F. f. Clock Outlets T-6" A.F.F. g. Top of Lighting & Power Panels 64A.F.F. h. Thermostats 4'-0" A.F.F. The above mounting heights shall be verified and approved by the Architect before installation. All mounting heights shall conform with ADA Guidelines. 9. Insulating Bushings: Insulating bushings to be used to separate dissimilar materials as required on all conduit and junction boxes. Material separation is required between all connections of dissimilar material to building structure. 3.02 PROTECTION OF UNDERGROUND CONDUIT A. Steel conduit run underground shall be protected by a factory applied coating or wrapping consisting of one of the following: 1. Minnesota Mining and Manufacturing Company "Scotch-kote" Resin #202, factory -applied coating with two-ply "Scotch -wrap" #50 tape on field joints. 2. Coal tar primer, coal tar pitch, coal tar saturated felt, Kraft paper wrapped. All field joints must be similarly wrapped. 3. PVC plastic primer, followed by polyvinyl plastic coating as supplied by Lone Star Steel Company "Extra Coat" or approved equal. Field joints shall be wrapped in strict accordance with manufacturer's directions. B. Contractor shall submit samples and detailed specifications for final approval. END OF SECTION 16110 LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16110 - 5 RACEWAYS PART 2 - PRODUCTS 2.01 WIRE AND CABLES A. Wire and Cables: Must be new and of copper conductors with protective coatings, U.L. listed and labeled as specified below or on the Plans. All conductors shall be by the same manufacturer. 1. Rated 600 V type as manufactured by Anaconda, General Cable, Phelps, Dodge, Collyer, Triangle, General Electric or equal. a. Type TW standard wall insulation except as noted below or specifically noted on the Plans or required by codes. b. Wire passing through fixture channels: Type THHN, copper. C. Wire #6 and larger: Standard wall THW or THWN, copper power conductors; 75° C wet and dry location. d. All conductors shall be copper. No aluminum wiring is permitted. e. Minimum wire size shall be #12 A.W.G. except for control wiring the minimum allowed size will be #16. 2. Conductors and Strands of Conductors: Soft drawn, annealed, tinned copper of conductivity not less than 98% of pure copper. 3. Conductors run in raceways that are underground, in concrete, equipment rooms, completely encased in exterior masonry walls, directly exposed to the weather or in any other locations where adverse heat and moisture conditions prevail: Standard insulation THW. 4. Cables shall be surface printed with a contrasting color consisting of the manufacturer's name, cable size, cable type and voltage rating. B. Splices and Connections: 1. Joints and Splices in Wire #6 to #4/0: Mechanical type connectors. a. Connectors: Fully insulated; OZ type XW and XTP, Burndy VR and VRT or equal. 2. Joints and Splices in Wire #8 and Smaller: Mechanical pre -insulated wire connectors, "Scotch Lock" or T&B "Sta-Kon" or equal. a. Wire nuts acceptable only if each joint is thoroughly insulated with rubber friction tape. b. Pre -insulated indent connectors, by T&B or equal, acceptable on #12 wire only. C. Mechanical connectors, T&B "Wedge -On", Sherman "Wedge -Grip" or equal, connectors acceptable if properly insulated with rubber of friction tape. 3. Taps and Splices in #250 MCM and Larger: Similar to OZ type HW and HT, Burndy NS and NT or equal. 4. Splices and taps to be insulated with a filing compound, Anaconda 150 or equal, rubber and friction tape. a. Insulating Covers: OZ, T&B, or equal. LUBBOCK POLICE RANGE FACILITY 16120 - 2 SEPTEMBER 25, 2000 CONDUCTORS b. Insulating Tapes: Okanite, G.E., Scotch, or equal rubber tape and Manson, Scotch or equal friction tape. C. Insulation on all joints and splices shall have flashover value at least 100% in excess of wire insulation. 5. Terminals and Lugs: a. Stranded wire and cable #6 and above, and #8 where terminals permit up to and including #4/0, to terminate in solderless pressure type lugs, OZ type XL, Burndy Type NA or equal. PART 3 - EXECUTION 3.01 INSTALLATION A. Wiring: 1. Each wire between boxes must be continuous without weld, splice or joint 0 4. 5 7. Q throughout its length. Not to be drawn into a conduit until all work of a nature which may cause injury is completed. Provide industry lubricant. Where two or more circuits circuit with linen tags as a guide to 1 standard wire pulling compound for run to a single outlet box, tag each he fixture hanger in making fixture connections. Have all stranded conductors furnished with copper connecting lugs, drilled or reamed the full diameter of the bare conductors. Mains and feeders shall be run their entire length in continuous pieces without joints or splices. Conductors #6 and larger shall be terminated with approved compression type connectors properly sized and installed with proper compression tool and with an approved electrolite. Wire #12 and #10: Factory color coded with colors for each phase and neutral as specified to be used consistently throughout the entire wiring installation. a. Large wires and other types - color coded by a 1" wide band of colored Scotch tape on ends of each conductor. b. Following color code to be used throughout the system: 120/208V 277/480 1) 1) Phase A: Black Brown 2) 2) Phase B: Red Orange 3) 3) Phase C: Blue Yellow 4) 4) Neutral: White White 5) 5) Ground: Green Green Splices in wire shall be eliminated where possible, and necessary splices made only in readily accessible pull and outlet boxes. Taps and splices in wire sizes #6 and larger shall be made with mechanical type connectors after wire has been cleaned. Connectors shall be fully insulated after joint has been made tight. All electrical power wiring, except as otherwise noted shall be installed in conduit, and coupled so as to make a continuous electrical system from the most remote outlet to its distribution center. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16120 - 3 CONDUCTORS 9. Maximum voltage drop to be in accordance with N.E.C. 3.02 TESTING A. Cable shall receive standard manufacturer's physical and electrical test. Test shall be in accordance with ICEA S-68-516, Paragraph 6.27. Finished cables shall pass the partial discharge test specified in AEIC CS6 Corona Test and shall meet UL 1072. B. Test insulation resistance of each conductor after installation is complete and all splices, taps, and connections have been made, except connections at source and point. C. Insulation resistance shall be tested by a Proposaldle megger, operating at 1,000 volts D.C., by connecting one lead to the conductor and the other to the enclosing conduit. Observe readings after one minutes of megger operation at slip speed. Insulation resistance shall not be less than the following: Wire or Cable Size Resistance in Ohms No. 12 1,000,000 No. 10 & 8 250,000 No. 6, 4, & 2 100,000 No. 1, 1/0, 2/0, 3/0, & 4/0 50,000 250 MCM & Larger 25,000 Testing of insulation values applies to service entrance and feeders only. Tabulate values and provide Engineer with two copies. D. Remove and replace any conductors not having insulation resistance equaling or exceeding the above values. E. Perform all insulation resistance tests in the presence of the Owner. END OF SECTION 16120 LUBBOCK POLICE RANGE FACILITY 16120 - 4 SEPTEMBER 25, 2000 CONDUCTORS SECTION 16140 - WIRING DEVICES PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish labor and material to install the following: 1. Wall switches 2. Convenience and telephone outlets. 3. Plates. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16110 Raceways C. Section 16120 Conductors D. Section 16500 Light Fixtures 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. N.E.C. B. Local City Code C. U.L., listings and labelings. 1.04 SUBMITTALS A. Submit the following per Division 1: 1. Wall switches, convenience outlets and floor outlets. 2. Plates - samples to be provided. LUBBOCK POLICE RANGE FACILITY 16140 - 1 SEPTEMBER 25, 2000 WIRING DEVICES PART 2 - PRODUCTS 2.01 MATERIALS A. Single Pole Switches: 120V or 277V, 20 amps, toggle switch, Leviton, white in color. B. Illuminated Remote Pilot Light: Similar to single pole switches, Leviton. C. Duplex Receptacles: 120V, 20 Amps, NEMA 5-20R grounded, Specification Grade Receptacle, Leviton, white in color. D. Computer Receptacles: All computer electric receptacles shall have an isolated ground and be identified with a green triangle. A separate grounding system shall be provided for all computer receptacles and electrical panels. E. Ground Fault Receptacles: 120V, 20 Amps, NEMA 5-20R, Specification Grade G.F.C.I. Duplex Receptacle, Leviton, white in color. F. Telephone Outlet Box and Plates: Division 16 shall provide the telephone outlet plates as required by telephone installer with modular plug, bushed opening or other application. Plates shall be stainless steel. G. Plates: Provide stainless steel plates throughout the building. Provide weatherproof plates with covers for outdoor applications. H. Floor outlet boxes for receptacles and telephone outlets shall have metal round, rounded edges, brushed aluminum finish with spring loaded cover. I. Devices listed in these specifications are for reference as to style and quality required for this project. Other manufacturer's products may be approved if of equal style and quality. Provide samples of devices if requested by Architect or Engineer. J. Special purpose outlets required on plans not specified herein shall be of similar quality to those specified herein. K. Lock switches (key switches) Leviton or equal, white in color. All switches must be able to use Leviton keys. Locate only where shown on plans (corridors, cafeteria and restrooms). L. 3-Way and 4-way switches shall match single pole switches in style and color. M. All devices to be U.L. listed and labeled and to be manufactured by Leviton. N. Provide ground fault receptacles or breakers in accordance with National Electric Code where shown on plans. LUBBOCK POLICE RANGE FACILITY 16140 - 2 SEPTEMBER 25, 2000 WIRING DEVICES O. Colors for devices shall be approved by Architect. PART 3 - EXECUTION 3.01 INSTALLATION A. Mounting heights per Section 16110, unless specifically noted otherwise on plans. Mount all devices plumb and flush with walls. All devices shall clear door frames, door swing, etc. B. Confirm floor outlet locations with Architect. All floor penetrations shall be fire rated by use of fire rated poke-thru devices, etc. Floor outlet covers shall be level, flush, and low profile so as not to cause hazard to personnel. C. Mount all receptacles with the grounding terminal to the top of the receptacle. D. - Mount all single pole switches so position "up" is "on". E. Coordinate receptacle locations with countertops, cabinets, etc. Conflicts shall be referred to Architect for adjustment on job site at no extra cost to Owner. F. Prior to "Rough -in", adjustments in location of devices may be accomplished by Architect to account for furniture layout. It shall be accomplished at no extra cost to project. 3.02 TESTING, ADJUSTING, CLEANING A. Test each device for proper connection and operation prior to final inspection. Test each receptacle for correct Hot -Neutral -Ground connection. B. Clean all devices and plates and replace any defective/scratched devices, plates, etc. before final acceptance. END OF SECTION 16140 LUBBOCK POLICE RANGE FACILITY 16140 - 3 SEPTEMBER 25, 2000 WIRING DEVICES ry SECTION 16160 - BRANCH CIRCUIT PANELBOARDS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish all labor, materials and accessories to install lighting and power branch circuit panelboards as noted on plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16110 Raceways C. Section 16170 Disconnects 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Underwriters Laboratories, Inc., "Standard for Panelboards" and "Standard for Cabinets and Boxes" and so labeled. 1.04 SUBMITTALS A. Submit in accordance with provisions in Division 1: 1. Brochures and other drawings to also show elevations. 2. Panelboard schedules showing circuit breaker quantity and sizes. 3. Short Circuit Analysis. PART 2 - PRODUCTS 2.01 MATERIALS A. Lighting and Power Branch Circuit Panelboards: 1. 120/208 or 277/480 volt, 3-phase, 4-wire grounded wye panels as noted on plans; e D type NQOB or approved equal, factory assembled. 2. Automatic circuit breaker, bolted, dead front type. 3. Listed by U.L., as manufactured by Square D, General Electric, or Siemens. 4. Automatic bolted type molded case branch circuit breakers. LUBBOCK POLICE RANGE FACILITY 16160 - 1 SEPTEMBER 25, 2000 BRANCH CIRCUIT PANELBOARDS a. Circuit Breakers: Bolted -on, thermal -magnetic type unit construction, employing quick -make, quick -break toggle mechanisms for manual operation as well as automatic operation. Common trip on all multi -pole breakers. b. Automatic Tripping: Indicated by breaker's handle assuming a clearly distinctive position from manual "On" and "Off' position; breakers to be removable from front of enclosure for inspection and replacement. C. Branch circuit breakers feeding convenience outlet shall have sensitive instantaneous trip settings of not more than 10 times the trip rating of the } breaker to prevent repeated arcing shorts resulting from frayed appliance cords. d. Where used as switches in 120, 277 volt lighting circuit, circuit breaker shall be approved for such switching duty and shall be marked "SWD". e. Breakers shall be 1, 2 and 3 poles with an integral cross -bar to assure simultaneous opening of all poles in multi -pole circuit breakers. f. Circuit breaker shall be UL listed in accordance with UL Standard 489, as manufactured by Square D or approved equal. 5. Panelboard: Furnished with main lugs only or main circuit breakers as designated on plans. Solderless connectors furnished to connect panel feeder sized to accommodate size wire called for in panel feeder sized to accommodate size wire called for in panel feeder schedule on plans. 6. Doors: Equipped with chrome plated combination lock and catch, provide two keys with each lock. All locks to be keyed alike. 7. Circuit Breakers: Circuit breaker shall not be approved for switching light circuts. B. Bussing: - 1. Panelboard bus structure and main lugs or main switch shall have current ratings as shown on the panelboard schedule. The bus structure shall f I accommodate bolted on branch switches as indicated on the drawings without Li modification to the bus assembly. 2. Main bussing shall be copper with 98% minimum conductivity rated as shown rij on the plans. 3. The temperature rise above ambient shall not exceed 550 C rise in accordance with U.L. procedures. 4. External wiring connections to be compatible for copper wiring. 5. A-B-C type bus arrangement - left to right, top to bottom and front to rear shall be used throughout to assure convenience, safe testing and maintenance. 6. The short circuit rating shall be established by short circuit testing in accordance with NEMA standard PB-1-1471 and shall be unitary rated. 7. All current carrying part of the bus assembly shall be plated. C. Integrated Equipment Short Circuit Rating: Each panelboard, as a complete unit, shall have a short circuit rating equal to or greater than the integrated equipment rating shown on the panelboard schedule or on the plans. This rating shall be - established by testing with the overcurrent devices mounted on the panelboard. The short circuit tests on the overcurrent devices and on the panelboard structure shall be made simultaneous) b connecting the fault to each overcurrent device with the Y Y g LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16160 - 2 BRANCH CIRCUIT PANELBOARDS panelboard connected to its rated voltage source. Method of testing shall be per Underwriters Laboratories Standard UL67. The source shall be capable of supplying specified panelboard short circuit current or greater. Testing of panelboard overcurrent devices for short circuit rating only while individually mounted is not acceptable. Also, testing of the bus structure by applying a fixed fault to the bus structure alone is not acceptable. Panelboards shall be marked with their maximum short circuit current rating at the supply voltage and shall be UL listed. D. Panelboard assembly shall be enclosed in a steel cabinet. The rigidity and gauge of steel cabinet shall be as specified in UL Standard 50 for cabinets. The size of wiring gutters shall be in accordance with UL Standard 67. Each front shall include a door and have a flush cylinder tubular type lock with catch and spring loaded stainless steel door pull. All panelboard locks shall be keyed alike. E. U.L. Listing: Panelboards shall be listed by UL and shall bear the UL label. PART 3 - EXECUTION 3.01 INSTALLATION A. Panelboards flush or surface -mounted as designated on plans. B. Installation to meet the latest edition of the N.E.C. 3.02 PROTECTION A. Protect all breakers and switches in panels during construction. 3.03 IDENTIFICATION A. Panelboards shall be identified by engraved plastic tags with the name, letter and/or number indicated on the plans. B. Provide a typed directory card of equipment, lighting, etc., served by circuit breakers inside each panelboard door. Circuit identification should be by equipment name, location and/or room name and number. END OF SECTION 16160 LUBBOCK POLICE RANGE FACILITY 16160 - 3 SEPTEMBER 25, 2000 BRANCH CIRCUIT PANELBOARDS SECTION 16170 - DISCONNECTS PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install heavy duty safety switches and general duty safety switches and fuses as required and indicated on drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16110 Raceways C. Section 16120 Conductors 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. NEMA B. National Electrical Code C. Local Electric Code. 1.04 SUBMITTALS A. Submit in accordance with provisions in Division 1 and Section 16010. PART 2 - PRODUCTS 2.01 MATERIALS A. Fuses protecting circuit breakers or circuit breaker panelboards shall be silver -sand, fast -acting, current limiting UL Class K-1 and R for amperages 0-600 and UL Class Z for amperages 601-6000. Bussman Limitron, or equal, fast -acting fuse. Two spare links of each amperage used shall be given to Owner. LUBBOCK POLICE RANGE FACILITY 16170 -1 SEPTEMBER 25, 2000 DISCONNECTS B. Fused and Unfused Safety Disconnect Switches: (Fused disconnects not typical and used only where required) 1. Switches: Manufactured by Square D, Westinghouse, General Electric, or Cutler -Hammer. 2. General duty for 240 V service, heavy duty for 480 V services with pad locking features. 3. Switches: Quick -make, quick -break use; switches of sizes indicated on drawings. a. Where used to serve motors will bear horsepower rating equal to or exceeding that of motor which they serve, regardless or size or type specified on drawings. b. Equipped with arc -quenching devices. 4. Exterior Switches: NEMA 3F, even if not noted on drawings. 5. Interior Switches: NEMA, Type 1. 6. Disconnects and fuse sizes for all mechanical equipment per manufacturer's recommendations. Fused disconnects used only where required. Contractor to verify before submitting a Proposal. No extras will be granted after signing the contract. C. Small Disconnects: Furnish small 20 amp, 1-P disconnects on all motors including fans, etc. PART 3 - EXECUTION 3.01 INSTALLATION A. Fuses: Furnish and install operation fuses in each device requiring same and noted on drawings. B. Safety Disconnect Switches: 1. Fused or unfused units as needed and noted on Plans. 2. Contractor to furnish fused or unfused disconnect switches wherever required by NEC and local authorities even if not shown on design drawing at his own expense. 3.02 IDENTIFICATION A. Disconnect switches shall be identified by engraved plastic tags, indicating the apparatus served, amperage and voltage. B. Paint all emergency switches, panels, etc. red in accordance with NFPA and local codes. END OF SECTION 16170 LUBBOCK POLICE RANGE FACILITY 16170 - 2 SEPTEMBER 25, 2000 DISCONNECTS SECTION 16181- FUSES AND SHORT CIRCUIT CURRENT PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install current limiting fuses to limit the A.I.C. to an acceptable interrupting rating as indicated on drawings and as required by N.E.C. Section 110. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16120 Conductors C. Section 16140 Wiring Devices D. Section 16164 Panelboards E. Section 01300 Submittals 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. NFPA Codes B. National Electrical Code C. Applicable Building Codes D. Underwriters' Laboratories, listing and labels 1.04 SUBMITTALS A. Provide a schematic riser diagram indicating available short circuit current and fuse let-thru current. Contractor shall ensure that each feeder and apparatus is properly protected from short circuit current and shall calculate and verify the let-thru current at each point in the electrical riser diagram. B. Provide catalogue cuts for all fuses used indicating fuse size, let-thru current, curves, etc. LUBBOCK POLICE RANGE FACILITY 16181 - 1 SEPTEMBER 25, 2000 FUSES AND SHORT CIRCUIT CURRENT 1.05 WITHSTAND RATING A. The maximum specified value of voltage and current that equipment can safely "handle" is known as it's "Withstanding Rating" of the short circuit current mechanical forces and thermal energy which can destroy equipment and create hazardous conditions. 1.06 HANDLING MECHANICAL FORCES AND THERMAL ENERGY A. At any point in a distribution system, the equipment must be capable of handling the mechanical forces and thermal energy available should these exceed the capabilities of the equipment. Either the equipment must be reinforced or current limiting fuses must be used to reduce the amount of forces and energy available to the equipment, as required by NEC, Article 110. PART 2 - PRODUCTS 2.01 FUSES A. All fuses used on this project shall be UL listed, Class R, J or L as noted. All fuse contacting surfaces shall be plated and fuses shall be so selected as to provide a fully selective coordinated system. B. Spare fuse requirements are as follows: 1. 600 amp and smaller - 10% of each rating (minimum of three per rating). 2. 601 amp and larger - three of each rating. 2.02 SERVICE ENTRANCE & FEEDER CIRCUIT FUSES (601 AMP & LARGER) A. Rated 601 amp to 6,000 amp, 600 volt AC or less shall be UL listed Class L, current limiting with 200,000 ampere RMS interrupting rating. Fuses shall be Gould-Shawmut Amp -Trap Cat. No. A4BY, A4BT or approved equal. 2.03 SERVICE ENTRANCE & FEEDER CIRCUIT FUSES (600 AMP & SMALLER) A. Rated 1 amp to 600 amp, 250 or 600 volt AC, shall be UL listed Class RKl, current limiting with 200,000 ampere RMS interrupting rating. Fuse body shall be constructed of high temperature, dimensionally stable, long -life non -hygroscopic material equivalent to Gould-Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Amp -Trap, Cat. No. A2K (250v) or A6K (600v) or approved equal. Note: Alternate Fuse Specification for Paragraph 2.03. B. Rated 1 amp to 600 amp, 250 or 600 volt AC, shall be UL lilted Class J, current limiting with 200,000 ampere RMS interrupting rating. Ruse body shall be high LUBBOCK POLICE RANGE FACILITY 16181 - 2 SEPTEMBER 25, 2000 FUSES AND SHORT CIRCUIT CURRENT temperature, dimensionally stable, long life, non -hygroscopic material equivalent to Gould-Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Amp -Trap, Cat No. A4J, AJT (time delay) or approved equal. Note: Alternate Fuse Specification for Paragraph 2.03 C. Rated 1 amp to 600 amp, 260 to 600 volt AC, shall be UL listed Class RKS, current limiting with 200,000 ampere RMS interrupting rating. Fuse body shall be constructed of high temperature, dimensionally stable, long -life, non -hygroscopic material equivalent to Gould-Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Falt-Trap, Cat. No. FT (250v) or FTS (600v) or approved equal. 2.04 MOTOR, MOTOR CONTROLLER, TRANSFORMER & INDUCTIVE CIRCUIT FUSES A. Rated 1/10 amp to 600 amp, 250 or 600 volt AC, shall be UL listed Class RK5 current limiting time delay with 200,000 ampere RMS interrupting rating. Fuses shall be constructed of high -temperature, dimensionally stable, long -life non - hygroscopic material equivalent to Gould Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Tri-onic, Cat. No. TR (250v) or TRS (600v) or approved equal. 2.05 MOTOR, MOTOR CONTROLLER, TRANSFORMER & INDUCTIVE CIRCUIT FUSES A. Where more current limitation is required, rated 1/10 amp to 600 amp, 250 to 600 volt AC, shall be UL listed Class RKI, or Class J, current limiting time delay with 200,000 ampere RMS interrupting rating. Fuses shall be constructed of high temperature, dimensionally stable, long -life non -hygroscopic material equivalent to Gould Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Amp -Trap II, Cat. No. A2D (250v), A6D (600v), AJG (600v) or approved equal. B. Where short-circuit current does not exceed 50,000 ampere RMS and for protection of individual equipment units, the following fuse specifications may be used: 1. Fuses rated 1 ampere to 600 ampere; 250 or 600 volt AC shall be UL listed - Class K-5 with 50,000 ampere interrupting rating. Fuse shall be Gould Shawmut One-Tiome, Cat. No. OT (250v) or OTS (600v) or approved. C. NOTE: For protection of circuit breakers and circuit breaker panelboards use Gould Shawmut Amp -Trap (A2K/A6K) or Amp -Trap II (A2D/A6D) or Class J (A4J/AJT). Refer to Specification 2.03 and 2.05 above. Fusible safety switches -, and panelboards with short-circuit withstand ratings of 200,000 ampere RMS require Class R or Class J rejection fuse holder feature. (Compliance with N.E.C. Article 110-9 and 240-60b). LUBBOCK POLICE RANGE FACILITY 16181 - 3 SEPTEMBER 25, 2000 FUSES AND SHORT CIRCUIT CURRENT PART 3 - EXECUTION 3.01 INSTALLATION A. Install fuses in devices as required and indicated on drawings. 3.02 GUARANTEE A. Contractor shall, at no expense to the Owner, replace and repair any faulty material for one year from the date of acceptance. END OF SECTION 16181 LUBBOCK POLICE RANGE FACILITY 16181 - 4 SEPTEMBER 25, 2000 FUSES AND SHORT CIRCUIT CURRENT SECTION 16450 - GROUNDING PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Referenced Documents: Division 1 - General Requirements, Proposal Requirements, Conditions of the Contract and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Provide and install a single, complete, integrated grounding system, including all conductors, raceways, and connections, as specified and/or indicated on the Drawings. C. The grounding system shall include the grounding of switchgear, panelboards, transformers, etc.; grounding grid systems with ground rods, structural system, and water pipe connections. D. The grounding system shall include the grounding conductors completely interconnecting the main water supply pipe, ground rods, distribution equipment, structural system, and other equipment requiring ground connections. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16110 Raceways B. Section 16120 Conductors 1.03 REFERENCES A. NFPA - National Fire Protection Association. B. U.L. - Underwriters Laboratories, Inc. C. IEEE - Institute of Electrical and Electronic Engineers. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Install complete grounding system in accordance with the National Electrical Code (NEC). LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16450 - 1 GROUNDING PART 2 - PRODUCTS 2.01 NERAL A. All grounding products shall be U.L. listed and labeled. 2.02 CONDUCTORS A. Grounding conductors shall be of soft drawn stranded copper. Size and type shall be as shown on the Drawings. B. All grounding conductors shall run in building or embedded in concrete or run in conduit shall be insulated unless noted otherwise on the drawings. Insulation color shall be green. C. Insulation shall be 600 volt rated, continuously wrapped with green tape along the entire exposed surface. D. Exposed metallic raceways shall be electrically continuous to provide a ground fault path. =� E. All exposed non -current carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductor in raceways, and neutral conductors of the wiring system shall be grounded except where specifically indicated otherwise. [A F. Ground rods shall be copper -clad steel, 3/4 inch diameter by 10 feet long. G. Building ground loop shall be No.. 4/0 bare copper conductor and shall be exothermically welded to a No. 4/0 bare copper conductor, minimum 20 foot long located in the bottom 1/3 of the foundation. Ground loop shall interconnect all driven ground rods. Ground loop shall be connected to the underground metallic domestic water piping system at point of entrance using No. 4/0 bare copper conductors. 2.03 CONNECTIONS A. Make all buried, concealed and accessible ground connections by exothermic welding. B. All connections to equipment or ground bus shall be only satisfactory bolted connectors. Bolt ground connectors shall be suitable for and match the grounding 1 provisions furnished. C. Ground clamps for use on copper or brass pipes shall be of copper, brass or silicone bronze. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16450 - 2 GROUNDING i D. Ground clamps for use on pipes shall be of galvanized or malleable iron, or of standard noncorrosive material. E. Ground clamps for use on pipes shall have rigid metal base providing good contact by proper seating on the pipe. Strap the clamps shall not be used. F. Where required in the specifications, grounding bushings shall be applies on both ends of the conduit run. G. Connections to a bus shall be: 1. For No. 2 AWG and larger use a crimp type compression lug. 2. For smaller than No. 2 use set screw lug. H. Connect the grounding system to the structural steel framing system. PART 3 - EXECUTION 3.01 INSTALLATION OF GROUNDING CONDUCTORS AND CONNECTORS A. Install grounding conductors and connectors so they will not be exposed to physical damage. All connections shall be firm and tight and protected from physical damage. Arrange conductors and connectors so there will be no strain on the connections. B. Below grade grounding conductors shall be buried at 30 inches below finished grade. Loops or taps shall be brought up for connection to equipment or other items to be grounded. C. Building grounding loop shall be connected to service entrance equipment and grounding copper rods as shown on the drawings. 3.02 INSTALLATION OF GROUND RODS A. Install ground rods where indicated on the drawings. The top of the rod shall be 18 inches below the ground unless noted otherwise on the Drawings. Measure the ground resistance of the rod and if it is not 25 ohms.or less, additional rods shall be driven at that location to obtain resistance of 25 ohms or less. B. The final resistance of the interconnected ground system shall be ten ohms or less, measured not less than 24 hours after rainfall. If the final resistance of the system exceeds ten ohms, additional ground rods and ground conductors shall be provided until the specified resistance of the interconnected ground system is obtained. LUBBOCK POLICE RANGE FACILITY 16450 - 3 SEPTEMBER 25, 2000 GROUNDING 3.03 EQUIPMENT GROUNDING A. Ground each piece of electrical equipment by means of a grounding conductor installed in the raceway feeding that piece of equipment. Grounding conductors shall be insulated copper wire sized in accordance with the National Electrical Code. B. Connect transformer cases, transformer shielding, and neutrals to the grounding system. The neutral ground connection shall be at times the transformer terminal. Provide two separate, independent, diagonally opposite, connections so the removal of one connection will not impair the continuity of the other. C. Size and install the grounding system in strict accordance with the National Electrical Code, Article 250. D. Branch circuit ground conductors shall be terminated with a green ground screw or a green ground clip. Terminating devices shall be approved for the purpose. E. Service entrance switchgear shall be grounded to the building ground loop. F. Install bonding jumpers to maintain electrical continuity where a firm mechanical bond is not possible, such as expansion joints, points of electrical discontinuity, etc., and where defined on the Drawings and Specifications. rJ END OF SECTION 16450 [-IA LUBBOCK POLICE RANGE FACILITY 16450 - 4 SEPTEMBER 25, 2000 GROUNDING - i SECTION 16500 - LIGHT FIXTURES I, PART 1- GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install light fixtures, complete with ballast, lamps, mounting brackets, circuits and switches, etc., as shown on plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16140 Wiring Devices 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Lighting Fixtures: 1. U. L. listed and labeled. 2. Standards of illumination set by I.E.S. 3. National Electrical Code. B. Ballast: ETL - CBM Certified. 1.04 SUBMITTALS A. Provide complete fixture brochure showing all fixtures with voltage, lenses, lamps, ballast, colors, etc. noted on brochure as specified on plans and light fixture schedule in accordance to Division 1 and Section 16010. 1.05 QUALIFICATIONS A. Fixtures shown on plans are for reference only, other equal fixtures will be considered if they are equal to fixture specified based on construction, material used, photometrics, brightness control, visual comfort and equivalent foot candle levels. B. Fixtures to be from manufacturer who has been in the lighting fixture business for a minimum of ten years. -' LUBBOCK POLICE RANGE FACILITY 16500 - 1 SEPTEMBER 25, 2000 LIGHT FIXTURES PART 2 - PRODUCTS 2.01 MATERIALS A. Light Fixtures: 1. Plastic Lenses: Virgin acrylic (.125 acrylic lenses for all fluorescent fixtures). All exterior light lenses shall be glass lenses approved by owner. 2. Fluorescent Fixture Ballast: Electronic ballast for use with T-8 lamps, sound rating of 'W', Class P and approved by E.T.L., 277V of 120V as shown on plans. 0° Ballast will be required for all outside applications. Preferred manufacture is Advance electronic ballast or approved equal. Magnatek not acceptable. No electrical ballasts shall be installed above ceiling. 3. Metal Halide and High Pressure Sodium Ballast: Constant wattage auto - stabilized core and coil high power factor of voltage as specified on drawings able to operate down to 0° F. 4. Re-lamping of fixtures to be accomplished by opening of lens and not by any disassembling of fixture. 5. Minimum starting temperature of 0° F for all outside fixtures. 6. Dedicated wall mounted emergency lighting is required. 7. All outside pole and wall mounted lighting around and close to buildings is to remain on all night for security. Centralized photo cells and disconnects should be used for this purpose. 8. Site lighting will require shields as necessary to keep aimed and reflected light on site. 9. Exterior Wallpaks and Canopy Lights shall be HID, 277v, with vandal resistant glass lenses. B. Lamps: 1. Incandescent Lamps: Keyless Porcelain Electric, A-19, A-21, A-23 series PAR 38 or R40 or equal. Low voltage lamps to be 50 watt, PAR 36. 2. Fluorescent Lamps: T-8 (energy saving) cool white or warm white 2850 Lumen output by Phillips. 