HomeMy WebLinkAboutResolution - 2000-R0426 - BID#00-216/HB - Mid Terminal Restroom Construction (Aviation) - 11/27/2000Resolution No. 2000-R 0426
November 27, 2000
Item No. 23
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 materials and
services for Mid -Terminal Restroom Construction at Lubbock International Airport per
ITB #00-216, by and between the City of Lubbock and Wardroup & Associates, 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 27th
ATTEST:
C10 l>J l.V1V 1L'1N I.
ykbnk&��
Victor Kilman, Ourchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs:ccdocs/W ardroup&Assoc.Inc.res
Nov.15, 2000
day of November , 2000.
IINDY SIT A O
ITB #00-216, Addendum #1
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 #1
ITB #00-216
Mid -Terminal Restroom Construction
Lubbock International Airport
MAILED TO VENDOR: September 13, 2000
CLOSE DATE: September 21, 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. Final cleaning of the existing sliding storefront wall shall be the responsibility of the contractor
following the application of window film, per Attachment 1 of this document.
2. The Owner's Representative for this project,is John McGinley, Deputy Director for Operations and
Safety.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to
or Email to:
Helen Burns, Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806)775-2164
Hburns@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
Helen Bums
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
Addend\00-216ad 1.doc
UP. 2/2e/2001
OF- /3.0a
PROJECT: City of Lubbock
Mid -Terminal Restroom Construction
Lubbock international Airport
Bid #00-216
Project# 9998-20000
Lubbock, Texas
CONDRAY
DESIGN GROUP, INC.
2525 7e Street
Lubbock, Texas 79423
(806) 748-6190 office.
(806) 748-6193 fax
ADDENDUM NO.: One
DATE: 09/13/00
PROJECT NO.: CDG 9830
The following items take precedence over the drawings and project manual for the above named project and in
closing a contract shall become a part of the contract documents.
Where any item called for in the specifications or indicated on the drawings, is supplemented here, the
origina► requirements remain in effect. Consider all supplemental conditions as added to the specifications and
drawings.
Where any original item is amended, voided or superseded here, the provisions of such items not specifically
amended., voided or superseded remain in effect.
ITEM #1: Final cleaning of the existing sliding storefront wall shall be the responsibility of the contractor
following the application of window film.
END OF ADDENDUM
I00-216AD1 ATTACHMENT 1
CITY OF LUBBOCK
INVITATION TO BID
11TO
TITLE: MID -TERMINAL RESTROOM CONSTRUCTION LUBBOCK INTERNATIONAL AIRPORT
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 00-216
IT:�i��IiPII31E'I'I'I:I�I�Z�
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
F
t
II►ipm
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the MID -TERMINAL RESTROOM
CONSTRUCTION LUBBOCK INTERNATIONAL AIRPORT.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
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:
HELEN BURNS
BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806) 775-2164
Email: HBurns@mail.ci.lubbock.tx.us
r 5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within ONE HUNDRED AND
TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the
City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the
contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by
the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may
direct the Contractor to take such action as the City deems necessary to insure completion of the project within the
time specified.
6. PAYMENT
` All b due to Contractor shall payments e m ade m accordance with the provisions of the General Conditions of the
contract documents.
I
(c)
Bidder's Submittal.
(d)
Statutory Bond (if required).
(e)
Contract Agreement.
(f)
General Conditions.
(g)
Special Conditions (if any).
(h)
Specifications.
(i)
0)
Insurance Certificates.
All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
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
No Text
BID SUBMITTAL
LUMP SUM BID CONTRACT
II DATE:
PROJECT NUMBER: #00-216 - MID -TERMINAL RESTROOM CONSTRUCTION LUBBOCK INTERNATIONAL
AIRPORT
Bid of W.ARDROUP & ASSOCIATES, 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 MID -TERMINAL RESTROOM
CONSTRUCTION LUBBOCK INTERNATIONAL AIRPORT 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:_
SERVICES: �c
TOTAL BID:T
(Amount shall be
in both words and numerals. In case of discrepancy, the amount shown in words sha!I 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 120 (ONE HUNDRED AND TWENTY)
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 $100.00 (ONE HUNDRED DOLLARS) for each
consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set
forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
1
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of -5, of=- S, r Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
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 Date:�� oy
changed for the purpose of correcting an error in the bid 1
price. Therefore, any corrections to the bid price must
be made on the Bid Submittal form prior to bid opening.
Authorized Signature
�8&M"OATSMAA InF INc�
(Seal if Bidder is a C oratio
(Printed or Typed Name) `
�' 1'T . WARMOUP , PRESIDENT
WA�&U
ATTEST:
!
&ASSOCIATES, INCCompany
4+4, & 8r, a-°A.1 F7l &1. o L:kzlLt-
SecretarYWALT i-CD c _ wA,LDRCUPA,
Address /
Lu-) rS
Bidder acknowledges receipt of the following addenda:
City, County
7Z--V-'A,. '?-V-tX!-4'
Addenda No. �_ Date 5�f3/oy
State Zip Code
Addenda No. Date
Telephone:
Addenda No. Date
Fax: flg C, - 74 3 - <7%S'
Addenda No. Date
MMBE Firm: Woman I I Black American Native American
Hispanic American I I Asian Pacific American Other (Specify)
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.
Contractor (Signature)
CONTRACTOR'S FIRM NAME:
a 1p ga W-=HoUFa 'i(J0j PI lwS
Contractor (Print)
WARDROUP & ASSOCIATES, INC.
(Print or Type )
WARDROUP & ASSOCIATES, INC,
CONTRACTOR'S FIRM ADDRESS: CONTRACTORS
4408 Brownfield Drive • 806-795.8032
LUBBOCK, TEXAS 79410
Name of Agent/Broker:
Address of Agent/Broker: � 3 / -7 o
City/State/Zip: , 7 --1 V S~ 3
Agent/Broker Telephone Number: ( ) 7 ej— —/ r' E!t"
Date: f %Z-i l o.')
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 Manaqer for the Citv of Lubbock at (806) 775-2165.
BID #00-216 - MID -TERMINAL RESTROOM CONSTRUCTION LUBBOCK INTERNATIONAL AIRPORT
4
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
-'
WARDROUP & ASSOCIATE% f f7ita
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
3
THE MOUNTBATTEN SURETY• P
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we
WARDROUP & ASSOCIATES, INC.
as Principal, hereinafter called the Principal, and THE MOUNTBATTEN SURETY COMPANY, INC. OF PENNSYLVANIA, a
corporation duly organized under the laws of the Commonwealth of Pennsylvania, as Surety, hereinafter called Surety, are
held and firmly bound unto
CITY OF LUBBOCK
as Obligee, hereinafter called Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID --
Dollars (------ ), or __________________ ( 5 %) percent of the amount bid, whichever is less,
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
MID -TERMINAL RESTROOM CONSTRUCTION
LUBBOCK INTERNATIONAL AIRPORT
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in
accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good
and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which
the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and
void, otherwise to remain in full force and effect.
Signed and sealed this 21ST. day of SEPTEMBER, 2000
l
(Witness)
✓ (Witness)
WARDRO OCIAT INC.
(Princi ) (Seal)
By. —
iI& 14• (Title)
THE MO ATTEN S MPANY, INC.
gy. Z z
KEVIN J. D (Attorney-irt-Fact)
THE MOUNTBATTEN SURETY COMPANY, INC.
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That The Mountbatten Surety Company, Inc., a corporation of the Commonwealth of Pennsylvania, has made,
constituted and appointed, and by these presents does make, constitute and appoint
Kevin J. Dunn, Cara D. Hancock and/or Fred Davis
all of Lubbock, Texas
its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of a
similar nature as follows:
_
NOT TO EXCEED SIX MILLION DOLLARS --- ------- --------------------- ---------- —--- —---- ----------- —------- — ------------------------- ($ 6,000,000.00)
f_,
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attomey-in-Fact, shall be
binding upon the said Corporation as fully and to the same extent as if signed by the duly authorized officers of the Corporation and sealed with its
corporate seal; and all the acts of said Attorney -in -Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. Notwithstanding any
other term in this document to the contrary, the authority granted herein does not extend to the execution on behalf of the surety of releases of any
nature, claim settlements or compromises, or agreements not of the type generally construed to be contracts of suretyship or undertakings.
This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Corporation on August 28,
1992 with all Amendments thereto and are still in full force and effect:
"Article XII: Policies, Bonds, Recognitions, Stipulations, Consents of Surety, Underwriting Undertakings, and Instruments Relating Thereto.
Section 12-1. Insurance policies, bonds, recognitions, stipulations, consents of surety and underwriting undertakings of the Corporation, and releases,
agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the
Corporation: a) by the Chairman of the Board, the President or a Vice President, and by the Secretary or an Assistant Secretary; or b) by an
Attomey-in-Fact for the Corporation appointed and authorized by the Chairman of the Board, the President, or a Vice President to make such signature;
or c) by such other officers or representatives as the Board may from time to time determine.
The seal of the Corporation shall if appropriate be affixed thereto by any such officer, Attomey-in-Fact or representative. The authority of such
Attomey-in-Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted
thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment."
IN WITNESS WHEREOF, The Mountbatten Surety Company, Inc. has caused these presents to be duly signed and its corporate seal to be hereunto
affixed and duly attested this 2nd day of March, 2000.
�iu� THE MOUNTBATT SURETY COMPANY, INC.
�� *, cOs
(Seal) 4_ '� Attest: By:
— Gary, .Bra Secre Kenneth L. Brier, Pres"dent
�Y" ` Notarial Seal
Commonweal # ennsylvania LowAnthony
r Merlon T p., Notary Montgomery
County
County of Montgomery Lower
Commission Expires Aug o5f, 2002
On this 2nd day of March, 2000, before me personally appeared Kenneth L. Brier, President of The Mountbatten SNf ffoloaRvy"Phc wi w�iom I am
tarfes
personally acquainted, who, being by me duly swom, said that he resides in the Commonwealth of Pennsylvania, that he is President of The
Mountbatten Surety. Company, Inc., the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the
said Corporation; that the §Pal 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 as President of said Corporation by like authnty.
(Seal) - Notary Public
CERTIFICATE
i, the undersigned Secretary of The Mountbatten Surety Company, Inc. do hereby certify that the original Power of Attorney of which the foregoing is a
full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Officer who executed the said Power of
Attorney was one of the Officers authorized by the Board of Directors to appoint an Attomey-in-Fact as provided in Section 12-1 of the By -Laws of The
Mountbatten Surety Company, Inc. This Certificate may be signed and sealed by facsimile under and by authority of the following provisions of the
By -Laws of The Mountbatten Surety Company, Inc.:
"Section 12-2. The use of a printed facsimile of the corporate seal of the Corporation and of the signature of the Secretary or an Assistant Secretary on
any certification of the correctness of a copy of an instrument executed by an authorized person pursuant to Article XII, Section 12-1 of the By -Laws
appointing and authorizing an Attomey-in-Fact to sign in the name and on behalf of the Corporation surety bonds, underwriting undertakings, or other
instruments described in said Section 12-1, with like effect as if such seal and such signature had been manually affixed and made."
In Witness Whereof, I have hereunto set my hand and affixed the corporate seal of the Corporation to these presents
this _91 GT day of CF.PTF.MREjg , 20 _IM
This power of attorney is only valid with Code # BB=75-2078067 and the original, red stamp affixed hereto.
(seal) �
Gary . Brog, Secrets
(Stamp)
u
CONDRAY
M9104 CROUP, INC.
2525 747" SUM
Lubbo* Ton 79423
(VA) 7494190 o im
(806) 74MI93 fax
P>t C )MM. Chy at Labbock ADDENtmM NO.: One Mid-Tmmiaal Rnbmm Coagnwtk n DATE: 09/13N0
Lnbbo* TWAmldamd Aitpwt PX=Cr NO.: CDG MO
Yid 40-216 _
L
LWbodr, Tmas
The *Wwio6 items "c pnmedmn am tM dmty W aad pow mamW for the Wove mood pteim and in
OWN a MAract OAH bw=e a part ottbe o=jd dm mom
' Wbm any it= tamed 69 in the or is do
epod�auoas fndloabd as the drativboDt, auppleaoeaeed bn+te,
Win" nwmkemwn tomato is erect. CoeMdar all t aknuna l eoodkh m as added to the apeoiflcaim and
l drams
Wbere MY W 40nd items is atrtuW4 voided at pemede' bem the pnwfoons of each items slot qmt i=Uy
a:aeade4 voided or superseded nmwn in etlbct.
C .:
MM01: lqnal ckaebg of the ezWd,slWWS,tmiftft,OWwUbeth. nspombftoftt
saowi„i the appiketian of WiNdow fum
BND Oh AD®itNO N
WARDROUP & ASSOCIATES, INC.
00-216AD1 ATTACHMENT 1
OZ8-d ZO/ZO'd 192-1 181Zfi11801 9NISYdNMd-fl>DW 10 A110-0J! Soli 00-12-00
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
162513r" STREET
LUEBOCK, TEXAS 79401
PH: (806)776-2167 PAX: (806)775-2164
http,Hpurohasing,cl.lubbock.tx. us
ITS 000.2% Addendum #1
ADDENDUM #1
ITB #00-216
Mid -Terminal Restroom Construction
Lubbock Intemational Airport
MAILED TO VENDOR: September 13, 2000
CLOSE DATE: September 21, 2000 Qa 2:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (IT8).
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. Final cleaning of the existing sliding storefront wall shall be the responsibility of the contractor
following the application of window film, per Attachment 1 of this document.
2. The Owner's Representative for this project is John McGinley, Deputy Director for Operators and
Safety.
All requests for additional Information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Helen Bums, Buyer
City of Lubbock
I.O. Box 2000
Lubbock, Texas 79457
(806)775-29 64
Hbums@maii.ci.lubbock.tx.us
THANK YOU.
CITY OF LUBBOCK
Helen Burns
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
'ARDrRCUP & Ass( ICjgES, INC.
Addend100.216ad 1. doc
__, 829-d 20/10'd 199-1 09129L909 9NISYHONnd-NDONA' d0 4113-0011 99:01 00-12-00
PAYMENT BOND
LIMM-D ITEM
AT E BY
Bond No. INWTX-000025-PP
}
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that Wardroup & Associates, Ine(hereinafter called the Principal(s), as
Principal(s), and
The Mountbatten SuretV Company, -Inc.
(hereinafter called the Suret (s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Nyinety two t d, eight undretollars ($ 92 , 851. 00 ) lawful money of the
United States for the paymen w ereo , t e said nncipal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 27th day of
_F November 02000 ,to Bid #00-216 - Mid -Terminal Restroom Construction Lubbock
International Airport.
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
` contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
27th day of November 20 00 .
The Mountbatten Surety Company, Inc. Wardroup & Associates, Inc.
Surety (Company Name)
V �
*By. By:
( i le) (Pri
Cara D. Hancock, Attorney -In -Fact 72
(Signature)
WAI
g G, WAjWaoUp, VICL PIES
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Approved as to form:
City of Lubbock
By:
City Attorney
The Mountbatten Surety Comaanv, Inc.
Surety�f
By
itle)
Cara D. Hancock, Attorney -
In -Fact
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2 f
_4
THE MOUNTBATTEN SURETY COMPANY, INC.
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS: That The Mountbatten Surety Company, Inc., a corporation of the Commonwealth of Pennsylvania, has made,
- constituted and appointed, and by these presents does make, constitute and appoint
Kevin J. Dunn, Cara D. Hancock and/or Fred Davis
all of Lubbock, Texas
its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, undertakings and other instruments of a
similar nature as follows:
NOT To EXCEED SIX MILLION DOLLARS---------------------------------------------------------------------------------------------------------(,$ 6,000,000.00)
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid Attorney -in -Fact, shall be
binding upon the said Corporation as fully and to the same extent as if signed by the duly authorized officers of the Corporation and sealed with its
corporate seal, and all the acts of said Attomey-in-Fact, pursuant to the authority hereby given, are hereby ratified and confirmed. Notwithstanding any
other term in this document to the contrary, the authority granted herein does not extend to the execution on behalf of the surety of releases of any
nature, claim settlements or compromises, or agreements not of the type generally construed to be contracts of suretyship or undertakings.
This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Corporation on August 28,
1992 with all Amendments thereto and are still in full force and effect:
"Article XII: Policies, Bonds, Recognitions, Stipulations, Consents of Surety, Underwriting Undertakings, and Instruments Relating Thereto.
Section 12-1. Insurance policies, bonds, recognitions, stipulations, consents of surety and underwriting undertakings of the Corporation, and releases,
agreements and other writings relating in any way thereto or to any claim or loss thereunder, shall be signed in the name and on behalf of the
Corporation: a) by the Chairman of the Board, the President or a Vice President, and by the Secretary or an Assistant Secretary; or b) by an
Attorney -in -Fact for the Corporation appointed and authorized by the Chairman of the Board, the President, or a Vice President to make such signature;
or c) by such other officers or representatives as the Board may from time to time determine.
The seal of the Corporation shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative. The authority of such
Attorney -in -Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted
thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment."
IN WITNESS WHEREOF, The Mountbatten Surety Company, Inc. has caused these presents to be duly signed and its corporate seal to be hereunto
affixed and duly attested this 2nd day of March, 2000.
,pit THE MOUNTBATT SURETY COMPANY, INC.
J „ °off P
(Seal) Attest: _ By: i1Qs ,
"' Gary,:. Bra , Secret Kenneth L. Brier, President
�""M�"`� '� Notarial Seal
• AnthonyT. Stewart, Notary Public
Commonweal ennsylvania Lower Marion Twp., Montgomery Co
County of Montgomery My Commission Expires Aug. 5, 20
On this 2nd day of March, 2000, before me personally appeared Kenneth L. Brier, President of The Mountbatten SN"OPORRVIn� a i �inon 7 Notaries
nc. wi w om am
personally acquainted, who, being by me duly sworn, said that he resides in the Commonwealth of Pennsylvania, that he is President of The
Mountbatten Surety- Company, Inc., the corporation described in and which executed the foregoing instrument; that he knows the corporate seal of the
said Corporation; that the §Pal 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 as President of said Corporation by like auth nty.
�C
(Seal) _�" v� - Notary Public
CERTIFICATE
I, the undersigned Secretary of The Mountbatten Surety Company, Inc. do hereby certify that the original Power of Attorney of which the foregoing is a
full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Officer who executed the said Power of
Attorney was one of the Officers authorized by the Board of Directors to appoint an Attorney -in -Fact as provided in Section 12-1 of the By -Laws of The
Mountbatten Surety Company, Inc. This Certificate may be signed and sealed by facsimile under and by authority of the following provisions of the
By -Laws of The Mountbatten Surety Company, Inc.:
"Section 12-2. The use of a printed facsimile of the corporate seal of the Corporation and of the signature of the Secretary or an Assistant Secretary on
any certification of the correctness of a copy of an instrument executed by an authorized person pursuant to Article XI I, Section 12-1 of the By -Laws
appointing and authorizing an Attomey-in-Fact to sign in the name and on behalf of the Corporation surety bonds, underwriting undertakings, or other
instruments described in said Section 12-1, with like effect as if such seal and such signature had been manually affixed and made."
In Witness Whereof, I have hereunto set my hand and affixed the corporate seal of the Corporation to these presents
this 27th day of November , 20 00.
This power of attorney is only valid with Code #TNWTX-00002 9—PP and the original, red stamp affixed hereto.
(seal) t
Gary . Br g, Secretarvv
(Stamp)
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department. of . Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512)475-1771
PREMIUM OR CLAIM (DISPUTES:
Should you have -a dispute concerning your premium. or about. a claim
you should contact 1th-e-agent or the company first.- If the dispute is -not
resolved, you may-zontact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or
condition of the attached document.
CERTIFICATE OF INSURANCE
ACORD,, CERTIFICATE OF LIABILITY INSURANCE °A' 12/05i 0
PRODUCER 915/570-3456
The InWest Group, Inc.
110 N. Marienfeld, Ste 330
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Midland, Texas 79701
COMPANIES AFFORDING COVERAGE
COMPANY
A Petrosurance Casualty Ins.
INSURED
WARDROUP &ASSOCIATES, INC.
COMPANY
g Utica National Ins. Co.
P. 0. BOX 6999
Lubbock TX 79493
COMPANYANY Fireman's Fund Ins. Co.
COMPANY
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MMIDD/YY)
LIMITS
A
GENERAL LIABILITY
GL4216970497
10/01 /00
10/01 /01
GENERAL AGGREGATE
$ 2000000
PRODUCTS - COMP/OP AGG
$ 2_00.0000
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
RY
PERSONAL & ADV INJURY
J
_
$ 1000000
EACH OCCURRENCE
$ 1000000
OWNER'S & CONTRACTOR'S PROT
rl
FIRE DAMAGE (Any one fire)
$ 50000
MED EXP (Any one person)
$ 5000
B
AUTOMOBILE LIABILITY
X ANY AUTO
BAP2352154
10/01 /00
10/01 /01
COMBINED SINGLE LIMIT
$ 1000000
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
X HIRED AUTOS
X NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO. ONLY - EA ACCIDENT
$
T..A.,•....O AUTO ONLY:
OTHER THAN
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
]UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC4216970497
10/01 /00
10/01 /01
We LIMIT oTH-
TORY LIMITSTATCr ER
EL EACH ACCIDENT
$ 500000
EL DISEASE - POLICY LIMIT
_
$ 500000
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
EL DISEASE - EA EMPLOYEE
-•----••-•—
1 $ 500000
C
OTHER
CCIMG52433
10/01 /00
10/01 /01
Builder Risk
$1,250,000 Per Job
$1,250,000 Disaster
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Re: ITB #00-216 Mid -Terminal Restroom Construction Lubbock Int'I
Airport. Additional Insured is provided on all policies except WC
Waiver of Subrogation included on all policies.
CERTIFICATE HOLDER
CANCELLATION
City of Lubbock
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
P.O. BOX 2000
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Lubbock, _TX 79457
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE No OBLIGATION OR LIABILITY
OF AN D ftN jrHE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORI RES
�
++ &�
v4
ACORD 25-S 0 /95) 2- 9
® ACORD CORPORATION 1988
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
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
CONTRACT
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 27" 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 Wardroup & Associates. Inc. of the City of Lubbock, County of Lubbock
and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and inconsideration 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 #00-216 - MID -TERMINAL RESTROOM CONSTRUCTION LUBBOCK INTERNATIONAL AIRPORT - $92,851.00
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:
Ai , !�-Ks
Secr ry 'w, k'� 9�
APPROVED AS TO CONTENT:
t
Janir'n's Representative
APPROVED AS TO FORM:
City Attorney
ATTEST:
Corpora re
I C • ' ��I
FW, IPA i
CONTRACTOR:
0
M INIX
COMPLETE ADDRESS:
Wardroup & Associates, Inc.
4408 Brownfield Dr.
Lubbock, Texas 79410
GENERAL CONDITIONS OF THE AGREEMENT
No Text
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
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 WARDROUP & ASSOCIATES INC. who has agreed to perform the work
embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative JOHN MCGINLEY DEPUTY DIRECTOR FOR OPERATIONS
& SAFETY, 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.
L 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.
F 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.
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
E
11
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
i
i 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
-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
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.
t_
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.
im
19.
21
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
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.
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
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.
4
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
,.. 23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
�- before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK The term extra work„ as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
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 s
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
t-i
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
j
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
i
6
3
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
I'
I
C.
E.
19
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This
policy shall be submitted prior to contract execution.
Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 100%% of the total contract price
(100% of potential loss) naming the City of Lubbock as insured.
Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 on all contracts
with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile
Liability coverages.
Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project. (-
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has t-
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without t
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- E
operators, employees of any such entity, or employees of any entity which furnishes persons to
i provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(_ (c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
G
(1) a certificate of coverage, prior to the other person beginning work on the project; (
and I --
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
3
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
10
i'
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
11
(h)
REQUIRED WORKERS' COMPENSAT/ON 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
contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
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
i�
(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
1
y
4_..'
(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
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
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.
CURRENT WAGE DETERMINATIONS
No Text
Item No. 39
RESOLUTION aril 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
Vernon'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 8th
day of April- 9 99.
� L
WINDY SlItTO14, MAYOR
A EST:
Kayt t Darnell, City Secretary
APPROVED AS.,TO CONTENT:
Nary Andrews, Managing Director of
Human Resources
IAPPROVED AS TO FORM:
Amy L/fns, Assistant City Attorney
p ccdocssWuubworks.res
March 25, 1999
No Text
EXHIBIT A
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
H
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
No Text
I :11: VULO
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair
Labor Standards Act.
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be.as required by the Fair Labor Standards Act.
SPECIFICATIONS
No Text
V
w
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS
CDG 9830 CO
Table of Contents
[Division.-... Section Title....:..................................................................................I..................:.:
P
es
8 •/7 vo
DIVISION 1- GENERAL REQUIREMENTS
O1100 ........ SUMMARY.............................................................................................................
2
01290 ........ PAYMENT PROCEDURES.....................................................................................
4
01310 ........ PROJECT MANAGEMENT AND COORDINATION .............................................
4
01330 ........ SUBMITTAL PROCEDURES.................................................................................
9
01600 ........ PRODUCT REQUIREMENTS.................................................................................
7
01700 ........ EXECUTION REQUIREMENTS.............................................................................
5
01770 ........ CLOSEOUT PROCEDURES...................................................................................
6
DIVISION 2 - SITE CONSTRUCTION
02070 ........ SELECTIVE DEMOLITION....................................................................................
6
DIVISION 3 - CONCRETE
DIVISION 4 - MASONRY
DIVISION 5 - METALS
DIVISION 6 - WOOD AND PLASTICS
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
DIVISION 8 - DOORS AND WINDOWS
08110
........ STEEL DOORS AND FRAMES..............................................................................
1
08211
........ FLUSH WOOD DOORS..........................................................................................
5
08711
........ DOOR HARDWARE...............................................................................................