3. Metal Halide and High Pressure Sodium: EMCO, SHFF-QV-400S series, or equal and the appropriate wattage of the fixture as shown on plans. C. Fixtures to be completely wired, ready for installation. D. Fixtures to be thermally protected per NEC and local codes. E. Fluorescent fixtures to have maximum of four lamps and to have tandem wiring with no one lamp ballast. Typical light fixtures for classrooms is 2x4 lay -in 4 lamp, T-8 tubes. Switching shall allow 50% of light fixtures to be turned on / off separately. No electric ballast shall be installed above ceiling. Three (3) foot length fluorescent lighting fixtures are not typically used in this design. F. All pole mounted fixtures to stand up to minimum 100 mph wind speed. LUBBOCK POLICE RANGE FACILITY SEPTEMBER 25, 2000 16500 - 2 LIGHT FIXTURES L_i L_ PART 3 - EXECUTION 3.01 INSTALLATION A. Light fixture installation to conform to the following: 1. Recessed Fixtures: Complete with accessories required to fit the fixture to the ceiling construction. Contractor to verify ceiling type. 2. Pendant Mounted Fixtures: Complete with supports above the ceilings, stems and canopies, swivel aligners and/or other accessories necessary to suspend the fixtures at specified height. 3. Surface or Wall Mounted Fixtures: Furnish and install supports above the ceiling or behind the wall, toggle bolts and other accessories which are required to adequately support the fixture. 3.02 PROTECTION A. After erection, protect exposed portions of work from contact with lime, plaster, mortar, concrete, cement, acids, and other harmful substances as well as from damage by careless handling of tools, machinery and material. 3.03 CLEANING A. When the protective materials have served their purposes, clean them thoroughly. B. Touch-up paint to any fixture that has been scratched. C. Damaged fixtures to be replaced at no extra cost to Owner. D. Any ballast failing within the Contractor's guarantee period to be replaced at no extra cost to the Owner. 3.04 TESTING A. After all light fixtures are installed and are connected to their respective switches, test all fixtures to insure operation on their correct switch in the presence of the Owner. B. Fixtures that have broken lenses, lamps not burning, etc., to have items replaced at no extra cost to the Owner. END OF SECTION 16500 LUBBOCK POLICE RANGE FACILITY 16500 - 3 SEPTEMBER 25, 2000 LIGHT FIXTURES SECTION 16740 - TELEPHONE SYSTEM / OTHER EMPTY CONDUIT PART1-GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install an empty conduit system, panelboards, junction boxes, terminal boxes, outlet boxes and all related items for complete installation of the telephone distribution system, data acquisition (computer) system, security system, and all others as shown on the plans. C. - Coordinate all work with the telephone company and other governing agencies. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Telephone Company: Conform to all company requirements B. Local Mechanical and Building Codes. C. Requirements of Electric Utilities Departments having local jurisdiction. PART 2 - PRODUCTS 2.01 MATERIALS A. Rigid PVC conduit Krayloy, or equivalent B. Thin wall conduit (EMT), steel, hot -dipped galvanized, inside and outside; fittings to be of a watertight construction or a compression type. C. Heavy wall, threaded, rigid steel, hot -dipped galvanized, inside and outside. PART 3 - EXECUTION 3.01 INSTALLATION A. Provide empty PVC or rigid steel conduit mains for the telephone entry into the building and interior telephone service as shown on the plans. Rigid steel conduit mains are to be factory wrapped for underground installation. LUBBOCK POLICE RANGE FACILITY 16740 - 1 SEPTEMBER 25, 2000 TELEPHONE SYSTEM / OTHER EMPTY CONDUIT 1. Provide pull wire in conduits to outlets and to the telephone board. 2. Provide electrical power source (dedicated circuit) close to the telephone board as required by the local Telephone Company. 3. The Drawings show the location and the number of the outlets to be provided for the telephone service. Comply with all of the requirements of the local company's Engineer having jurisdiction over this particular project. No extra's will be authorized for work required by the companies and not shown on the Drawings or as specified herein. 4. Refer to Section 16140 for outlet box type. 5. Provide grounding per company requirements at the telephone board. B. In the typical classroom, at the student work station group location, a total of two (2) telephone drops shall be provided above the ceiling. For data installation provide a one (1) inch conduit drop at each student work station group location. C. In the typical classroom, the teacher's work station shall have a one (1) inch conduit provided for data installation. D. Provide pull wire in each conduit run for the full length of the run. E. Outlet cover plate colors are to be selected by the Architect. 3.02 COORDINATION A. Coordinate the outlet installation with the telephone company and other companies to insure that the total installation of the system is acceptable to the Owner. END OF SECTION 16740 LUBBOCK POLICE RANGE FACILITY 16740 - 2 SEPTEMBER 25, 2000 TELEPHONE SYSTEM / OTHER EMPTY CONDUIT " l ITB #00-228, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM 104, MUNICIPAL BUILDING 1625 13T" STREET _ LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX:(806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #1 ITB #00-228 Lubbock Police Academy Small Arms Facility MAILED TO VENDOR: September 28, 2000 CLOSE DATE: October 12, 2000 @ 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. Please find attached Section 16-Electrical not included in the original Contract Documents. The electrical specifications sections are as follows: Section 16010-General Electrical Provisions 7 Pages Section 16110-Raceways 5 Pages Section 16120-Conductors 4 Pages Section 16140-Wiring Devices 3 Pages Section 16160-Branch Circuit Panelboards 3 Pages Section 16170-Disconnects 2 Pages Section 16181-Fuses and Short Circuit Current 4 Pages Section 16450-Grounding 4 Pages Section 16500-Light Fixtures 3 Pages t - Section 16740-Telephone System/Other Empty Conduit 2 Pages .All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Rshuffield@mail.ci.lubbock.tx.us THANK YOU, 4CITYF LUBBOCK Ron Shuffield Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 111" 00-228add1 SECTION 16010 - GENERAL ELECTRICAL PROVISIONS PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, and Proposal Requirements are hereby made a part of this Section. B. Work included in Division 16: Furnish labor, materials, tools, equipment, transportation service, rigging, fees, permits, inspections, and supervision. etc., necessary for the complete installation and operation of all electrical equipment, systems and work as shown on the plans and specified herein. Work includes the following general listings, in addition to which furnish all fittings, hangers, supports, conduits, sleeves, inserts and other such items and accessories required or necessary for the operation of the complete electrical system as shown on plans and/or specified herein: 1. Control wiring as specified herein and in Division 15. 2. Branch circuit panelboards. 3. Conduits, feeders and branch circuit wiring. 4. Light fixtures. 5. Wiring device receptacles and switches 6. Fire alarm system. 7. Junction boxes and conduit for special systems (alarms, telephone system, security systems, etc.). 1.02 DEFINITIONS A. Wherever the term "Contractor" appears in this Division of the Specifications, it is to be construed as referring to the General Contractor and the Electrical Sub- contractor. The term "Owner" will be construed as referring to either the Owner or Owner's representative. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 15010 General Mechanical Provisions B. Section 15840 Low and Medium Pressure Ductwork. C. Section 15870 Air Outlets D. Section 16110 Raceways E. Section 16120 Conductors F. Section 16140 Wiring Devices 16010 -1 GENERAL ELECTRICAL PROVISIONS G. Section 16500 Light Fixtures 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Before submitting a proposal, the Contractor shall become familiar with the rules of the governing boards having jurisdiction and shall notify the Owner before submitting a proposal, if in the Contractors opinion, any work or material specified is contrary to such rules. Otherwise, the Contractor is responsible for the approval of all work or material at no extra cost to the Owner, and in case the use of any material specified is not permitted, a substitute shall be approved by the Owner and shall be provided at no extra cost. B. Work to conform to the latest editions of the following: 1. National Electric Code (N.E.C.) 2. National Electrical Manufacturers Association (N.E.M.A.) 3. All other applicable city, state and national codes 4. Underwriters;' Laboratories Inc. (U.L.), listed and labeled. 5. Power company's electrical standard requirements 6. Telephone company standard requirements. 7. American Society for Testing and Materials (A.S.T.M.) 8. Uniform Building Code (U.B.C.) 9. Occupational Safety and Health Administration (O.S.H.A.) 10. National Fire Protection Association (N.F.P.A.) 11. Illuminating Engineering Society (I.E.S.) 12. Institute of Electrical and Electronic Engineers (I.E.E.E.) 13. United States of America Standards Institute (U.S.A.S.I.) 1.05 QUALIFICATIONS A. Contractor of work specified herein is to have been engaged in electrical contracting business for a minimum of five years prior to proposal date and be prepared to show evidence and references if required by Owner. B. It will be assumed that Contractor, by submitting a proposal, has become familiar with all the regulatory agencies listed in 1.04 above and that the work shall be performed accordingly. 1.06 SUBMITTALS A. Plans and specifications are based on specific equipment, accessories, processes and arrangements as indicated therein. Shop drawings approval and/or submittals indicates only the acceptance of the manufacturer and quality and assumes that the specific requirements and arrangements are in compliance with the intent of the plans and specifications. Contractor shall, at no additional cost to Owner, furnish all accessories, 16010 - 2 GENERAL ELECTRICAL PROVISIONS layouts, equipment, etc., and perform all work necessary for proper functioning and to fit any substitute items to the intent and arrangement indicated on the plans and specifications. i B. For any item to be installed in or on a finished surface (such as tee bar acoustical ceiling, plaster wall), Contractor shall certify by marking the submittal indicating that he has checked all applicable Contract Documents and that the item submitted is compatible with the surface finish on which it is to be installed. C. Submittal shall be made for the following (but are not necessarily limited to): 1. Light fixtures 2. Panelboards, switchboard, disconnects, fuses 3. Wiring devices, plates and conduits 4. Motor starters and controls 5. Other systems such as fire alarm, security, telephone, etc. 6. Any other items as designated by Owner. D. Shop Drawings: 1. Shop drawings shall contain sufficient plans, elevations, sections, and schematics to clearly describe the apparatus. All conduit runs, controls and similar shop drawings shall be drawn to at least 1/8" = l'-0" scale. 2. Shop drawings shall be done for the following (but are not necessarily limited to): a. All major conduit runs and riser diagrams for all systems. b. Details of any electrical equipment, distribution equipment and any other apparatus deemed necessary by the Owner. 3. Technical review of equipment, systems, and materials must be coordinated by Contractor with other trades which may be involved with the item, such as, but not limited to, equipment substitutions which change electrical requirements, hanging or support weights or dimensions. Graphic symbols shall follow the latest issue of the ANSI standard. All symbols used shall be included in the legend on the drawings. 1.07 FEES A. Procure all the necessary and usual inspections and certificates for all work to be installed. Deliver same to the Owner before final acceptance. Pay all utility charges and necessary tap fees. 1.08 GUARANTEE A. All electrical work, equipment, devices, etc. performed and/or supplied under this contract to be guaranteed for a period of one year from date of acceptance by Owner unless otherwise noted. B. Upon notice of any electrical malfunction, Contractor shall remedy the malfunction 16010 - 3 GENERAL ELECTRICAL PROVISIONS including all materials, equipment, labor, transportation, etc. at no extra cost to Owner. 1.09 SPECIAL CONDITIONS OF WORK A. Electrical Drawings are diagrammatic and do not show every connection in detail or every line conduit in its exact location. If conditions exist at job site which make it impossible to install work as shown, prepare and submit drawings to Architect for approval showing how the work may be installed and on approval and install this work without additional cost to Owner. B. Investigate structural and finish conditions and arrange work accordingly; furnish all fittings and accessories required to meet conditions and give a satisfactory operation. Coordinate with the other contractors to avoid interference with the work. C. Work shall be laid out, concealed in furred chases and suspended ceilings, etc., in the finished portions of the building, unless specifically noted to be exposed. Work is to be installed to avoid crippling of the structural numbers. D. The Owner reserves the right to make any reasonable change in the location of the outlets, apparatus, lighting fixtures, and equipment up to the time of rough -in without involving any additional expenses. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials shall be new and shall bear the manufacturer's name, trade name and the UL Label in every case where a standard has been established. The equipment is to be furnished under each Section and shall be the standard product of a manufacturer regularly engaged in the production of the required type of equipment. Furnish all accessories, connections and incidental items necessary to fully complete the work. 2.02 FABRICATION A. The Contractor is to site fabricate only those items which cannot be shop fabricated. PART 3 - EXECUTION 3.01 INSTALLATION A. If Plans and Specifications differ from the required minimum standards set forth in the ordinances, the ordinances shall govern unless the Plans and Specifications shall govern. B. Any disagreement between the Plans, Specifications and Ordinances, attention must be called to same before signing of the contract. After the Contract has been signed, the Contractor is responsible for having all work meet with the requirements of the 16010 - 4 GENERAL ELECTRICAL PROVISIONS _f governing ordinances. NO EXTRA'S to the Contract will be granted to correct any discrepancy between the work and the ordinances. C. Where discrepancies exist between the Plans and Specifications or actual site conditions, the Contractor shall furnish the greater quantity of the items and / or higher quality of the materials. 3.02 LOCATIONS OF FIXTURES AND EQUIPMENT A. Fixtures and equipment shall be as shown on the Architectural Drawings. The fixtures or equipment locations not shown on the drawings shall be verified in writing or by the Shop Drawings. 3.03 PAINTING AND FINISHING A. Paint all equipment, metal work, conduit, hangers, and rods, etc., exposed to view and installed under this Division, require two coats of oil based metal protective paint. Color per Owner. Refer to the Division 09 for painting requirements. 3.04 EXCAVATION TRENCHING AND BACKFILL A. Provide all excavation required in execution of the work. Remove any surplus excavated earth from the site. B. Arrange for and pay all costs of paving patching if excavation is required in city streets. C. Excavations are to be to the depths indicated or required, protected and kept dry at all times, and properly backfilled, moistened and mechanically tamped to maximum compaction at the completion in accordance with the Paragraph of Excavation, Trenching and Backfilling in Section 15013 and in Division 1. 3.05 SLEEVES A. Provide galvanized sheet sleeves of sizes to readily accommodate conduits passing through partitions, walls and floors. B. Conduits projecting through the roof are to be made watertight by proper flashing, a sheet metal cap and tightening band. Flashing is to be furnished by the Contractor and installed by the Roofer. C. Conduits passing through the fire walls: Use proper fire stoppage material. 3.06 FLOOR AND CEILING PLATES 16010 - 5 GENERAL ELECTRICAL PROVISIONS A. Except otherwise noted, provide and install a chrome -plated sectional floor and ceiling plates around the pipe passing the exposed area through the walls, floors, and ceilings. B. Solid plates with the set screws are to be used on any lines where the sectional plates will not stay in place or are not available in the adequate size. 3.07 INTERIOR CUTTING AND PATCHING A. Should any structural difficulties prevent installation of fixtures, equipment, pipes, conduit, etc., at all points shown on the Drawings, then make the necessary minor deviations therefrom, as determined by the Owner without additional cost to the Owner. B. Any necessary cutting into the partitions, walls, and floors are to be neatly and carefully done. No cutting into the structural parts of the buildings without approval of the Owner. C. The Contractor is to be held responsible for all the damages caused by the Contractors work or through the neglect of the Contractors workers. All the patching and repairing of the damaged work is to be done under the direction of the Owner at the Contractors expense. 3.08 SCAFFOLDING A. Furnish and erect, at the Contractor's expense and risk, any and all appliances, scaffolding, lights, guards, temporary walks, tools, transportation, etc., required for the proper construction and / or protection of this work. 3.09 CONTRACTOR'S COORDINATION A. Where electrical work occurs in masonry walls, installation shall be done sufficiently in advance of the construction; fittings, appurtenances, etc., shall be installed in such a manner and at such locations as to avoid unnecessary cutting of masonry units. Work erected in advance of the masonry shall be securely supported and held in position to prevent displacement. Cutting and fitting of the masonry around properly located equipment will be done by the masons. The Contractor shall have a representative on the job during all concrete pours to insure all of his equipment is adequately supported and protected and will not be adversely affected by such operations. B. Cooperate with the local utility companies in such a manner that the installation of all services proceeds in an orderly manner, and meets all requirements of the specified companies involved. 3.10 ELECTRICAL EQUIPMENT BY OTHERS 16010 - 6 GENERAL ELECTRICAL PROVISIONS A. Except for such items that are normally wired up at their point of manufacture and unless specifically noted to the contrary in the documents, execute all electrical wiring of every character both for power supply and for pilot lights, controls and starters for the equipment. Others will erect all motors in place ready for connection. Mount all starters and control equipment, furnishing supporting structures where necessary. 3.11 TESTING AND ADJUSTING A. Testing equipment necessary to conduct the required tests shall be provided and the tests are to be made by the Contractor at his expense under the direction of and in the presence of the Owner. B. Equipment furnished and installed and / or connected under the provisions of these Specifications shall be demonstrated to function electrically in the manner required. C. The entire electrical installation shall be free from short circuits and improper grounds. Tests shall be made at each power panel and lighting panel with al switches closed. Each power circuit shall be tested at its switch. In testing for insulation values to ground, the power equipment shall be connected for normal operation. D. Insulation values shall not be less than those required by the N.E.C. Other specific tests shall be made in accordance with requirements stated in these Specifications. E. All loads shall be properly balanced on each phase of the system. F. If the tests indicate unsatisfactory materials, workmanship or performance, Contractor shall remove such defective materials and replace with new material at his own expense and shall correct defective workmanship and shall then conduct same tests again until the satisfactory character of the work installed has been fully demonstrated to the satisfaction of the Owner. * * * END OF SECTION * * * 16010 - 7 GENERAL ELECTRICAL PROVISIONS SECTION 16110 - RACEWAYS PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish labor, materials, equipment and services to install electrical power and lighting wiring in conduit so as to make a continuous electrical system from the most remote outlet to its distribution center. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions. B. Section 16120 Conductors C. Section 16140 Wiring Devices D. Section 16500 Light Fixtures 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. National Electrical Code B. Local City Code and Regulations C. U. L. Listings and Labelings 1.04 SUBMITTALS A. Submit in accordance with Division 1; catalogue data of junction boxes, pull boxes, outlet boxes and conduits. PART 2 - PRODUCTS 2.01 MATERIALS A. Conduits: 1. Galvanized Rigid Conduit (GRC): Hot -dipped galvanized rigid steel conduit, fittings and installation conforming to U.L. 1242 and N.E.C. Article 346. Use threaded fittings. 16110 - 1 RACEWAYS 2. Electrical Metallic Tubing (EMT): Galvanized electrical metallic tubing conforming to U. L. 797 and N.E.C. Article 348. Use compression fittings with h insulated bushings. 3. Rigid Non-metallic Conduit: Schedule 40 PVC conduit and fittings conforming to U.L. 651 and N.E.C. Article 347. Use solvent welded socket fittings. Schedule - 80 PVC is required under roadways or heavy traffic or by local regulations. 4. Flexible Metal Conduit: Galvanized flexible steel conduit conforming to U.L. and N.E.C. Article 350. 5. Liquidtight Flexible Metallic Conduit: Liquidtight flexible metalllic conduit with extruded polyvinyl chloride jacket over flexible hot dip galvanized steel core, U.L. listed and conforming to N.E.C. Article 351. Use liquidtight fittings. B. Outlet Boxes: 1. Outlet Boxes: Standard gauge steel zinc -coated on all surfaces and edges. 2. Outlet Boxes for Lighting Fixture Outlets: 4" Octagonal galvanized steel boxes not less than 1-1/2" deep; equipped with 3/8" fixture studs where required. Ceiling and wall outlets for fixtures of sizes warranting greater support than can be obtained by a 3/8" stud to be provided with hangers designed to sustain weight of proposed fixtures. 3. Outlet Boxes for Duplex Receptacle and Wall Outlets: Switch box type, galvanized, steel boxes not less than 1-1/2" deep furnished with plaster rings or tile tops where required. 4. Switch Boxes: Sectional type switch boxes, galvanized steel of proper depth, furnished with plaster bars where required. 5. Telephone Outlet and Junction Boxes: Same type and kind as those specified for convenience receptacles: Type approved by local telephone company for service intended. 6. Floor Outlet Boxes: Cast metal with treaded conduit entrances, weatherproof type with means of adjusting coverplate to finish level. Refer to Section 16140. C. Junction and Pull Boxes: 1. Junction and Pull Boxes: Appleton Electrical Company, or equal, of code -gauge steel. 2. Conform to N.E.C. for size and gauge of material. PART 3 - EXECUTION 3.01 INSTALLATION A. Electrical power, controls and lighting wiring to be installed in conduit in accordance with N.E.C. 1. Rigid conduits in structural slabs to run between layers of reinforcing steel. a. Conduits larger than 1/2" in concrete slabs to run parallel or at right angles to main reinforcing bars and not diagonally. b. Conduits larger than 1/2" to run in joists or to be concealed before installation of wire. 2. Conduit to be reamed, butts removed, and cleaned inside before installation of 16110 - 2 RACEWAYS r_ t wire. a. Conduit ends to be capped and plugged with standard accessories as soon as same has been permanently installed in place. b. Conduit entering boxes and fittings without threaded hubs to have two locknuts and bushings. C. Bushings on all conduit 1-1/4" and larger - insulating type, OZ products, or equal. 3. Lay out and install conduit runs to avoid proximity to hot pipes. In no case will conduit run within 6" of such pipes, except where crossings are unavoidable, and then conduit to be kept at least 1" from covering on pipe crossed. 4. Conduit shall be run concealed except in unfinished areas. Exposed conduit shall be run parallel, perpendicular, plumb and square with building lines and grouped. 5. Install conduits without sag or pockets and in general slope down toward the outlets or connects. All conduit bends shall be free from dents or flattening. 6. Use 1/2" as a minimum size for all conduits. 3/8" Flexible metal conduits may be used to connect lighting fixtures in lay -in ceilings, as permitted by local codes. 7. Install pull and junction boxes as required by N.E.C. or as required to facilitate installation of conductors or cables. 8. Use GRC where subject to weather or to physical damage. 9. Use PVC conduits where in contact with earth or in poured concrete. Provide grounding per N.E.C. for conduit run underground. 10. Use EMT indoors concealed in walls, above ceilings, and exposed in electric closets, telephone rooms and mechanical rooms where not subject to physical damage. 11. Where conduits cross building expansion joints, furnish and install expansion fittings for contraction, expansion or settlement. 12. Where rigid conduit enters any enclosure, install a locknut on each side of enclosure wall. On all feeder conduit, install insulated throat grounding bushings at panelboards, switchboards, and pull boxes and connect to panel or switchboard ground lug or next grounding bushing using continuous copper conductor sized per N.E.C. Table 250-95. 14. Connect motors, transformers and equipment on vibration isolators using a 2'-0" maximum length of flexible metal conduit; use liquid -tight flexible metal conduits for this purpose outdoors, in wet locations, or in mechanical rooms; when used for fluorescent light fixtures not to exceed 72". 15. Install insulating bushings or use insulated throat connectors on all conduits. 16. The use of pipe hooks, chains, plumbers tape, wire, nails or perforated metal for pipe support shall not be acceptable. 17. Aluminum conduit shall not be used. B. At outlet and switch locations, provide and install outlet boxes of proper size and height as noted. Boxes installed in masonry walls to be of sufficient depth (not less than 2- 1/2") to permit conduits to be installed without cutting into outer web of tile; furnish plaster rings at ceilings. 1. Location of outlets shown on Plans are approximate. Carefully check the Architectural plans and coordinate with Owner for exact locations of all outlets 16110 - 3 RACEWAYS before installation. 2. Study general building plans with relationship to spaces surrounding each outlet - that this work may fit work of others, and that when fixtures are installed they will be symmetrically located and will not interfere with any work or equipment. 3. Outlets occurring in panels or other Architectural fixtures to be centered accurately and clear trims and corners by 4". ^ 4. Switch outlets located immediately inside of door is to be placed on strike side of door, except where outlet is shown in partition at right angle to partition in which door is located; outlet in such cases to clear door when open by 6". 5. Electrical, telephone, etc., outlets located in interior partition walls shall not be located back-to-back. These shall be installed at least 8" apart, separated by a stud and in no event will there be conduit connection between boxes. 6. Rigidly install all outlet boxes plumb and flush with finished surfaces before plates are installed. 7. Support outlets securely and independently to the building structures so that they do not rely on the conduit system for support. a. Boxes mounted vertically on wall - provide hinged covers and catchlocks. b. Boxes mounted horizontally in or on ceilings - furnish with screw covers. 8. Unless noted otherwise on the Plans, mounting heights shall be as follows: Normal a. Wall switches 4'-0" A.F.F. b. Convenience and telephone outlets 1'-6" A.F.F. 1) Corridor 1'-6" A.F.F. 2) Classrooms 1'-6" A.F.F. 3) Offices 1'-6" A.F.F. � 4) Toilet Rooms 1'-6" A.F.F. 5) Storage Rooms 1'-6" A.F.F. C. Manual Fire Stations 4'-0" A.F.F. d. Fire Alarm AudioNisual Unit T-6" A.F.F. e. Wall mounted Telephones 4'-0" A.F.F. f. Clock Outlets T-6" A.F.F. g. Top of Lighting & Power Panels 64A.F.F. h. Thermostats 4'-0" A.F.F. The above mounting heights shall be verified and approved by the Architect _ before installation. All mounting heights shall conform with ADA Guidelines. 9. Insulating Bushings: Insulating bushings to be used to separate dissimilar materials as required on all conduit and junction boxes. Material separation is required between all connections of dissimilar material to building structure. 3.02 PROTECTION OF UNDERGROUND CONDUIT A. Steel conduit run underground shall be protected by a factory applied coating or wrapping consisting of one of the following: 1. Minnesota Mining and Manufacturing Company "Scotch-kote" Resin #202, factory -applied coating with two-ply "Scotch -wrap" #50 tape on field joints. 2. Coal tar primer, coal tar pitch, coal tar saturated felt, Kraft paper wrapped. All 16110 - 4 RACEWAYS ey field joints must be similarly wrapped. 3. PVC plastic primer, followed by polyvinyl plastic coating as supplied by Lone Star Steel Company "Extra Coat" or approved equal. Field joints shall be wrapped in strict accordance with manufacturer's directions. B. Contractor shall submit samples and detailed specifications for final approval. * * * END OF SECTION * * * 16110 - 5 RACEWAYS SECTION 16120 - CONDUCTORS PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish labor, material, and equipment to install power to completely connect all wiring devices, motors, data cabling, etc. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions. B. Section 16110 Raceways. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Local City Code B. National Electrical Code C. ASTM Standards D. N.E.M.A. E. U.L. Listings and Labelings F. I.C.E.A. 1.04 SUBMITTALS A. Submit in accordance with provisions in Division 1 catalogue data of conductors proposed with wiring insulation. PART 2 - PRODUCTS 2.01 WIRE AND CABLES A. Wire and Cables: Must be new and of copper conductors with protective coatings, U.L. listed and labeled as specified below or on the Plans. All conductors shall be by the same manufacturer. 16120 - 1 CONDUCTORS 1. Rated 600 V type as manufactured by Anaconda, General Cable, Phelps, Dodge, Collyer, Triangle, General Electric or equal. a. Type TW standard wall insulation except as noted below or specifically noted on the Plans or required by codes. b. Wire passing through fixture channels: Type THHN, copper. C. Wire #6 and larger: Standard wall THW or THWN, copper power conductors; 75' C wet and dry location. d. All conductors shall be copper. No aluminum wiring is permitted. - e. Minimum wire size shall be #12 A.W.G. except for control wiring the minimum allowed size will be #16. 2. Conductors and Strands of Conductors: Soft drawn, annealed, tinned copper of conductivity not less than 98% of pure copper. 3. Conductors run in raceways that are underground, in concrete, equipment rooms, completely encased in exterior masonry walls, directly exposed to the weather or in any other locations where adverse heat and moisture conditions prevail: Standard insulation THW. 4. Cables shall be surface printed with a contrasting color consisting of the manufacturer's name, cable size, cable type and voltage rating. B. Splices and Connections: 1. Joints and Splices in Wire #6 to #4/0: Mechanical type connectors. a. Connectors: Fully insulated; OZ type XW and XTP, Burndy VR and VRT or equal. 2. Joints and Splices in Wire #8 and Smaller: Mechanical pre -insulated wire connectors, "Scotch Lock" or T&B "Sta-Kon" or equal. a. Wire nuts acceptable only if each joint is thoroughly insulated with rubber friction tape. b. Pre -insulated indent connectors, by T&B or equal, acceptable on #12 wire only. C. Mechanical connectors, T&B "Wedge -On", Sherman "Wedge -Grip" or equal, connectors acceptable if properly insulated with rubber of friction tape. 3. Taps and Splices in #250 MCM and Larger: Similar to OZ type HW and HT, Burndy NS and NT or equal. 4. Splices and taps to be insulated with a filing compound, Anaconda 150 or equal, rubber and friction tape. a. Insulating Covers: OZ, T&B, or equal. b. Insulating Tapes: Okanite, G.E., Scotch, or equal rubber tape and Manson, Scotch or equal friction tape. C. Insulation on all joints and splices shall have flashover value at least 100% in excess of wire insulation. 5. Terminals and Lugs: a. Stranded wire and cable #6 and above, and #8 where terminals permit up to and including #4/0, to terminate in solderless pressure type lugs, OZ type XL, Burndy Type NA or equal. 16120 - 2 CONDUCTORS PART 3 - EXECUTION 3.01 INSTALLATION A. Wiring: 1. Each wire between boxes must be continuous without weld, splice or joint throughout its length. 2. Not to be drawn into a conduit until all work of a nature which may cause injury is completed. Provide industry standard wire pulling compound for lubricant. Where two or more circuits run to a single outlet box, tag each circuit with linen tags as a guide to the fixture hanger in making fixture connections. 3. Have all stranded conductors furnished with copper connecting lugs, drilled or reamed the full diameter of the bare conductors. Mains and feeders shall be run their entire length in continuous pieces without joints or splices. 4. Conductors #6 and larger shall be terminated with approved compression type connectors properly sized and installed with proper compression tool and with an approved electrolite. 5. Wire #12 and #10: Factory color coded with colors for each phase and neutral as specified to be used consistently throughout the entire wiring installation. a. Large wires and other types - color coded by a 1" wide band of colored Scotch tape on ends of each conductor. b. Following color code to be used throughout the system: 120/208V 277/480 1) Phase A: Black Brown 2) Phase B: Red Orange 3) Phase C: Blue Yellow 4) Neutral: White White 5) Ground: Green Green 6. Splices in wire shall be eliminated where possible, and necessary splices made only in readily accessible pull and outlet boxes. Taps and splices in wire sizes #6 and larger shall be made with mechanical type connectors after wire has been cleaned. Connectors shall be fully insulated after joint has been made tight. 8. All electrical power wiring, except as otherwise noted shall be installed in conduit, and coupled so as to make a continuous electrical system from the most remote outlet to its distribution center. 