12
DIVISION 9 - FINISHES
09220
........ PORTLAND CEMENT PLASTER..........................................................................
9
09255
........GYPSUM BOARD ASSEMBLIES...........................................................................
09310
........ CERAMIC TILE......................................................................................................
11
09511
........ ACOUSTICAL PANEL CEILINGS.........................................................................
8
09651
.......RESILIENT WALL BASE AND ACCESSORIES..........................................4
09680
........ CARPET ............._............................................................................
6
09900
........ PAINTING...............................................................................................................
9
DIVISION 10 - SPECIALTIES
10155
........ TOILET COMPARTMENTS...................................................................................
4
10801
........TOILET AND BATH ACCESSORIES....................................................................
5
DIVISION 11 - EQUIPMENT
DIVISION 12 - FURNISHINGS
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS
CDG 9830
DIVISION 13 - SPECIAL CONSTRUCTION
DIVISION 14 - CONVEYING SYSTEMS
DIVISION 15 - MECHANICAL
15000 ........ GENERAL PROVISIONS FOR MECHANICAL..................................................... 11
15200 ........ PIPING AND ACCESSORIES................................................................................. 4
15210 ........ PLUMBING SYSTEMS........................................................................................... 5
15320 ........ AIR DISTRIBUTION............................................................................................... 3
15400 ........ INSULATION.......................................................................................................... 3
15600 ........ TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS ............... I
DIVISION 16 - ELECTRICAL
16000 ........ GENERAL PROVISIONS FOR ELECTRICAL....................................................... 10
16060 ........ MINOR ELECTRICAL DEMOLITION FOR REMODELING ................................ 3
16110 ........ RACEWAYS AND FITTINGS................................................................................ 8
16120 ........ CONDUCTORS....................................................................................................... 4
16140 ........ WIRING DEVICES.................................................................................................. 4
16450 ........ GROUNDING AND BONDING......................................................................3
16500 ........LIGHTING.............................................:.................................. 5
LUBBOCK INTERNATIO. .I., AIRPORT MID -TERMINAL RESTRC AS 01100 - 1
CDG 9830 SUMMARY
I'
t SECTION 01100 - SUMMARY
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 WORK COVERED BY CONTRACT DOCUMENTS
A. Project Identification: Project consists of minor demoliton and construction of two new public
restrooms.
1. Project Location: Lubbock International Airport, 5401 N. MLK Blvd., Lubbock, Texas.
2. Owner: City of Lubbock, 1625 13'' Street, Lubbock, Texas.
B. Architect Identification: The Contract Documents, dated 7/19/00, were prepared for Project by
Condray Design Group, Inc.
C. The Work consists of minor demolition of existing partitions, ceilings, and flooring, installation
of plumbing and lighting fixtures.
1. The Work includes mechanical work, new metal stud and drywall partitions, interior
plaster work, ceramic wall and floor tile, toilet accessories, toilet partitions, and lay -in
ceilings, and carpeting.
1.3 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. Consult 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 Contract
Documents is abbreviated. Words and meanings shall be interpreted as appropriate.
LUBBOCK INTERNATIG_ .iL AIRPORT MID -TERMINAL RESTRC 'AS 01100 - 2
CDG 9830 SUMMARY
Words implied, but not stated, shall be inferred as the sense requires. Singular words
shall be interpreted as plural, and plural words shall be interpreted as singular where
applicable as the context of the Contract Documents indicates.
2. Imperative mood and streamlined language are generally used in the Specifications.
Requirements expressed in the imperative mood are to be performed by Contractor.
Occasionally, the indicative or subjunctive mood may be used in the Section Text for
clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by
others when so noted.
a. The words "shalI," "shall be," or "shall comply -, ith," depending on the context,
are implied where a colon (:) is used Aithin a sentence or phrase.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01100
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTR( `AS 01290 - 1
CDG 9830 PAYMENT PROCEDURES
SECTION 01290 - PAYMENT PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
11 FYI T TJFA it
A. This Section specifies administrative and procedural requirements necessary to prepare and
process Applications for Pa -orient.
B. Related Sections include the following:
1. Division 1 Section "Contract Modification Procedures" for administrative procedures for
handling changes to the Contract.
2. Division 1 Section "Construction Progress Documentation" for admi�iistrative
requirements governing preparation and submittal of Contractor's Construction Schedule
and Submittals Schedule.
1.3 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.
1.4 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 administrative 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 Applications for Payment.
B. Format and Content: Use the Project Manual table of contents as a guide to establish line items
for the Schedule of Values. Provide at least one line item for each Specification Section.
LUBBOCK 1NTERNATIG. _.I. AIRPORT MID -TERMINAL RESTR( 'AS 01290 - 2
CDG 9830 PAYMENT PROCEDURES
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 indicate 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 continued
evaluation of Applications for Payment and progress reports. Coordinate 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. Include
evidence of insurance or bonded warehousing if required.
6. Provide separate line items in the Schedule of Values for initial cost of materials, 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 Contractor'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 INTERNATIO. L AIRPORT MID -TERMINAL RESTR( `CIS 01290 - 3
CDG 9830 PAYMENT PROCEDURES
1.5 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 Substantial
Completion, and final Application for Payment involve additional requirements.
B. Payment Application Times: The date for each progress payment is indicated in the Agreement
between Owner and Contractor. The period of construction Work covered by each Application
for Payment is the period indicated in the Agreement.
C. Payment Application Times: The date for each progress payment is the 15th day of each
month. The period covered by each Application for Payment starts on the day following the end
of the preceding period and ends 15 days before the date for each progress payment.
D. Payment Application Forms: Use AIA Document G702 and AIA Document G703
Continuation Sheets as form for Applications for Payment.
E. 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 Construction
Schedule. Use updated schedules if revisions were made.
2. Include amounts of Change Orders and Construction Change Directives issued before
last day of construction period covered by application.
F. 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.
G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of
mechanic's liens from subcontractors, sub -subcontractors, and suppliers for construction 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 waivers.
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.
1_s
LUBBOCK INTERNATIO1. AIRPORT MID -TERMINAL RESTRC IS 01290 - 4
CDG 9830 PAYMENT PROCEDURES
H. Initial Application for Payment: Administrative actions and submittals that must precede or
coincide with submittal of first Application for Payment include the following:
1. List of subcontractors.
2. Schedule of Values.
3. Contractor's Construction Schedule (preliminary if not final).
4. Products list.
5. Submittals Schedule (preliminary if not final).
6. List of Contractor's staff assignments.
7. Copies of building permits.
8. Copies of authorizations and licenses from authorities having jurisdiction for
performance of the Work.
9. Initial progress report.
10. Report of preconstruction conference.
11. Certificates of insurance and insurance policies.
12. Performance and payment bonds.
13. Data needed to acquire Owner's insurance.
I. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial
Completion, submit an Application for Payment shoring 100 percent completion for portion of
the Work claimed as substantially complete.
1. Include documentation supporting claim that the Work is substantially complete and a
statement showing an accounting of changes to the Contract Sum.
2. This application shall reflect Certificates of Partial Substantial Completion issued
previously for Owner occupancy of designated portions of the Work.
J. 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, liquidated damages settlement statement.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 01290
[ LUBBOCK INTERNATIC .L AIRPORT MID -TERMINAL RESTRt AS 01310 - 1
CDG 9830 PROJECT MANAGEMENT AND COORDINATION
SECTION 01310 - PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative provisions for coordinating construction operations on
Project including, but not limited to, the following:
1. General project coordination procedures.
2. Conservation.
3. Coordination Drawings.
4. Administrative and supervisory personnel.
S. Project meetings.
B. 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 "Closeout Procedures" for coordinating Contract closeout.
1.3 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 depend on each other for proper
installation, connection, and operation.
1. Schedule construction operations in sequence required to obtain the best results 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 ensure
maximum accessibility for required maintenance, service, and repair.
3. Make adequate provisions to accommodate items scheduled for later installation.
LUBBOCK INTERNATIO� ..L AIRPORT MID -TERMINAL RESTRk. -qS 01310 - 2
CDG 9830 PROJECT MANAGEMENT AND COORDINATION
B. If necessary, prepare memoranda for distribution to each parry involved, outlining special
procedures required for coordination. Include such items as required notices, reports, and list of
attendees at meetings.
1. Prepare similar memoranda for Owner and separate contractors if coordination of their
Work is required.
C. Administrative Procedures: Coordinate scheduling and timing of required administrative
procedures with other construction activities and activities of other contractors to avoid
conflicts and to ensure orderly progress of the Work. Such administrative 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.
D. Conservation: Coordinate construction activities to ensure that operations are carried 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.
1.4 PROJECT MEETINGS
A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise
indicated.
1. Attendees: Inform participants and others involved, and individuals whose presence is
required, of date and time of each meeting. Notify Owner and Architect of scheduled
meeting dates and times.
2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees.
3. Minutes: Record significant discussions and agreements achieved. Distribute the
meeting minutes to everyone concerned, including Owner and Architect, within 3 days of
the meeting.
B. Preconstruction Conference: Schedule a preconstruction conference before starting
construction, at a time convenient to Owner and Architect, but no later than 15 days after
execution of the Agreement. Hold the conference at Project site or another convenient location.
Conduct the meeting to review responsibilities and personnel assignments.
Attendees: Authorized representatives of Owner, Architect, and their consultants.
Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and
other concerned parties shall attend the conference. All participants at the conference
shall be familiar with Project and authorized to conclude matters relating to the Work.
LUBBOCK INTERNATIC .L AIRPORT MID -TERMINAL RESTR('AS 01310 - 3
CDG 9830 PROJECT MANAGEMENT AND COORDINATION
2. Agenda: Discuss items of significance that could affect progress, including the
follo-,ving:
a. Tentative construction schedule.
b. Phasing.
C. Critical work sequencing.
d. Designation of responsible personnel.
e. Procedures for processing field decisions and Change Orders.
f. Procedures for processing Applications for Payment.
g. Distribution of the Contract Documents.
h. Submittal procedures.
i. Preparation of Record Documents.
j. Use of the premises.
k. Responsibility for temporary facilities and controls.
1. Parking availability.
in. Office, work, and storage areas.
n. Equipment deliveries and priorities.
o. First aid.
p. Security.
q. Progress cleaning.
r. Working hours.
C. Progress Meetings: Conduct progress meetings at weekly intervals. Coordinate dates of
meetings with preparation of payment requests.
I. Attendees: In addition to representatives of Owner and Architect, each contractor,
subcontractor, supplier, and other entity concerned with current progress or involved in
planning, coordination, or performance of future activities shall be represented at these
meetings. All participants at the conference shall be familiar with Project and authorized
to conclude matters relating to the Work.
2. Agenda: Review and correct or approve minutes of previous progress meeting. 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)
Sequence of operations.
2)
Status of submittals.
3)
Deliveries.
4)
Access.
5)
Work hours.
6)
Progress cleaning.
7)
Quality and work standards.
LUBBOCK INTERNATII AL AIRPORT MID -TERMINAL RESTR ' MS 01310 - 4
CDG 9830 PROJECT MANAGEMENT AND COORDINATION
8) Change Orders.
9) 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 INTERNATIO. AIRPORT MID -TERMINAL RESTRC JS 01330 - 1
CDG 9830 SUBMITTAL PROCEDURES
SECTION 01330 - SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 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 "Closeout Procedures" for submitting warranties, Project Record
Documents and operation and maintenance manuals.
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information that requires Architect's responsive action.
B. Informational Submittals: Written information that does not require Architect's approval.
Submittals may be rejected for not complying with requirements.
1.4 SUBMITTAL PROCEDURES
A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by
Architect for Contractor's use in preparing submittals.
B. Coordination: Coordinate preparation and processing of submittals with performance 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.
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTRC 1S 01330 - 2
CDG 9830 SUBMITTAL PROCEDURES
C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as
follows. Time for review shall commence on Architect's receipt of submittal.
1. Initial Review: Allow 15 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 submittal being processed must be delayed for
coordination.
2. If intermediate submittal is necessary, process it in same manner as initial submittal.
3. Allow 15 days for processing each resubmittal.
4. No extension of the Contract Time will be authorized because of failure to transmit
submittals enough in advance of the Work to permit processing.
D. Identification: Place a permanent label or title block on each submittal for identification.
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 (100 by 125 mm) on label or beside title
block to record Contractor's review and approval markings and action taken by
Architect.
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. Unique identifier, including revision number.
i. Number and title of appropriate Specification Section.
j. Drawing number and detail references, as appropriate.
k. Other necessary identification.
E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents
on submittals.
F. Additional Copies: Unless additional copies are required for final submittal, and unless
Architect observes noncompliance with provisions of the Contract Documents, initial submittal
may serve as final submittal.
1. Additional copies submitted for maintenance manuals will not be marked with action
taken and will be returned.
G. Transmittal: Package each submittal individually and appropriately for transmittal and
handling. Transmit each submittal using a transmittal form. Architect will return submittals,
without review, received 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,
LUBBOCK INTERNATIOI AIRPORT MID -TERMINAL RESTRC IS 01330 - 3
CDG 9830 SUBMITTAL PROCEDURES
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: Use AIA Document G810.
H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, installers, authorities having jurisdiction, and others as necessary 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
2.1 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual Specification Sections.
1. Number of Copies: Submit three copies of each submittal, unless otherwise indicated.
Architect will return two copies. Mark up and retain one returned copy as a Project
Record Document.
2. Number of Copies: Submit copies of each submittal, as follows, unless otherwise
indicated:
a. Initial Submittal: Submit a preliminary single copy of each submittal where
selection of options, color, pattern, texture, or similar characteristics is required.
Architect will return submittal with options selected.
b. Final Subnuttal: Submit three copies, unless copies are required for operation and
maintenance manuals. Submit five copies where copies are required for operation
and maintenance manuals. Architect will retain two copies; remainder will be
returned. Mark up and retain one returned copy as a Project Record Document.
B. Product Data: Collect information into a single submittal for each element 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 applicable.
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.
C. Manufacturer's catalog cuts.
f. Wiring diagrams showing factory -installed wiring.
g. Printed performance curves. .
LUBBOCK INTERNATIO. _L AIRPORT MID -TERMINAL RESTRC IS 01330 - 4
CDG 9830 SUBMITTAL PROCEDURES
h. Operational range diagrams.
i. Mill reports.
j. Standard product operating and maintenance manuals.
k. Compliance «pith recognized trade association standards.
1. Compliance tvrith recognized testing agency standards.
in. Application of testing agency labels and seals.
n. Notation of coordination requirements.
C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard 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 (215 by 280 mm) but no larger than 30
by 40 inches (750 by 1000 mm).
4. Number of Copies: Submit copies of each submittal, as follows:
a. Initial Submittal: Submit two blue- or black -line prints. Architect will return one
print.
b. Final Submittal: Submit three blue- or black -line prints, unless prints are required
for operation and maintenance manuals. Submit five prints where prints are
required for operation and maintenance manuals. Architect will retain two prints,
remainder will be returned. Mark up and retain 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 I 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 mariner specified,
r.
LUBBOCK INTERNATIO. .L AIRPORT MID -TERMINAL RESTRC AS 01330 - 5
CDG 9830 SUBMITTAL PROCEDURES
and physically identical with the product proposed for use, and that show full range of
color and texture variations expected. Samples include, but are not limited to, the
following: partial sections of manufactured or fabricated components; small cuts or
containers of materials; complete units of repetitively used materials; swatches showing
color, texture, and pattern; color range sets, and components used for independent testing
and inspection.
4. Preparation: Mount, display, or package Samples in manner specified to facilitate
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.
C. Sample source.
5. Additional Information: On an attached separate sheet, prepared on Contractor's
letterhead, provide the following:
a. Size limitations.
b. Compliance with recognized standards.
i 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 delivered 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.
7. Number of Samples for Initial Selection: Submit one full set of available choices where
color, pattern, texture, or similar characteristics are required to be selected from
manufacturer's product line. Architect will return submittal with options selected.
8. Number of Samples for Verification: Submit three sets of Samples. Architect will retain
two 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, fabrication
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 associated with each set.
a. Samples that may be incorporated into the Work are indicated in individual
Specification Sections. Such Samples must be in an undamaged condition at time
of use.
LUBBOCK INTERNATIO, .L AIRPORT MID -TERMINAL RESTRC 'IS 01330 - 6
CDG 9830 SUBMITTAL PROCEDURES
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 information in tabular form:
1. Type of product. Include unique identifier for each product.
2. Number and name of room or space.
3. Location within room or space.
F. Contractor's Construction Schedule: Comply with requirements in Division I Section
"Construction Progress Documentation" for Construction Manager's action.
G. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress
Documentation."
H. Application for Payment: Comply with requirements in Division 1 Section "Payment
Procedures."
I. Schedule of Values: Comply with requirements in Division 1 Section "Payment Procedures."
J. Subcontract List: Prepare a written summary identifying individuals or firms proposed 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.
2.2 INFORMATIONAL SUBMITTALS
A. General: Prepare and submit Informational Submittals required by other Specification
Sections.
1. Certificates and Certifications: Provide a notarized statement that includes signature of
Contractor, testing agency, or design professional responsible for preparing certification.
Certificates and certifications shall be signed by an officer or other individual authorized
to sign documents on behalf of the company.
2. Test and Inspection Reports: Comply with requirements in Division 1 Section "Quality
Requirements."
B. Contractor's Construction Schedule: Comply with requirements in Division 1 Section
"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 information specified.
LUBBOCK INTERNATIO1 AIRPORT MID -TERMINAL RESTRC IS 01330 - 7
CDG 9830 SUBMITTAL PROCEDURES
D. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that
product complies with requirements.
E. Welding Certificates: Prepare written certification that welding procedures and personnel
comply «rith requirements. Submit record of Welding Procedure Specification (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 certifying 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 certifying 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 performed before installation
of product, for compliance with performance requirements.
K. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of compatibility 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 comprehensive tests performed
by a qualified testing agency.
N. Research/Evaluation Reports: Prepare written evidence, from a model code organization
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.
,x
Description of product.
LUBBOCK INTERNATIOI. AIRPORT MID -TERMINAL RESTRG IS 01330 - 8
CDG 9830 SUBMITTAL PROCEDURES
6. Test procedures and results.
7. Limitations of use.
0. Maintenance Data: Prepare written and graphic instructions and procedures for operation and
normal maintenance of products and equipment. Comply with requirements 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 calculations.
Include list of assumptions and other performance and design criteria and a summary of loads.
Include load diagrams if applicable. Provide name and version of software, if any, used for
calculations. Include page numbers.
Q. Manufacturer's Instructions: Prepare written or published information that documents
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. Insurance Certificates and Bonds: Prepare written information indicating current status of
insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of
coverage, amounts of deductibles, if any, and term of the coverage.
i
t
PART 3 - EXECUTION
3.1 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 submitting to Architect.
B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
of Contractor's approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents. ;
3.2 ARCHITECT'S ACTION
A. General: Architect will not review submittals that do not bear Contractor's approval stamp and
will return them without action. 'I
LUBBOCK INTERNATIG_ .L AIRPORT MID -TERMINAL RESTRt -IS 01330 - 9
CDG 9830 SUBMITTAL PROCEDURES
B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or
modifications required, and return it. Architect will stamp each submittal with an action stamp
and will mark stamp appropriately to indicate action taken.
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 INTERNATIO1 ,, AIRPORT MID -TERMINAL RESTRC 1S 01600 - 1
CDG 9830 PRODUCT REQUIREMENTS
SECTION 01600 - PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 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 substitutions; 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 contract
closeout.
3. Divisions 2 through 16 Sections for specific requirements for -warranties on products and
installations specified to be warranted.
1.3 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 Documents.
2. New Products: Items that have not previously been incorporated into another project or
facility. Products salvaged or recycled 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 indicated qualities
related to type, function, dimension, in-service performance, physical properties,
appearance, and other characteristics that equal or exceed those of specified product.
B. Substitutions: Changes in products, materials, equipment, and methods of construction from
those required by the Contract Documents and proposed by Contractor.
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
LUBBOCK INTERNATIO- ._.L AIRPORT MID -TERMINAL RESTRC :IS 01600 - 2
CDG 9830 PRODUCT REQUIREMENTS
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.
1.4 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 Submittals
Schedule.
2. Initial Submittal: Within 7 days after date of commencement of the Work, submit 3
copies of initial product list. Include a written explanation for omissions of data and for
variations from Contract requirements.
a. At Contractor's option, initial submittal may be limited to product selections and
designations that must be established early in Contract period.
3. Completed List: Within 15 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.
4. Architect's Action: Architect will respond in writing to Contractor within 10 days of
receipt of completed product list. Architect's response drill 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 Specification Section number and
title and Drawing numbers and titles.
1. Substitution Request Form: Use CSI Form 13.1A.
2. Documentation: Show compliance with requirements for substitutions and the following,
as applicable:
a. Statement indicating why specified material or product cannot be provided.
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.
LUBBOCK INTERNATIO, _L AIRPORT MID -TERMINAL RESTRC AS 01600 - 3
CDG 9830 PRODUCT REQUIREMENTS
C. Detailed comparison of significant qualities of proposed substitution with those of
F
the Work specified. Significant qualities may include attributes such as
l
performance, weight, size, durability, visual effect, and specific features and
requirements indicated.
d. Product Data, including drawings and descriptions of products and fabrication and
installation procedures.
e. Samples, where applicable or requested.
f. Material test reports from a qualified testing agency indicating and interpreting
i
test results for compliance writh requirements indicated.
g. Research/evaluation reports evidencing compliance with building code in effect for
Project, from a model code organization acceptable to authorities having
jurisdiction.
h. Detailed comparison of Contractor's Construction Schedule using proposed
substitution with products specified for the Work, including effect on the overall
Contract Time. If specified product or method of construction cannot be provided
within the Contract Time, include letter from manufacturer, on manufacturer's
letterhead, stating lack of availability or delays in delivery.
i. Cost information, including a proposal of change, if any, in the Contract Sum.
j. Contractor's certification that proposed substitution complies with requirements in
the Contract Documents and is appropriate for applications indicated.
k. Contractor's waiver of rights to additional payment or time that may subsequently
become necessary because of failure of proposed substitution 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 substitution.
Architect will notify Contractor of acceptance or rejection of proposed substitution
within 7 days of receipt of request, or 7 days of receipt of additional information or
documentation, whichever 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.
l
1.5 QUALITY ASSURANCE L
A. Compatibility of Options: If Contractor is given option of selecting between two or more l
products for use on Project, product selected shall be compatible with products previously t
selected, even if previously selected products were also options.
1
1.6 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 written instructions. -'
f
LUBBOCK INTERNATIOi,_L AIRPORT MID -TERMINAL RESTRO 1S 01600 - 4
CDG 9830 PRODUCT REQUIREMENTS
i_
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 deterioration, 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 Documents and to
ensure that products are undamaged and properly protected.
5. Store products to allow for inspection and measurement of quantity or counting of units.
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 Nveathertight
enclosure above ground, with ventilation adequate to prevent condensation.
8. Comply with product manufacturer's written instructions for temperature, humidity,
ventilation, and weather -protection requirements for storage.
9. Protect stored products from damage.
B. Storage: Provide a secure location and enclosure at Project site for storage of materials and
equipment by Owner's construction forces. Coordinate location with Owner.
1.7 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other
warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on
product warranties do not relieve Contractor of obligations 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 execution.
1. Manufacturer's Standard Form: Modified to include Project -specific information 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 Procedures."
PART 2-PRODUCTS
2.1 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.
LUBBOCK INTERNATIOi .L AIRPORT MID -TERMINAL RESTRC
CDG 9830
AS 01600 - 5
PRODUCT REQUIREMENTS
2. Standard Products: If available, and unless custom products or nonstandard options are
specified, provide standard products of types that have been produced 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 Specifications
establish "salient characteristics" of products.
7. Or Equal: Where products are specified by name and accompanied by the term "or
equal" or "or approved equal" or "or approved," comply with provisions in "Comparable
Products" Article to obtain approval for use of an unnamed product.
B. Product Selection Procedures: Procedures for product selection include the following:
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 titled
"Manufacturer" or "Source" name single manufacturers or sources, provide a product by
the manufacturer or from the source named that complies with requirements.
a. Substitutions may be considered unless otherwise indicated.
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.
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.
Available Products: Where Specification paragraphs or subparagraphs titled "Available
Products" introduce a list of names of both products and manufacturers, 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.
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.
LUBBOCK INTERNATIM .- _L AIRPORT MID -TERMINAL RESTRO IS 01600 - 6
CDG 9830 PRODUCT REQUIREMENTS
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 Product[s]" are included and also introduce or refer to a list of
manufacturers' names, provide either the specified product or a comparable product by
one of the other named manufacturers. Drawings and Specifications indicate sizes,
profiles, dimensions, and other characteristics that are based on the product named.
Comply with provisions in "Comparable Products" Article to obtain approval for use of
an unnamed product.
a. Substitutions may be considered.
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 final 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 requirements.
a. Standard Range: Where Specifications include the phrase "standard range of
colors, patterns, textures" or similar phrase, Architect will select 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 colors,
patterns, textures" or similar phrase, Architect will select color, pattern, or texture
from manufacturer's product line that includes both standard and premium items.
2.2 PRODUCT SUBSTITUTIONS
A. Timing: Architect will consider requests for substitution if received within 10 days after the
Notice to Proceed. 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, Architect will return
requests without action, except to record noncompliance with these requirements:
1. Requested substitution offers Owner a substantial advantage in cost, time, energy
conservation, or other considerations, after deducting additional responsibilities Owner
must assume. Owner's additional responsibilities may include compensation to Architect
w
LUBBOCK INTERNATIO.._.L AIRPORT MID -TERMINAL RESTRC 'AS 01600 - 7
REQUIREMENTS
PRODUCT RE
CDG 9830 Q
for redesign and evaluation services, increased cost of other construction by Owner, and
similar considerations. 1_
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 substitution has
been coordinated with other portions of the Work, is uniform and consistent, is
compatible with other products, and is acceptable to all contractors involved.