9. Maximum voltage drop to be in accordance with N.E.C. 3.02 TESTING A. Cable shall receive standard manufacturer's physical and electrical test. Test shall be in accordance with ICEA S-68-516, Paragraph 6.27. Finished cables shall pass the partial discharge test specified in AEIC CS6 Corona Test and shall meet UL 1072. B. Test insulation resistance of each conductor after installation is complete and all splices, taps, and connections have been made, except connections at source and point. C. Insulation resistance shall be tested by a Proposaldle megger, operating at 1,000 volts 16120 - 3 �.. f CONDUCTORS Vol E. D.C., by connecting one lead to the conductor and the other to the enclosing conduit. Observe readings after one minutes of megger operation at slip speed. Insulation resistance shall not be less than the following: Wire or Cable Size Resistance in Ohms No. 12 1,000,000 No. 10 & 8 250,000 No. 6, 4, & 2 100,000 No. 1, 1/0, 2/0, 3/0, & 4/0 50,000 250 MCM & Larger 25,000 Testing of insulation values applies to service entrance and feeders only. Tabulate values and provide Engineer with two copies. Remove and replace any conductors not having insulation resistance equaling or exceeding the above values. Perform all insulation resistance tests in the presence of the Owner. * * * END OF SECTION * * * 16120 - 4 CONDUCTORS SECTION 16140 - WIRING DEVICES PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish labor and material to install the following: 1. Wall switches 2. Convenience and telephone outlets. 3. Plates. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16110 Raceways C. Section 16120 Conductors D. Section 16500 Light Fixtures 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. N.E.C. B. Local City Code C. U.L., listings and labelings. 1.04 SUBMITTALS A. Submit the following per Division 1: 1. Wall switches, convenience outlets and floor outlets. 2. Plates - samples to be provided. PART 2 - PRODUCTS 2.01 MATERIALS A. Single Pole Switches: 120V or 277V, 20 amps, toggle switch, Leviton, white in color. 16140 - 1 WIRING DEVICES B. Illuminated Remote Pilot Light: Similar to single pole switches, Leviton. C. Duplex Receptacles: 120V, 20 Amps, NEMA 5-20R grounded, Specification Grade Receptacle, Leviton, white in color. D. Computer Receptacles: All computer electric receptacles shall have an isolated ground and be identified with a green triangle. A separate grounding system shall be provided for all computer receptacles and electrical panels. E. Ground Fault Receptacles: 120V, 20 Amps, NEMA 5-20R, Specification Grade G.F.C.I. Duplex Receptacle, Leviton, white in color. F. Telephone Outlet Box and Plates: Division 16 shall provide the telephone outlet plates as required by telephone installer with modular plug, bushed opening or other application. Plates shall be stainless steel. G. Plates: Provide stainless steel plates throughout the building. Provide weatherproof plates with covers for outdoor applications. H. Floor outlet boxes for receptacles and telephone outlets shall have metal round, rounded edges, brushed aluminum finish with spring loaded cover. I. Devices listed in these specifications are for reference as to style and quality required for this project. Other manufacturer's products may be approved if of equal style and quality. Provide samples of devices if requested by Architect or Engineer. J. Special purpose outlets required on plans not specified herein shall be of similar quality to those specified herein. K. Lock switches (key switches) Leviton or equal, white in color. All switches must be able to use Leviton keys. Locate only where shown on plans (corridors, cafeteria and restrooms). L. 3-Way and 4-way switches shall match single pole switches in style and color. M. All devices to be U.L. listed and labeled and to be manufactured by Leviton. N. Provide ground fault receptacles or breakers in accordance with National Electric Code where shown on plans. O. Colors for devices shall be approved by Architect. PART 3 - EXECUTION 3.01 INSTALLATION A. Mounting heights per Section 16110, unless specifically noted otherwise on plans. Mount all devices plumb and flush with walls. All devices shall clear door frames, door 16140 - 2 WIRING DEVICES swing, etc. B. Confirm floor outlet locations with Architect. All floor penetrations shall be fire rated by use of fire rated poke-thru devices, etc. Floor outlet covers shall be level, flush, and low profile so as not to cause hazard to personnel. C. Mount all receptacles with the grounding terminal to the top of the receptacle. D. Mount all single pole switches so position "up" is "on". E. Coordinate receptacle locations with countertops, cabinets, etc. Conflicts shall be referred to Architect for adjustment on job site at no extra cost to Owner. F. Prior to "Rough -in", adjustments in location of devices may be accomplished by Architect to account for furniture layout. It shall be accomplished at no extra cost to proj ect. 3.02 TESTING, ADJUSTING, CLEANING i• A. Test each device for proper connection and operation prior to final inspection. Test each receptacle for correct Hot -Neutral -Ground connection. B. Clean all devices and plates and replace any defective/scratched devices, plates, etc. before final acceptance. * * * END OF SECTION * * * 16140 - 3 WIRING DEVICES SECTION 16160 - BRANCH CIRCUIT PANELBOARDS PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish all labor, materials and accessories to install lighting and power branch circuit panelboards as noted on plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16110 Raceways C. Section 16170 Disconnects 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Underwriters Laboratories, Inc., "Standard for Panelboards" and "Standard for Cabinets and Boxes" and so labeled. 1.04 SUBMITTALS A. Submit in accordance with provisions in Division 1: 1. Brochures and other drawings to also show elevations. 2. Panelboard schedules showing circuit breaker quantity and sizes. 3. Short Circuit Analysis. PART 2 - PRODUCTS 2.01 MATERIALS A. Lighting and Power Branch Circuit Panelboards: 1. 120/208 or 277/480 volt, 3-phase, 4-wire grounded wye panels as noted on plans; Square D type NQOB or approved equal, factory assembled. 2. Automatic circuit breaker, bolted, dead front type. 3. Listed by U.L., as manufactured by Square D, General Electric, or Siemens. 4. Automatic bolted type molded case branch circuit breakers. a. Circuit Breakers: Bolted -on, thermal -magnetic type unit construction, employing quick -make, quick -break toggle mechanisms for manual 16160 - 1 BRANCH CIRCUIT PANELBOARDS operation as well as automatic operation. Common trip on all multi -pole breakers. b. Automatic Tripping: Indicated by breaker's handle assuming a clearly distinctive position from manual "On" and "Off' position; breakers to be removable from front of enclosure for inspection and replacement. C. Branch circuit breakers feeding convenience outlet shall have sensitive instantaneous trip settings of not more than 10 times the trip rating of the breaker to prevent repeated arcing shorts resulting from frayed appliance cords. d. Where used as switches in 120, 277 volt lighting circuit, circuit breaker shall be approved for such switching duty and shall be marked "SWD". e. Breakers shall be 1, 2 and 3 poles with an integral cross -bar to assure simultaneous opening of all poles in multi -pole circuit breakers. f. Circuit breaker shall be UL listed in accordance with UL Standard 489, as manufactured by Square D or approved equal. 5. Panelboard: Furnished with main lugs only or main circuit breakers as designated on plans. Solderless connectors furnished to connect panel feeder sized to accommodate size wire called for in panel feeder sized to accommodate size wire called for in panel feeder schedule on plans. 6. Doors: Equipped with chrome plated combination lock and catch, provide two keys with each lock. All locks to be keyed alike. 7. Circuit Breakers: Circuit breaker shall not be approved for switching light circuts. B. Bussing: 1. Panelboard bus structure and main lugs or main switch shall have current ratings as shown on the panelboard schedule. The bus structure shall accommodate bolted on branch switches as indicated on the drawings without modification to the bus assembly. 2. Main bussing shall be copper with 98% minimum conductivity rated as shown on the plans. 3. The temperature rise above ambient shall not exceed 55' C rise in accordance with U.L. procedures. 4. External wiring connections to be compatible for copper wiring. 5. A-B-C type bus arrangement - left to right, top to bottom and front to rear shall be used throughout to assure convenience, safe testing and maintenance. 6. The short circuit rating shall be established by short circuit testing in accordance with NEMA standard PB-1-1471 and shall be unitary rated. 7. All current carrying part of the bus assembly shall be plated. C. Integrated Equipment Short Circuit Rating: Each panelboard, as a complete unit, shall have a short circuit rating equal to or greater than the integrated equipment rating shown on the panelboard schedule or on the plans. This rating shall be established by testing with the overcurrent devices mounted on the panelboard. The short circuit tests on the overcurrent devices and on the panelboard structure shall be made simultaneously by connecting the fault to each overcurrent device with the panelboard connected to its ` rated voltage source. Method of testing shall be per Underwriters Laboratories Standard _3 UL67. The source shall be capable of supplying specified panelboard short circuit 16160 - 2 BRANCH CIRCUIT PANELBOARDS current or greater. Testing of panelboard overcurrent devices for short circuit rating only while individually mounted is not acceptable. Also, testing of the bus structure by applying a fixed fault to the bus structure alone is not acceptable. Panelboards shall be marked with their maximum short circuit current rating at the supply voltage and shall be UL listed. D. Panelboard assembly shall be enclosed in a steel cabinet. The rigidity and gauge of steel cabinet shall be as specified in UL Standard 50 for cabinets. The size of wiring gutters shall be in accordance with UL Standard 67. Each front shall include a door and have a flush cylinder tubular type lock with catch and spring loaded stainless steel door pull. All panelboard locks shall be keyed alike. E. U.L. Listing: Panelboards shall be listed by UL and shall bear the UL label. PART 3 - EXECUTION 3.01 INSTALLATION A. Panelboards flush or surface -mounted as designated on plans. B. Installation to meet the latest edition of the N.E.C. 3.02 PROTECTION Protect all breakers and switches in panels during construction. 3.03 IDENTIFICATION A. Panelboards shall be identified by engraved plastic tags with the name, letter and/or number indicated on the plans. B. Provide a typed directory card of equipment, lighting, etc., served by circuit breakers inside each panelboard door. Circuit identification should be by equipment name, location and/or room name and number. * * *END OF SECTION * * * 16160 - 3 G BRANCH CIRCUIT PANELBOARDS SECTION 16170 - DISCONNECTS PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install heavy duty safety switches and general duty safety switches and fuses as required and indicated on drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16110 Raceways C. Section 16120 Conductors 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. NEMA B. National Electrical Code C. Local Electric Code. 1.04 SUBMITTALS A. Submit in accordance with provisions in Division 1 and Section 16010. PART 2 - PRODUCTS 2.01 MATERIALS A. Fuses protecting circuit breakers or circuit breaker panelboards shall be silver -sand, fast - acting, current limiting UL Class K-1 and R for amperages 0-600 and UL Class Z for amperages 601-6000. Bussman Limitron, or equal, fast -acting fuse. Two spare links of each amperage used shall be given to Owner. B. Fused and Unfused Safety Disconnect Switches: (Fused disconnects not typical and used only where required) 1. Switches: Manufactured by Square D, Westinghouse, General Electric, or Cutler - Hammer. 16170 - 1 DISCONNECTS 2. General duty for 240 V service, heavy duty for 480 V services with pad locking features. 3. Switches: Quick -make, quick -break use; switches of sizes indicated on drawings. a. Where used to serve motors will bear horsepower rating equal to or exceeding that of motor which they serve, regardless or size or type specified on drawings. b. Equipped with arc -quenching devices. 4. Exterior Switches: NEMA 3R, even if not noted on drawings. 5. Interior Switches: NEMA, Type 1. 6. Disconnects and fuse sizes for all mechanical equipment per manufacturer's recommendations. Fused disconnects used only where required. Contractor to verify before submitting a Proposal. No extras will be granted after signing the g contract. C. Small Disconnects: Furnish small 20 amp, 1-P disconnects on all motors including fans, etc. PART 3 - EXECUTION 3.01 INSTALLATION A. Fuses: Furnish and install operation fuses in each device requiring same and noted on drawings. B. Safety Disconnect Switches: 1. Fused or unfused units as needed and noted on Plans. 2. Contractor to furnish fused or unfused disconnect switches wherever required by NEC and local authorities even if not shown on design drawing at his own expense. 3.02 IDENTIFICATION A. Disconnect switches shall be identified by engraved plastic tags, indicating the apparatus served, amperage and voltage. B. Paint all emergency switches, panels, etc. red in accordance with NFPA and local codes. * * *END OF SECTION * * * 16170 - 2 DISCONNECTS SECTION 16181 - FUSES AND SNORT CIRCUIT CURRENT PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install current limiting fuses to limit the A.I.C. to an acceptable interrupting rating as indicated on drawings and as required by N.E.C. Section 110. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16120 Conductors C. Section 16140 Wiring Devices D. Section 16164 Panelboards E. Section 01300 Submittals 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. NFPA Codes B. National Electrical Code C. Applicable Building Codes D. Underwriters' Laboratories, listing and labels 1.04 SUBMITTALS A. Provide a schematic riser diagram indicating available short circuit current and fuse let- thru current. Contractor shall ensure that each feeder and apparatus is properly protected from short circuit current and shall calculate and verify the let-thru current at each point in the electrical riser diagram. B. Provide catalogue cuts for all fuses used indicating fuse size, let-thru current, curves, etc. 16181 - 1 FUSES AND SHORT CIRCUIT CURRENT 1.05 WITHSTAND RATING A. The maximum specified value of voltage and current that equipment can safely "handle" is known as it's "Withstanding Rating" of the short circuit current mechanical forces and thermal energy which can destroy equipment and create hazardous conditions. 1.06 HANDLING MECHANICAL FORCES AND THERMAL ENERGY A. At any point in a distribution system, the equipment must be capable of handling the mechanical forces and thermal energy available should these exceed the capabilities of the equipment. Either the equipment must be reinforced or current limiting fuses must be used to reduce the amount of forces and energy available to the equipment, as required by NEC, Article 110. PART 2 - PRODUCTS 2.01 FUSES A. All fuses used on this project shall be UL listed, Class R, J or L as noted. All fuse contacting surfaces shall be plated and fuses shall be so selected as to provide a fully selective coordinated system. B. Spare fuse requirements are as follows: 1. 600 amp and smaller - 10% of each rating (minimum of three per rating). 2. 601 amp and larger - three of each rating. 2.02 SERVICE ENTRANCE & FEEDER CIRCUIT FUSES (601 AMP & LARGER) A. Rated 601 amp to 6,000 amp, 600 volt AC or less shall be UL listed Class L, current limiting with 200,000 ampere RMS interrupting rating. Fuses shall be Gould-Shawmut Amp -Trap Cat. No. A4BY, A4BT or approved equal. 2.03 SERVICE ENTRANCE & FEEDER CIRCUIT FUSES (600 AMP & SMALLER) A. Rated 1 amp to 600 amp, 250 or 600 volt AC, shall be UL listed Class RKl, current limiting with 200,000 ampere RMS interrupting rating. Fuse body shall be constructed of high temperature, dimensionally stable, long -life non -hygroscopic material equivalent to Gould-Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Amp -Trap, Cat. No. A2K (250v) or A6K (600v) or approved equal. Note: Alternate Fuse Specification for Paragraph 2.03. B. Rated 1 amp to 600 amp, 250 or 600 volt AC, shall be UL lilted Class J, current limiting with 200,000 ampere RMS interrupting rating. Ruse body shall be high temperature, dimensionally stable, long life, non -hygroscopic material equivalent to Gould-Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Amp -Trap, Cat No. A4J, AJT (time delay) or approved equal. 16181 - 2 FUSES AND SHORT CIRCUIT CURRENT Po Note: Alternate Fuse Specification for Paragraph 2.03 C. Rated 1 amp to 600 amp, 260 to 600 volt AC, shall be UL listed Class RK5, current limiting with 200,000 ampere RMS interrupting rating. Fuse body shall be constructed of high temperature, dimensionally stable, long -life, non -hygroscopic material equivalent to Gould-Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Falt-Trap, Cat. No. FT (250v) or FTS (600v) or approved equal. 2.04 MOTOR, MOTOR CONTROLLER, TRANSFORMER & INDUCTIVE CIRCUIT FUSES A. Rated 1/10 amp to 600 amp, 250 or 600 volt AC, shall be UL listed Class RK5 current limiting time delay with 200,000 ampere RMS interrupting rating. Fuses shall be constructed of high -temperature, dimensionally stable, long -life non -hygroscopic material equivalent to Gould Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Tri- onic, Cat. No. TR (250v) or TRS (600v) or approved equal. 2.05 MOTOR, MOTOR CONTROLLER, TRANSFORMER & INDUCTIVE CIRCUIT FUSES A. Where more current limitation is required, rated 1/10 amp to 600 amp, 250 to 600 volt AC, shall be UL listed Class RKl, or Class J, current limiting time delay with 200,000 ampere RMS interrupting rating. Fuses shall be constructed of high temperature, dimensionally stable, long -life non -hygroscopic material equivalent to Gould Shawmut Supr-Tube. Fuses shall be Gould-Shawmut Amp -Trap II, Cat. No. A2D (250v), A6D (600v), AJG (600v) or approved equal. B. Where short-circuit current does not exceed 50,000 ampere RMS and for protection of individual equipment units, the following fuse specifications may be used: 1. Fuses rated 1 ampere to 600 ampere; 250 or 600 volt AC shall be UL listed Class K-5 with 50,000 ampere interrupting rating. Fuse shall be Gould Shawmut One Tiome, Cat. No. OT (250v) or OTS (600v) or approved. C. NOTE: For protection of circuit breakers and circuit breaker panelboards use Gould Shawmut Amp -Trap (A2K/A6K) or Amp -Trap II (A2D/A6D) or Class J (A4J/AJT). Refer to Specification 2.03 and 2.05 above. Fusible safety switches and panelboards with short-circuit withstand ratings of 200,000 ampere RMS require Class R or Class J rejection fuse holder feature. (Compliance with N.E.C. Article 110-9 and 240-60b). PART 3 - EXECUTION 3.01 INSTALLATION A. Install fuses in devices as required and indicated on drawings. 3.02 GUARANTEE 16181 — 3 FUSES AND SHORT CIRCUIT CURRENT A. Contractor shall, at no expense to the Owner, replace and repair any faulty material for one year from the date of acceptance. * * *END OF SECTION * * * 16181 - 4 FUSES AND SHORT CIRCUIT CURRENT No Text SECTION 16450 - GROUNDING PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Referenced Documents: Division 1 - General Requirements, Proposal Requirements, Conditions of the Contract and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Provide and install a single, complete, integrated grounding system, including all conductors, raceways, and connections, as specified and/or indicated on the Drawings. C. The grounding system shall include the grounding of switchgear, panelboards, transformers, etc.; grounding grid systems with ground rods, structural system, and water pipe connections. D. The grounding system shall include the grounding conductors completely interconnecting the main water supply pipe, ground rods, distribution equipment, structural system, and other equipment requiring ground connections. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16110 Raceways B. Section 16120 Conductors 1.03 REFERENCES A. NFPA - National Fire Protection Association. B. U.L. - Underwriters Laboratories, Inc. C. IEEE - Institute of Electrical and Electronic Engineers. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Install complete grounding system in accordance with the National Electrical Code (NEC). PART 2 - PRODUCTS 2.01 GENERAL A. All grounding products shall be U.L. listed and labeled. 16450 - 1 GROUNDING 1 2.02 CONDUCTORS A. Grounding conductors shall be of soft drawn stranded copper. Size and type shall be as shown on the Drawings. B. All grounding conductors shall run in building or embedded in concrete or run in conduit shall be insulated unless noted otherwise on the drawings. Insulation color shall be green. C. Insulation shall be 600 volt rated, continuously wrapped with green tape along the entire exposed surface. D. Exposed metallic raceways shall be electrically continuous to provide a ground fault path. E. All exposed non -current carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductor in raceways, and neutral conductors of the wiring system shall be grounded except where specifically indicated otherwise. F. Ground rods shall be copper -clad steel, 3/4 inch diameter by 10 feet long. G. Building ground loop shall be No.. 4/0 bare copper conductor and shall be exothermically welded to a No. 4/0 bare copper conductor, minimum 20 foot long located in the bottom 1/3 of the foundation. Ground loop shall interconnect all driven ground rods. Ground loop shall be connected to the underground metallic domestic water piping system at point of entrance using No. 4/0 bare copper conductors. 2.03 CONNECTIONS A. Make all buried, concealed and accessible ground connections by exothermic welding. B. All connections to equipment or ground bus shall be only satisfactory bolted connectors. Bolt ground connectors shall be suitable for and match the grounding provisions furnished. C. Ground clamps for use on copper or brass pipes shall be of copper, brass or silicone bronze. D. Ground clamps for use on pipes shall be of galvanized or malleable iron, or of standard noncorrosive material. E. Ground clamps for use on pipes shall have rigid metal base providing good contact by proper seating on the pipe. Strap the clamps shall not be used. F. Where required in the specifications, grounding bushings shall be applies on both ends of the conduit run. G. Connections to a bus shall be: 16450 - 2 GROUNDING 2 1. For No. 2 AWG and larger use a crimp type compression lug. 2. For smaller than No. 2 use set screw lug. H. Connect the grounding system to the structural steel framing system. PART 3 - EXECUTION 3.01 INSTALLATION OF GROUNDING CONDUCTORS AND CONNECTORS A. Install grounding conductors and connectors so they will not be exposed to physical damage. All connections shall be firm and tight and protected from physical damage. Arrange conductors and connectors so there will be no strain on the connections. B. Below grade grounding conductors shall be buried at 30 inches below finished grade. Loops or taps shall be brought up for connection to equipment or other items to be grounded. C. Building grounding loop shall be connected to service entrance equipment and grounding copper rods as shown on the drawings. 3.02 INSTALLATION OF GROUND RODS A. Install ground rods where indicated on the drawings. The top of the rod shall be 18 inches below the ground unless noted otherwise on the Drawings. Measure the ground resistance of the rod and if it is not 25 ohms or less, additional rods shall be driven at that location to obtain resistance of 25 ohms or less. B. The final resistance of the interconnected ground system shall be ten ohms or less, measured not less than 24 hours after rainfall. If the final resistance of the system exceeds ten ohms, additional ground rods and ground conductors shall be provided until the specified resistance of the interconnected ground system is obtained. 3.03 EQUIPMENT GROUNDING A. Ground each piece of electrical equipment by means of a grounding conductor installed in the raceway feeding that piece of equipment. Grounding conductors shall be insulated copper wire sized in accordance with the National Electrical Code. B. Connect transformer cases, transformer shielding, and neutrals to the grounding system. The neutral ground connection shall be at times the transformer terminal. Provide two separate, independent, diagonally opposite, connections so the removal of one connection will not impair the continuity of the other. Size and install the grounding system in strict accordance with the National Electrical Code, Article 250. D. Branch circuit ground conductors shall be terminated with a green ground screw or a 16450 - 3 GROUNDING 3 green ground clip. Terminating devices shall be approved for the purpose. E. Service entrance switchgear shall be grounded to the building ground loop. F. Install bonding jumpers to maintain electrical continuity where a firm mechanical bond is not possible, such as expansion joints, points of electrical discontinuity, etc., and where defined on the Drawings and Specifications. * * * END OF SECTION * * * 16450 - 4 GROUNDING 4 r_ SECTION 16500 - LIGHT FIXTURES PART 1 - GENERAL 1.01 WORK INCLUDED IN THIS SECTION A. Reference Documents: Division I --General Requirements, Conditions of the Contract, Proposal Requirements and Section 16010 - General Electrical Provisions are hereby made a part of this Section. B. Furnish and install light fixtures, complete with ballast, lamps, mounting brackets, circuits and switches, etc., as shown on plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 16010 General Electrical Provisions B. Section 16140 Wiring Devices 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Lighting Fixtures: 1. U. L. listed and labeled. 2. Standards of illumination set by I.E.S. 3. National Electrical Code. B. Ballast: ETL - CBM Certified. 1.04 SUBMITTALS A. Provide complete fixture brochure showing all fixtures with voltage, lenses, lamps, ballast, colors, etc. noted on brochure as specified on plans and light fixture schedule in accordance to Division 1 and Section 16010. 1.05 QUALIFICATIONS A. Fixtures shown on plans are for reference only, other equal fixtures will be considered if they are equal to fixture specified based on construction, material used, photometrics, brightness control, visual comfort and equivalent foot candle levels. B. Fixtures to be from manufacturer who has been in the lighting fixture business for a minimum of ten years. 16500 - 1 LIGHT FIXTURES i PART 2 - PRODUCTS 2.01 MATERIALS A. Light Fixtures: 1. Plastic Lenses: Virgin acrylic (.125 acrylic lenses for all fluorescent fixtures). All exterior light lenses shall be glass lenses approved by owner. 2. Fluorescent Fixture Ballast: Electronic ballast for use with T-8 lamps, sound rating of "A", Class P and approved by E.T.L., 277V of 120V as shown on plans. 0° Ballast will be required for all outside applications. Preferred manufacture is Advance electronic ballast or approved equal. Magnatek not acceptable. No electrical ballasts shall be installed above ceiling. 3. Metal Halide and High Pressure Sodium Ballast: Constant wattage auto - stabilized core and coil high power factor of voltage as specified on drawings able to operate down to 0° F. 4. Re-lamping of fixtures to be accomplished by opening of lens and not by any disassembling of fixture. 5. Minimum starting temperature of 0° F for all outside fixtures. 6. Dedicated wall mounted emergency lighting is required. 7. All outside pole and wall mounted lighting around and close to buildings is to remain on all night for security. Centralized photo cells and disconnects should be used for this purpose. 8. Site lighting will require shields as necessary to keep aimed and reflected light on site. 9. Exterior Wallpaks and Canopy Lights shall be HID, 277v, with vandal resistant glass lenses. B. Lamps: 1. Incandescent Lamps: Keyless Porcelain Electric, A-19, A-21, A-23 series PAR 38 or R40 or equal. Low voltage lamps to be 50 watt, PAR 36. 2. Fluorescent Lamps: T-8 (energy saving) cool white or warm white 2850 Lumen output by Phillips. 3. Metal Halide and High Pressure Sodium: EMCO, SBFF-QV-400S series, or equal and the appropriate wattage of the fixture as shown on plans. C. Fixtures to be completely wired, ready for installation. D. Fixtures to be thermally protected per NEC and local codes. E. Fluorescent fixtures to have maximum of four lamps and to have tandem wiring with no one lamp ballast. Typical light fixtures for classrooms is 2x4 lay -in 4 lamp, T-8 tubes. Switching shall allow 50% of light fixtures to be turned on / off separately. No electric ballast shall be installed above ceiling. Three (3) foot length fluorescent lighting fixtures are not typically used in this design. F. All pole mounted fixtures to stand up to minimum 100 mph wind speed. 16500 - 2 LIGHT FIXTURES I H I PART 3 - EXECUTION 3.01 INSTALLATION A. Light fixture installation to conform to the following: 1. Recessed Fixtures: Complete with accessories required to fit the fixture to the ceiling construction. Contractor to verify ceiling type. 2. Pendant Mounted Fixtures: Complete with supports above the ceilings, stems and canopies, swivel aligners and/or other accessories necessary to suspend the fixtures at specified height. 3. Surface or Wall Mounted Fixtures: Furnish and install supports above the ceiling or behind the wall, toggle bolts and other accessories which are required to adequately support the fixture. 3.02 PROTECTION A. After erection, protect exposed portions of work from contact with lime, plaster, mortar, concrete, cement, acids, and other harmful substances as well as from damage by careless handling of tools, machinery and material. 3.03 CLEANING A. When the protective materials have served their purposes, clean them thoroughly. B. Touch-up paint to any fixture that has been scratched. C. Damaged fixtures to be replaced at no extra cost to Owner. D. Any ballast failing within the Contractor's guarantee period to be replaced at no extra cost to the Owner. 3.04 TESTING A. After all light fixtures are installed and are connected to their respective switches, test all fixtures to insure operation on their correct switch in the presence of the Owner. Fixtures that have broken lenses, lamps not burning, etc., to have items replaced at no extra cost to the Owner. * * *END OF SECTION * * * 16500 - 3 LIGHT FIXTURES 3 t NOTICE TO BIDDERS NOTICE TO BIDDERS BID #00-228 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 12th day of October, 2000, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the 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 for (` the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 26th day of October, 2000, 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 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. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. 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 28th An of September, 2000 at 10:00 o'clock a.m., in the Purchasing Conference Room L04, 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) 775- 2281 at least 48 hours in advance of the meeting. CITY OF OF LUBBOCK VICTOR KILK4AN PURCHASING MANAGER Bid documents may be examined at no charge in the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164, and are available upon request from http://www.DemandStar.com GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1. 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 LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. l 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. 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. 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 Email: RShuffield@mail.ci.lubbock.tx.us TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within TWO HUNDRED (200) 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 4 City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the i time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the PY contract documents. 7 1.1 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). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. 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. 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. L 12. 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. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 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 Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life } or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. Rd 17 WJ In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage 3 resulting from his blasting operations. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 3 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor ; shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all 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. 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 may be 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. I t_: 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 i 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, sworn, 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, 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 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 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 furnish 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 govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 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. 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. __ 5 (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (0 General Conditions. (g) Special Conditions (if any). - (h) Specifications. (i) Insurance Certificates. Q) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 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 furnish 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. BID SUBMITTAL BID SUBMITTAL LUMP SUM BID CONTRACT DATE: October 24, 2000 PROJECT NUMBER: #00-228 - LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Bid of Lubbock Building Services, Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY 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. MATERIALS: �n c l i/ -/ 4 , L TW , .-' _Si-z�,. C�.- /� Cl . ($ �C� , 70 U ) SERVICES:�� // ^� /• TCH A U TOTAL BID:' %� f'�C�ti� 4-c."4 �S`� x Gv. d� �,l �(� 1l 9 _ (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 200 (TWO HUNDRED) 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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. r, Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten)10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for n/a Dollars (S -0- ) or a Bid Bond in the sum of 596 of total amount bid Dollars ($ 51Y. ), 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, insurance certificates, 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. 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. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Therefore, any corrections to the bid price must be made on the Bid Submittal form prior to bid opening. (Seal if Bidder is a Corporation) ATTES . 1 Se6r6tary James 13zilnes Bidder acknowledges receipt of the following addenda: Addenda No. 1 Date 09/28/00 I Addenda No. 2 Date 10 04 00 Addenda No. 3 Date 10 04 00 Addenda No. 4 Date 10/13J00 5 10/13/00 6 10/18/00 7 10 19 00 MNVBE Firm: Woman 2 24, 2000 Jerry Smith, President (Printed or Typed Name) Lubbock Building Services, Inc. Company Slide Read, Slit R 14302 Address - Lubbock Lubbock City, County Texas 79424 State Zip Code Telephone: 806 - 798-7005 Fax: 806 _ 79 -8 6 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. LIST OF SUBCONTRACTORS 3 Minority Owned Yes No ts, 0 �r' o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Jerry Smith, President Co c r (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: Lubbock Buildinct Services, Inc. (Print or Type ) CONTRACTOR'S FIRM ADDRESS: 14302 S. Slide Road, Suite B Lubbock, Texas 79424 Name of Agent/Broker: Butler -Carson Insurance Agency (John Carson) Address of Agent/Broker: 4505 82nd Street, Suite 10 ICity/State/Zip: Lubbock, Texas' 79424 Agent/Broker Telephone Number: ( 806 Date: October 24, 2000 ) 798-7979 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #00-228 - LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY t_ 4 I THE AMERI�AN INSTITUTE OF ARCHITECTS AIA Document A310 4q • KNOW ALL MEN BY THESE PRESENTS, that we Lubbock Building Services, Inc., 14302 Slide Rd.,. Lubbock, TX 79424 as Principal, hereinafter called the Principal, and Capitol Indemnity Corporation 4610 University Ave Madison, Wisconsin, 53705-0900 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock (Here insert full name and address or legal title of Owner) PO Box 2000, Lubbock, TX 79424 as Obligee, hereinafter called the Obligee, in the sum of *** FIVE PERCENT OF BID AMOUNT *** Dollars( 5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee. in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee, the difference not to exceed the penalty hereof between the amount specified in said bid and such larger arnount for which the Obligee, may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. l , Signed and sealed this 19th day of October, 2000 itn s) j' (Witness) -- Lubbock Building Services, Inc. (Principal) Staci Gross AIA DOCUMENT A310 - BID BOND - AIA ® - FEBRUARY 1970 ED - THE AMERICAN 11 " INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W.. WASHINGTON. D. C. 20006 (Seal) (Title) Attorney -in -Fact 3 Printed on Recycled Paper 9/93 V462 INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON. Vi S3ONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADIS VI 53705.0900 PHONE (608) 231-4450 • FAX (608) 23i-2-23 a 0 ' 0 ; 1 Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, 4'lisconsin, does make, constitute and appoint STACI J. GROSS, LAURA A. ESPINOZA, STEVE DEAL OR DONAL BOLEY its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ------------------------------------------------- NOT TO EXCEED $4,000,000.00 -------------------- ---------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following i Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960: "RESOLVED, that the President, and Vice -President. the Secretary or Treasurer, acting individually or othernise. _e_ and they hereby are granted the pc:•:er and authorization to appoint by a Power of Attorney for the purpcses only of executing and attesting bonds and underas^gs, and other writings obligatory it tre nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to nave the powers and duties usual to s-.:ch offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any s,:ch power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsiri'e seal shall be valid and binding upor, the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and t;r._ing upon the Company in the future respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such -ointment may be revoked, for cause. o. without cause, by any of said officers, at any time." IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed 1_y Its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secr:ary, this 1st day of June, 199-. - CAPITOL INDEMNITY CORPORATION Attest: \`\\````Upllllnu/ii�i,�,n��i� Mrgiline M. Schulte, Secretary CORPO?ATE `, SEAL i Geor— Fait. President STATE OF WISCONSIN iiirunnmtuto�� COUNTY OF DANE On the 1st day of June, A.D., 1999, before me personally came George A Fait, to ma known, who being by me duly sworn, did depose and say: that he resides in the County of Dane, State of Wiscons-in; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto bq like order. STATE OF WISCONSIN ```\y`\,�1°f w;.5rp'' 6L dA..e-� COUNTY OF DANE _ JANE * F * Jane F. Endres ENDRES Notary Public, Dane Co., WI My Commission Expires March 23} 2003 yp CERTIFICATE I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoifig attached Power of Attorney remains in full force and has not been revoked; and furthermoore that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison. Dated the This poweir'is valid only if the -power of attomeyynumb -er:pnn or other reproductions are'not binding on the'company. Inquiries co Home Office of the Capitol Indemnity Corporation , 19th day of 11 oNITY Co 40. O ? i CORPORATE' SEAL - _ Pau) J. Brei .. _r, Treasurer ' r o' CON ted in the upper right hand corner apears in rerbon copies ncerning this power of attomey may be directed to the Bond anager at the PAYMENT BOND Bond # 773398 STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBLIC WORKS) (Penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That Lubbock Building Services, Inc. (hereinafter called the Principal), as Principal, and Capitol Indemnity Corporation (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee), in the amount of EIGHT HUNDRED FORTY-EIGHT THOUSAND SIX DOLLAR $) $848,600.00 HUNDRED AND NO/100THS for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the Obligee, Dated the 7th day of November 2000 to LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said (' Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 9th day of November 2000 Lu 7Stazi Gross (TA By � r Services, Inc. (Principal) itol Indemnity Corporation (Surety) Attorney -in -Fact �. .. ... ,....., .... , .., ��. _.w _._ xm.µ �q •.............ro ..., --.... .,.. w .. i �� � i INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON. WI 53705-0900 PHONE (608) 231-4450 • FAX (608) 231-2029 POWER OF ATTORNEY No: 5 S f� i Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint STACI J. GROSS, LAURA A. ESPINOZA, STEVE DEAL OR DONAL BOLEY its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ------------------------------------------------ NOT TO EXCEED $4,000,000.00 --------------------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960: L "RESOLVED, that the President, and Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorneys) -in -fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1st day of June, 1999. Attest: ,0NIIT Yo 9 Ov? O,D Virgiline M. Schulte, Secretary CORPORATE' STATE OF WISCONSIN COUNTY OF DANE /'Ojrrrnunnuna\o CAPITOL INDEMNITY CORPORATION Geor, Fait, President On the 1 st day of June, A.D., 1999, before me personally came George A Fait, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. No Text � M LICENS IN TEXAS DATE 21/,0- By PERFORMANCE BOND Bond # 773398 STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBLIC WORKS) (Penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That Lubbock Building Services, Inc. y (hereinafter called the Principal), as Principal, and Capitol Indemnity Corporation (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Lubbock (hereinafter called the Obligee), in the amount of EIGHT HUNDRED FORTY-EIGHT THOUSAND SIX DOLLAR $ ) $848,600.00 ) HUNDRED AND NO/100THS for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the Obligee, dated 7th day of November 2000 to LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perfomr the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 9th day of November 2000 a Lubbock Build Staci Gross Services, Inc. (Principal) Capitol Indemnity Corporation (Surety) Attorney -in -Fact m CERTIFICATE OF INSURANCE ACORDDATE(MM/DDM) n,, CERTIFICATE OF LIABILITY INSURANCE 11/09/2000 iRODUCER (806)798-7979 FAX (806)798-7888 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Butler -Carson Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4505 82nd St, Suite 10 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lubbock, TX 79424 INSURERS AFFORDING COVERAGE ,MSURED Lubbock Building Services, Inc. INSURER A: Highlands Underwriters Ins. Co and Jerry Smith INSURERB: Highlands Insurance Co P.O. Box 65600-194 INSURERC: Lubbock, TX 79464 INSURER D: I INSURER E: 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 IMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. rNSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/00/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS 1 GENERAL LIABILITY BPO201216 09/30/2000 10/30/2001 EACH OCCURRENCE S 1,000,000 jX COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR FIRE DAMAGE (Any one fire) S_ 100,000 MED EXP (Any one person) S 5,000 A PERSONAL & ADV INJURY S 11000,000 GENERAL AGGREGATE S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO LOC JECT PRODUCTS - COMP/OP AGG S 1,000,000 L. AUTOMOBILE LIABILITY ANY AUTO BTA203551 09/30/2000 09/30/2001 COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 X BODILY INJURY (Per person) S _,A ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) S HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) S -, 3 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S S AUTO ONLY: AGG EXCESS LIABILITY OCCUR r CLAIMS MADE BXS203070 09/30/2000 09/30/2001 EACH OCCURRENCE S 11000,000 AGGREGATE S 1000000 S 1,000,000 DEDUCTIBLE S RETENTION S S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY BWC800685 09/30/2000 09/30/2001 1 ORY L MITS ER E.L. EACH ACCIDENT S 500,000 E.L. DISEASE - EA EMPLOYEE S 500,000 E.L. DISEASE - POLICY LIMIT S 500,000 -. OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 'aiver of Subrogation and Additional Insured Endorsement on the General Liabiliaty and the utomobile and Waiver of Subrogation on the Workers Compensation all in favor of the certificate holder ATIMA in regards to the project at Lubbock Police Academy Small Arms Range acility t L t =K I WiL:A I t MULUtK ADDITIONAL INSURED; INSURER LETTER: CANCELLATION ( SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 6 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, �- City of Lubbock BUT FAILURE TO MAIL SUCH OTICE SHALL POSE NO OBLIGATION OR LIABILITY P . O. BOX 2000 OF ANY KIND UPON THE COMP NY, IT44 TS OR REPRESENTATIVES. Lubbock, TX 79408 AUTHORIZED REPRESENTATIV John Carson f `ACORD 25-S (7197) ©ACORD CORPORATION 1988 I-, A CONTRACTOR SHALL: CONTRACTOR CHECKLIST (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: i_ REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)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 employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the ,.' duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this �} rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by q paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. �,�...� .�._........M :........... .__,.. _,�. CONTRACT �- CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 7th day of November, 2000 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Lubbock Building Services. Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #00-228 - LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY - $848,600.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. ATTEST: CITY OF LUBff K, TPAS (OWNER) By. Secretary ALEX "TY''k COOICE, MAYOR PRO TEM AP ROVED AS TO CONTENT: Ow s epresentative f '6( Y ' A PROVED AS TO FORM: City Attorney ATTEST: Corporate Secretary an -es 6ames CONTRACTOR: COMPLETE ADDRESS: Lubbock Building Services, Inc. 14302 S. Slide Road, Suite B Lubbock, Texas 79424 No Text GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit LUBBOCK BUILDING SERVICES INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative GARY SMITH FACILITIES MANAGER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to 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 inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's ' Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE 3 Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last ' business address known to the party who gives the notice. N HE 12. 13. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. . 2 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The � Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the rf execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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 time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications -and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18 19 go Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION In 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. U OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation 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 such work found to be defective or not in accordance with the contract documents, regardless of the stage of t its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. _E t_ 4 r' Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, p' in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost' is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by 5 them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. J 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. H If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 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. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512(440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (I)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 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, in addition to any statutory retainage rights it may have, 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. -, 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or �- required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 13 33 34. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as _ though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED DOLLARSI PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 15 39 40. 41 42. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 16 _j 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's I Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) 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, in the amount withheld, payment shall be made for amounts withheld because of them. 17 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be j delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 18 In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. ' 50. BONDS l 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. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 A 52. 53. 54. 55. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. 01 In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 9 1 CURRENT WAGE DETERMINATIONS Item No. 39 RESOLUTION April 8, 1999 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vemon's Ann. Civ. Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, further updated by Resolution No. 2502 enacted January 8, 1987, further updated by Resolution No. 5721 enacted March 14, 1996, and amended by Resolution No. 6138 enacted December 16, 1998; and 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: 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 a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C: Overtime Rate Exhibit D: Legal 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. Passed by the City Council this i� ATTEST: Kay0fiDarnell, City Secretary APPROVED AS TO CONTENT: Mar` Ar, ev✓s, Managing Director .): Human Resources IIAPPROVED AS TO FORM: Amy L/3iffis, Assistant City Attorney I gs.ccdoc ubworks.res 1 March 25, 1999 day of • 99. (44NDY 014, MAYOR City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified Hourly Rate 11.50 12.50 6.25 9.00 12.50 12.50 7.00 11.00 7.00 8.00 11.00 13.75 7.00 9.50 8.50 9.50 10.50 11.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 :11: Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor Truck Driver -Light Truck Driver -Heavy Hourly Rate 9.00 6.00 8.00 7.00 12.00 6.00 7.00 6.25 6.00 6.75 8.00 7.00 7.75 F.00 7.75 7.25 8.00 7.25 9.50 6.75 7.25 7.25 6.50 7.00 EXHIBIT C Prevailing Wage Rates t, Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be.as required by the Fair Labor Standards Act. j No Text CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas 79457 9936.01 PROJECT MANUAL AUGUST 30, 2000 City of Lubbock CITY OF LUBBOCK 1625 13T" STREET AVENUE Q LUBBOCK, TEXAS 79457 (806) 665-2200; FAX 775-3267 BROWN REYNOLDS WATFORD ARCHITECTS 3535 TRAVIS, SUITE 250, LB102 DALLAS, TEXAS 75204 (214) 528-8704; FAX 528-8707 PARKHILL SMITH & COOPER 4010 AVENUE R LUBBOCK, TEXAS 79412 (806) 473-3526; FAX 473-3500 INTERVEST ENGINEERING 4123 N. CENTRAL EXPRESSWAY DALLAS, TEXAS 75204 (214) 528-3300; FAX 528-6649 OWNER ARCHITECTS STRUCTURAL/CIVIL ENGINEERS MECHANICAL/ELECTRICAL/ PLUMBING ENGINEERS PROJECT MANUAL JOB NO. 9936.01 August 30, 2000 CITY OF LUBBOCK LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY Lubbock, Texas 79457 City of Lubbock CITY OF LUBBOCK 1625 13T" STREET AVENUE Q LUBBOCK, TEXAS 79457 (806) 665-2200; FAX 775-3267 BROWN REYNOLDS WATFORD ARCHITECTS 3535 TRAVIS, SUITE 250, LB102 DALLAS, TEXAS 75204 (214) 528-8704; FAX 528-8707 PARKHILL SMITH & COOPER 4010 AVENUE R LUBBOCK, TEXAS 79412 (806) 473-3526; FAX 473-3500 OWNER ARCHITECTS STRUCTURAL/CIVIL ENGINEERS INTERVEST ENGINEERING MECHANICAL/ELECTRICAL/ 4123 N. CENTRAL EXPRESSWAY PLUMBING ENGINEERS DALLAS, TEXAS 75204 (214) 528-3300; FAX 528-6649 DIVISION 6- WOOD AND PLASTICS 06100- Carpentry 01-05 06175- Wood Trusses 01-05 06400- Architectural Millwork & Casework 01-04 DIVISION 7- THERMAL AND MOISTURE PROTECTION 07260- Vapor Barrier Membrane 01-02 07300- Shingle Roofing & Flashing 01-04 07900- Sealants 01-04 DIVISION 8- DOORS AND WINDOWS 08110- Metal Doors & Frames 01-03 08410- Aluminum Entrances and Storefronts 01-06 08500- Metal Windows 01-05 08710- Finish Hardware 01-04 08800- Glazing 01-06 DIVISION 9- FINISHES 09910- Painting 01-12 09931- Exterior Wood Stains 01-06 09960- High Performance Coatings 01-08 09963- Elastometric Special Coatings 01-08 DIVISION 10- SPECIALTIES 10170- Plastic Toilet Compartments 01-04 10520- Fire Protection Specialties 01-03 10810- Toilet Accessories 01-07 DIVISION I I- EQUIPMENT DIVISION 12- FURNISHINGS DIVISION 13- SPECIAL CONSTRUCTION DIVISION 14- CONVEYING SYSTEMS DIVISION 15- MECHANICAL 15060- Pipes and Pipe Fittings 01-07 15100- Valves and Miscellaneous Items 01-03 15200- Septic System 01-02 DIVISION 16- ELECTRICAL END OF SECTION 00010 LUBBOCK POLICE RANGE FACILITY 00010-2 AUGUST 30, 2000 TABLE OF CONTENTS SECTION 00015 - LIST OF DRAWINGS T1.1 TITLE SHEET CIVIL C1.1 SITE PLAN C 1.2 ENLARGED SITE PLANS, SITE DETAILS C1.3 WATER AND SEWER UTILITY PLAN ClA STORM WATER POLLUTION PREVENTION PLAN C1.5 MISCELLANEOUS DETAILS STRUCTURAL S2.1 HANDGUN RANGE STRUCTURAL PLANS & DETAILS S2.2 RIFLE RANGE STRUCTURAL PLANS & DETAILS S2.3 RESTROOM BUILDING STRUCTURAL PLANS & DETAILS • . � •T111i17� 11 Al .1 HANDGUN RANGE FLOOR PLAN A1.2 RIFLE RANGE FLOOR PLAN, RESTROOM BUILDING FLOOR PLAN, ENLARGED PLANS, PARTITION TYPES A1.3 RIFLE RANGE FLOOR PLAN A2.1 HANDGUN RANGE ELEVATIONS & SECTIONS, RIFLE RANGE ELEVATIONS & SECTIONS A2.2 RESTROOM BUILDING ELEVATIONS & SECTIONS, INTERIOR ELEVATIONS, MOUNTING HEIGHTS A2.3 WALL SECTIONS & DETAILS A3.1 DOOR SCHEDULE, WINDOW, DOOR & FRAME TYPES A3.2 REFLECTED CEILING PLANS AND DETAILS A3.3 FINISH PLANS MEP-1 RANGE ELECTRICAL PLANS AND SCHEDULES MEP-2 RESTROOM BUILDING PLUMBING AND ELECTRICAL PLANS AND SCHEDULES END OF SECTION 00015 LUBBOCK POLICE RANGE FACILITY 00015 - 1 AUGUST 30, 2000 LIST OF DRAWINGS SECTION 00300 — INFORMATION AVAILABLE TO BIDDERS PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 GEOTECHNICAL INVESTIGATION A. Geotechnical Investigation (Sub -surface Soils Tests) for the project site has been performed and a report of that investigation has been completed. A copy of the investigation report (Soils Report) is bound herein. B. Log of borings indicates materials penetrated at specific locations. Owner and/or Architect assume no responsibility for any conclusions of interpretations made by Contractor related to information included in the Report. Should contractor require additional information concerning subsurface conditions, he may without cost to Owner, make additional investigations. Should additional investigations produce information different from that in Soil Report, notify Owner in writing. C. Contractor shall read and otherwise become completely familiar with contents of Soil Report, including but not limited to its recommendations for preparation of subsoil, bases, sub -bases and fill and construction of building foundations and parking surfaces in compliance with recommendations in Report. Should discrepancy be found between the requirements of Soil Report and the drawings and/or specifications, notify Owner in writing prior to beginning work. 1.03 EXISTING CONDITIONS A. Bidders shall visit the site of work, existing buildings, review any available existing drawings, and all conditions affecting the work of this project. Any claims after contract award for difficulties encountered which could have been foreseen by such site review will not be recognized by the Owner. LUBBOCK POLICE RANGE FACILITY 00300 - I AUGUST 30, 2000 INFORMATION AVAILABLE TO BIDDERS PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 00300 LUBBOCK POLICE RANGE FACILITY 00300 - 2 AUGUST 30, 2000 INFORMATION AVAILABLE TO BIDDERS TABLE OF CONTENTS 1.0 INTRODUCTION.......................................................................... 1 2.0 EXPLORATION, SAMPLING AND FIELD TESTING ................ 2 3.0 LABORATORY TESTING............................................................ 3 4.0 GENERAL SOILS AND DESIGN CONDITIONS ......................... 4 4.1 Site Description................................................................... 4 4.2 Description of Soils............................................................. 4 4.2.1 Holes #1 through #4 for the buildings in the Hand GunRange............................................................ 4 4.2.2 Holes #5 through #8 for the buildings in the Shoot House.................................................................... 5 4.2.3 Holes #9 through #12 for the buildings in the Rifle Range..................................................................... 5 4.3 Design Recommendations.................................................... 6 5.0 PAVEMENT RECOMMENDATIONS .......................................... 8 5.1 Description of Soil in the Pavement Area ............................ 8 5.2 Light Normal Traffic........................................................... 9 5.3 Marshall Procedures............................................................ 10 5.4 Heavy Traffic...................................................................... 11 6.0 SITE PREPARATION.................................................................... 13 7.0 CONSTRUCTION CRITERIA....................................................... 14 7.1 Site Drainage...................................................................... 14 7.2 Quality Control.................................................................. 14 8.0 LIMITATIONS.............................................................................. 16 9.0 REPORT DISTRIBUTION............................................................. 18 TERRA ENGINEERS, INC. LUBBOCK MIDLAND STR 1458 2 8/23/00 2.0 EXPLORATION, SAMPLING AND FIELD TESTING At the request of the client, the sub -surface conditions were explored by fourteen (14) test holes, twelve (12) borings drilled to a depth of 20.0 feet, and two (2) to a depth of 5.0 feet at locations shown in the boring location plan (Figure 1). The drilling was performed using CME-75 Drilling Rig with hollow stem augers in order to secure reliable data on the natural moisture content of the soil and ground water, if any. Standard penetration tests were made at depths of 2.5, 5.0 feet and at 5.0 feet interval thereafter. The number of blows per foot of the split spoon sampler (in 6-inch increment) is shown in the boring logs and in Figure 2. The sampling was performed in accordance with the ASTM D-1586; however we limit the number of blows on the split spoon sampler to a maximum of 25 for the first 6 inches of penetration and if the penetration of the sampler for the first or the second 6 inches increment is less than 6 inches, we report the actual penetration obtained for the respective increment in the boring logs. The changes in soil strata as observed during drilling operations were carefully determined and are shown in the boring logs. All soil samples were kept in moisture - proof plastic bags to preserve the in -situ moisture content, identified by the hole number and the depth of the hole, and transported to the laboratory for additional tests and evaluation. The boring was monitored during and immediately after drilling for the presence and level of groundwater. However, the groundwater table was not observed during drilling. TERRA ENGINEERS, INC. LUBBOCK STR 1458 3 8/23/00 3.0 LABORATORY TESTING All samples have been classified following the procedures outlined in ASTM D- 2487 based on the Unified Soil Classification System. Soils are described in the boring logs using the methods prescribed in ASTM D-2488, using a Munsell Soil Color Chart, published by Macbeth Division of Kolimorgen Corporation, Baltimore, Maryland, 1975 edition. Soil samples, which indicated maximum plasticity characteristics, were selected and Atterberg Limit tests were performed on these samples according to procedures outlined in ASTM D-4318. Percentage by weight of material passing sieve # 200 was determined by ASTM D-1140 for the same samples. Moisture content for all samples were determined by the procedures outlined in ASTM D-2216. Eight (8) Shelby tubes samples retrieved from boring #4, #8, #11, and #12 at the depths between 1.5 and 3.5 feet for triaxial compression tests. However, two (2) samples crumbled during testing and gave erratic results (see Attachments 1 through 6). A typical soil sample collected at the vicinity of borehole #6 and was tested for moisture density relation in accordance with ASTM D-698 (see Table 1 and Attachment 7). Subsequently, the soil sample was remolded and tested for California Bearing Ratio (CBR) in accordance with ASTM D- 1883 (see Table 2 and Attachment 8). All soil samples collected with reference to this project will be stored for a period of six (6) months from the date when this report is submitted. The samples will be discarded after elapse of this time period, unless this office is instructed. TERRA ENGINEERS, INC. LUBBOCK STR 1458 4 8/23/00 4.0 GENERAL SOILS AND DESIGN CONDITIONS 4.1 Site Description The site is physically located at the Reese Center, Lubbock, Texas. Site is on a cotton field. 4.2 Description of Soils Since the test holes were drilled at stations which are relatively located at some distance apart for specific buildings, the details of the soil layers in these respective areas are discussed separately. 4.2.1 Holes #1 through #4 for the buildings in the Hand Gun Range. The topsoil in hole #1 is brown sandy silty clay (CL-ML) for approximately two feet below the surface while in holes #2 and #3, it is clayey sand (SC). The topsoil in hole #4, it is sandy lean clay (CL). The values of the plasticity index of the topsoil vary between 6 and 8 and these values are considered as of very low plasticity. Immediately below this topsoil, there are layers of sandy lean clay (CL) with a plasticity index varying between 14 and 22. Further below, there are layers of clayey sand (SC). The thickness of the sandy clay layers varies as indicated in the boring logs. The strength of the soil layers increases as indicated by the SPT tests in these holes. Some of the deep clayey sand layers contain traces of caliche soil and rock pieces and hence found to be very strong. All the clayey soils are classified as clays of low plasticity. However, when the value of plasticity index becomes larger than 15, the soil will have some expansive and shrinking characteristics. TERRA ENGINEERS, INC. LUBBOCK STR 1458 5 8/23/00 4.2.2 Holes #5 through #8 for the buildings in the Shoot House. The topsoil in hole #5 is brown sandy clay (CL) for approximately two feet below the surface while in holes #6, it is a clayey sand with silt (SC). In holes #7 and #8, the topsoil is clayey sand (SC). The value of the plasticity index of the topsoil is about 7 and this value is considered as of very low plasticity. Immediately below this topsoil, there are layers of sandy lean clay (CL) or clayey sand (SC) with a plasticity index varying between 14 and 15. Further below, there are layers of clayey sand (SC). The thickness of the sandy clay layers varies as indicated in the boring logs. The strength of the soil layers increases as indicated by the SPT tests in these holes, except in hole #6. Some of the deep clayey sand layers contain traces of caliche soil and rock pieces and hence found to be very strong. All the clayey soils are classified as clays of low plasticity. However, when the value of plasticity index becomes larger than 15, the soil will have some expansive and shrinking characteristics. 4.2.3 Holes #9 through #12 for the buildings in the Rifle Range. The topsoil in holes #9 and #12 is brown clayey sand (SC) for approximately two feet below the surface, while in holes #10 and #11, it is a sandy clay (CL). The value of the plasticity index of the topsoil is between 7 and 9, this value is considered as of very low plasticity. Immediately below this topsoil, there are layers of sandy lean clay (CL) or clayey sand (SC) with a plasticity index varying between 14 and 22. Further below, there are layers of clayey sand (SC). The thickness of the sandy clay layers varies as indicated in the boring logs. The strength of the soil layers increases as indicated by the SPT tests in these holes, except in hole #12. In hole #12, there is a very loose spot at a depth of 5 feet below TERRA ENGINEERS. INC. LUBBOCK STR 1458 6 8/23/00 the ground level. The reason for the low strength is not known. Some of the deep clayey sand layers contain traces of caliche soil and hence found to be very strong. All the clayey soils are classified as clays of low plasticity. However, when the value of plasticity index becomes larger than 15, the soil will have some expansive and shrinking characteristics. 4.3 Design Recommendations The triaxial compression tests performed on all samples indicate that both values of the modulus of elasticity of the soil at 50% ultimate strength are 1333, 1000, 5000, 1666, 1428 and 1250 psi respectively. All samples were extracted from shallow depths in order to get properties of soil at shallow depths. The location and depths of the holes where samples are extracted are indicated in the respective stress — strain graphs. An average value of 1300 psi (excluding the high value) is used for computing deformations of the soil. It is reported that the proposed buildings are lightly loaded and single storied. It is therefore recommended that the spot and or continuous footings can be used as the foundation for the buildings. The allowable bearing value for the soil at a depth of 2.5 feet below the ground level is 1500 psf with a minimum width of footing equal to 18 inches. All floor slabs they shall be placed only on compacted soil and the compaction has to be performed as recommended in the Section 6.0 Site Preparation. Also the soil that exist at the top is susceptible to loss of strength when inundated with water. It is recommended to avoid landscape very close to the foundation, since the soil can lose strength when subjected to excessive moisture. It is further recommended to provide good ENGINEERS. LUBBOCK STR 1458 7 8/23/00 drainage around the structure so as to maintain good bearing for the soil (see Section 7.1 for more specific information). The above given bearing values are for the depths indicated and for soil in its natural condition. If the intended area for the footings is over excavated and subsequently filled by existing or transported soil to the required level, in such situations the footings placed on loose soil material can be susceptible to large differential settlements. In such instances, it is recommended that the soil fill shall meet the requirements for transported soil (see Section 6.0 Site Preparation), and shall be filled in 9 inch lifts (or less than 9 inch) and each lift shall be compacted to a density such that the compacted dry density is 95% of the maximum dry density as determined by ASTM D-698. The compaction must be tested before each lift is placed over the previous one. LUBBOCK C STR 1458 8 8123J00 5.0 PAVEMENT RECOMMENDATIONS 5.1 Description of Soil in the Pavement Area Holes #13 and #14 were drilled for the pavement area. The topsoil in hole #13 is a brown clayey sand (SC), while the topsoil in hole #14 is brown sandy clay (CL). The value of the plasticity index of the sandy clay is 8. This topsoil is considered as having low plasticity index. Immediately below the topsoil, there are layers of sandy clay (CL) all the way to 5 feet which is the bottom of these two holes. The values of the plasticity index of these clayey soils vary between 14 and 19. Since there are some clayey soils in the subsoil area, which can loose strength when their moisture contents increase, it is recommended to have good drainage for the pavement and in the vicinity of the pavement area. Typical sample of the topsoil was selected for moisture density relation and California Bearing Ratio (CBR) tests. The maximum dry density and the optimum moisture content of the soil were determined in accordance with ASTM D-698. A sub - sample of the top soil is taken and depending on the in -situ moisture, either water is added to the sub -sample or the sub -sample is dried in an oven to bring the moisture content as close to the optimum moisture as determined previously by ASTM D-698. The sub -sample is then compacted in a CBR mold to a density approximately equal to 95% of its maximum dry density. The results of the tests are given below (see Table 2 & 8). The following recommendations are made for light automobile traffic and heavy truck traffic based on the CBR values of the subgrade and the design practices used in general in the Lubbock area. TERRA ENGINEEK,, IN(:. LUBBOCK STR 1458 9 8/23/00 5.2 Light Normal Traffic 1. All debris, vegetation, roots, or any foreign material must be removed from existing topsoil. Surface soils shall then be scarified to a depth of 9.0 inches and compacted to a dry density not less than 95% of the standard maximum dry density as determined by ASTM D-698. 2. Any soil fill to elevate the natural grade shall be compacted in 9.0-inch lifts according to the specifications stated earlier for soil fills. Subsequent layers shall be placed only after testing and approval of the previously compacted layer by the engineer -in -charge. The plasticity index of the soil shall not be greater than 12. 