2.3 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 addresses and
names and addresses of architects and owners, if requested.
5. Samples, if requested.
PART 3 - EXECUTION (Not Used)
END OF SECTION 01600
1-1
LUBBOCK INTERNATIO� L AIRPORT MID -TERMINAL RESTRC sIS 01700 - 1
CDG 9830 EXECUTION REQUIREMENTS
SECTION 01700 - EXECUTION REQUIREMENTS
PARTI- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes general procedural requirements governing execution of the Work
including, but not limited to, the following:
1. Construction layout.
2. General installation of products.
3. Coordination of Owner -installed products.
4. Progress cleaning.
5. Starting and adjusting.
6. Protection of installed construction.
7. Correction of the Work.
B. Related Sections include the following:
1. Division 1 Section "Submittal Procedures" for submitting surveys.
2. Division 1 Section "Closeout Procedures" for final cleaning.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 EXAMINATION
A. Existing Conditions: The existence and location of utilities, and other construction indicated as
existing are not guaranteed. Before beginning work, investigate and verify the existence and
location of mechanical and electrical systems and other construction affecting the Work.
1. Before construction, verify the location and points of connection of utility services.
B. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or
Applicator present where indicated, for compliance with requirements for installation tolerances
and other conditions affecting performance. Record observations.
r-
LUBBOCK INTERNATIO. .L AIRPORT MID -TERMINAL RESTRC AS 01700 - 2
CDG 9530 EXECUTION REQUIREMENTS
Written Report: Where a written report listing conditions detrimental to performance of
the Work is required by other Sections, include the following:
a. Description of the Work.
b. List of detrimental conditions, including substrates.
C. List of unacceptable installation tolerances.
d. Recommended corrections.
2. Verify compatibility with and suitability of substrates, including compatibility with
existing finishes or primers.
3. Examine roughing -in for mechanical and electrical systems to verify actual locations of
connections before equipment and fixture installation.
4. Examine walls, floors, and roofs for suitable conditions where products and systems are
to be installed.
5. Proceed with installation only after unsatisfactory conditions have been corrected.
Proceeding with the Work indicates acceptance of surfaces and conditions.
3.2 PREPARATION
A. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or
others unless permitted under the following conditions and then only after arranging to provide
temporary utility services according to requirements indicated:
1. Notify Architect not less than five days in advance of proposed utility interruptions.
2.. Do not proceed with utility interruptions without Architect's written permission.
B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck
measurements before installing each product. Where portions of the Work are indicated to fit to
other construction, verify dimensions of other construction by field measurements before
fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the
Work.
C. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for
clarification of the Contract Documents, submit a request for information to Architect. Include
a detailed description of problem encountered, together with recommendations for changing the
Contract Documents.
3.3 INSTALLATION
A. General: Locate the Work and components of the Work accurately, in correct aligmnent and
elevation, as indicated.
I . Make vertical work plumb and make horizontal work level.
2. Where space is limited, install components to maximize space available for maintenance
and ease of removal for replacement.
LUBBOCK INTERNATION — AIRPORT MID -TERMINAL RESTRC IS 01700 - 3
CDG 9830
EXECUTION REQUIREMENTS
3. Conceal pipes, ducts, and NN iring in finished areas, unless otherwise indicated.
4. Maintain minimum headroom clearance of 8 feet (2.4 m) in spaces without a suspended
ceiling.
B. Comply with manufacturer's written instructions and recommendations for installing products
in applications indicated.
C. Install products at the time and under conditions that will ensure the best possible results.
Maintain conditions required for product performance until Substantial Completion.
D. Conduct construction operations so no part of the Work is subjected to damaging operations or
loading in excess of that expected during normal conditions of occupancy.
E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.
F. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component
securely in place, accurately located and aligned with other portions of the Work.
1. Mounting Heights: Where mounting heights are not indicated, mount components at
heights directed by Architect.
2. Allow for building movement, including thermal expansion and contraction.
G. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated,
arrange joints for the best visual effect. Fit exposed connections together to form hairline
joints.
H. Hazardous Materials: Use products, cleaners, and installation materials that are not considered
hazardous.
3.4 PROGRESS CLEANING
A. General: Clean Project site and work areas daily, including common areas. Coordinate
progress cleaning for joint -use areas where more than one installer has worked. Enforce
requirements strictly. Dispose of materials lawfully.
1. Comply with requirements in NFPA 241 for removal of combustible waste materials and
debris.
2. Do not hold materials more than 7 days during normal weather or 3 days if the
temperature is expected to rise above 80 deg F (27 deg C).
3. Containerize hazardous and unsanitary waste materials separately from other waste.
Mark containers appropriately and dispose of legally, according to regulations.
B. Site: Maintain Project site free of waste materials and debris.
C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for
proper execution of the Work.
1. Remove liquid spills promptly.
LUBBOCK INTERNATIOI AIRPORT MID -TERMINAL RESTRO S 01700 - 4
CDG 9830 EXECUTION REQUIREMENTS
2. Where dust would impair proper execution of the Work, broom -clean or vacuum the
entire work area, as appropriate.
D. Installed Work: Keep installed work clean. Clean installed surfaces according to written
instructions of manufacturer or fabricator of product installed, using only cleaning materials
specifically recommended. If specific cleaning materials are not recommended, use cleaning
materials that are not hazardous to health or property and that will not damage exposed
surfaces.
E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.
F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from
damage and deterioration at time of Substantial Completion.
G. Cutting and Patching: Clean areas and spaces where cutting and patching are performed.
Completely remove paint, mortar, oils, putty, and similar materials.
1. Thoroughly clean piping, conduit, and similar features before applying paint or other
finishing materials. Restore damaged pipe covering to its original condition.
H. Waste Disposal: Burying or burning waste materials on -site will not be permitted. Washing
waste materials down sewers or into waterways will not be permitted.
I. During handling and installation, clean and protect construction in progress and adjoining
materials already in place. Apply protective covering where required to ensure protection from
damage or deterioration at Substantial Completion.
J. Clean and provide maintenance on completed construction as frequently as necessary through
the remainder of the construction period. Adjust and lubricate operable components to ensure
operability without damaging effects.
K. Limiting Exposures: Supervise construction operations to assure that no part of the
construction, completed or in progress, is subject to harmful, dangerous, damaging, or
othenNise deleterious exposure during the construction period.
3.5 STARTING AND ADJUSTING
A. Start equipment and operating components to confirm proper operation. Remove
malfunctioning units, replace with new units, and retest.
B. Adjust operating components for proper operation without binding. Adjust equipment for
proper operation.
C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties.
Replace damaged and malfunctioning controls and equipment.
D. Manufacturer's Field Service: If a factory -authorized service representative is required to
inspect field -assembled components and equipment installation, comply with qualification
requirements in Division 1 Section "Quality Requirements."
LUBBOCK INTERNATIOI,...L AIRPORT MID -TERMINAL RESTRG IS 01700 - 5
CDG 9830 EXECUTION REQUIREMENTS
3.6 PROTECTION OF INSTALLED CONSTRUCTION
A. Provide final protection and maintain conditions that ensure installed Work is without damage
or deterioration at time of Substantial Completion.
B. Comply with manufacturer's written instructions for temperature and relative humidity.
3.7 CORRECTION OF THE WORK
A. Repair or remove and replace defective construction. Restore damaged substrates and finishes.
1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up
with matching materials, and properly adjusting operating equipment.
B. Restore pennanent facilities used during construction to their specified condition.
C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired
without visible evidence of repair.
D. Repair components that do not operate properly. Remove and replace operating components
that cannot be repaired.
E. Remove and replace chipped, scratched, and broken glass or reflective surfaces.
END OF SECTION 01700
LUBBOCK INTERNATIO1 _L AIRPORT MID -TERMINAL RESTRC IS 01770 - 1
CDG 9830 CLOSEOUT PROCEDURES
SECTION 01770 - CLOSEOUT PROCEDURES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for contract closeout,
including, but not limited to, the following:
1. Inspection procedures.
2. Project Record Documents.
3. Operation and maintenance manuals.
4. Warranties.
5. Instruction of Owner's personnel.
6. Final cleaning. -
B. Related Sections include the following:
1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment
for Substantial and Final Completion.
2. Division 1 Section "Execution Requirements" for progress cleaning of Project site.
3. Division 1 Section "Demonstration and Training" for requirements for instruction of
Owner's personnel.
4. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements
for products of those Sections.
1.3 SUBSTANTIAL COMPLETION
A. Preliminary Procedures: Before requesting inspection for determining date of Substantial
Completion, complete the following. List items below that are incomplete in request.
1. Prepare a list of items to be completed and corrected (punch list), the value of items on
the list, and reasons why the Work is not complete.
2. Advise Owner of pending insurance changeover requirements.
3. Submit specific warranties, final certifications, and similar documents.
4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to
services and utilities. Include occupancy permits, operating certificates, and similar
releases.
5. Prepare and submit Project Record Documents, operation and maintenance manuals, and
similar final record information.
LUBBOCK 1NTERNATIO, ._ .L AIRPORT MID -TERMINAL RESTRC AS 01770 - 2
€ CDG 9830 CLOSEOUT PROCEDURES
6. Deliver tools, spare parts, extra materials, and similar items to location designated by
Omer. Label with manufacturer's name and model number where applicable.
7. Complete startup testing of systems.
8. Terminate and remove temporary facilities from Project site, along with mockups,
construction tools, and similar elements.
__. 9. Submit changeover information related to Owner's occupancy, use, operation, and
maintenance.
10. Complete final cleaning requirements, including touchup painting.
11. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual
defects.
B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of
request, Architect will either proceed with inspection or notify Contractor of unfulfilled
requirements. Architect will prepare the Certificate of Substantial Completion after inspection
or will notify Contractor of items, either on Contractor's list or additional items identified by
Architect, that must be completed or corrected before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for Final
Completion.
1.4 FINAL COMPLETION
A. Preliminary Procedures: Before requesting final inspection for determining date of Final
Completion, complete the following:
1. Submit a final Application for Payment according to Division 1 Section "Payment
Procedures."
2. Submit certified copy of Architect's Substantial Completion inspection list of items to be
completed or corrected (punch list), endorsed and dated by Architect. The certified copy
of the list shall state that each item has been completed or otherwise resolved for
acceptance.
3. Submit evidence of final, continuing insurance coverage complying with insurance
requirements.
4. Instruct Owner's personnel in operation, adjustment, and maintenance of products,
equipment, and systems.
B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request,
Architect will either proceed with inspection or notify Contractor of unfulfilled requirements.
Architect will prepare a final Certificate for Payment after inspection or will notify Contractor
of construction that must be completed or corrected before certificate will be issued.
Reinspection: Request reinspection when the Work identified in previous inspections as
incomplete is completed or corrected.
1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST)
LUBBOCK INTERNATI01._ j, AIRPORT MID -TERMINAL RESTRC !CIS 01770 - 3
CDG 9830 CLOSEOUT PROCEDURES
A. Preparation: Submit three copies of list. Include name and identification of each space and
area affected by construction operations for incomplete items and items needing correction
including, if necessary, areas disturbed by Contractor that are outside the limits of construction.
1. Organize list of spaces in sequential order.
2. Organize items applying to each space by major element, including categories for ceiling,
individual walls, floors, equipment, and building systems.
3. Include the following information at the top of each page:
a. Project name.
b. Date.
C. Name of Architect.
d. Name of Contractor.
e. Page number.
1.6 PROJECT RECORD DOCUMENTS
A. General: Do not use Project Record Documents for construction purposes. Protect Project
Record Documents from deterioration and loss. Provide access to Project Record Documents
for Architect's reference during normal working hours.
B. Record Drawings: Maintain and submit one set of blue- or black -line white prints of Contract
Drawings and Shop Drawings.
1. Mark Record Prints to show the actual installation where installation varies from that
shown originally. Require individual or entity who obtained record data, whether
individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up
Record Prints.
a. Give particular attention to information on concealed elements that cannot be
readily identified and recorded later.
b. Accurately record information in an understandable drawing technique.
C. Record data as soon as possible after obtaining it. Record and check the markup
before enclosing concealed installations.
d. Mark Contract Drawings or Shop Drawings, whichever is most capable of
showing actual physical conditions, completely and accurately. Where Shop
Drawings are marked, show cross-reference on Contract Drawings.
2. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish
between changes for different categories of the Work at the same location.
3. Mark important additional information that was either shown schematically or omitted
from original Drawings.
4. Note Construction Change Directive numbers, Change Order numbers, alternate
numbers, and similar identification where applicable.
5. Identify and date each Record Drawing; include the designation "PROJECT RECORD
DRAWING" in a prominent location. Organize into manageable sets; bind each set with
durable paper cover sheets. Include identification on cover sheets.
LUBBOCK INTERNATIOi ._ .L AIRPORT MID -TERMINAL RESTRG IS 01770 - 4
CDG 9830 CLOSEOUT PROCEDURES
C. Record Specifications: Submit one copy of Project's Specifications, including addenda and
contract modifications. Mark copy to indicate the actual product installation where installation
varies from that indicated in Specifications, addenda, and contract modifications.