3. Above the compacted subgrade, it is recommended to use a crushed rock or good graded caliche base compacted to at least 9.0 inches. The crushed rock base will be superior to the caliche base, because sometimes good caliche with hard rock pieces is hard to find. Further, poor quality caliche material can get crushed during compaction and this is not desirable for the life of the pavement. The compaction of the base shall not be less than 95% of the modified maximum dry density as determined by ASTM D-698 for crushed rock or caliche base material. The liquid limit of the base material shall not be greater than 35 and the plasticity index not greater than 12 and the linear shrinkage not to exceed 8. The recommended gradation of the base material is as follows: Retained 13/a" 0 percent Retained on sieve #4 40-75 percent Retained on #40 sieve 60 - 85 percent TERRA ENGINEERS. INC. LUBBOCK STR 1458 8/23/00 10 The above specification is similar to TxDOT Spec # 247.2 Type C, Grade 4, 1995 Edition. 4. A hot mix asphalt surface course shall be placed over the compacted base. The asphalt surface course shall be at least 1.5 inches in thickness. The compaction of the asphalt mix shall be between 94 and 97 percent of maximum theoretical specific gravity as determined by ASTM D-2041 (Rice Method). The proposed materials shall be tested for acceptance prior to construction. Material properties shall be at least those required for Type C Item 340 Texas State Department of Highways, 1982, Tex-200f (Coarse Graded Surface Coarse). Testing, both laboratory and field shall be in accordance with the procedures outlined in ASTM D-1559. 5. Drainage of the top surface is of utmost importance, because any stagnant water on the surface of the asphalt pavement is very detrimental to the life of the pavement. 5.3 Marshall Procedures Physical properties of the blended materials shall be as follows, when prepared using 50 blows Marshall: Marshall stability 1300 lbs. Marshall flow (0.01 ") 8 - 16 In -place air voids 3 - 5% Voids in mineral aggregate 14% minimum 6. The actual required thickness of each of the asphalt lifts is left to the pavement design engineer. TERRA ENGINEERS, INC. LUBBOCK STR 1458 11 8/23/00 7. It is recommended that frequent inspection and testing be made during asphalt paving operations. It is recommended to follow mixing and placing practices recommended by the Asphalt Institute in their publication, MS-22, "Principles of Construction of Hot -Mix Asphalt Pavements," January, 1983 edition. 5.4 Heavy Traffic In areas where heavy traffic is anticipated, concrete pavement shall be provided. In particular where the garbage dumpsters are placed, it is recommended to use concrete pavement in the vicinity of the dumpster. The following recommendations shall be regarded as minimum standards: 1. Existing surface soils shall be prepared as in items 1 and 2 recommended for light normal traffic. 2. Over the prepared and compacted surface soils, a base (refer to 'Light Normal Traffic" section 6.1.3 for type of base) shall be placed and compacted as follows: The base shall be at least 9.0 inches in depth. The material may be placed in one lift if full depth compaction can be achieved. Compaction shall be at least 95% of maximum dry density as determined in ASTM D-698. Compaction shall be accomplished at the optimum moisture. 3. Over the prepared and compacted base, a concrete pavement shall be placed. It is recommended that the pavement be reinforced concrete pavement of at least 6.0 inches in depth. The concrete shall have a minimum compressive strength of 3500 psi when tested as per procedures outlined in ASTM C-31 and C-39. It is recommended to follow guidelines of the American Concrete Institute (ACI) in construction of this pavement. A laboratory prepared mix design shall be done TERRA ENGINEERS, INC. LUBBOCK STR 1458 12 8/23/00 following procedures of ACI 211. It is recommended that construction, isolation, and control joints be placed strategically as recommended by ACI publications. Further, the location of joints shall be based on the shrinkage potential information developed in the mix design. It is recommended to provide continuous on site inspection and testing of concrete materials as the concrete is placed for pavements. TERRA ENGINEERS, INC. LUBBOCK STR 1458 13 8/23/00 6.0 SITE PREPARATION It is recommended that the top 2.0 inches of soil shall be removed to clear the debris, roots and vegetation, if any. In the building area it is recommended that at least 9.0 inches of soil be scarified and compacted in order to obtain a uniform surface. The compaction shall be performed such that the compacted dry density shall be at least 95% of the computed laboratory dry density as determined by ASTM D-698. If the ground elevation has to be increased, the soil fill shall be placed on top of the compacted soil such that each compacted layer shall not exceed 9.0 inches in thickness and the compaction shall be performed as per the above specification. If the transported soil is different from the existing soil, then the soil shall be tested for Atterberg limits (ASTM D-4318), maximum dry density and optimum moisture (ASTM D-698). The liquid limit of the transported soil shall not exceed 35 and plasticity index shall be between 7 and 12. The new layer of compacted soil shall be placed only after the bottom layer has been compacted and tested for the required densities. TERRA ENGINEERS, INC. LUBBOCK STR 1458 14 8/23/00 7.0 CONSTRUCTION CRITERIA 7.1 Site Drainage Because of the presence of clayey soil, it is recommended to provide adequate drainage outside the building. Provision of flowerbeds or lawns close to the building can have very detrimental effects on the foundation because of the possibility of softening of the clayey sands with increase in moisture. Flower beds and lawns shall be placed sufficiently away from the building or placed in waterproof structures, so that they will not supply any moisture to the soil under the building. It is also recommended that the site drainage be well developed. Surface water shall be directed away from the foundation soil (use a slope of about 5% within 10.0 feet of the foundation). No waterlogging shall be allowed near the structure or in the pavement at any time. 7.2 Quality Control Construction inspection and quality control tests shall be planned and scheduled to verify materials and placement is in accordance with the specifications. Subgrade preparation, field density tests, and concrete strength are very important and therefore shall be monitored and recorded. The drilling for the piers shall be monitored by a geotechnical engineer for the placement of the pier on the correct soil strata, which may vary from pier to pier. It is recommended that Terra Engineers, Inc. shall perform quality control services in order to ensure quality construction inspection and material testing for the project. Terra Engineers, Inc. would be pleased to provide these services and can also assist with construction inspection, planning and scheduling. We also recommend that Terra Engineers, Inc. be retained, to review the final design document to verify that the TERRA ENGINEERS, INC. LUBBOCK TERRA ENGINERR5, INC. LUBBOCK STR 1458 16 8/23/00 8.0 LIMITATIONS Every effort has been made to accurately evaluate the subsurface conditions at the above referenced site in accordance with the standard engineering principles and practices. No other warranty or guarantee, expressed or implied, is made other than that the work was performed in a proper and workmanlike manner. However, it must be recognized that boulders or gravel of sizes larger than 1.5 inches cannot be retrieved by the SPT sampling tube. The foundation recommendation stated in this report is based on only fourteen (14) borings, twelve (12) to a depth of 20.0 feet and two (2) to a depth of 5.0 feet at locations shown in the boring location plan (Figure 1). The conclusions reached in this report are exclusively for engineering design and were based on the field tests and results of laboratory tests conducted on samples recovered from fourteen (14) test holes drilled to a depth specified by the client. Further, the recommendations presented herein are based on analyses, which presume the conditions of soil properties in the areas between the borings to have a reasonably uniform variation as revealed by the exploratory borings. Consequently, careful observations must be made during construction to detect significant deviations of actual conditions throughout the construction area from those inferred from the exploratory boring. Should any unusual conditions be encountered during construction, this office should be notified immediately so that further investigations and supplemental recommendations can be made to modify the foundation design to suit the new existing conditions. The Terra Engineers, Inc. shall not accept the responsibility for all the adequacies of the recommendations given in this report if another party is retained for QA/QC during TERRA ENGINEERS, INC. LUBBOCK STR 1458 17 8/23/00 pier drilling and installation and to perform the construction material testing during the construction phase. Due to changes in the current technology, changes to the project site conditions, changes in project specification etc., this report and the recommendations made in here shall be outdated with in a period of one (1) year from the date of the report. We strongly recommend that the client should contact Terra Engineers, Inc. to determine whether this report is valid after the expiration of the above mentioned time period. LUBBOCK STR 1458 18 8/23/00 9.0 REPORT DISTRIBUTION This report was prepared by Terra Engineers, Inc. for the sole and exclusive use by its client, based on specific and limited objectives. All reports, boring logs, field data, laboratory test results and other documents prepared by Terra Engineers, Inc. as instruments of service shall remain the property of Terra Engineers, Inc., and reuse of these documents is not permitted without written approval from Terra Engineers, Inc. The client may release the information to third parties, who may use and rely upon the information at their discretion. However, any use of or reliance upon the information by a party other than specifically named above shall be solely at the risk of such third parry and without legal recourse against Terra Engineers, Inc., its parent company, or its subsidiaries and affiliates, or their respective employees, officers or directors, regardless of whether the action in which recovery of damages is sought is based upon contract, tort (including the sole, concurrent or other negligence and strict liability of Terra Engineers, Inc.), statute, or otherwise. This information shall not be used or relied upon by a party that does not agree to be bound by the above statement. Terra Engineers, Inc. assumes no responsibility or obligation for the unauthorized use of this report by a third party. We appreciate the opportunity to be of assistance on this project. If you should have any questions, please feel free to call us. Very truly yours, TERRA ENGINEERS, INC. 6� f .l o sf00 c. V. G. vAUAeNAry C. V. G. Vallabhan, Ph.D., P. E. �0 30199 jQ Geotechnical Engineer '`E` Q�STE 8`TZ AL ECG TERRA ENGINEERS, INC. LUBBOCK STR 1458 SOIL INVESTIGATION Lubbock Police Academy Firing Range Lubbock, Texas PREPARED FOR Mr. Gary Smith, AIA Office of Facility Engineering City of Lubbock 1625 131h Street Lubbock, Texas 79401 August 23, 2000 TERM ENGINEERS, INC. LUBBOCK HO: 5208 34 th STREET . P.O. BOX 48605 • LgBBOCK ' TEMS'70490-6605 • (806) 793 4767 • FAX (806) 793 4768 0 1 1J 1 Re: Geotechnical Soil Investigation for the proposed Lubbock Police Academy Firing Range, Lubbock, Texas Dear Mr. Smith: TERRA ENGINEERS, INC. 5208 - 34TH STREET ? P.O. BOX 16605 • LLIBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768 , August 23, 2000 Office of Facility Engineering City of Lubbock 1625 13'' Street Lubbock, Texas 79401 ti Submitted herein is STR No. 1458 on the soil investigation for the above referenced project. Included in this report are our analysis and recommendations for foundation design. We appreciate the opportunity to be of service to you on this project. If we may answer any questions or be of any additional assistance, please call us. Sincerely, TERRA ENGINEERS, INC. AJ/ld SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT j STR 1458 8/23/00 Table 1 Moisture Density Relationship, (ASTM D-698) Location Description Maximum Dry Optimum Density, pcf Moisture Content Test hole #14 Brown sandy lean 109.9 13.8% clay Table 2 CBR Value (ASTM D-1883) of the soil the 95% optimum dry density and at approximately 2.0% above optimum moisture (not soaked) Penetration Location Description of soil Moisture, % 0.11, 0.2" Test hole #14 Brown sandy lean 15.0 5.5 7.0 clay TERRA ENGINEERS, INC. LUBBOCK m 12 / �' 7 �i. ; ek. / AD �v STR 1458 08/16/00 No. of blows per foot (N) 0 10 20 30 40 50 0 MMMMMWMMMMMM oBH #1' 5 X BH #2 ` e BH #3 1 o BH #4 10 -C 15 0 a 20 25 WMMMMrMMMWMMMMMMMMMMMMMEi MMMMEMMMMMMMMWEEMMMM 30 35 - Note: An arrow indicates N is greater than 50 blows/ft. Figure 2a Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2-in. Method of Drilling: Wet_ Dry X ■■■■■ ■■■■■■■ ■■■■■■■ ■■■■■ ■■■ ■■■■■■ ■ ■■■■■■■■■■■■■■■■■■■ TERRA ENGINEERS, INC. LUBBOCK STR 1458 08/16/00 No. of blows per foot (N) 0 10 20 30 40 50 0MEOW ■■■■■■■■■■■■■■■ ■■■■■ ■■■■■ TERRA ENGINEERS, INC. LUBBOCK STR 1458 08/16/00 No. of blows per foot (N) 0 10 20 30 40 so 0- EM 1EMMWWE E!q 0 BH #9 5 - M- X BH #10 MOMIMM A BH #11 13 BH #12 10 r. EM 0 15 =1WEEMMEENEWE qmMN?.qMM?'qM NEINIENNOW WNWEINNEWMEN 0 NIESEEMEMENE CL 20 NOWIMMIN Win 0 0 25 WMEMENEWEEMENOWEEMEMMEN MWEENEEMENEEMWEENWEE 30 W35 - WWOMM Note: An arrow indicates N is greater than 50 blows/ft. Figure 2c Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2-in. Method of Drilling: Wet _ Dry X TERRA ENGINEERS, INC. LUBBOCK ■ STIR 1458 08/16/00 No. of blows per foot (N) 0 10 20 30 40 50 0 NMMMWMMMMMMWMMWM 5 o BH # 13 XBH #14' 10 c � MMMEMMMMMMMNMEWMMMOMM 15 OBOEa� 0 MENEM 0 20 MEN! MOMMMOMME MIMEMO 25 30 35 --- Note: An arrow indicates N is greater than 50 blows/ft. Figure 2d Standard Penetration Test, ASTM D- 1586 Method of Sampling: ASTM D-1586, Split -Barrel Sampler Size of Samples: 2-in. Method of Drilling: Wet _ Dry X ■■■q■■■■■■■■■■■ ONE CONOMPOMMEE�vE�� TERRA ENGINEERS, INc. LUBBOCK BORING LOG IJ LEST ROLE NO. 1 Project: Lubbock Police Academy Firing Range — Reese Center Location: Hand Gun Range Date of Drilling: 108-07-00 Client: City of Lubbock Depth of GWT: [Surface Elevation: Unknown Diameter: 17 7/8" Depth: 120' Boring Method: STR No.: 1 HSA 1 1458 Depth, ft I Description use I Moisture Content, % Liquid I Limit, %I Plastic I Limit, %I Plasticity I Index I Passing # 200, "/0 SPT, No. of Blows per 611 1st 2nd 3rd Remarks TS Sandy Silty Clay w/organics, Brown CL- 2.6 21 15 6 51.5 2*5 Sandy Lean Clay, Strong Brown CL 13.5 3 5. 7 5 10 — — Sandy Lean Clay, Reddish Yellow Sandy Lean Clay, Reddish Yellow CL CL 10.0 12.5 26 12 14 -61.6 3 4 4 7 7 11 15 Clayey Sand w/caliche, Yellowish Red SC 14.6 35 16 19 39.8 8 14 15 20 Clayey Sand w/caliche, Pink SC 12.7 11 - 20 22 25 30 35 — 40 45 — 50 — — TS- Top Soil TERRA ENGINEERS, INC. BORING LOG 0 LEST HOLE NO. 2 Project: Location: Date of Drilling: Lubbock Police Academy Firing Range — Reese Center Hand Gun Range 08-07-00 Client:. Depth of GWT: L City of Lubbock Surface Elevation: Diameter: Depth: Boring Method: IHSA STR No.: Unknown 7 7/8" 20, 1458 Depth,.ft Description USC Moisture Liquid I Plastic I Plasticity Passing SPT, No. of Blows per 6" Remarks Content, % Limit, % - Limit,'/o Indez N 200, M. Ist - 2nd 3rd TS Clayey Sand Worganics, Brown SC 2.1 2-5 Sand. Lean Clay, Dark Brown CL 11.7 29 14 15 61.9 3 5 4 5 Sandy Lean Clay, Reddish Yellow CL 9.3 7 8 9 10 Sandy Lean Clay, Yellowish Red CL 16.2 40 18 .22 50.6 8 16 24 15 Sandy Lean Clay, Yellowish Red CL 14.8 5 12 17 3 s 20 Clayey Sand, Reddish Yellow SC 10.8 32 15 17 29.0 10 16 18 25 i 30 35 40 45 50 TS- Top Soil TERRA ENGINEERS, INC. 4 i BOILING LOG TEST HOLE NO. 3 rfT.—Jed: Lubbock Police Academy Firing Range —Reese Center Pcail 'Date HandGun Range 108-07-00 of Drilling: Client: Depth of GWT: V City of Lubbock Surface Elevation: Diameter: 17 Depth: ]Boring hod: STR No.: Unknown 7/8", .120' HSA 1 1458 Depth, ft Description USC I [Content, Moisture % Liquid Limit, % Plastic Limit, % Plasticity Index Passing 0200;% SPT, No. ofBlowsper 6" 1st . 2nd 3rd Remarks: TS Clayey Sand w/organics, Brown Sc 2.7 -Sandy Lean Clay, Brown CL 10.5 30 -14 16 67.9 6 8 0 5 Sandy Lean Clay, Reddish Yellow CL 10.5 4 9 10 10 Sandy Lean Clay, Reddish Yellow CL 14.8 35 14 21 61.4 5 10 13 15 Clayey Sand, Yellowish Red SC 14.6 42 19 23 48.1 7 12 17 20 Clayey Sand w/trace of caliche, SC 11.4 .9 14 12 Yellowish Red 25 30 35 — — 40 45 — — 50 - TS- Top Soil TERRA ENGINEEKb, Inc. 11 BORING LOG TEST HOLE NO. 4 Project: Location: Date of Drilling: Lubbock Police Academy Firing Ranger Reese Center Hand Gun Range 08-07-00 Client: Depth of GRIT: _ V City of Lubbock = j Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 20' HSA 1458 Depth, ft Description USC Moisture Content,'/ Liquid Limit, % Plastic limit, 0/0Indez Plasticity Passing # 200,'/o SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Sandy Lean Clay w/organics, Brown CL 2.5 22 14 8 57.3 I 2*5 Sandy Lean Clay, Dark Brown CL 13.5 4 3 4 5 Lean Clay w/sand, Pink CL 14.3 28 14 14 76.6 3 7 6 10 Clayey Sand w/trace of caliche, SC 13.2 10 16 19 Yellowish Red 15 Clayey Sand, Yellowish Red SC 17.2 41 19 22 47.2 7 8 15 20 Clayey Sand w/caliche, Pink SC 9.9 23 21 25 25 30 35 40 45 50 TS- Top Soil TERRA ENGINEERS, INC, I BORING LOG LEST HOLE NO. 5 Project: Lubbock Police Academy Firing Range— Reese Center I Location: Shoot House Date of Drilling: 08 09-00 Client: City of Lubbock Depth of.GwT: Surface Elevation: Unknown Diameter: 7 7/8" Depth: 20' Boring Method: STR_No.: I $SA 1458 Depth, ft Description USC Moisture I Content, % Liquid I Limit, % Plastic I Limit, % Plasticity Index, Passing # 200, % I SPT, No. of Blows per 6" 1st 2nd 3rd Remarks Ts Sandy Lean Clay w/organics, Brown CL 6.7 2.5 5 Sandy Lean Clay w/trace of caliche, Strong Brown CL 11.6 27 14 13 59.0 4 •4 4 Sandy Lean Clay, Reddish Yellow CL 11.5 4 7 11 10 Lean Clay w/sand, Pink CL 11.2 31 15 16 73.8 6 11 13 15 Clayey Sand, Yellowish Red SC 12.2. 33 16 17 35.8 7 14 21 20 Clayey Sand w/trace of caliche, Reddish Yellow SC 8.1 8 15 15 25 30 35 40 45 50 — TS- Top Soil TERRA ENGiNELKb, 1NU- I BORING LOG LEST HOLE NO. 6 Project: L ocation: Date of Drilling: Lubbock Police Academy Firing Range —Reese Center Shoot House 08 09-00 Client: DepthofGWT: _L City of Lubbock ' Surface Elevation: Diameter: Depth: 120, Boring Method: IHSA STR No.: Unknown .. 7 7/8" 1458 Depth, K Description USC Moisture' Content, /� Liquid Limit,-/e Plastic Limit, /o Plasticity Index Passing N200, /a SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Silty Clayey Sand w/organics, Brown SC- Sm 6.1 22 15 7 49.0 2.5 Sandy Lean Clay, Reddish Yellow CL 13.9 3 4 5 5 Lean Clay w/sand, Strong Brown . CL 11.9 29 14 15 71.3 3 6 7 10 Clayey Sand, Yellowish Red SC 12.6 7 8 12 15 Clayey Sand, Yellowish Red SC 17.2 7 7 14 20 Clayey Sand w/trace of caliche, SC 9.4 29 17 12 34.6 4 5 15 Yellowish Red 25 30 35 40 45 50 — i rc_ TFRRA ENGINEERS, INC. Z 9 BORING LOG I EST HOLE NO. 7 Project: Lubbock Police Academy Firing Range— Reese Center TLocation: Shoot House Date of Drilling: 108-09-00. Client: City of Lubbock Depth of GVVT: Surface Elevation: JUnknown Diameter: 17 7/8" Depth: 120' Boring Method: IHSA STR No.: 1458 * Depth, ft Description USC Moisture Content, % Liquid Limit, .1 Plastic I Limit, % I Plasticity Indej; Passing 0200,%• SPT, No. ofBlowsper 1st 2nd 31 TS Clayey Sand w/organics, Dark Brown SC 7.0 2.5 Sandy Lean Clay, Strong Brown CL 14.0 3 5 7 5 Sandy. Lean Clay, Reddish Yellow CL 10.7 27 13 14 61.0 3 6 7 10 Clayey Sand w/trace of caliche, Reddish Yellow SC 12.2 28 14 14 47.7 4 9 12 15 20 Sandy Lean Clay w/caliche, Pink Sandy Lean Clay w/caliche, Pink CL CL 9.7 7.6 36 16 20 53.7 10 20 20 25 24 *5.0" 25 30 35 40 45 50 Penetration I TS- Top Soil TERRA ENGINEERS, INC. BORING LOG LEST HOLE NO. 8 Project: Location: Date of Drilling: Lubbock Police Academy Firing Range — Reese Center Shoot House 08-09-00 Client: Depth of GNW: City of Lubbock --- Surface Elevation: Diameter: Depth: Boring Method: STR No.: Unknown 7 7/8" 20' HSA 1458 Depth, ft Description USC Moisture Content, % Liquid Limit, % Plastic I Limit, % Plasticity Index Passing # 200, % SPT, No. of Blows per 6" 1st. 2nd 3rd Remarks TS Clayey Sand w/organics, Dark Brown. SC 6.7 2.5 Clayey Sand, Dark Brown SC 13.3 28 14 14 48.5 4 4 6 5 Sandy Lean Clay, Reddish Yellow CL 13.0 3 5 7 10 Clayey Sand, Reddish Yellow SC 15.9 41 18 23 47.2 11 14 9 15 Clayey Sand, Yellowish Red SC 11.5 7 13 15 i 20 Clayey Sand, Yellowish Red SC 15.5. 38 20 18 43.5 6 12 20 I s 25 30 35 40 45 50 — TS- Top Soil TERRA ENGINEERS, INC. BORING LOG TEST HOLE NO. 9 rF11--j-ct: Lubbock Police Academy Firing Range —Reese Center Location: Rifle Range08-10-00 Date of Drilling: Fie—W: City of Lubbock —1—Boring Depth of GN17: Surface Elevation: Unknown Diameter: 17 7/8" Depth: 120' Method: JHSA STR No.: 1458 Depth, ftj Description USC Moisture Content,% Liquid Limit,% Plastic Limit,% Plasticity Index Passing .01`131ows per 6" 2.d 3rd Remarks TS Clayey Sand w/organies, Brown SC 4.6 2.5 Sandy Lean Clay, Dark Reddish Brown CL 12.0 32 15 17 59.1 4 5 7 5 Sandy Lean Clay w/caliche, Reddish Yellow CL 14.8 3 5 7 10 Sandy Lean Clay w/caliche, Pink CL 14.1 32 14 18 58.3 7 15 16 15 Sandy Lean Clay, Yellowish Red CL 15.7 9 12 12 20 Clayey Sand w/caliche, Yellowish Red SC 15.4 1 31 17 1 14 35.9 5 11 25 25 30 35 — 40 45 — 50 — — I TS- Top Soil TERRA ENrjJLr4t:r-"f LN" t BORING LOG LEST HOLE NO. 10 1 Project: Location: Date of Drilling: Lubbock Police Academy Firing Range— Reese Center Rifle Range 08 10-00 Client: Depth ofGWT: v_ City of Lubbock Surface Elevation: Diameter: Depth: 120' Boring Method: IHSA STR No.: 1 Unknown 7 7/8" 1458 Depth, fl Description USC Moisture Content, 9 Liquid Limit, % Plastic Limit,% Plasticity Indez Passing 0200, % SPT, No. of Blmvs per 6" 1st 2nd 3rd Remarks TS Sandy Lean.Clay w/organics, Brown CL 5.3 25 16 9 59.8 2.5 Sandy Lean Clay, Strong Brown CL 12.1 5 5 5 5. Lean Clay w/sand, Reddish Yellow CL 10.7 27 13 14 72.0 3 3 5. to Sandy Lean Clay w/trace of caliche, CL 11.0 4 9 21 Yellowish Red 15 Clayey Sand w/caliche, Pink SC 9.9 34 17 17 28.9 5 12 *25 *5.0" Penetration 20 Clayey Sand w/caliche, Yellowish Red SC 10.6 5 9 *25 *4.5" Penetration 25 30 35 40 45 50 M— Tnn Snil TERRA ENGINEERS. INC. BORING LOG LEST HOLE NO. 11 [Project: Lubbock Police Academy Firing Range — Reese Center i We Range_ Date of Drilling. 108-10-00 Client. City of Lubbock Depth of GWT: Surface Elevation: Unknown 7 7/9" Depth: 120' Boring Method: IHSA 1458 Depth, ft Description USC Moisture I Content,% Liquid Limit,% Plastic % Limit, I Plasticity Index 1 Passing 0200,% SPT,No. of Blows per 611 1st 2nd 3rd Remarks TS Sandy Lean Clay rganics, Brown CL 4.3 2,5 5 Sandy Lean Clay, Light Brown CL 14.9 32 14 18 64.5 3 4 5 10 Sandy Lean Clay, Reddish Yellow Sandy Lean Clay, Reddish Yellow CL CL 13.7 15.3 40 18 22 60.7 3 6 4 13 5 16 15 Clayey Sand, Yellowish Red SC 14.3 37 17 20 42.2 7 10 14 20 Clayey Sand w/caliche, Yellowish Red SC 13.9 12 6 8 25 30 35 — 40 45 — 50 — t TS- Top Soil TERRA ENGINth", imu. t BORING LOG TEST HOLE NO. 12 = Project: Location: Date of Drilling: Lubbock Police Academy Firing Range — Reese Center Rifle Range 08-10-00 Client: Depth of GWT: s_ City of Lubbock - Surface Elevation: Diameter. Depth: Boring Method: 1 STR No.: Unknown 7 7/8" 20' HSA 1458 Depth, ft Description USC Moisture Liquid Plastic Plasticity Passing SPT, No. of Blows per 6" Remarks !' I Content, % Limit, °/a Limit, % Inder #200, % 1st 2nd 3rd TS Clayey Sand Worganics, Brown SC 3.8 2.5 Sandy Lean Clay, Strong Brown CL 17.6 4 5 6 5 Lean Clay w/sand, Strong Brown CL 14.8 29 13 16 72.1 2 1 1 10 Sandy Lean Clay, Yellowish Red CL 14.9 10 21 20 A 15 Clayey Sand, Yellowish Red SC 14.0 36 18 18 38.3 .6 9 13 I 20 Clayey Sand, Pink SC 12.6 35 15 20 44.2 7 14 20 25 30 35 40 - 45 I 50 _ { rS- Top Soil TERRA ENGINEERS, INC. BORING LOG I' TEST HOLE NO. 13 1 [Project: Location: - Date of Drilling: Lubbock Police Academy Fixing Range — Reese Center, Parking Lot # 108-10-00 Client: Depth of GWT: City of Lubbock Surface Elevation- Diameter: 17 Depth: 15' Boring Method: STR No.: IHSA Unknown 7/8" 1 1458 Depth, ft Description USC Moisture Liquid Plastic I Plasticity Passing SPT, No. of B-1—owsper 6--- Re marks Content, QA I Limit,'/6 Limit, %I Index I N 200, % 1st 2nd 3rd TS Clayey Sand Worganics, Brown SC 3.7 2.5 Lean Clay W/Sand, Brown CL 11.9 33 14 19 70.4 4 4 6 5 4-eall Clay w/sand, Light Brown CL 11.7 28 14 14 79.5 3 7 10 10 15 20 25 30 35 40 45 50 TS- Top Soil TERRA ENGINEERS, INC. BORING LOG LEST HOLE NO. 14 Project: Location: Date of Drilling: Lubbock Police Academy Fhi ng Range — Reese Center Parking Lot 08-10-00 Client: Depth of GwT: City of Lubbock Surface Elevation: Diameter: Depth: 1 Boring Method: IHSA STR No.: Unknown 7 7/8" 5' 1458 Depth, ft Description USC Moisture Content, % Liquid Limit, % Plastic I Limit, % Plasticity Indez Passing €1200, % SPT, No. of Blows per 6" 1st 2nd 3rd Remarks TS Sandy Lean Clay w/organics, Brown CL 4.8 23 15 8 55.5 2.5 Sandy Lean Clay, Strong Brown CL 15.6 2 3 4 5 an Clay w/sand, Reddish Yellow CL 13.9 30 13 17 71.7 2 4 6 10 15 20 25 30 I 35 40 1 I 45 i 50 — TS- Top Soil TERRA ENGINEERS, INC. TERRA ENGINEERS, I'N G. ' 5208 - 34TH STREET P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 . FAX (806) 793-4768 ATTACHMENT -1 r Client: City of Lubbock Date of Report: 08-16-2000 Project/STR No.: 1458 Project: Lubbock Police Academy Firing Range, Reese Center, Lubbock Invoice No.: 22703 Sample No.: 5062 Bore hole #: 4 Date of Sample: 08-07-2000 Sampling depth, ft.: 2.5 — 3.0 Date tested: 08-14-2000 Description of soil: Brown sandy lean clay ff TEST PARAMETERS Tested by: Abraham Benchamin Dia. of sample, in.: 2.8 Ht. of sample, in.: 5.6 Applied confining pr., psi: 8 L Triaxial Test (unconsolidated and undrained) 100 90 80 70 60 IZ ` y 50 t. G1 L CO C 40 30 20 10 0 I i 1 i I I i 1 0.0 0.1 0.2 l( Strain, in/in 0.3 Quality Review/Date DATRIAXIALTiles11458-5062 AGC SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT J-1 Q TERRA ENGINEERS, INC. 5208 - 34TH STREET F.O. BOX 16605 - LUBBOCK TEXAS 79490-6605 - (806) 793-4767 - FAX (806) 793-4768 ATTACHMENT - 2 Client: City of Lubbock Project: Lubbock Police Academy Firing Range, Reese Center, Lubbock Bore hole #: 4 Sampling depth, ft.: 3.0-3.5 Description of soil: Brown sandy lean clay Date of Report: 08-16-2000 Project/STR No.: 1458 Invoice No.: 22703 Sample No.: 5062A Date of Sample: 08-07-2000 Date tested: 08-14-2000 Tested by: Abraham Benchamin IDia. of sample, in.: 2.8 Ht. of sample, in.: 5.6 Applied confining pr., psi: 15 -1 Triaxial Test (unconsolidated and undrained) 100 90 80 70 60 Q. U) 0 (n 40 30 20 10 0.0 C_ 0.1 Strain, in/in 0.2 0.3 let— 2-a-0 Quality Review/Date D:XTRIAXIALXFilesXI458-5062A.doc SOIL INVESTIGATION - MATERIAL TESTING - ENVIRONMENTAL SERVICES - PROFESSIONAL ENGINEERING SERVICES - NDT 5208 - 34TH STREET Client: City of Lubbock Date of Report: 08-16-2000 Project/STR No.: 1458 Project: Lubbock Police Academy Firing Range, Reese Center, Lubbock Invoice No.: 22703 Sample No.: 5064 Bore hole #: 11 Date of Sample: 08-07-2000 Sampling depth, ft.: 1.5 — 2.0 Date tested: 08-14-2000 Description of soil: Light brown sandy lean clay Tested by: Abraham Benchamin [ TEST PARAMETERS Dia. of sample, in.: 2.8 Ht. of sample, in.: 5.64 Applied confining pr., psi: 8 l: Triaxial Test (unconsolidated and undrained) 100 90 80 70 .Q 60 N 50 41 L r 40 30 [ 20 rr10 0 0.0 0.1 0.2 Strain, inlin L L 0.3 Quality Review/Date DITRIAXIAUFilesN 45B-5084.doc SOIL INVESTIGATION • MATERIAL TESTING . ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT r TERRA ENGINEERS, INC. [I 5208-34TH STREET P. P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 • (806) 793-4767 • FAX (806) 793-4768 j ATTACHMENT-4 Client: City of Lubbock Project: Lubbock Police Academy Firing Range, Reese Center, Lubbock Bore hole #: 11 Sampling depth, ft.: 2.0 — 2.5 Description of soil: Light brown sandy lean clay TF,ST PARAMETER'. Date of Report: 08-16-2000 Project/STR No.: 1458 Invoice No.: 22703 Sample No.: 5064A Date of Sample: 08-07-2000 Date tested: 08-14-2000 Tested by: Abraham Benchamin 15 � )ia. of sample, in.: 2.8 Ht. of sample, in.: 5.62 Applied confining pr., psi: (l Triaxial Test (unconsolidated and undrained) 100 90 80 70 60 LL N 50 d L N 40 30 20 10 t_ l U �a 0.0 0.1 0.2 0.3 Strain, in/in LJ Quality Review/Date D:\TRIAXIALTiles\1456-5064AADc SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 WBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 793-4768 ATTACHMENT - 5 j Client: City of Lubbock Date of Report: 08-16-2000 Project/STR No.: 1458 Project: Lubbock Police Academy Firing Range, Reese Center, Lubbock Invoice No.: 22703 f Sample No.: 5065 4 Bore hole #: 12 Date of Sample: 08-07-2000 Sampling depth, ft.: 1.5 - 2.0 Date tested: 08-14-2000 Description of soil: Strong brown sandy lean clay Tested by: Abraham Benchamin TEST PARAMETERS Dia. of sample, in.: 2.8 Ht. of sample, in.: 5.64 Applied confining pr., psi: 8 Triaxial Test (unconsolidated and undrained) _3 100 90 80 70 60 CL N 50 d L CJ it 40 30 [ 20 10 0 0.0 0.1 0.2 Strain, in/in l 0.3 /�`g- / �- 261a Quality Review/Date DATRIAXIAL\Fi1es\1458-5065.doc SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT TERRA ENGINEERS, INC. 5208 - 34TH STREET ll1011lll P.O. BO Client: City of Lubbock Project: Lubbock Police Academy Firing Range, Reese Center, Lubbock Bore hole #: 12 Sampling depth, ft.: 2.0 — 2.5 Description of soil: Strong brown sandy lean clay TEST PARAMETER Date of Report: 08-16-2000 Project/STR No.: 1458 Invoice No.: 22703 Sample No.: 5065A 1 Date of Sample: 08-07-2000 Date tested: 08-14-2000 Tested by: Abraham Benchamin _i Dia. of sample, in.: 2.8 Ht. of sample, in.: 5.59 Applied confining pr., psi: 15 ri_ Triaxial Test (unconsolidated and undrained) 100 90 80 70 .N 60 CL N 50 d L r N 40 30 20 10 Ll l� 0.0 0.1 0.2 0.3 Strain, in/in l.� Quality Review/Date DATRLWALTiles\7 458-5065A.doc SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT Client: Project: Description of sample: Location of sample: Method: Procedure• TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 • LUBBOCK, TEXAS 79490-6605 (806) 793-4767 . FAX (806) 793-4768 City of Lubbock Date of Report: 08-15-2000 Lubbock Police Academy Firing Range Project No.: STR 1458 Brown sandy lean clay Invoice No.: 22703 Sample No.: 5059 Bore Hole #14 Date of Sample: 08-10-2000 Date tested: 08-14-2000 AST -698 ® ASTM D-1557 F ❑ ❑ Tested by: Abraham Benchamin A B ❑ C Q(1TT A4nTQTTTDF TIFNQTTV DFT.ATTCINC General testparameters Soil seive data Sample preparation: Moist ® Dry ❑ % Retained'/. -in 0.00 Type of rammer: Mechanical ® Manual ❑ % Retained 3/8-in. 0.00 Specific gravity: Actual ❑ Estimated ® % Retained #4 0.00 Maximum Dry Density, pcf = 109.9 Optimum Moisture, % = 13.8 1 01 1 5 10 15 20 Moisture Content (%) g- / S"- co Quality Review This repot is for the sole use d the diem addressed. The use of arr company name oust receive prim vaillen consmN. It apples oily to the sample tested, and does not necessuYy represent identical or sim7ar sample. DAPROCTORTilestSTR11159. S059.Doc (J SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT _ TERRA ENGINEERS, INC. 5208 - 34TH STREET P.O. BOX 16605 LUBBOCK, TEXAS 79490-6605 (806) 793-4767 FAX (806) 79.3-4768 ATTACHMENT - 8 Client: Office of Facility Engineering, City of Lubbock Date of Report: 08-22-2000 Project/STR No.: 1458 Project: Lubbock Police Academy Firing Range, Lubbock Invoice No.: 22703 Sample No.: 5059 1 Bore hole #: 14 Date of Sample: 08-07-2000 Sampling depth, ft.: Top soil Date tested: 08-15-2000 Description of soil: Brown sandy lean clay Tested by: Abraham Benchamin Test Methods: ASTM D-698 ® ASTM D-1557 1 California Bearing Ratio, ASTM D-1883 400.00 300.00 rn CL -p 200.00 cC O J 100.00 0.00 �t J lJ U L� l� 0.00 0.10 0.20 0.30 0.40 0.50 fI Penetration, in l� l� Quality Review/Date [� 0:\CBRUCBRW ILES\1458-5059AM . f1 SOIL INVESTIGATION • MATERIAL TESTING • ENVIRONMENTAL SERVICES • PROFESSIONAL ENGINEERING SERVICES • NDT CITY OF LUBBOCK INVITATION TO BID wo TITLE: LUBBOCK POLICE ACADEMY SMALL ARMS RANGE FACILITY ADDRESS: LUBBOCK, TEXAS PROJECT NUMBER: 9151.8304 CONTRACT PREPARED BY: PURCHASING DEPARTMENT I , SECTION 01100 — SUMMARY PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions. and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of all labor, supervision, materials, services and equipment required in conjunction with all work to construct a handgun range and a rifle range with associated fencing, berms, target system and control booths, and a support building with toilet facilities. Sitework includes clearing, grubbing, grading, electrical service to the buildings, septic system, and concrete flatwork. B. Architect Identification: The Contract Documents, dated August 30, 2000, were prepared for the Project by Brown Reynolds Watford Architects, Inc., 3535 Travis Street, Suite 250, Dallas, Texas 75204. 1.03 CONTRACTOR'S DUTIES A. Furnish & Provide 1. Labor, materials and equipment. 2. Tools, construction equipment and machinery. 3. Water, heat and utilities required for construction. 4. Other facilities and services necessary for proper execution and completion of the work. B. Secure and pay for proper execution and completion of work as necessary, and as applicable at the time of receipt of bids: 1. Permits 2. Government fees 3. Licenses C. Give required notices. D. Comply with codes, ordinances, rules, regulations, orders and other legal require- ments of public authorities which bear on performance of work. E. Promptly submit written notice to Architect of observed variance of Contract Docu- ments from legal requirements. It is not Contractor's responsibility to make certain that drawings and specifications comply with codes and regulations. LUBBOCK POLICE RANGE FACILITY 01100 - 1 AUGUST 30, 2000 SUMMARY F. Contractor shall verify all conditions at the site and dimensions in the field prior to starting work. Architect shall be notified in writing of any discrepancies found. G. The Drawing and Specifications represent the work to be completed not the method of construction. However, the Contractor shall perform all demolition and remedial work in a sequence to where any interruption of the operation of the facilities or utility service occurs at an absolute minimum. H. A work schedule shall be submitted to and approved by Owner and Architect prior to commencing work. This schedule shall be updated monthly and submitted in conjunction with the Application for Payment. I. Contractor shall use every precaution to prevent damage to roads, landscape, adja- cent property, building and utilities above and below ground that are adjacent to or included in the area under contract. The Contractor shall repair and replace, at his expense, any material or building affected, damaged or destroyed because of his op- erations or work. 1.04 WORK UNDER OTHER CONTRACTS A. Separate Contract: Owner will award a separate contract for installation of a water well at Project site. B. Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under this Contract. 1.05 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16-division format and CSUCSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to help cross-referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete. Con- sult the table of contents at the beginning of the Project Manual to determine numbers and names of sections in the Contract Documents. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Con- tract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense re- quires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Docu- ments indicates. 2. Imperative mood and streamlined language may be used in the Specifications. Requirements expressed in the imperative mood are to be performed by Con- tractor. Occasionally, the indicative or subjunctive mood may be used in the LUBBOCK POLICE RANGE FACILITY 01100 - 2 AUGUST 30, 2000 SUMMARY i " Section Text for clarity to describe responsibilities that must be fulfilled indi- rectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. C. Description: 1. Extent of work required includes, but is not limited to, the scope indicated. 2. Provide all items, articles and materials listed, mentioned, or scheduled on the Drawings or in the Specifications and related Construction Documents, in- cluding all labor, materials, equipment, and incidents necessary and required for their completion, as reasonably implied. D. References: 1. Obtain and conform to manufacturer's directions for installation, connection and/or erection of all manufactured articles, materials and equipment. 2. Conform to applicable portion of listed reference standards as minimum re- quirements. 3. References to standard specifications shall mean to the latest edition of such specifications, including all revisions thereto. 4. The applicable issues of the publications listed, but referred to thereafter by ba- sic designation only, form a part of the specifications to the extent indicated by reference thereto. 5. Maintain copies of all references at job site. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 01100 LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01100 - 3 SUMMARY I I 01 I I 1 SECTION 01250 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Division 1 Section "Unit Prices" for administrative requirements for using unit prices. 2. Division 1 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award. 1.03 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.04 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or re- vised Drawings and Specifications. 1. Proposal Requests issued by Architect are for information only. Do not con- sider them instructions either to stop work in progress or to execute the pro- posed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If re- quested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. LUBBOCK POLICE RANGE FACILITY 01250 - 1 AUGUST 30, 2000 CONTRACT MODIFICATION PROCEDURES C. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity du- ration, start and finish times, and activity relationship. Use available a total float before requesting an extension of the Contract Time. B. Contractor -Initiated Proposals: If latent or unforeseen conditions require modifica- tions to the Contract, Contractor may propose changes by submitting a request for a change. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Con- tract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include an updated Contractor's Construction Schedule that indicates the ef- fect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float be- fore requesting an extension of the Contract Time. 5. Comply with requirements in Division 1 Section "Product Requirements" if the proposed change requires substitution of one product or system for prod- uct or system specified. C. Proposal Request Form: Use AIA Document G709 for Proposal Requests. 1.05 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.06 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Direc- tive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work re- quired by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data t. necessary to substantiate cost and time adjustments to the Contract. LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01250 - 2 CONTRACT MODIFICATION PROCEDURES PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 01250 LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01250 - 3 CONTRACT MODIFICATION PROCEDURES I L PART 3 - EXECUTION Not used. END OF SECTION 01270 LUBBOCK POLICE RANGE FACILITY 01270 - 2 AUGUST 30, 2000 UNIT PRICES SECTION 01290 - PAYMENT PROCEDURES _. PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements necessary to pre- pare and process Applications for Payment. B. Related Sections include the following: 1. Division 1 Section "Unit Prices" for administrative requirements governing use of unit prices. 2. Division 1 Section "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 3. Division 1 Section "Construction Progress Documentation" for administrative requirements governing preparation and submittal of Contractor's Construc- tion Schedule and Submittals Schedule. 1.03 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.04 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule. 1. Correlate line items in the Schedule of Values with other required administra- tive forms and schedules, including the following: a. Application for Payment forms with Continuation Sheets. b. Submittals Schedule. 2. Submit the Schedule of Values to Architect at earliest possible date but no later than seven days before the date scheduled for submittal of initial Appli- cations for Payment. 3. Subschedules: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values correlated with each phase of payment. LUBBOCK POLICE RANGE FACILITY 01290 - 1 AUGUST 30, 2000 PAYMENT PROCEDURES B. Format and Content: Use the Project Manual table of contents as a guide to estab- lish line items for the Schedule of Values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of Architect. C. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange the Schedule of Values in tabular form with separate columns to indi- cate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value. 1) Percentage of the Contract Sum to nearest one -hundredth percent, adjusted to total 100 percent. 3. Provide a breakdown of the Contract Sum in enough detail to facilitate con- tinued evaluation of Applications for Payment and progress reports. Coordi- nate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on -site and items stored off -site. In- clude evidence of insurance or bonded warehousing if required. 6. Provide separate line items in the Schedule of Values for initial cost of mate- rials, for each subsequent stage of completion, and for total installed value of that part of the Work. 7. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work -in -place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at Con- tractor's option. 8. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. LUBBOCK POLICE RANGE FACILITY 01290 - 2 AUGUST 30, 2000 PAYMENT PROCEDURES 1.05 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by Architect and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substan- tial Completion, and final Application for Payment involve additional re- ., 3 quirements. X` B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction Work cov- ered by each Application for Payment is the period indicated in the Agreement. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor's Con- struction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives is- sued before last day of construction period covered by application. E. Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. ` 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. F. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub -subcontractors, and suppliers for con- struction period covered by the previous application. ` 1. Submit partial waivers on each item for amount requested, before deduction for retainage, on each item. 2. When an application shows completion of an item, submit final or full waiv- ers. __? 3. Owner reserves the right to designate which entities involved in the Work must submit waivers. 4. Waiver Delays: Submit each Application for Payment with Contractor's .'! waiver of mechanic's lien for construction period covered by the application. a. Submit final Application for Payment with or preceded by final waivers from every entity involved with performance of the Work covered by the application who is lawfully entitled to a lien. 5. Waiver Forms: Submit waivers of lien on forms, executed in a manner ac- ceptable to Owner. LUBBOCK POLICE RANGE FACILITY 01290 - 3 AUGUST 30, 2000 PAYMENT PROCEDURES G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the fol- lowing: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Products list. 5. Schedule of unit prices. 6. Submittals Schedule (preliminary if not final). 7. List of Contractor's staff assignments. 8. List of Contractor's principal consultants. 9. Copies of building permits. 10. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 11. Initial progress report. 12. Report of preconstruction conference. 13. Certificates of insurance and insurance policies. H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially com- plete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion is- sued previously for Owner occupancy of designated portions of the Work. I. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final, liquidated damages settlement statement. (1 LUBBOCK POLICE RANGE FACILITY 01290 - 4 ' AUGUST 30, 2000 PAYMENT PROCEDURES PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 01290 LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01290 - 5 PAYMENT PROCEDURES � ,�r„..., �.,m ,�� ,.,R ,�. �..� .,.., �, ::, �«,.� �� �,,,, �;��„�,�,.� ,w��.,q �� ,....��,.; ,��. _. �.� ..�,. �' SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section includes administrative provisions for coordinating construction op- erations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Conservation. 3. Coordination Drawings. 4. Administrative and supervisory personnel. 5. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of re- sponsibility will be assigned to a specific contractor. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Construction Progress Documentation" for preparing and submitting the Contractor's Construction Schedule. 2. Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 3. Division 1 Section "Closeout Procedures" for coordinating Contract closeout. 1.03 COORDINATION A. Coordination: Coordinate construction operations included in various Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that de- - p pend on each other for proper installation, connection, and operation. B. Coordination: Each contractor shall coordinate its construction operations with ? , those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with opera- tions, included in different Sections, that depend on each other for proper installa- tion, connection, and operation. LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01310 - 1 PROJECT MANAGEMENT AND COORDINATION 1. Schedule construction operations in sequence required to obtain the best re- sults where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to en- sure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installa- tion. C. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required no- tices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordina- tion of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required adminis- trative procedures with other construction activities and activities of other contrac- tors to avoid conflicts and to ensure orderly progress of the Work. Such adminis- trative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. E. Conservation: Coordinate construction activities to ensure that operations are car- ried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. 1.04 CORRELATION OF DOCUMENTS A. Any discrepancy in the documents shall be interpreted to include the most restric- tive or costly solution. In case of discrepancy either ,in figures or Drawings or Specifications, the matter must be promptly submitted by the Contractor to the Ar- chitect, who will promptly make a determination in writing. Any adjustment by the Contractor without such a determination by the Architect will be at the Contractor's own risk and expense. The Architect will furnish, as necessary, additional detailed Drawings and information for clarification. B. If a document discrepancy is identified prior to bidding, the Architect is to be noti- fied so a written clarification may be issued. C. Any survey drawing documents included herein are for convenience of the Con- tractor and Owner. The Architect assumes no responsibility as to their complete- ness or accuracy. LUBBOCK POLICE RANGE FACILITY 01310 - 2 AUGUST 30, 2000 PROJECT MANAGEMENT AND COORDINATION I� D. Anything mentioned in the Specifications and not shown on the Drawings, or shown on the Drawings and not mentioned in the Specifications, is of like effect as if shown or mentioned in both. E. On any of the Drawings in which a portion of the work is detailed or drawn out and the remainder is shown in outline, the parts detailed or drawn out will apply also to all other like portions of the work. F. When the word "similar" appears on Drawings, it has a general meaning and must not be interpreted as meaning identical. All details must be worked out in relation to their location and connection with other parts of the work. G. Refer to Architectural Drawings for verification of locations, sizes and dimensions. 1.05 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings if limited space availabil- ity necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Indicate relationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. 3. Refer to Division 15 Section 'Basic Mechanical Materials and Methods" and Division 16 Section 'Basic Electrical Materials and Methods" for specific Co- ordination Drawing requirements for mechanical and electrical installations. B. Staff Names: Submit a list of principal staff assignments, including superintendent and other personnel in attendance at Project site with the bid proposal. Within 15 days of starting construction operations, identify individuals and their duties and re- sponsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individu- als assigned as standbys in the absence of individuals assigned to Project. 1. Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. 1.06 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and su- pervisory personnel as required for proper performance of the Work. 1. Include special personnel required for coordination of operations with other contractors. 1.07 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. In addition to contractors specific coordination meetings for each element of work, and other regular project meetings for other purposes, hold LUBBOCK POLICE RANGE FACILITY 01310 - 3 AUGUST 30, 2000 PROJECT MANAGEMENT AND COORDINATION 2. Agenda: Review and correct or approve minutes of previous progress meet- ing. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off -site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Change Orders. 14) Documentation of information for payment requests. 3. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 01310 LUBBOCK POLICE RANGE FACILITY 01310 - 6 AUGUST 30, 2000 PROJECT MANAGEMENT AND COORDINATION SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the fol- lowing: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. 4. Daily construction reports. 5. Material location reports. 6. Field condition reports. 7. Special reports. 8. Construction photographs. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting the Schedule of Val- ues. 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes. 3. Division 1 Section "Submittal Procedures" for submitting schedules and re- ports. 4. Division 1 Section "Quality Requirements" for submitting a schedule of tests and inspections. 5. Division 1 Section "Closeout Procedures" for submitting photographic nega- tives as Project Record Documents at Project closeout. 1.03 SUBMITTALS A. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. B. Submittals Schedule: Submit three copies of schedule. Arrange the following in- formation in a tabular format: LUBBOCK POLICE RANGE FACILITY 01320 - 1 f, AUGUST 30, 2000 CONSTRUCTION PROGRESS DOCUMENTATION 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval. C. Preliminary Construction Schedule: Submit two printed copies; one a single sheet of reproducible media, and one a print. D. Contractor's Construction Schedule: Submit two printed copies of initial schedule, one on reproducible media and one a print, large enough to show entire schedule for entire construction period. E. Construction Photographs: Submit two prints of each photographic view with Ap- plication for Payment. 1. Format: 4 x 6 smooth -surface glossy prints on single -weight commercial - grade stock, enclosed in clear plastic sleeves that are punched for standard 3- ring binder. 2. Identification: On back of each print, provide an applied label or rubber- stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Architect. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 3. Negatives: Submit a complete set of photographic negatives in protective en- velopes as a Project Record Document. Identify date photographs were taken. F. Daily Construction Reports: Submit two copies at weekly intervals. G. Material Location Reports: Submit two copies at monthly intervals. H. Field Condition Reports: Submit two copies at time of discovery of differing con- ditions. I. Special Reports: Submit two copies at time of unusual event. 1.04 QUALITY ASSURANCE A. Scheduling Consultant Qualifications: An experienced specialist in CPM schedul- ing and reporting. B. Prescheduling Conference: Conduct conference at Project site to comply with re- quirements in Division 1 Section "Project Management and Coordination." Review LUBBOCK POLICE RANGE FACILITY 01320 - 2 AUGUST 30, 2000 CONSTRUCTION PROGRESS DOCUMENTATION methods and procedures related to the Preliminary Construction Schedule and Con- tractor's Construction Schedule, including, but not limited to, the following: 1. Review software limitations and content and format for reports. 2. Verify availability of qualified personnel needed to develop and update schedule. 3. Discuss constraints, including phasing, work stages, area separations, interim milestones, and partial Owner occupancy. 4. Review delivery dates for Owner -furnished products. 5. Review schedule for work of Owner's separate contracts. 6. Review time required for review of submittals and resubmittals. 7. Review requirements for tests and inspections by independent testing and in- specting agencies. 8. Review time required for completion and startup procedures. 9. Review and finalize list of construction activities to be included in schedule. 10. Review submittal requirements and procedures. 11. Review procedures for updating schedule. 1.05 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. C. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, including access to Project site and use of temporary facilities including temporary lighting. PART 2 - PRODUCTS 2.01 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resub- mittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Initial Submittal: Submit concurrently with preliminary bar -chart schedule. Include submittals required during the first 60 days of construction. List those LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01320 - 3 CONSTRUCTION PROGRESS DOCUMENTATION 2.02 required to maintain orderly progress of the Work and those required early be- cause of long lead time for manufacture or fabrication. a. At Contractor's option, show submittals on the Preliminary Construction Schedule, instead of tabulating them separately. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's Construction Schedule. CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Procedures: Comply with procedures contained in AGC's "Construction Planning & Scheduling." B. Time Frame: Extend schedule from date established for the Notice of Award to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. C. Activities: Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, un- less specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for long lead items and major items, requiring a cycle of more than 60 days, as separate ac- tivities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative pro- cedures necessary for certification of Substantial Completion. D. Constraints: Include constraints and work restrictions indicated in the Contract -� Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Work by Owner: Include a separate activity for each portion of the Work per- formed by Owner. 3. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 4. Owner -Furnished Products: Include a separate activity for each product. In- clude delivery date indicated in Division 1 Section "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 5. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. LUBBOCK POLICE RANGE FACILITY 01320 - 4 AUGUST 30, 2000 CONSTRUCTION PROGRESS DOCUMENTATION C. Uninterruptible services. ` d. Partial occupancy before Substantial Completion. - e. Use of premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. 6. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Subcontract awards. b. Submittals. �F C. Purchases. d. Mockups. e. Fabrication. £ Sample testing. g. Deliveries. h. Installation. i. Tests and inspections. �- ' J. Adjusting. k. Curing. 1. Startup and placement into final use and operation. 7. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to pro- vide for the following: a. Structural completion. b. Permanent space enclosure. C. Completion of mechanical installation. d. Completion of electrical installation. M1 e. Substantial Completion. E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. F. Cost Correlation: At the head of schedule, provide a cost correlation line, indicat- ing planned and actual costs. On the line, show dollar volume of the Work per- formed as of dates used for preparation of payment requests. 1. Refer to Division 1 Section "Payment Procedures" for cost reporting and payment procedures. G. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule. H. Computer Software: Prepare schedules using a program that has been developed specifically to manage construction schedules. LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01320 - 5 CONSTRUCTION PROGRESS DOCUMENTATION a 2.03 PRELIMINARY CONSTRUCTION SCHEDULE A. Bar -Chart Schedule: Submit preliminary horizontal bar -chart -type construction schedule within seven days of date established for the Notice to Proceed. Prepara- tion: Indicate each significant construction activity separately. Identify first work- day of each week with a continuous vertical line. Outline significant construction activities for first 60 days of construction. Include skeleton diagram for the re- mainder of the Work and a cash requirement prediction based on indicated activi- ties. 2.04 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt - chart -type, Contractor's Construction Schedule within 30 days of date established for the Notice to Proceed. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer to complete, indi- cate an estimated completion percentage in 10 percent increments within time bar. 2.05 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the fol- lowing information concerning events at Project site: t 1. List of subcontractors at Project site. 2. Approximate count of personnel at Project site. 3. High and low temperatures and general weather conditions. 4. Accidents. 5. Meetings and significant decisions. 6. Unusual events (refer to special reports). 7. Stoppages, delays, shortages, and losses. 8. Meter readings and similar recordings. 9. Emergency procedures. 10. Orders and requests of authorities having jurisdiction. 11. Change Orders received and implemented. 12. Construction Change Directives received. 13. Services connected and disconnected. 14. Equipment or system tests and startups. 15. Partial Completions and occupancies. 16. Substantial Completions authorized. LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01320 - 6 CONSTRUCTION PROGRESS DOCUMENTATION 1 B. Material Location Reports: At monthly intervals, prepare a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fab- ricated or stored away from Project site. C. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare a detailed report. Submit with a request for information on CSI Form 13.2A or form approved by Architect.. In- clude a detailed description of the differing conditions, together with recommenda- tions for changing the Contract Documents. 2.06 SPECIAL REPORTS A. General: Submit special reports directly to Owner within one day of an occurrence. Distribute copies of report to parties affected by the occurrence. B. Reporting Unusual Events: When an event of an unusual and significant nature oc- curs at Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, response by Contrac- tor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. PART 3 - EXECUTION 3.01 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals, update sched- ule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revi- sions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each ac- tivity. B. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Con- tractor with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and g post in the same locations. Delete parties from distribution when they have LUBBOCK POLICE RANGE FACILITY 01320 - 7 AUGUST 30, 2000 CONSTRUCTION PROGRESS DOCUMENTATION 3.02 completed their assigned portion of the Work and are no longer involved in performance of construction activities. CONSTRUCTION PHOTOGRAPHS A. Format: 35 nun, color print film, 4 x 6 prints. B. Date Stamp: Unless otherwise indicated, date and time stamp each photograph as it is being taken so stamp is integral to photograph. C. Preconstruction Photographs: Before starting construction, take twelve color pho- tographs of Project site and surrounding properties from different vantage points, as directed by Architect. Show existing conditions adjacent to property. D. Periodic Construction Photographs: Take twelve color photographs monthly, coin- ciding with cutoff date associated with each Application for Payment. Photogra- pher shall select vantage points to best show status of construction and progress since last photographs were taken. 1. Field Office Prints: Retain one set of prints of periodic photographs in field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Architect. 2. Provide two (2) sets of photographs to Architect with each Application for Payment. E. Final Completion Construction Photographs: Take twelve color photographs after date of Substantial Completion for submission as Project Record Documents. Ar- chitect will direct photographer for desired vantage points. END OF SECTION 01320 LUBBOCK POLICE RANGE FACILITY 01320 - 8 AUGUST 30, 2000 CONSTRUCTION PROGRESS DOCUMENTATION Advancement of Construction Technology Project: To: Re: Specification Section: Request: Signed by: Response: ❑ Attachments Paragraph: R.F.I. Number: From: Date: A/E Project Number: Contract For: Drawing Reference: Response From: To: Date Rec'd: Signed by: Copies: ❑ Owner ❑ Consultants ❑ ❑ Copyright 1994, Construction Specifications Institute, Page of 601 Madison Street, Alexandria, VA 22314-1791 REQUEST FOR INTERPRETATION Date: Date Ret'd: Date: El ❑ File July 19-94 CSI Form 13.2A No Text SECTION 01330- SUBMITTAL PROCEDURES PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment. 2. Division 1 Section "Project Management and Coordination" for submitting Coordination Drawings. 3. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule and construction photographs. 4. Division 1 Section "Quality Requirements" for submitting test and inspection reports and Delegated -Design Submittals and for erecting mockups. 5. Division 1 Section "Closeout Procedures" for submitting warranties Project Record Documents and operation and maintenance manuals. 1.03 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's re- sponsive action. B. Informational Submittals: Written information that does not require Architect's ap- proval. Submittals may be rejected for not complying with requirements. 1.04 SUBMITTAL PROCEDURES A. Contractor's responsibilities: 1. Contractor shall thoroughly check shop drawings, project data and samples for compliance with Contract Documents and list variances prior to submission. 2. Contractor represents by approving and submitting Shop Drawings, Product Data and samples that he has or will coordinate and verify dimensions, all materials, field measurements, field construction criteria, catalog numbers and LUBBOCK POLICE RANGE FACILITY 01330 - 1 AUGUST 30, 2000 SUBMITTAL PROCEDURES similar data with requirements of work and of Contract Documents prior to submitting. 3. Submittals shall bear Contractor's stamp certifying that they have been checked. 4. Contractor's responsibility for deviations or errors and omissions in submittals is not relieved by Architect/ Engineer review of submittals, unless Architect/ Engineer gives specific written acceptance of specific deviations. 5. Do not proceed with purchasing, fabrication or delivery of work which re- quires submittals until return of submittals with Architect/Engineer stamp and initials or signature evidencing final review and approval of submittals. 6. Contractor is responsible for dimensions at job site, quantities, coordinating component parts and trades to effect unified construction and implement con- struction techniques, safety of incremental units, and satisfactory performance of work in accordance with Contract Documents. 7. Delays caused by failure of Contractor to check shop drawings and to stamp with this approval shall be Contractor's responsibility. 8. Coordinate preparation and processing of submittals with performance of work to avoid delays. 9. No extension of time shall be allowed because of failure to properly coordi- nate and sequence submittals. B. Coordination: Coordinate preparation and processing of submittals with perform- ance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Construc- tion Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for re - submittals, as follows. Time for review shall commence on Architect's receipt of submittal. 1. Initial Review: Allow 15 working days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Architect will advise Contractor when a submit- tal being processed must be delayed for coordination. 2. Concurrent Review: Where concurrent review of submittals by Architect's consultants, Owner, or other parties is required, allow 21 working days for initial review of each submittal. 3. If intermediate submittal is necessary, process it in same manner as initial submittal. 4. Allow 15 working days for processing each resubmittal. LUBBOCK POLICE RANGE FACILITY 01330 - 2 AUGUST 30, 2000 SUBMITTAL PROCEDURES 5. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identifi- cation. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 by 5 inches on label or beside title block to record Contractor's review and approval markings and action taken by Archi- tect. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Architect. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Revise first subparagraph below to suit Project and office practice. See Evaluations. i. Unique identifier, including revision number, using Architect's submittal logging system. j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. 1. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using CSI Form 12.1A or other transmittal form approved by Architect. Architect will return submittals, without review, re- ceived from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Provide locations on form for the following information: a. Project name. b. Date. C. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. LU13BOCK POLICE RANGE FACILITY 01330 - 3 AUGUST 30, 2000 SUBMITTAL PROCEDURES g. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as neces- sary for performance of construction activities. Show distribution on transmittal forms. I. Use for Construction: Use only final submittals with mark indicating action taken by Architect in connection with construction. PART 2 - PRODUCTS 2.01 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specifica- tion Sections. 1. Number of Copies: Submit four copies of each submittal, unless otherwise indicated. Architect will return three copies. Mark up and retain one returned copy as a Project Record Document. At B. Product Data: Collect all information required into a single submittal for each ele- ment of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are ap- plicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. U g. Printed performance curves. h. Operational range diagrams. i. Mill reports. j. Standard product operating and maintenance manuals. k. Compliance with recognized trade association standards. 1. Compliance with recognized testing agency standards. m. Application of testing agency labels and seals. n. Notation of coordination requirements. j LUBBOCK POLICE RANGE FACILITY 01330 - 4 AUGUST 30, 2000 SUBMITTAL PROCEDURES t C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or stan- dard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. J. Compliance with specified standards. k. Notation of coordination requirements. 1. Notation of dimensions established by field measurement. 2. Wiring Diagrams: Differentiate between manufacturer -installed and field - installed wiring. 3. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 4. Number of Copies: Submit one correctable, translucent, reproducible print and two blue- or black -line prints of each submittal. Architect will return the reproducible print and one marked up print for Project Records. 5. Retain the one returned print as a Project Record Drawing. D. Samples: Prepare physical units of materials or products, including the following: 1. Comply with requirements in Division 1 Section "Quality Requirements" for mockups. 2. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 3. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from the same material to be used for the Work, cured and finished in manner specified, and physically identical with the product proposed for use, and that show full range of color and texture variations expected. Sam- ples include, but are not limited to, the following: partial sections of manu- factured or fabricated components; small cuts or containers of materials; com- plete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and in- spection. 4. Preparation: Mount, display, or package Samples in manner specified to fa- cilitate review of qualities indicated. Prepare Samples to match Architect's sample where so indicated. Attach label on unexposed side that includes the following: a. Generic description of Sample. b. Product name or name of manufacturer. LUBBOCK POLICE RANGE FACILITY 01330 - 5 AUGUST 30, 2000 SUBMITTAL PROCEDURES C. Sample source. 