1. Give particular attention to information on concealed products and installations that
cannot be readily identified and recorded later.
2. Mark copy with the proprietary name and model number of products, materials, and
equipment furnished, including substitutions and product options selected.
3. Note related Change Orders, Record Drawings, and Product Data, where applicable.
1.7 OPERATION AND MAINTENANCE MANUALS
A. Assemble a complete set of operation and maintenance data indicating the operation and
maintenance of each system, subsystem, and piece of equipment not part of a system. Include
operation and maintenance data required in individual Specification Sections and as follows:
1. Operation Data:
a. Emergency instructions and procedures.
b. System, subsystem, and equipment descriptions, including operating standards.
C. Operating procedures, including startup, shutdown, seasonal, and weekend
operations..
d. Description of controls and sequence of operations.
e. Piping diagrams.
2. Maintenance Data:
a. Manufacturer's information, including list of spare parts.
b. Name, address, and telephone number of Installer or supplier.
C. Maintenance procedures.
d. Maintenance and service schedules for preventive and routine maintenance.
e. Maintenance record forms.
f. Sources of spare parts and maintenance materials.
g. Copies of maintenance service agreements.
h. Copies of warranties and bonds.
B. Organize operation and maintenance manuals into suitable sets of manageable size. Bind and
_ index data in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, in thickness necessary to
accommodate contents, with pocket inside the covers to receive folded oversized sheets.
Identify each binder on front and spine with the printed title "OPERATION AND
MAINTENANCE MANUAL," Project name, and subject matter of contents.
1.8 WARRANTIES
A. Submittal Time: Submit written warranties on request of Architect for designated portions of
the Work where commencement of warranties other than date of Substantial Completion is
indicated.
LUBBOCK INTERNATION >L AIRPORT MID -TERMINAL RESTRG ;IS 01770 - 5
CDG 9830 CLOSEOUT PROCEDURES
B. Organize warranty documents into an orderly sequence based on the table of contents of the
Project Manual.
1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders,
thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-I I -inch
(115-by-280-mm) paper.
2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty.
Mark tab to identify the product or installation. Provide a typed description of the
product or installation, including the name of the product and the name, address, and
telephone number of Installer.
3. Identify each binder on the front and spine with the typed or printed title
"WARRANTIES," Project name, and name of Contractor.
PART2-PRODUCTS
2.1 MATERIALS
A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or
fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially
hazardous to health or property or that might damage finished surfaces.
PART 3 - EXECUTION
3.1 DEMONSTRATION AND TRAINING
A. Instruction: Instruct Owner's personnel to adjust, operate, and maintain systems, subsystems,
and equipment not part of a system.
1. Schedule training with Owner, through Architect, with at least seven days' advance
notice.
3.2 FINAL CLEANING
A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply
with local laws and ordinances and Federal and local environmental and antipollution
regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to condition expected in an average commercial building cleaning and
maintenance program. Comply with manufacturer's written instructions.
Complete the following cleaning operations before requesting inspection for certification
of Substantial Completion for entire Project or for a portion of Project:
a. Remove tools, construction equipment, machinery, and surplus material from
Project site.
LUBBOCK INTERNATI01-L AIRPORT MID -TERMINAL RESTRO S 01770 - 6
CDG 9830 CLOSEOUT PROCEDURES
b. Clean exposed interior hard -surfaced finishes to a dirt -free condition, free of
stains, films, and similar foreign substances.
C. Remove debris and surface dust from limited access spaces.
d. Sweep concrete floors broom clean in unoccupied spaces.
e. Clean transparent materials, including mirrors and glass in doors and windows.
Remove glazing compounds and other noticeable, vision -obscuring materials.
Replace chipped or broken glass and other damaged transparent materials. Polish
mirrors and glass, taking care not to scratch surfaces.
£ Remove labels that are not permanent.
g. Touch up and otherwise repair and restore marred, exposed finishes and surfaces.
Replace finishes and surfaces that cannot be satisfactorily repaired or restored or
that already show evidence of repair or restoration.
1) Do not paint over "UL" and similar labels, including mechanical and
electrical nameplates.
h. Wipe surfaces of mechanical and electrical equipment, and similar equipment.
Remove excess lubrication, paint and mortar droppings, and other foreign
substances.
i. Replace parts subject to unusual operating conditions.
j. Clean plumbing fixtures to a sanitary condition, free of stains, including stains
resulting from water exposure.
k. Replace disposable air filters and clean permanent air filters. Clean exposed
surfaces of diffusers, registers, and grills.
1. Clean ducts, blowers, and coils if units were operated without filters during
construction.
M. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency.
Replace burned -out bulbs, and those noticeably dimmed by hours of use, and
defective and noisy starters in fluorescent and mercury vapor fixtures to comply
with requirements for new fixtures.
n. Leave Project clean and ready for occupancy.
C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris
or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous
materials into drainage systems. Remove waste materials from Project site and dispose of
lawfully.
END OF SECTION 01770
LUBBOCK INTERNATIOi ..L AIRPORT MID -TERMINAL RESTRC 4S 02070 - 1
CDG 9830 SELECTIVE DEMOLITION
SECTION 02070 - SELECTIVE DEMOLITION
PART 1-GENERAL
1.1 RELATED DOCUMENTS.
A. DraAings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Demolition and removal of selected portions of a building.
B. Related Sections: The following Sections contain requirements that relate to this Section:
1. Division 1 Section "Summary of Work" for use of the building and phasing requirements
2. Division 1 Section "Contract Closeout" for record document requirements.
3. Division 15 Sections for cutting, patching, or relocating mechanical items.
4. Division 16 Sections for cutting, patching, or relocating electrical items.
1.3 DEFINITIONS
A. Remove: Remove and legally dispose of items except those indicated to be reinstalled,
salvaged, or to remain the Owner's property.
B. Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's
property. Remove, clean, and pack or crate items to protect against damage. Identify contents
of containers and deliver to Owner's designated storage area.
C. Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for
reuse; store and protect against damage. Reinstall items in the same locations or in locations
indicated.
D. Existing to Remain: Protect construction indicated to remain against damage and soiling during
selective demolition. When permitted by the Architect, items may be removed to a suitable,
protected storage location during selective demolition and then cleaned and reinstalled in their
original locations.
1.4 MATERIALS OWNERSHIP
A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise
indicated to remain the Owner's property, demolished materials shall become the Contractor's
property and shall be removed from the site with further disposition at the Contractor's option.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO_ 4S 02070 - 2
CDG 9830 SELECTIVE DEMOLITION
1.5 SUBMITTALS
A. General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections, for information only, unless otherwise indicated.
B. Proposed dust -control measures.
C. Proposed noise -control measures.
D. Schedule of selective demolition activities indicating the following:
1. Detailed sequence of selective demolition and removal work, with starting and ending
dates for each activity.
2. Interruption of utility services.
3. Coordination for shutoff, capping, and continuation of utility services.
4. Use of elevator and stairs.
5. Detailed sequence of selective demolition and removal work to ensure uninterrupted
progress of Owner's on -site operations.
6. Coordination of Owner's continuing occupancy of portions of existing building and of
Owner's partial occupancy of completed Work.
7. Locations of temporary partitions, means of egress, and adherence to building security
requirments.
E. Record drawings at Project closeout according to Division 1 Section "Contract Closeout."
Identify and accurately locate capped utilities and other subsurface structural, electrical,
or mechanical conditions.
1.6 QUALITY ASSURANCE
A. Demolition Firm Qualifications: Engage an experienced firm that has successfully completed
selective demolition Work similar to that indicated for this Project.
B. Regulatory Requirements: Comply with governing EPA notification regulations before starting
selective demolition. Comply with hauling and disposal regulations of authorities having
jurisdiction.
1.7 PROJECT CONDITIONS
A. Owner will occupy portions of the building immediately adjacent to selective demolition area.
Conduct selective demolition so that Owner's operations will not be disrupted. Provide not less
than 72 hours' notice to Owner of activities that will affect Owner's operations.
B. Owner assumes no responsibility for actual condition of buildings to be selectively demolished.
Conditions existing at time of inspection for bidding purpose will be maintained by
Owner as far as practical.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRG AS 02070 - 3
CDG 9830 SELECTIVE DEMOLITION
C. Asbestos: It is not expected that asbestos will be encountered in the Work. If any materials
suspected of containing asbestos are encountered, do not disturb the materials. Immediately
notify the Architect and the Owner.
1. Asbestos will be removed by Owner before start of Work.
D. Storage or sale of removed items or materials on -site will not be permitted.
1.8 SCHEDULING
A. Arrange selective demolition schedule so as not to interfere with Owner's on -site operations.
PART 2 - PRODUCTS (Not Applicable)
2.1 REPAIR MATERIALS
A. Use repair materials identical to existing materials.
1. Where identical materials are unavailable or cannot be used for exposed surfaces, use
materials that visually match existing adjacent surfaces to the fullest extent possible.
2. Use materials whose installed performance equals or surpasses that of existing materials.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that utilities have been disconnected and capped.
B. Survey existing conditions and correlate with requirements indicated to determine extent of
selective demolition required.
C. Inventory and record the condition of items to be removed and reinstalled and items to be
removed and salvaged.
D. When unanticipated mechanical, electrical, or structural elements that conflict with the intended
function or design are encountered, investigate and measure the nature and extent of the
conflict. Promptly submit a written report to the Architect.
3.2 UTILITY SERVICES
A. Maintain existing utilities indicated to remain in service and protect them against damage
during selective demolition operations.
1. Do not interrupt existing utilities serving occupied or operating facilities, except when
authorized in writing by Owner and authorities having jurisdiction. Provide temporary �-
i
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO. IS 02070 - 4
CDG 9830 SELECTIVE DEMOLITION
services during interruptions to existing utilities, as acceptable to Owner and to
governing authorities.
a. Provide not less than 72 hours' notice to Owner if shutdown of service is required
during changeover.
B. Utility Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services
serving building to be selectively demolished.
I . Arrange to shut off indicated utilities with utility companies.
2. Where utility services are required to be removed, relocated, or abandoned, provide
bypass connections to maintain continuity of service to other parts of the building before
proceeding with selective demolition.
3. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal
the remaining portion of pipe or conduit after bypassing.
C. Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting,
removing, and sealing or capping utility services. Do not start selective demolition work until
utility disconnecting and sealing have been completed and verified in writing.
3.3 PREPARATION
A. Conduct demolition operations and remove debris to ensure minimum interference with roads,
streets, walks, and other adjacent occupied and used facilities.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities
without permission from Owner and authorities having jurisdiction. Provide alternate
routes around closed or obstructed traffic ways if required by governing regulations.
B. Conduct demolition operations to prevent injury to people and damage to adjacent buildings and
facilities to remain. Ensure safe passage of people around selective demolition area.
1. Protect walls, ceilings, floors, and other existing finish work that are to remain and are
exposed during selective demolition operations.
C. Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt
migration and to separate areas from fumes and noise.
3.4 POLLUTION CONTROLS
A. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and
areas.
B. Clean adjacent areas of dust, dirt, and debris caused by selective demolition operations. Return
adjacent areas to condition existing before start of selective demolition.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO . `IS 02070 - 5
CDG 9830 SELECTIVE DEMOLITION
3.5 SELECTIVE DEMOLITION
A. Demolish and remove existing construction only to the extent required by new construction and
as indicated. Use methods required to complete Work within limitations of governing
regulations and as follows:
1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use
cutting methods least likely to damage construction to remain or adjoining construction.
To minimize disturbance of adjacent surfaces, use hand or small power tools designed for
sat%ping or grinding, not hammering and chopping. Temporarily cover openings to
remain.
2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring
existing finished surfaces.
3. Do not use cutting torches until work area is cleared of flammable materials. At
concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden
space before starting flame -cutting operations. Maintain portable fire -suppression
devices during flame -cutting operations.
4. Maintain adequate ventilation when using cutting torches.
5. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and
promptly dispose of off -site.
6. Dispose of demolished items and materials promptly. On -site storage or sale of removed
items is prohibited.
7. Return elements of construction and surfaces to remain to condition existing before start
of selective demolition operations.
3.6 PATCHING AND REPAIRS
A. Promptly patch and repair holes and damaged surfaces caused to adjacent construction by
selective demolition operations.
B. Where repairs to existing surfaces are required, patch to produce surfaces suitable for new
materials.
C. Restore exposed finishes of patched areas and extend finish restoration into adjoining
construction to remain in a manner that eliminates evidence of patching and refinishing.
D. Patch, repair, or rehang existing ceilings as necessary to provide an even -plane surface of
uniform appearance.
3.7 DISPOSAL OF DEMOLISHED MATERIALS
A. General: Promptly dispose of demolished materials. Do not allow demolished materials to
accumulate on -site.
B. Burning: Do not burn demolished materials.
C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRI. :%IS 02070 - 6
CDG 9830 SELECTIVE DEMOLITION
3.8 CLEANING
A. Sweep the building broom clean on completion of selective demolition operation.
END OF SECTION 02070
LUBBOCK INTERNATIONAL AIRPORT MID-TERMINTAL RESTRC IS 08110 - 1
CDG 9830 STEEL DOORS AND FRAMES
SECTION 08110 - STEEL DOORS AND FRAMES
PARTI- GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes steel frames.
B. Related Sections: The following Sections contain requirements that relate to this Section:
1. Division 4 Section "Unit Masonry" for building anchors into and grouting frames in
masonry construction.
2. Division 8 Section "Flush Wood Doors" for solid -core wood doors installed in steel
frames:
3. Division 8 Section "Door Hardware" for door hardware.
4. . Division 9 Section "Painting" for field painting frames.
1.3 SUBMITTALS
A. General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections.
B. Product Data for each type of frame specified, including details of construction, materials,
dimensions, hardware preparation, core, label compliance, sound ratings, profiles, and finishes.
C. Shop Drawings showing fabrication and installation of steel frames. Include details of each
frame type, conditions at openings, details of construction, location and installation
requirements of frame hardware and reinforcements, and details of joints and connections.
Show anchorage and accessory items.
LJ
D. Door Schedule: Submit schedule of frames using same reference numbers for details and
openings as those on Contract Drawings. H-
1.4 QUALITY ASSURANCE
A. Provide complying with ANSI/SDI 100 "Recommended Specifications for Standard Steel I
Doors and Frames" and as specified. i
LA
�r
1i
L
4�
r-;
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTR(, _MS 08110 - 2
CDG 9830 STEEL DOORS AND FRAMES
1.5 . DELIVERY, STORAGE, AND HANDLING
A. Deliver frames cardboard -wrapped or crated to provide protection during transit and job
storage. Provide additional protection to prevent damage to finish of factory -finished doors and
frames.
B. Inspect frames on delivery for damage. Minor damages may be repaired provided refinished
items match new work and are acceptable to Architect; otherwise, remove and replace damaged
items as directed.
C. Store frames at building site under cover. Place units on minimum 4-inch- (100-mm-) high
wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity
chamber. If cardboard wrappers on doors become xvet, remove cartons immediately. Provide
minimum 1/4-inch (6-mm) spaces between stacked doors to promote air circulation.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Steel Frames:
a. Fenestra Corp.
b. Kewanee Corp.
C. Republic Builders Products.
d. Steelcraft.
2.2 MATERIALS
A. Hot -Rolled Steel Sheets and Strip: Commercial -quality carbon steel, pickled and oiled,
complying with ASTM A 569 (ASTM A 569M).
B. Cold -Rolled Steel Sheets: Carbon steel complying with ASTM A 366 (ASTM A 366M),
commercial quality, or ASTM A 620 (ASTM A 620M), drawing quality, special killed.
C. Galvanized Steel Sheets: Zinc -coated carbon steel complying with ASTM A 526
(ASTM A 526M), commercial quality, or ASTM A 642 (ASTM A 642M), drawing quality,
hot -dip galvanized according to ASTM A 525, with A 60 or G 60 (ASTM A 525M, with Z 180
or ZF 180) coating designation, mill phosphatized.
D. Supports and Anchors: Fabricated from not less than 0.0478-inch- (1.2-mm-) thick steel sheet;
0.0516-inch- (1.3-mm-) thick galvanized steel where used with galvanized steel frames.
E. Inserts, Bolts, and Fasteners: Manufacturer's standard units. Where items are to be built into
exterior walls, hot -dip galvanize complying with ASTM A 153, Class C or D as applicable.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO,. ' 08110 - 3
CDG 9830 STEEL DOORS AND FRAMES
2.3 FRAMES
A. Provide metal frames for doors, according to ANSUSDI 100, and of types and styles as shown
on Drawings and schedules. Conceal fastenings, unless otherwise indicated. Fabricate frames
of minimum 0.0478-inch- (1.2-mm-) thick cold -rolled steel sheet.
1. Fabricate frames with mitered or coped and continuously welded corners.
B. Door Silencers: Except on weatherstripped frames, drill stops to receive 3 silencers on strike
jambs of single -door frames and 2 silencers on heads of double -door frames.
2.4 FABRICATION
A. Fabricate frame units to be rigid, neat in appearance, and free from defects, warp, or buckle.
Where practical, fit and assemble units in manufacturer's plant. Clearly identify work that
cannot be permanently factory assembled before shipment, to assure proper assembly at Project
site. Comply with ANSI/SDI 100 requirements.
B.
Tolerances: Comply with SDI 117 "Manufacturing Tolerances Standard Steel Doors and
Frames."
C.
Fabricate concealed stiffeners, reinforcement, edge channels, louvers, and moldings from either
rJ11
cold- or hot -rolled steel sheet.
D.
Exposed Fasteners: Unless otherwise indicated, provide countersunk flat or oval heads for
exposed screws and bolts.
E.
Hardware Preparation: Prepare frames to receive mortised and concealed hardware according
to final door hardware schedule and templates provided by hardware supplier. Comply with
applicable requirements of SDI 107 and ANSI Al15 Series specifications for door and frame
preparation for hardware.
F.
Reinforce frames to receive surface -applied hardware. Drilling and tapping for surface -applied
hardware may be done at Project site.
G.
Locate hardware as indicated on Shop Drawings or, if not indicated, according to the Door and
Hardware Institute's (DHI) "Recommended Locations for Architectural Hardware for Standard
Steel Doors and Frames."
2.5
FINISHES, GENERAL
A.
Comply with NAAMM's "Metal Finishes Manual" for recommendations relative to applying
and designating finishes.
U
B.
Comply with SSPC-PA 1, "Paint Application Specification No. 1," for steel sheet finishes.
C.
Apply primers to frames after fabrication.
L-!
f
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO` _v1S 08110 - 4
CDG 9830 STEEL DOORS AND FRAMES
2.6 STEEL SHEET FINISHES
A. Surface Preparation: Solvent -clean surfaces to comply with SSPC-SP 1 to remove dirt, oil,
grease, and other contaminants that could impair paint bond. Remove mill scale and rust, if
present, from uncoated steel to comply with SSPC-SP 5 (White Metal Blast Cleaning) or
SSPC-SP 8 (Pickling). _
B. Pretreatment: Immediately after surface preparation, apply a conversion coating of type suited
to organic coating applied over it.
C. Factory Priming for Field -Painted Finish: Apply shop primer that complies with ANSI A224.1
acceptance criteria, is compatible with finish paint systems indicated, and has capability to
provide a sound foundation for field -applied topcoats. Apply primer immediately after surface
preparation and pretreatment.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Install steel frames, and accessories according to Shop Drawings, manufacturer's
data, and as specified. .
B. Placing Frames: Comply ,%vrith provisions of SDI 105, unless otherwise indicated. Set frames
accurately in position, plumbed, aligned, and braced securely until permanent anchors are set.
After wall construction is completed, remove temporary braces and spreaders, leaving surfaces
smooth and undamaged.
1. Place frames before constructing enclosing Nvalls and ceilings.
2. In metal -stud partitions, install at least 3 wall anchors per jamb at hinge and strike levels.
In steel -stud partitions, attachwall anchors to studs with screws.
C. Door Installation: Fit hollow -metal doors accurately in frames, within clearances specified in
ANSI/SDI 100.
3.2 ADJUSTING AND CLEANING
A. Prime Coat Touchup: Immediately after erection, sand smooth any rusted or damaged areas of
prime coat and apply touchup of compatible air -drying primer.
B. Protection Removal: Immediately before final inspection, remove protective wrappings from
frames.
END OF SECTION 08110
f-
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRG.,WIS 08211 - 1
CDG 9830 FLUSH WOOD DOORS
SECTION 08211 - FLUSH WOOD DOORS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Solid -core doors with wood -veneer faces.
2. Finishing flush wood doors.
3. Factory fitting flush wood doors to frames and factory machining for hardware.
B. Related Sections include the following:
1. Divison 9 Section "Painting" for finishing flush wood doors.
1.3 SUBMITTALS
A. Product Data: For each type of door. Include details of core and edge construction, trim for
openings, and louvers.
B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door;
construction details not covered in Product Data; location and extent of hardware blocking; and
other pertinent data.
1. Indicate dimensions and locations of mortises and holes for hardware.
2. Indicate dimensions and locations of cutouts.
C. Samples for Verification: As follows:
1. Corner sections of doors approximately 8 by 10 inches (200 by 250 mm) with door faces
and edgings representing the typical range of color and grain for each species of veneer
and solid lumber required.
1.4 QUALITY ASSURANCE
A. Source Limitations: Obtain flush wood doors through one source from a single manufacturer
B. Quality Standard: Comply with the following standard:
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRG ,IS 08211 - 2 w
CDG 9830 FLUSH WOOD DOORS
__
1. AWI Quality Standard: AWI's "Architectural Woodwork Quality Standards" for grade
- of door, core, construction, finish, and other requirements.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Protect doors during transit, storage, and handling to prevent damage, soiling, and deterioration.
Comply with requirements of referenced standard and manufacturer's written instructions.
1. Individually package doors in cardboard cartons and wrap bundles of doors in plastic
sheeting.
B. Mark each door with individual opening numbers used on Shop Drawings. Use removable tags
or concealed markings.
1.6 PROJECT CONDITIONS
A. Environmental Limitations: Do not deliver or install doors until conditions for temperature and
relative humidity have been stabilized and will be maintained in storage and installation areas
during the remainder of the construction_ period to comply with requirements of the referenced
quality standard for Projeefs geographical location.
1.7 WARRANTY
A. General Warranty: Door manufacturer's warranty specified in this Article shall not deprive the
Owner of other rights the Owner may have under other provisions of the Contract Documents
and shall be in addition to, and run concurrent with, other warranties made by the Contractor
under requirements of the Contract Documents.
B. Door Manufacturer's Warranty: Submit written agreement on door manufacturer's standard
form, signed by manufacturer, Installer, and Contractor, agreeing to repair or replace defective
doors that have warped (bow, cup, or twist) more than 1/4 inch (6.35 min) in a 42-by-84-inch
(1067-by-2134-mm) section or that show telegraphing of core construction in face veneers
exceeding 0.01 inch in a 3-inch (0.25 min in a 75-mm) span, or do not comply with tolerances
in referenced quality standard.
1. Warranty shall also include installation and finishing that may be required due to repair
or replacement of defective doors.
2. Warranty shall be in effect during the following period of time after the date of
Substantial Completion:
a. Solid -Core Interior Doors: Life of installation.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRG,. -.4S 08211 - 3
CDG 9830 FLUSH WOOD DOORS
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1. Flush Wood Doors:
a. Algoma Hardwoods Inc.
b. Eggers Industries; Architectural Door Division.
C. V-T Industries Inc.
d. Weyerhaeuser Co.
2.2 DOOR CONSTRUCTION, GENERAL
A. Doors for Transparent Finish: Comply with the following requirements:
1. Grade: Premium, with Grade AA faces.
2. Faces: White oak, plain sliced.
3. Match between Veneer Leaves: Pleasing match.
4. Match within Door Faces: Running match.
5. Stiles: Same species as face.
2.3 SOLID -CORE DOORS
A. Particleboard Cores: Comply Mth the following requirements:
1. Particleboard: ANSI A208.1, Grade LD-2.
2. Blocking: Provide wood blocking at particleboard -core doors as follows: Li
a. 5-inch (125-mm) top -rail blocking, at doors indicated to have closers.
b. 5-inch (125-mm) bottom -rail blocking, at doors indicated to have kick, mop, or
ril
armor plates.
C. 5-inch (125-mm) midrail blocking, at doors indicated to have exit devices. 1,
B. Interior Veneer -Faced Doors: Comply with the following requirements:
1. Core: Particleboard core.
2. Construction: Five plies with stiles and rails bonded to core, then entire unit abrasive
planed before veneering.
2.4 LOUVERS AND LIGHT FRAMES
A. Light Openings in Doors: Manufacturer's standard frame formed of same species as door
facing.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO%...iS 08211 - 4
CDG 9830 FLUSH WOOD DOORS
2.5 FABRICATION
A. Factory fit doors to suit frame -opening sizes indicated, with the following uniform clearances
and bevels, unless otherwise indicated:
1. Comply with clearance requirements of referenced quality standard for fitting. Comply
with requirements of NFPA 80 for fire -rated doors.
B. Factory machine doors for hardware that is not surface applied. Locate hardware to comply
with DHI-WDHS-3. Comply with final hardware schedules, door frame Shop Drawings,
DHI Al 15-W series standards, and hardware templates.
1. Coordinate measurements of hardware mortises in metal frames to verify dimensions and
alignment before factory machining.
2. Metal Astragals: Premachine astragals and formed -steel edges for hardware for pairs of
fire -rated doors.
C. Openings: Cut and trim openings through doors to comply with applicable requirements of
referenced standards for kind(s) of door(s) required.
1. Light Openings: Trim openings with moldings of material and profile indicated.
2.6 FINISHING
A. General: For finishing, see Division 9 Section "Painting".
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine installed door frames before hanging doors.
1. Verify that frames comply with indicated requirements for type, size, location, and swing
characteristics and have been installed with plumb jambs and level heads.
2. Reject doors with defects.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Hardware: For installation, see Division 8 Section "Door Hardware."