5. Additional Information: On an attached separate sheet, prepared on Contrac- tor's letterhead, provide the following: a. Size limitations. b. Compliance with recognized standards. C. Availability. d. Delivery time. 6. Submit Samples for review of kind, color, pattern, and texture for a final check of these characteristics with other elements and for a comparison of these characteristics between final submittal and actual component as deliv- ered and installed. a. If variation in color, pattern, texture, or other characteristic is inherent in the product represented by a Sample, submit at least three sets of paired units that show approximate limits of the variations. b. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 7. Number of Samples for Initial Selection: Submit two full sets of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return one set of submittal with options selected. 8. Number of Samples for Verification: Submit three sets of Samples. Architect will retain one Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. a. Submit a single Sample where assembly details, workmanship, fabrica- tion techniques, connections, operation, and other similar characteristics are to be demonstrated. 9. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associ- ated with each set. a. Samples that may be incorporated into the Work are indicated in indi- vidual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. E. Product Schedule or List: Prepare a written summary indicating types of products required for the Work and their intended location. Include the following informa- tion in tabular form: l . Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Location within room or space. F. Delegated -Design Submittal: Comply with requirements in Division 1 Section "Quality Requirements." LUBBOCK POLICE RANGE FACILITY 01330 - 6 AUGUST 30, 2000 SUBMITTAL PROCEDURES G. Contractor's Construction Schedule: Comply with requirements in Division 1 Sec- tion "Construction Progress Documentation" for Construction Manager's action. H. Submittals Schedule: Comply with requirements in Division 1 Section "Construc- tion Progress Documentation." I. Application for Payment: Comply with requirements in Division 1 Section "Pay- ment Procedures." J. Schedule of Values: Comply with requirements in Division 1 Section "Payment Procedures." K. Subcontract List: Prepare a written summary identifying individuals or firms pro- posed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 2.02 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specifica- tion Sections. 1. Number of Copies: Submit two copies of each submittal, unless otherwise in- dicated. Architect will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements in Division 1 Section "Quality Requirements." B. Contractor's Construction Schedule: Comply with requirements in Division 1 Sec- tion "Construction Progress Documentation." C. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other in- formation specified. D. Product Certificates: Prepare written statements on manufacturer's letterhead certi- fying that product complies with requirements. E. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements. Submit record of Welding Procedure Specifi- LUBBOCK POLICE RANGE FACILITY 01330 - 7 AUGUST 30, 2000 SUBMITTAL PROCEDURES _v cation (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. F. Installer Certificates: Prepare written statements on manufacturer's letterhead certi- fying that Installer complies with requirements and, where required, is authorized for this specific Project. G. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required. H. Material Certificates: Prepare written statements on manufacturer's letterhead certi- fying that material complies with requirements. I. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements. J. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests per- formed before installation of product, for compliance with performance require- ments. K. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibil- ity tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. L. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements. M. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on com- prehensive tests performed by a qualified testing agency. N. Research/Evaluation Reports: Prepare written evidence, from a model code organi- zation acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. LUBBOCK POLICE RANGE FACILITY 01330 - 8 AUGUST 30, 2000 SUBMITTAL PROCEDURES O. Maintenance Data: Prepare written and graphic instructions and procedures for op- LI eration and normal maintenance of products and equipment. Comply with require- ments in Division 1 Section "Closeout Procedures." P. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and cal- culations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and ver- sion of software, if any, used for calculations. Include page numbers. Q. Manufacturer's Instructions: Prepare written or published information that docu- ments manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. R. Manufacturer's Field Reports: Prepare written information documenting factory - authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service represen- tative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. S. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insur- ance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. T. Construction Photographs: Comply with requirements in Division 1 Section "Con- struction Progress Documentation." U. Material Safety Data Sheets: Submit information directly to Owner. If submitted to Architect, Architect will not review this information but will return it with no ac- tion taken. - ' LUBBOCK POLICE RANGE FACILITY 01330 - 9 AUGUST 30, 2000 SUBMITTAL PROCEDURES PART 3 - EXECUTION 3.01 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submit- ting to Architect. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and num- ber, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Con- tract Documents. 3.02 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each sub- mittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: 1. No exceptions taken. 2. Make corrections as noted. 3. Revise and resubmit. 4. Rejected. 5. Other. C. Informational Submittals: Architect will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. . END OF SECTION 01330 LUBBOCK POLICE RANGE FACILITY 01330 - 10 AUGUST 30, 2000 SUBMITTAL PROCEDURES Advancement of Construction Technology Project: TRANSMITTAL To (Contractor): AFrom (Subcontractor): SUBMITTAL TRANSMITTAL Date: A/E Project Number. Date: Submittal No. By: ❑ Resubmission Qty. Reference / Title / Description / Spec. Section Title and Paragraph / Number Manufacturer Drawing Detail Reference ❑ Submitted for review and approval ❑ Resubmitted for review and approval ❑ Complies with contract requirements ❑ Will be available to meet construction schedule ❑ A/E review time included in construction schedule �- Other remarks on above submission: TRANSMITTAL To (A/E): BFrom (Contractor): ❑ Approved ❑ Approved as noted Other remarks on above submission: TRANSMITTAL To (Contractor): C From (A/E): ❑ Approved ❑ Approved as noted ❑ Not subject to review ❑ No action required ❑ Revise / Resubmit ❑ Rejected / Resubmit ❑ Approved as noted / Resubmit Other remarks on above submission: TRANSMITTAL To (Subcontractor): DFrom (Contractor): ICopies: ElOwner ElConsultants El Copyright 1996, Construction Specifications Institute, 106 Madison Street, Alexandria, VA 22314-1791 ❑ Substitution involved - Substitution request attached ❑ If substitution involved, submission includes point -by -point comparative data or preliminary details ❑ Items included in submission will be ordered immediately upon receipt of approval ❑ One copy retained by sender Attn: Date Rec'd by Contractor: By: Date Tmsmt'd by Contractor: ❑ Revise / Resubmit ❑ Rejected / Resubmit Attn: ❑ Other By: ❑ One copy retained by sender Date Recd. by A/E: Date Trnsmt'd by A/E: ❑ Provide file copy with corrections identified ❑ Sepia copies only returned ❑ Point -by -point comparative data required to complete approval process ❑ Submission Incomplete / Resubmit ❑ One copy retained by sender Attn: Date Rec'd by Contractor. By. Date Tmsmt'd by Contractor: ❑ ❑ ❑ One copy retained by sender Page of September 1996 CSI Form 12.1 A SECTION 01400 - QUALITY REQUIREMENTS PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for quality assur- ance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in individual specification sections. 2. Specified tests, inspections, and related actions do not limit Contractor's qual- ity -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provi- sions of this Section. C. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Division 1 Section "Cutting and Patching" for repair and restoration of con- struction disturbed by testing and inspecting activities. 1.03 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and en- sure that proposed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities per- formed by Architect. LUBBOCK POLICE RANGE FACILITY 01400 - 1 AUGUST 30, 2000 QUALITY REQUIREMENTS C. Mockups: Full-size, physical example assemblies to illustrate finishes and materi- als. Mockups are used to verify selections made under Sample submittals, to demon- strate aesthetic effects and, where indicated, qualities of materials and execution, and to review construction, coordination, testing, or operation; they are not Sam- ples. Mockups establish the standard by which the Work will be judged. D. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 1.04 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifica- tions by a design professional are specifically required of Contractor by the Con- tract Documents, provide products and systems complying with specific perform- ance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification re- quired, submit a written request for additional information to Architect. 1.05 REGULATORY REQUIREMENTS A. Copies of Regulations: Obtain copies of the following regulations and retain at Project site to be available for reference by parties who have a reasonable need: 1. Texas Accessibility Standards. 1.06 SUBMITTALS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Delegated -Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads, and other factors used in performing these services. C. Schedule of Tests and Inspections: Prepare in tabular form and include the follow- ing: 1. Specification Section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. LUBBOCK POLICE RANGE FACILITY 01400 - 2 AUGUST 30, 2000 QUALITY REQUIREMENTS 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. D. Reports: Prepare and submit certified written reports that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Ambient conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work com- plies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. E. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, no- tices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.07 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service perform- ance, as well as sufficient production capacity to produce required units. B. Factory -Authorized Service Representative Qualifications: An authorized repre- sentative of manufacturer who is trained and approved by manufacturer to inspect t installation of manufacturer's products that are similar in material, design, and ex- tent to those indicated for this Project. C. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in- service performance. D. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in- service performance. E. Professional Engineer Qualifications: A professional engineer who is legally quali- fied to practice in jurisdiction where Project is located and who is experienced in LUBBOCK POLICE RANGE FACILITY 01400 - 3 AUGUST 30, 2000 QUALITY REQUIREMENTS providing engineering services of the kind indicated. Engineering services are de- fined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those opera- tions. Specialists shall satisfy qualification requirements indicated and shall be en- gaged for the activities indicated. 1. Requirement for specialists shall not supersede building codes and similar regulations governing the Work, nor interfere with local trade -union jurisdic- tional settlements and similar conventions. G. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed. 1. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality -assurance service to Architect with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Docu- ments. H. Mockups: Before installing portions of the Work requiring mockups, build mock- ups for each form of construction and finish required to comply with the following rill requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as di- rected by Architect. i 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. j 4. Obtain Architect's approval of mockups before starting work, fabrication, or construction. 5. Maintain mockups during construction in an undisturbed condition as a stan- dard for judging the completed Work. 6. Demolish and remove mockups when directed, unless otherwise indicated. 1.08 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these serv- ices. 1. Owner will furnish Contractor with names, addresses, and telephone numbers H of testing agencies engaged and a description of the types of testing and in- specting they are engaged to perform. 1 2. Payment for these services will be made from testing and inspecting allow- Ls ances, as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessi- i " tated by work that failed to comply with the Contract Documents will be charged to Contractor. LUBBOCK POLICE RANGE FACILITY r 01400 - 4 AUGUST 30, 2000 QUALITY REQUIREMENTS B. Contractor Responsibilities: Unless otherwise indicated, provide quality -control services specified and required by authorities having jurisdiction. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. a. Contractor shall not employ the same entity engaged by Owner, unless agreed to in writing by Owner. 2. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality -control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality -control service. 4. Testing and inspecting requested by Contractor and not required by the Con- tract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Special Tests and Inspections: Owner will engage a testing agency to conduct spe- cial tests and inspections required by authorities having jurisdiction as the responsi- bility of Owner. 1. Testing agency will notify Architect, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 2. Testing agency will submit a certified written report of each test, inspection, and similar quality -control service to Architect with copy to Contractor and to authorities having jurisdiction. 3. Testing agency will submit a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 4. Testing agency will interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Con- tract Documents. 5. Testing agency will retest and reinspect corrected work. D. Manufacturer's Field Services: Where indicated, engage a factory -authorized serv- ice representative to inspect field -assembled components and equipment installa- tion, including service connections. Report results in writing. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that revised or replaced Work that failed to comply with requirements established by the Contract Documents. F. Testing Agency Responsibilities: Cooperate with Architect and Contractor in per- formance of duties. Provide qualified personnel to perform required tests and in- spections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies ob- served in the Work during performance of its services. 2. Interpret tests and inspections and state in each report whether tested and in- spected work complies with or deviates from requirements. 3. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. I LUBBOCK POLICE RANGE FACILITY 01400 - 5 AUGUST 30, 2000 QUALITY REQUIREMENTS 4. Do not release, revoke, alter, or increase requirements of the Contract Docu- ments or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. G. Associated Services: Cooperate with agencies performing required tests, inspec- tions, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assign- ment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Delete first subparagraph below if not required or common practice in Project vicinity. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require con- trol by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality - assurance and quality -control services with a minimum of delay and to avoid neces- sity of removing and replacing construction to accommodate testing and inspecting. j 1. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for the Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Architect, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. H 1. PART 2 - PRODUCTS 11 Not used. tag PART 3 -EXECUTION 3.01 REPAIR AND PROTECTION H A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other -i Sections of these Specifications. Restore patched areas and extend restoration _ into adjoining areas in a manner that eliminates evidence of patching. LUBBOCK POLICE RANGE FACILITY 01400 - 6 j AUGUST 30, 2000 QUALITY REQUIREMENTS 2. Retain subparagraph above or below. Above is for simple projects that do not include a "Cutting and Patching" Section and relies on patching and repair materials being the same as for new construction. 3. Comply with the Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 LUBBOCK POLICE RANGE FACILITY 01400 - 7 AUGUST 30, 2000 QUALITY REQUIREMENTS Advancement of Construction Technology Project: TRANSMITTAL To (Contractor): AFrom (Subcontractor): SUBMITTAL TRANSMITTAL Date: A/E Project Number: Date: Submittal No. By: ❑ Resubmission Qty. Reference / Title / Description / Spec. Section Title and Paragraph / [- Number Manufacturer Drawing Detail Reference ❑ Submitted for review and approval ❑ Resubmitted for review and approval ❑ Complies with contract requirements ❑ Will be available to meet construction schedule ❑ A/E review time included in construction schedule -" Other remarks on above submission: TRANSMITTAL To (A/E): BFrom (Contractor): ❑ Approved ❑ Approved as noted Other remarks on above submission: TRANSMITTAL To (Contractor): C From (A/E): ❑ Approved ❑ Approved as noted ❑ Not subject to review ❑ No action required ❑ Revise / Resubmit ❑ Rejected / Resubmit ❑ Approved as noted / Resubmit Other remarks on above submission: TRANSMITTAL To (Subcontractor): DFrom (Contractor): Copies: ❑ Owner ❑ Consultants ❑ Copyright 1996, Construction Specifications Institute, i106 Madison Street, Alexandria, VA 22314-1791 ❑ Substitution involved - Substitution request attached ❑ If substitution involved, submission includes point -by -point comparative data or preliminary details ❑ Items included in submission will be ordered immediately upon receipt of approval ❑ One copy retained by sender Attn: Date Reed by Contractor: By: Date Trnsmt'd by Contractor: ❑ Revise / Resubmit ❑ Rejected / Resubmit Attn: ❑ Other By: ❑ One copy retained by sender Date Rec'd. by A/E: Date Trnsmt'd by A/E: ❑ Provide file copy with corrections identified ❑ Sepia copies only returned ❑ Point -by -point comparative data required to complete approval process ❑ Submission Incomplete / Resubmit ❑ One copy retained by sender Attn: Date Reed by Contractor: By: Date Tmsmt'd by Contractor: ❑ ❑ ❑ One copy retained by sender Page of September 1996 CSI Form 12.1A I! SECTION 01420 — REFERENCES PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Architect's action on Contractor's submittals, applications, and requests, is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "ap- proved," "required," and "permitted" mean directed by Architect, requested by Ar- chitect, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and law- ful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": The term "furnish" means to supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": The term "install" describes operations at Project site including unload- ing, temporarily storing, unpacking, assembling, erecting, placing, anchoring, ap- plying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. I. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular con- LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01420 - 1 REFERENCES struction operation, including installation, erection, application, and similar opera- tions. J. The term experienced, when used with an entity, means having successfully com- pleted a minimum of ten previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with re- quirements of authorities having jurisdiction. 1. Using a term such as "carpentry" does not imply that certain construction ac- tivities must be performed by accredited or unionized individuals of a corre- sponding generic name, such as "carpenter." It also does not imply that re- quirements specified apply exclusively to tradespeople of the corresponding generic name. K. "Project site" is the space available for performing construction activities. The ex- tent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.03 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent ref- erenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents, unless otherwise indicated. C. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer un- certainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these re- quirements, indicated numeric values are minimum or maximum, as appropri- ate, for the context of requirements. Refer uncertainties to Architect for a de- cision before proceeding. D. Copies of Standards: Each entity engaged in construction on Project must be fa- miliar with industry standards applicable to its construction activity. Copies of ap- plicable standards are not bound with the Contract Documents. i 1. Where copies of standards are needed to perform a required construction ac- tivity, obtain copies directly from publication source and make them available on request. I LUBBOCK POLICE RANGE FACILITY 01420 - 2 AUGUST 30, 2000 REFERENCES Lo AA AAADM AABC AAMA AAN AASHTO AATCC ABMA ACI ACPA ADC AEIC AFPA AF&PA AGA AHA Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale Research's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." or the recognized name of the entities as found on the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. Aluminum Association, Inc. (The) (202) 862-5100 www.aluminum.org American Association of Automatic Door Manufacturers (216) 241-7333 www.taol.com/aaadm Associated Air Balance Council (202) 737-0202 www.aabchq.com American Architectural Manufacturers Association (847) 303-5664 www.aamanet.org American Association of Nurserymen (See ANLA) American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.org American Association of Textile Chemists and Colorists (919) 549-8141 (The) www.aatce.org American Bearing Manufacturers Association (202) 429-5155 www.abma-dc.org American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Air Diffusion Council (312) 201-0101 Association of Edison Illuminating Companies, Inc. (The) (205) 257-2530 www.aeic.org American Forest & Paper Association (See AF&PA) American Forest & Paper Association (800) 878-8878 www.afandpa.org (202) 463-2700 American Gas Association (202) 824-7000 www.aga.org American Hardboard Association (847) 934-8800 www.ahardbd.org LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01420 - 3 REFERENCES AHAM Association of Home Appliance Manufacturers (202) 872-5955 www.aham.org AI Asphalt Institute (606) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (202) 626-7300 www.aiaonline.org AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org AITC American Institute of Timber Construction (303) 792-9559 ALA American Laminators Association (See LMA) ALCA Associated Landscape Contractors of America (800) 395-2522 www.alca.org (703) 736-9666 ALSC American Lumber Standard Committee (301) 972-1700 AMCA Air Movement and Control Association International, Inc. (847) 394-0150 www.amca.org ANLA American Nursery & Landscape Association (202) 789-2900 (Formerly: AAN - American Association of Nurserymen) www.anca.org ANSI American National Standards Institute (212) 642-4900 www.ansi.org AOSA Association of Official Seed Analysts (402) 476-3852 www.zianet.com/AOSA APA APA-The Engineered Wood Association (253) 565-6600 www.apawood.org APA Architectural Precast Association (941) 454-6989 www.archprecast.org API American Petroleum Institute (202) 682-8000 www.api.org ARI Air -Conditioning & Refrigeration Institute (703) 524-8800 www.ari.org ASCA Architectural Spray Coaters Association (856) 848-6120 www.ascassoc.com ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 LUBBOCK POLICE RANGE FACILITY 01420 - 4 AUGUST 30, 2000 REFERENCES ASHRAE American Society of Heating, Refrigerating and (800) 527-4723 Air -Conditioning Engineers www.ashrae.org (404) 636-8400 ASME ASME International (800) 843-2763 (The American Society of Mechanical Engineers International) www.asme.org ASSE American Society of Sanitary Engineering (440) 835-3040 www.asse-plumbing.org ASTM American Society for Testing and Materials (610) 832-9585 www.astm.org AWCI AWCI International (703) 534-8300 (Association of the Wall and Ceiling Industries International) www.awci.org AWCMA American Window Covering Manufacturers Association (See WCMA) AWI Architectural Woodwork Institute (800) 449-8811 www.awinet.org (703) 733-0600 AWPA American Wood -Preservers' Association (817) 326-6300 www.awpa.com AWS American Welding Society (800) 443-9353 www.aws.org (305) 443-9353 AWWA American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 BHMA Builders Hardware Manufacturers Association (212) 661-4261 www.buildershardware.com BIA Brick Industry Association (The) (703) 620-0010 www.bia.org BIFMA BIFMA International (616) 285-3963 (Business and Institutional Furniture Manufacturer's Association International) www.bifma.com CCC Carpet Cushion Council (203) 637-1312 www.carpetcushion.org CCFSS Center for Cold -Formed Steel Structures (573) 341-4471 www.umr.edu/—ccfss CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CEA Canadian Electricity Association (The) (613) 230-9263 www.canelect.ca LUBBOCK POLICE RANGE FACILITY 01420 - 5 AUGUST 30, 2000 REFERENCES CFFA Chemical Fabrics & Film Association, Inc. (216) 241-7333 www.taol.com/cffa CGA Compressed Gas Association (703) 412-0900 www.cganet.com CGSB Canadian General Standards Board (819) 956-0425 www.pwgsc.gc.ca/cgsb CIMA Cellulose Insulation Manufacturers Association (888) 881-2462 www.cellulose.org (937) 222-2462 CISCA Ceilings & Interior Systems Construction Association (630) 584-1919 www.cisca.org CISPI Cast Iron Soil Pipe Institute (423) 892-0137 www.cispi.org CLFMI Chain Link Fence Manufacturers Institute (301) 596-2584 www.chainlinkinfo.com (under construction) CPA Composite Panel Association (301) 670-0604 (Formerly: National Particleboard Association) www.pbmdf.com CPPA Corrugated Polyethylene Pipe Association (800) 510-2772 Division of Plastics Pipe Institute (419) 241-2221 www.cppa-info.org CRI Carpet and Rug Institute (The) (800) 882-8846 www.carpet-rug.com (706) 278-3176 CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSA CSA International (216) 524-4990 (Formerly: IAS - International Approval Services) Division of Canadian Standards Association www.iasapprovals.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 CSSB Cedar Shake & Shingle Bureau (604) 462-8961 www.cedarbureau.org CTI Cooling Tower Institute (281) 583-4087 www.cti.org DHI Door and Hardware Institute (703) 222-2010 www.dhi.org EIA/TIA Electronic Industries Alliance/Telecommunications Industry (703) 907-7500 Association www.eia.org LUBBOCK POLICE RANGE FACILITY 01420 - 6 AUGUST 30, 2000 REFERENCES EIMA EIFS Industry Members Association (800) 294-3462 www.eifsfacts.com (770) 968-7945 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.ejma.org FCI Fluid Controls Institute (216) 241-7333 www.fluidcontrolsinstitute.org FGMA Flat Glass Marketing Association (See GANA) FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.finglobal.com GA Gypsum Association (202) 289-5440 www.gypsum.org GANA Glass Association of North America (785) 271-0208 (Formerly: FGMA - Flat Glass Marketing Association) www.glasswebsite.com/gana GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri GTA Glass Tempering Division of Glass Association of North America (See GANA) HI Hydraulic Institute (888) 786-7744 (973)267-9700 HI Hydronics Institute (908) 464-8200 Division of Gas Appliance Manufacturers Association www.gamanet.org HMMA Hollow Metal Manufacturers Association Division of National Association of Architectural Metal Manufacturers (See NAAMM) HPVA Hardwood Plywood & Veneer Association (703) 435-2900 www.hpva.org HPW H. P. White Laboratory, Inc. (410) 838-6550 IAS International Approval Services (See CSA International) ICEA Insulated Cable Engineers Association, Inc. (508) 394-4424 www.icea.net LUBBOCK POLICE RANGE FACILITY 01420 - 7 AUGUST 30, 2000 REFERENCES ICRI International Concrete Repair Institute (703) 450-0116 www.icri.org IEC International Electrotechnical Commission 4122 919 02 11 www.iec.ch IEEE Institute of Electrical and Electronics Engineers, Inc. (The) (212) 419-7900 www.ieee.org IESNA Illuminating Engineering Society of North America (The) (212) 248-5000 www.iesna.org IGCC Insulating Glass Certification Council (315) 938-7444 www.igcc.org ILI Indiana Limestone Institute of America, Inc. (812) 275-4426 www.iliai.com IRI HSB Industrial Risk Insurers (800) 520-7300 www.industrialrisk.com (860) 520-7300 ITS Intertek Testing Services (800) 345-3851 www.itsglobal.com (607) 753-6711 IWS Insect Screening Weavers Association (Now defunct) KCMA Kitchen Cabinet Manufacturers Association (703) 264-1690 www.kcma.org LGSI Light Gage Structural Institute (972) 625-4560 www.loseke.com LMA Laminating Materials Association (201) 664-2700 (Formerly: ALA - American Laminators Association) www.Ima.org LPI Lightning Protection Institute (800) 488-6864 www.lightning.org (847) 577-7200 LSGA Laminated Safety Glass Association (See GANA) MBMA Metal Building Manufacturers Association (216) 241-7333 www.mbma.com MFMA Maple Flooring Manufacturers Association (847) 480-9138 www.maplefloor.org MFMA Metal Framing Manufacturers Association (312) 644-6610 MHIA Material Handling Industry of America (800) 345-1815 www.mhia.org (704) 676-1190 MIA Marble Institute of America (614) 228-6194 www.marble-institute.com LUBBOCK POLICE RANGE FACILITY 01420 - 8 AUGUST 30, 2000 REFERENCES ML/SFA Metal Lath/Steel Framing Association (See SSMA) MSS Manufacturers Standardization Society of The Valve and (703) 281-6613 Fittings Industry, Inc. www.mss-hq.com NAAMM National Association of Architectural Metal Manufacturers (312) 332-0405 www.naamm.org NAAMM North American Association of Mirror Manufacturers (See GANA) NACE NACE International (281) 228-6200 (National Association of Corrosion Engineers International) www.nace.org NAIMA North American Insulation Manufacturers Association (703) 684-0084 (The) www.naima.org NAMI National Accreditation and Management Institute, Inc. (304) 258-5100 NAPM National Association of Photographic Manufacturers (See PIMA) NBGQA National Building Granite Quarries Association, Inc. (800) 557-2848 www.nbgga.com NCMA National Concrete Masonry Association (703) 713-1900 www.ncma.org NCPI National Clay Pipe Institute (414) 248-9094 www.ncpi.org NCTA National Cable Television Association (202) 775-3669 www.ncta.com NEBB National Environmental Balancing Bureau (301) 977-3698 www.nebb.org NECA National Electrical Contractors Association (301) 657-3110 www.necanet.org NeLMA Northeastern Lumber Manufacturers' Association (207) 829-6901 www.nelma.org NEMA National Electrical Manufacturers Association (703) 841-3200 www.nema.org NETA InterNational Electrical Testing Association (303) 697-8441 www.electricnet.com/neta NFPA National Fire Protection Association (800) 344-3555 www.nfpa.org (617) 770-3000 LUBBOCK POLICE RANGE FACILITY 01420 - 9 AUGUST 30, 2000 REFERENCES NFRC National Fenestration Rating Council (301) 589-6372 www.nfrc.org NGA National Glass Association (703) 442-4890 www.glass.org NHLA National Hardwood Lumber Association (901) 377-1818 www.natlhardwood.org NLGA National Lumber Grades Authority (604) 524-2393 www.nlga.org NOFMA National Oak Flooring Manufacturers Association (901) 526-5016 www.nofma.org NPA National Particleboard Association (See CPA) NRCA National Roofing Contractors Association (800) 323-9545 www.nrca.net (847) 299-9070 NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.org NSA National Stone Association (800) 342-1415 www.aggregates.org (202) 342-1100 NSF NSF International (800) 673-6275 (National Sanitation Foundation International) (734) 769-8010 www.nsf.org NTMA National Terrazzo & Mosaic Association (The) (800) 323-9736 www.ntma.com (703) 779-1022 NWWDA National Wood Window and Door Association (See WDMA) PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org PDCA Painting and Decorating Contractors of America (800) 332-7322 www.pdca.com (703) 359-0826 PDI Plumbing & Drainage Institute (800) 589-8956 www.pdionline.org (508) 230-3516 PGI PVC Geomembrane Institute/Technology Program (217) 333-3929 University of Illinois -Urbana Champaign //pgi-tp.ce.uiuc.edu PIMA Photographic & Imaging Manufacturers Association (914) 698-7603 (Formerly: NAPM - National Association of Photographic Manu- facturers) www.pima.net LUBBOCK POLICE RANGE FACILITY 01420 - 10 AUGUST 30, 2000 REFERENCES RCSC Research Council on Structural Connections c/o AISC www.boltcouncil.org RFCI Resilient Floor Covering Institute (Contact by mail only) RIS Redwood Inspection Service (888) 225-7339 Division of the California Redwood Association (415) 382-0662 www.calredwood.org RMA Rubber Manufacturers Association (800) 220-7620 www.rma.org (202) 682-4800 SAE SAE International (724) 776-4841 www.sae.org (724) 776-4960 (publica- tions) SDI Steel Deck Institute (847) 462-1930 www.sdi.org SDI Steel Door Institute (440) 899-0010 www.steeldoor.org SEFA Scientific Equipment and Furniture Association (843) 689-6878 www.sefalabfum.com SGCC Safety Glazing Certification Council (315) 938-7444 www.sgcc.org SIGMA Sealed Insulating Glass Manufacturers Association (312) 644-6610 www.signiaonline.org/sigma SJI Steel Joist Institute (843) 626-1995 www.steeljoist.org SMA Screen Manufacturers Association (561) 533-0991 SMACNA Sheet Metal and Air Conditioning Contractors' National Association (703) 803-2980 www.smacna.org SPI The Society of the Plastics Industry, Inc. (202) 974-5200 www.plasticsindustry.org SPIB Southern Pine Inspection Bureau (The) (850) 434-2611 www.spib.org SPI/SPFD The Society of the Plastics Industry, Inc. Spray Polyurethane Foam Division (See SPI) SPRI SPRI (781) 444-0242 (Single Ply Roofing Institute) www.spri.org SSINA Specialty Steel Industry of North America (800) 982-0355 www.ssina.com (202) 342-8630 LUBBOCK POLICE RANGE FACILITY 01420 - 11 AUGUST 30, 2000 REFERENCES SSMA Steel Stud Manufacturers Association (312) 456-5590 (Formerly: ML/SFA - Metal Lath/Steel Framing Association) www.ssma.com SSPC SSPC: The Society for Protective Coatings (800) 837-8303 www.sspc.org (412) 281-2331 STI Steel Tank Institute (847) 438-8265 www.steeltank.com SWI Steel Window Institute (216) 241-7333 www.steelwindows.com SWRI Sealant, Waterproofing & Restoration Institute (816) 472-7974 www.swrionline.org TCA Tile Council of America, Inc. (864) 646-8453 www.tileusa.com TPI Truss Plate Institute (608)'833-5900 TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UFAC Upholstered Furniture Action Council (336) 885-5065 www.ufac.org UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 UNI Uni-Bell PVC Pipe Association (972) 243-3902 //members.aol.com/unibell USG United States Gypsum Company (800) 874-4968 A Subsidiary of USG Corporation (312) 606-4000 www.usg.com USITT United States Institute for Theatre Technology, Inc. (800) 938-7488 www.culturenet.ca/usitt (315) 463-6463 USP U.S. Pharmacopeia (800) 822-8772 www.usp.org (301) 881-0666 WASTEC Waste Equipment Technology Association (800) 424-2869 www.wastec.org (202) 244-4700 WCLIB West Coast Lumber Inspection Bureau (800) 283-1486 www.wclib.org (503) 639-0651 WCMA Window Covering Manufacturers Association (212) 661-4261 (Formerly: AWCMA - American Window Covering Manufacturers Association) www.windowcoverings.org LUBBOCK POLICE RANGE FACILITY 01420 - 12 AUGUST 30, 2000 REFERENCES WDMA Window & Door Manufacturers Association (800) 223-2301 (Formerly: NWWDA - National Wood Window and Door Asso- (847) 299-5200 ciation) www.wdma.com WIC Woodwork Institute of California (916) 372-9943 www.wicnet.org WMMPA Wood Moulding & Millwork Producers Association (800) 550-7889 www.wmmpa.com (530) 661-9591 WWPA Western Wood Products Association (503) 224-3930 www.wwpa.org F. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acro- nyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. IAPMO International Association of Plumbing and Mechanical Officials (The) (909) 595-8449 www.iapmo.org ICBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.inticode.org G. Abbreviations and Acronyms for Federal Government Agencies: Where abbrevia- tions and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, tele- phone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards CFR Code of Federal Regulations (202) 512-1800 www.access.gpo.gov/nara/cfr CPSC Consumer Product Safety Commission (800) 638-2772 www.cpsc.gov (301) 504-0990 DOC Department of Commerce (202) 482-2000 www.doc.gov DOD Department of Defense (215) 697-6257 DOD Specifications and Standards //astimage.daps.dla.mil/online EPA Environmental Protection Agency (202) 260-2090 www.epa.gov LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01420 - 13 REFERENCES FAA Federal Aviation Administration (202) 366-4000 Department of Transportation www.faa.gov FCC Federal Communications Commission (202) 418-0190 www.fcc.gov FDA Food and Drug Administration (888) 463-6332 www.fda.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) FTMS Federal Test Method Standard (See FS) GSA General Services Administration (202) 708-5082 www.gsa.gov (202) 619-8925 (Federal Specifications) HUD Department of Housing and Urban Development (202) 401-0388 www.hud.gov LBL Lawrence Berkeley Laboratory (See LBNL) LBNL Lawrence Berkeley National Laboratory (510) 486-5605 www.lbl.gov MILSPEC Military Specification and Standards (See DOD) NCHRP National Cooperative Highway Research Program (See TRB) NIST National Institute of Standards and Technology (301) 975-2000 www.nist.gov OSHA Occupational Safety & Health Administration (202) 219-5000 (See CFR 29) www.osha.gov RUS Rural Utilities Service (202) 720-9540 (See USDA) TRB Transportation Research Board (202) 334-2933 www.nas.edu/trb USDA Department of Agriculture (202) 720-8732 www.usda.gov USPS Postal Service (202) 268-2000 www.usps.gov LUBBOCK POLICE RANGE FACILITY 01420 - 14 AUGUST 30, 2000 REFERENCES H. Abbreviations and Acronyms for State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accu- rate and up-to-date as of the date of the Contract Documents. CAPUC State of California, Public Utilities Commission (415) 703-2782 www.cpuc.ca.gov CBHF State of California, Department of Consumer Affairs (916) 574-2041 Bureau of Home Furnishings and Thermal Insulation www.dca.ca.gov/r—r/homefum.htrn TFS Texas Forest Service (409) 639-8180 Forest Products Laboratory //txforestservice.tamu.edu PART 2-PRODUCTS Not used. PART 3 - EXECUTION Not used END OF SECTION 01420 LUBBOCK POLICE RANGE FACILITY 01420 - 15 AUGUST 30, 2000 REFERENCES SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Sewers and drainage. 2. Water service and distribution. 3. Sanitary facilities, including toilets, wash facilities, and drinking -water facili- ties. 4. Heating and cooling facilities. 5. Ventilation. 6. Electric power service. 7. Lighting. 8. Telephone service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Dewatering facilities and drains. 3. Project identification and temporary signs. 4. Waste disposal facilities. 5. Field offices. 6. Storage and fabrication sheds. 7. Lifts and hoists. 8. Temporary elevator usage. 9. Temporary stairs. 10. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Tree and plant protection. 4. Pest control. 5. Site enclosure fence. 6. Security enclosure and lockup. LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01500 - 1 TEMPORARY FACILITIES AND CONTROLS 7. Barricades, warning signs, and lights. 8. Covered walkways. 9. Temporary enclosures. 10. Temporary partitions. 11. Fire protection. E. Related Sections include the following: 1. Division 1 Section "Submittal Procedures" for procedures for submitting copies of implementation and termination schedule and utility reports. 2. Division 1 Section "Execution Requirements" for progress cleaning require- ments. 3. Divisions 2 through 16 for temporary heat, ventilation, and humidity require- ments for products in those Sections. 1.03 DEFINITIONS A. Permanent Enclosure: As determined by Architect, permanent or temporary roofing is complete, insulated, and weathertight; exterior walls are insulated and weather - tight; and all openings are closed with permanent construction or substantial tempo- rary closures. 1.04 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Architect and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the fol- lowing: 1. Owner's maintenance personnel. 2. Occupants of Project. 3. Architect. 4. Testing agencies. 5. Personnel of authorities having jurisdiction. 1.05 SUBMITTALS A. Temporary Utility Reports: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities. 1.06 QUALITY ASSURANCE A. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and NFPA 241. 1. Trade Jurisdictions: Assigned responsibilities for installation and operation of temporary utilities are not intended to interfere with trade regulations and un- ion jurisdictions. LUBBOCK POLICE RANGE FACILITY 01500 - 2 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS 2. Electric Service: Comply with NECA, NEMA, and UL standards and regula- tions for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and in- spect each temporary utility before use. Obtain required certifications and permits. 1.07 PROJECT CONDITIONS A. Temporary Utilities: At earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of permanent service. 1. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's ac- ceptance, regardless of previously assigned responsibilities. B. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Keep temporary services and facilities clean and neat. 2. Relocate temporary services and facilities as required by progress of the Work. PART 2 - PRODUCTS 2.01 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in service- able condition may be used if approved by Architect. Provide materials suitable for use intended. B. Chain -Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.76-mm-) thick, galvanized steel, chain -link fabric fencing; minimum 6 feet (1.8 m) high with gal- vanized steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8- inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top rails. C. Portable Chain -Link Fencing: Minimum 2-inch (50-mm) 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet (1.8 m) high with galvanized steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top and bottom rails. Provide concrete or galvanized steel bases for supporting posts. D. Lumber and Plywood: Comply with requirements in Division 6 Section "Carpen- iA try " E. Gypsum Board: Minimum 1/2 inch (12.7 mm) thick by 48 inches (1219 mm) wide by maximum available lengths; regular -type panels with tapered edges. Comply with ASTM C 36. ` LUBBOCK POLICE RANGE FACILITY 01500 - 3 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS 2.02 F. Insulation: Unfaced mineral -fiber blanket, manufactured from glass, slag wool, or rock wool; with maximum flame -spread and smoke -developed indices of 25 and 50, respectively. G. Paint: Comply with requirements in Division 9 Section "Painting." H. Tarpaulins: Fire -resistive labeled with flame -spread rating of 15 or less. I. Water: Potable. EQUIPMENT A. General: Provide equipment suitable for use intended. B. Field Offices: Prefabricated Mobile units with lockable entrances, operable win- dows, and serviceable finishes; heated and air conditioned; on foundations adequate for normal loading. C. Fire Extinguishers: Hand carried, portable, UL rated. Provide class and extin- guishing agent as indicated or a combination of extinguishers of NFPA- recommended classes for exposures. 1. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. D. Self -Contained Toilet Units: Single -occupant units of chemical, aerated recircula- tion, or combustion type; vented; fully enclosed with a glass -fiber -reinforced poly- ester shell or similar nonabsorbent material. E. Drinking -Water Fixtures: Containerized, tap -dispenser, bottled -water drinking - water units, including paper cup supply. 1. Where power is accessible, provide electric water coolers to maintain dis- pensed water temperature at 45 to 55 deg F (7.2 to 12.7 deg C). F. Heating Equipment: Unless Owner authorizes use of permanent heating system, provide vented, self-contained, liquid -propane -gas or fuel -oil heaters with individ- ual space thermostatic control 1. Use of gasoline -burning space heaters, open -flame heaters, or salamander - type heating units is prohibited. 2. Heating Units: Listed and labeled, by a testing agency acceptable to authori- ties having jurisdiction, and marked for intended use for type of fuel being consumed. G. Electrical Outlets: Properly configured, NEMA-polarized outlets to prevent inser- tion of 110- to 120-V plugs into higher -voltage outlets; equipped with ground -fault circuit interrupters, reset button, and pilot light. H. Power Distribution System Circuits: Where permitted and overhead and exposed for surveillance, wiring circuits, not exceeding 125-V ac, 20-A rating, and lighting circuits may be nonmetallic sheathed cable. LUBBOCK POLICE RANGE FACILITY 01500 - 4 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS PART 3 - EXECUTION 3.01 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as re- quired. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are re- placed by authorized use of completed permanent facilities. 3.02 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company rec- ommendations. 1. Arrange with utility company to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. Before temporary utility is available, provide trucked -in services. 3. Obtain easements to bring temporary utilities to Project site where Owner's easements cannot be used for that purpose. 4. Water Service: Water is not available to serve the site or construction opera- tions. Contractor shall make arrangements to provide all water required for construction operations and sanitary facilities. B. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, op- eration, and maintenance of fixtures and facilities. New sanitary facilities shall not be used by contractor personnel. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Pro- vide covered waste containers for disposal of used material. 2. Toilets: Install self-contained toilet units. 3. Wash Facilities: Install wash facilities supplied with potable water at con- venient locations for personnel who handle materials that require wash up. Dispose of drainage properly. Supply cleaning compounds appropriate for each type of material handled. a. Provide safety showers, eyewash fountains, and similar facilities for convenience, safety, and sanitation of personnel. 4. Drinking -Water Facilities: Provide bottled -water, drinking -water units. a. Where power is accessible, provide electric water coolers to maintain dispensed water temperature at 45 to 55 deg F (7.2 to 12.7 deg Q. C. Heating and Cooling: Provide temporary heating and cooling required by construc- tion activities for curing or drying of completed installations or for protecting in- LUBBOCK POLICE RANGE FACILITY 01500 - 5 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS stalled construction from adverse effects of low temperatures or high humidity. Select equipment from that specified that will not have a harmful effect on com- pleted installations or elements being installed. 1. Maintain a minimum temperature of 50 deg F (10 deg C) in permanently en- closed portions of building for normal construction activities, and 65 deg F (18.3 deg C) for finishing activities and areas where finished Work has been installed. D. Ventilation and Humidity Control: Provide temporary ventilation required by con- struction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment from that specified that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. E. Electric Power Service: Contractor shall arrange. F. Electric Distribution: Provide receptacle outlets adequate for connection of power tools and equipment. 1. Provide waterproof connectors to connect separate lengths of electrical power cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. 2. Provide warning signs at power outlets other than 110 to 120 V. 3. Provide metal conduit, tubing, or metallic cable for wiring exposed to possible damage. Provide rigid steel conduits for wiring exposed on grades, floors, decks, or other traffic areas. 4. Provide metal conduit enclosures or boxes for wiring devices. 5. Provide 4-gang outlets, spaced so 100-foot (30-m) extension cord can reach each area for power hand tools and task lighting. Provide a separate 125-V ac, 20-A circuit for each outlet. G. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection re- quirements without operating entire system. 2. Provide one 100-W incandescent lamp per 500 sq. ft. (45 sq. m), uniformly distributed, for general lighting, or equivalent illumination. 3. Provide one 100-W incandescent lamp every 50 feet (15 m) in traffic areas. 4. Provide one 100-W incandescent lamp per story in stairways and ladder runs, located to illuminate each landing and flight. 5. Install exterior -yard site lighting that will provide adequate illumination for construction operations, traffic conditions, and signage visibility when the Work is being performed. 6. Install lighting for Project identification sign. H. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction ac- tivities. Install separate telephone line for each field office and first -aid station. LUBBOCK POLICE RANGE FACILITY 01500 - 6 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant or pair of occupants. b. Provide a dedicated telephone line for each facsimile machine and com- puter with Internet connection in the field office.. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Architect's office. e. Engineers' offices. f. Owner's office. g. Principal subcontractors' field and home offices. 3. Provide an answering machine, voice -mail service, or messaging service on superintendent's telephone. 4. Furnish superintendent with electronic paging device for use when away from field office. 5. Provide a portable cellular telephone for superintendent's use in making and receiving telephone calls when away from field office. 3.03 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. 2. Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feet (9 m) of building lines. Comply with NFPA 241. 3. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having juris- diction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Divi- sion 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and con- struction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining property nor endanger permanent Work or temporary facilities. LUBBOCK POLICE RANGE FACILITY 01500 - 7 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS 2. Before connection and operation of permanent drainage piping system, pro- vide temporary drainage where roofing or similar waterproof deck construc- tion is completed. 3. Remove snow and ice as required to minimize accumulations. D. Project Identification and Temporary Signs:' Prepare Project identification and other signs in sizes indicated. Install signs where indicated to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. 1. Engage an experienced sign painter to apply graphics for Project identification signs. Comply with details indicated. 2. Prepare temporary signs to provide directional information to construction personnel and visitors. 3. Construct signs of exterior -type Grade B-B high -density concrete form over- lay plywood in sizes and thicknesses indicated. Support on posts or framing of preservative -treated wood or steel. 4. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazard- ous, dangerous, or unsanitary waste materials separately from other waste. Comply with Division 1 Section 'Execution Requirements" for progress cleaning require- ments. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. 2. Develop a waste management plan for Work performed on Project. Indicate types of waste materials Project will produce and estimate quantities of each type. Provide detailed information for on -site waste storage and separation of recyclable materials. Provide information on destination of each type of waste material and means to be used to dispose of all waste materials. F. Janitorial Services: Provide janitorial services on a daily basis for temporary of- fices, first -aid stations, toilets, wash facilities, lunchrooms, and similar areas. G. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 8 persons at Project site. Keep office clean and orderly. 1. Furnish and equip offices as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler and private toilet complete with water closet, lavatory, and medicine cabinet with mirror. C. Provide a room of not less than 200 sq. ft. (22.5 sq. m) for Project meetings. Furnish room with conference table, 8 folding chairs, and 4- foot- (1.2-m-) square tack board. LUBBOCK POLICE RANGE FACILITY 01500 - 8 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS 2. Provide an electric heater with thermostat capable of maintaining a uniform indoor temperature of 68 deg F (20 deg Q. Provide an air-conditioning unit capable of maintaining an indoor temperature of 72 deg F (23 deg Q. 3. Provide fluorescent light fixtures capable of maintaining average illumination of 20 fc (215 lx) at desk height. Provide 110- to 120-V duplex outlets spaced at not more than 12-foot (4-m) intervals, 1 per wall in each room. H. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to ac- commodate materials and equipment involved, including temporary utility services. Sheds may be open shelters or fully enclosed spaces within building or elsewhere on -site. 1. Construct framing, sheathing, and siding using fire -retardant -treated lumber and plywood. 2. Paint exposed lumber and plywood with exterior -grade acrylic -latex emulsion over exterior primer. I. Lifts and Hoists: Provide facilities for hoisting materials and personnel. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. 3.04 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that pro- duce harmful noise. Restrict use of noisemaking tools and equipment to hours that will minimize complaints from persons or firms near Project site. B. Stormwater Control: Provide earthen embankments and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by runoff of stormwater from heavy rains. C. Pest Control: Before deep foundation work has been completed, retain a local ex- terminator or pest -control company to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests. Engage this pest -control service to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Obtain extended war- ranty for Owner. Perform control operations lawfully, using environmentally safe materials. D. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. E. Barricades, Warning Signs, and Lights: Comply with standards and code require- ments for erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. LUBBOCK POLICE RANGE FACILITY 01500 - 9 AUGUST 30, 2000 TEMPORARY FACILITIES AND CONTROLS Where appropriate and needed, provide lighting, including flashing red or amber lights. 1. For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8- inch- (16-mm-) thick exterior plywood. F. Temporary Enclosures: Provide temporary enclosures for protection of construc- tion, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is not complete, provide insulated temporary enclosures. Coordinate enclosure with ventilat- ing and material drying or curing requirements to avoid dangerous conditions and effects. 2. Vertical Openings: Close openings of 25 sq. f1. (2.3 sq. m) or less with ply- wood or similar materials. 3. Horizontal Openings: Close openings in floor or roof decks and horizontal surfaces with load -bearing, wood -framed construction. 4. Install tarpaulins securely using fire -retardant -treated wood framing and other materials. 5. Where temporary wood or plywood enclosure exceeds 100 sq. ft. (9.2 sq. m) in area, use fire -retardant -treated material for framing and main sheathing. G. Temporary Fire Protection: Until fire -protection needs are supplied by permanent facilities, install and maintain temporary fire -protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241. 1. Provide fire extinguishers, installed on walls on mounting brackets, visible and accessible from space being served, with sign mounted above. a. Field Offices: Class A stored -pressure water -type extinguishers. b. Other Locations: Class ABC dry -chemical extinguishers or a combina- tion of extinguishers of NFPA-recommended classes for exposures. C. Locate fire extinguishers where convenient and effective for their in- tended purpose; provide not less than one extinguisher on each floor at or near each usable stairwell. 2. Store combustible materials in containers in fire -safe locations. 3. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire -protection facilities, stairways, and other access routes for firefighting. Prohibit smoking in hazardous fire -exposure areas. 4. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition. 5. Permanent Fire Protection: At earliest feasible date in each area of Project, complete installation of permanent fire -protection facility, including con- nected services, and place into operation and use. Instruct key personnel on use of facilities. 6. Develop and supervise an overall fire -prevention and first -aid fire -protection program for personnel at Project site. Review needs with local fire depart- ment and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01500 - 10 I TEMPORARY FACILITIES AND CONTROLS i 3.05 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Pro- tect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity con- trol, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent fa- cility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, re- move soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other pet- rochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used dur- ing construction period. Comply with final cleaning requirements in Divi- sion 1 Section "Closeout Procedures." END OF SECTION 01500 LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 01500 - 11 TEMPORARY FACILITIES AND CONTROLS SECTION 01600 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supple- mentary Conditions and other Division 1 Specification Sections, apply to this Sec- tion. 1.02 SUMMARY A. This Section includes the following administrative and procedural requirements: selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substi- tutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Division 1 Section "Closeout Procedures" for submitting warranties for con- tract closeout. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.03 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation, shown or listed in manufacturer's published product literature, that is current as of date of the Contract Docu- ments. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled -content materi- als are allowed, unless explicitly stated otherwise. Products salvaged or recy- cled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the in- dicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. -" LUBBOCK POLICE RANGE FACILITY 01600 - 1 AUGUST 30, 2000 PRODUCT REQUIREMENTS B. Substitutions: Changes in products, materials, equipment, and methods of con- struction from those required by the Contract Documents and proposed by Con- tractor. C. Basis -of -Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. D. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. E. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner. 1.04 SUBMITTALS A. Product List: Submit a list, in tabular from, showing specified products. Include generic names of products required. Include manufacturer's name and proprietary product names for each product. 1. Coordinate product list with Contractor's Construction Schedule and the Sub- mittals Schedule. 2. Form: Tabulate information for each product under the following column headings: a. Specification Section number and title. b. Generic name used in the Contract Documents. C. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. h. Identification of items that require early submittal approval for sched- uled delivery date. 3. Initial Submittal: Within 30 days after date of commencement of the Work, submit 3 copies of initial product list. Include a written explanation for omis- sions of data and for variations from Contract requirements. a. At Contractor's option, initial submittal may be limited to product selec- tions and designations that must be established early in Contract period. 4. Completed List: Within 60 days after date of commencement of the Work, submit 3 copies of completed product list. Include a written explanation for omissions of data and for variations from Contract requirements. 5. Architect's Action: Architect will respond in writing to Contractor within 15 working days of receipt of completed product list. Architect's response will LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 4 01600 - 2 PRODUCT REQUIREMENTS .l include a list of unacceptable product selections and a brief explanation of reasons for this action. Architect's response, or lack of response, does not constitute a waiver of requirement that products comply with the Contract Documents. B. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Speci- fication Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A or form approved by Ar- chitect. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be pro- vided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include at- tributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fab- rication and installation procedures. e. Samples, where applicable or requested. f. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and in- terpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using pro- posed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of con- struction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating lack of avail- ability or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with re- quirements in the Contract Documents and is appropriate for applica- tions indicated. 1. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitu- tion to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a request for LUBBOCK POLICE RANGE FACILITY 01600 - 3 AUGUST 30, 2000 PRODUCT REQUIREMENTS 1.05 1.06 substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 working days of receipt of request, or 7 working days of receipt of additional information or documentation, which- ever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated. C. Basis -of -Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with prod- ucts previously selected, even if previously selected products were also options. PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's writ- ten instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterio- ration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Docu- IJ ments and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or count- 1 ing of units. 1 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, hu- midity, ventilation, and weather -protection requirements for storage. _J 9. Protect stored products from damage. 1.07 PRODUCT WAR]EtANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's dis- LUBBOCK POLICE RANGE FACILITY AUGUST 30, 2000 i 01600 — 4 PRODUCT REQUIREMENTS Gs j claimers and limitations on product warranties do not relieve Contractor of obliga- tions under requirements of the Contract Documents. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execu- tion. 1. Manufacturer's Standard Form: Modified to include Project -specific informa- tion and properly executed. 2. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 1 Section "Closeout Proce- dures." PART 2 - PRODUCTS 2.01 PRODUCT OPTIONS A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged, and unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been pro- duced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. 6. Descriptive, performance, and reference standard requirements in the Specifi- cations establish "salient characteristics" of products. 7. Or Equal: Where products are specified by name and accompanied by the term "or equal", "or approved equal", "or approved," or "acceptable substitu- tion", comply with provisions in "Comparable Products" Article to obtain ap- proval for use of an unnamed product. B. Product Selection Procedures: Procedures for product selection include the fol- lowing: 1. Product: Where Specification paragraphs or subparagraphs titled "Product" name a single product and manufacturer, provide the product named. a. Substitutions may be considered, unless otherwise indicated. 2. Manufacturer/Source: Where Specification paragraphs or subparagraphs ti- tled "Manufacturer" or "Source" name single manufacturers or sources, pro- LUBBOCK POLICE RANGE FACILITY 01600 - 5 AUGUST 30, 2000 PRODUCT REQUIREMENTS vide a product by the manufacturer or from the source named that complies with requirements. a. Substitutions may be considered, unless otherwise indicated. 3. Products: Where Specification paragraphs or subparagraphs titled "Products" introduce a list of names of both products and manufacturers, provide one of the products listed that complies with requirements. a. Substitutions may be considered, unless otherwise indicated. 4. Manufacturers: Where Specification paragraphs or subparagraphs titled "Manufacturers" introduce a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. a. Substitutions may be considered, unless otherwise indicated. 5. Available Products: Where Specification paragraphs or subparagraphs titled "Available Products" introduce a list of names of both products and manu- facturers, provide one of the products listed or another product that complies with requirements. Comply with provisions in "Comparable Products" Article to obtain approval for use of an unnamed product. 6. Available Manufacturers: Where Specification paragraphs or subparagraphs titled "Available Manufacturers" introduce a list of manufacturers' names, provide a product by one of the manufacturers listed or another manufacturer that complies with requirements. Comply with provisions in "Comparable Products" Article to obtain approval for use of an unnamed product. 7. Product Options: Where Specification paragraphs titled "Product Options" indicate that size, profiles, and dimensional requirements on Drawings are based on a specific product or system, provide either the specific product or system indicated or a comparable product or system by another manufacturer. Comply with provisions in "Product Substitutions" Article. 8. Basis -of -Design Products: Where Specification paragraphs or subparagraphs titled "Basis -of -Design Products" are included and also introduce or refer to a list of manufacturers' names, provide either the specified product or a compa- rable product by one of the other named manufacturers. Drawings and Speci- fications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in "Comparable Prod- ucts" Article to obtain approval for use of an unnamed product. a. Substitutions may be considered, unless otherwise indicated. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product (and manufacturer) that complies with requirements and matches Architect's sample. Architect's decision will be fi- nal on whether a proposed product matches satisfactorily. a. If no product available within specified category matches satisfactorily and complies with other specified requirements, comply with provisions of the Contract Documents on "substitutions" for selection of a matching product. 10. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, textures" or a similar phrase, select a product (and manufacturer) that complies with other specified re- quirements. a. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, Architect will se- LUBBOCK POLICE RANGE FACILITY 01600 - 6 AUGUST 30, 2000 PRODUCT REQUIREMENTS lect color, pattern, or texture from manufacturer's product line that does not include premium items. b. Full Range: Where Specifications include the phrase "full range of col- ors, patterns, textures" or similar phrase, Architect will select color, pat- tern, or texture from manufacturer's product line that includes both stan- dard and premium items. 11. Allowances: Refer to individual Specification Sections and "Allowance" pro- visions in Division 1 for allowances that control product selection and for pro- cedures required for processing such selections. 2.02 PRODUCT SUBSTITUTIONS A. Timing: Architect will consider requests for substitution if received within 30 days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Architect. B. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Ar- chitect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, en- ergy conservation, or other considerations, after deducting additional respon- sibilities Owner must assume. Owner's additional responsibilities may in- clude compensation to Architect for redesign and evaluation services, in- creased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 10. If requested substitution involves more than one contractor, requested substi- tution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contrac- tors involved. LUBBOCK POLICE RANGE FACILITY 01600 - 7 AUGUST 30, 2000 PRODUCT REQUIREMENTS 2.03 COMPARABLE PRODUCTS A. Where products or manufacturers are specified by name, submit the following, in addition to other required submittals, to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and ad- dresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION Not Used. END OF SECTION 01600 LUBBOCK POLICE RANGE FACILITY 01600 - 8 AUGUST 30, 2000 PRODUCT REQUIREMENTS