B. Manufacturer's Written Instructions: Install wood doors to comply with manufacturer's written
instructions, referenced quality standard, and as indicated.
C. Factory -Fitted Doors: Align in frames for uniform clearance at each edge.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO S 08711 - 2
CDG 9830 DOOR HARDWARE
C. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing
fabrication and assembly of door hardware, as well as procedures and diagrams. Coordinate
the final Door Hardware Schedule with doors, frames, and related work to ensure proper size,
thickness, hand, function, and finish of door hardware.
1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and
Format for the Hardware Schedule."
2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating
complete designations of every item required for each door or opening.
a. Organize door hardware sets in same order as in the Door Hardware Schedule at
the end of Part 3.
3. Content: Include the following information:
a. Type, style, function, size, label, hand, and finish of each door hardware item.
b. Manufacturer of each item.
C. Fastenings and other pertinent information.
d. Location of each door hardware set, cross-referenced to Drawings, both on floor
plans and in door and frame schedule.
e. Explanation of abbreviations, symbols, and codes contained in schedule.
f. Mounting locations for door hardware.
g. Door and frame sizes and materials.
4. Submittal Sequence: Submit the final Door Hardware Schedule at earliest possible date,
particularly where approval of the Door Hardware Schedule must precede fabrication of
other work that is critical in the Project construction schedule. Include Product Data,
Samples, Shop Drawings of other work affected by door hardware, and other information
essential to the coordinated review of the Door Hardware Schedule.
D. Keying Schedule: Prepared by or under the supervision of supplier, detailing Owner's final
keying instructions for locks. Include schematic keying diagram and index each key set to
unique door designations.
E. Qualification Data: For firms and persons specified in "Quality Assurance" Article.
F. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer
and witnessed by a qualified testing agency, indicating current products comply with
requirements.
G. Maintenance Data: For each type of door hardware to include in maintenance manuals
specified in Division 1.
H. Warranties: Special warranties specified in this Section.
j LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTRC IS 08711 - 3
CDG 9830 DOOR HARDWARE
9 1.4 QUALITY ASSURANCE
9 A. Installer Qualifications: An experienced installer who has completed door hardware similar in
material, design, and extent to that indicated for this Project and whose work has resulted in
construction with a record of successful in-service performance.
B. Supplier Qualifications: Door hardware supplier with warehousing facilities in Project's
vicinity and who is or employs a qualified Architectural Hardware Consultant, available during
the course of the Work to consult with Contractor, Architect, and Owner about door hardware
and keying.
1. Scheduling Responsibility: Preparation of door hardware and keying schedules.
C. Architectural Hardware Consultant Qualifications: A person who is currently certified by the
Door and Hardware Institute as an Architectural Hardware Consultant and who is experienced
in providing consulting services for door hardware installations that are comparable in material,
design, and extent to that indicated for this Project.
D. Source Limitations: Obtain each type and variety of door hardware from a single
manufacturer, unless otherwise indicated.
E. Regulatory Requirements: Comply with provisions of the following:
1. Where indicated to comply with accessibility requirements, comply with Americans with
Disabilities Act (ADA), "Accessibility Guidelines for Buildings and Facilities
(ADAAG)," and the Texas Accessibility Standards (TAS) as follows:
a. Handles, Pulls, Latches, Locks, and other Operating Devices: Shape that is easy
to grasp with one hand and does not require tight grasping, tight pinching, or
twisting of the wrist.
b. Door Closers: Comply with the following maximum opening -force requirements
indicated:
1) Interior Hinged Doors: 5 lbf (22.2 N) applied perpendicular to door.
2) Sliding or Folding Doors: 5 lbf (22.2 N) applied parallel to door at latch.
3) Fire Doors: Minimum opening force allowable by authorities having
jurisdiction.
C. Thresholds: Not more than 1/2 inch (13 mm) high. Bevel raised thresholds with a
slope of not more than 1:2.
2. NFPA 101: Comply with the following for means of egress doors:
a. Latches, Locks, and Exit Devices: Not more than 15 lbf (67 N) to release the
latch. Locks shall not require the use of a key, tool, or special knowledge for
operation.
b. Door Closers: Not more than 30 lbf (133 N) to set door in motion and not more
than 15 lbf (67 N) to open door to minimum required width.
C. Thresholds: Not more than 1/2 inch (13 mm) high.
LUBBOCK INTERNATIOi .A. AIRPORT MID -TERMINAL RESTRC IS 08711 - 4
CDG 9830
DOOR HARDWARE
1.5 DELIVERY, STORAGE, AND HANDLING
A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to
Project site.
B. Tag each item or package separately with identification related to the final Door Hardware
Schedule, and include basic installation instructions with each item or package.
C. Deliver keys to Owner by registered mail or overnight package service.
1.6 COORDINATION
A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other
work specified to be factory prepared for installing door hardware. Check Shop Drawings of
other work to confirm that adequate provisions are made for locating and installing door
hardware to comply with indicated requirements.
1.7 WARRANTY
A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other
rights Owner may have under other provisions of the Contract Documents and shall be in El
addition to, and run concurrent with, other warranties made by Contractor under requirements
of the Contract Documents.
B. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or replace
components of door hardware that fail in materials or workmanship within specified warranty
period. Failures include, but are not limited to, the following:
1. Structural failures including excessive deflection, cracking, or breakage.
2. Faulty operation of operators and door hardware.
3. Deterioration of metals, metal finishes, and other materials beyond normal weathering
C. Warranty Period: Three years from date of Substantial Completion, unless otherwise indicated.
D. Warranty Period for Manual Closers: 10 years from date of Substantial Completion.
1.8 MAINTENANCE SERVICE
A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and ;
maintenance instructions as needed for Owner's continued adjustment, maintenance, and
removal and replacement of door hardware.
LUBBOCK INTERNATIO. _L AIRPORT MID -TERMINAL RESTRC ZS
CDG 9830
PART2-PRODUCTS
2.1 SCHEDULED DOOR HARDWARE
08711 - 5
DOOR HARDWARE
A. General: Provide door hardware for each door to comply with requirements in this Section, and
the Door Hardware Schedule at the end of Part 3.
1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and
products equivalent in function and comparable in quality to named products.
B. Designations: Requirements for design, grade, function, finish, size, and other distinctive
qualities of each type of door hardware are indicated in the Door Hardware Schedule at the end
of Part 3. Products are identified by using door hardware designations, as follows:
1. Named Manufacturer's Products: Product designation and manufacturer are listed for
each door hardware type required for the purpose of establishing minimum requirements.
Manufacturers' names are abbreviated in the Door Hardware Schedule.
2.2 HINGES AND PIVOTS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Hinges:
a. Hager Companies (HAG).
b. McKinneyinney Products Company; Div. of ESSEX Industries, Inc.
(MCKINNEY).
B. Quantity: Provide the following, unless otherwise indicated:
1. Three Hinges: For doors with heights 61 to 90 inches (1549 to 2286 mm).
C. Template Requirements: Except for hinges to be installed entirely (both leaves) into wood
doors and frames, provide only template -produced units.
D. Hinge Base Metal: Unless otherwise indicated, provide the following:
1. Interior Hinges: Steel, with steel pin.
E. Hinge Options: Comply with the following where indicated in the Door Hardware Schedule or
on Drawings:
1. Corners: Square.
F. Fasteners: Comply with the following:
1. Machine Screws: For metal doors and frames. Install into drilled and tapped holes.
LUBBOCK INTERNATIO. .I, AIRPORT MID -TERMINAL RESTRC AS 08711 - 6
CDG 9830 DOOR HARDWARE
2. Wood Screws: For wood doors and frames.
3. Threaded -to -the -Head Wood Screws: For fire -rated wood doors.
4. Screws: Phillips flat -head screws; machine screws (drilled and tapped holes) for metal
doors and wood screws for wood doors and frames. Finish screw heads to match surface
of hinges.
2.3 LOCKS AND LATCHES
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Mechanical Locks and Latches:
a. Best Lock Corporation (BLC).
b. Corbin Russxvin Architectural Hardware; Div. of Yale Security Inc. (CR).
C. Sargent Manufacturing Company; Div. of ESSEX Industries, Inc. (SGT).
d. Schlage Lock Company; an Ingersoll-Rand Company (SCH).
B. Lock Trim: Comply with the following:
1. Lever: Cast.
2. Knob: Wrought..
3. Escutcheon (Rose): Wrought.
4. Dummy Trim: Match lever lock trim and escutcheons.
5. Lockset Design: Provide the lock -set design designated below or, if sets are provided by
another manufacturer, provide designs that match those designated:
a. Bored Locks: Corbin RussvN7n Architectural Hardware.
C. Lock Throw:
1. Bored Locks: Minimum 1/2-inch (12.7-mm) latchbolt throw.
D. Backset: 2-3/4 inches (70 mm), unless otherwise indicated.
2.4 CYLINDERS AND KEYING
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Cvlinders: Same manufacturer as for locks and latches.
2. Kev Control Systems:
a. Key Control Systems. Inc. (KCS).
f
LUBBOCK INTERNATIO1 _L AIRPORT MID -TERMINAL RESTRC ZS 08711 - 7
CDG 9830 DOOR HARDWARE
b. Major 1Vletalfab Co. (MM).
C. Sargent Manufacturing Company; Div. of ESSEX Industries, Inc. (SGT).
d. Sunroc Corporation (SUN).
C. Cylinders: Manufacturer's standard tumbler type, constructed from brass or bronze, stainless
steel, or nickel silver, and complying with the following.
1. Match Owner's existing Corbin 60 system.
D. Permanent Cores: Manufacturer's standard; finish face to match lockset; complying with the
following:
E. Construction Keying: Comply with the following:
1. Construction Cores: Provide construction cores that are replaceable by permanent cores.
Provide 5 construction master keys.
a. Replace construction cores with permanent cores, as directed by Owner.
F. Keying System: Unless otherwise indicated, provide a factory -registered keying system
complying with the following requirements:
1. Master Key System: Cylinders are operated by a change key and a master key.
2. Keyed Alike: Key all cylinders to the same change key.
a. Cylinders shall be master keyed to Owner's existing system.
G. Keys: Provide nickel -silver keys complying with the following:
1. Stamping: Permanently inscribe each key with a visual key control number and include
the following notation:
a. Notation: "DO NOT DUPLICATE."
2. Quantity: In addition to one extra blank key for each lock, provide the following:
a. Cylinder Change Keys: Three.
b. Master Keys: Five.
2.5 STRIKES
A. Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with
curved lip extended to protect frame, finished to match door hardware set, unless otherwise
indicated.
LUBBOCK INTERNATIO_ .L AIRPORT MID -TERMINAL RESTRC IS
CDG 9830
2.6 OPERATING TRIM
08711 - 8
DOOR HARDWARE
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Hager Companes (HAG).
2. Ives: H. B. Ives (IVS).
3. Rockwood Manufacturing Company (RM).
4. Triangle Brass Manufacturing Company, Inc. (TBM).
B. Materials: Fabricate from stainless steel, unless otherwise indicated.
2.7 CLOSERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Surface -Mounted Closers:
a. Corbin Russwin Architectural Hardware; Div. of Yale Security Inc. (CR).
b. LCN Closers; an Ingersoll-Rand Company (LCN).
C. Norton Door Controls; Div. of Yale Security Inc. (NDC).
d. Sargent Manufacturing Company; Div. Of ESSEX Industries, Inc. (SGT).
B. Certified Products: Provide door closers listed in BHMA's "Directory of Certified Door
Closers."
C. Size of Units: Unless otherwise indicated, comply with manufacturer's written
recommendations for size of door closers depending on size of door, exposure to weather, and
anticipated frequency of use. Provide factory -sized closers, adjustable to meet field conditions
and requirements for opening force.
2.8 PROTECTIVE TRIM UNITS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following: r )
1. Metal Protective Trim Units:
a. Hager Companies (HAG). 1
b. Ives: H. B. Ives (IVS).
C. Rockwood Manufacturing Company (RM).
d. Triangle Brass Manufacturing Company, Inc. (TBM).
t_
B. Materials: Fabricate protection plates from the following:
�z
1. Stainless Steel: 0.050 inch (1.3 nun) thick; beveled top and 2 sides.
LUBBOCK INTERNATIOI — AIRPORT MID -TERMINAL RESTRC IS 08711 - 9
CDG 9830 DOOR HARDWARE
C. Fasteners: Provide manufacturer's standard exposed fasteners for door trim units consisting of
either machine or self -tapping screws.
D. Furnish protection plates sized 2 inches less than door width on push side and 1/2 inch (13 mm)
less than door width on pull side, by height specified in Door Hardware Schedule.
2.9 STOPS AND HOLDERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Hager Companies (HAG).
2. Ives: H. B. Ives (IVS).
3. Rockwood Manufacturing Company (RM).
4. Triangle Brass Manufacturing Company, Inc. (TBM).
B. Floor Stops: For doors, unless wall or other type stops are scheduled or indicated. Do not
mount floor stops where they drill impede traffic.
Where floor or wall stops are not appropriate, provide overhead holders.
C. Silencers for Metal Door Frames: BHMA Grade l; neoprene or rubber, minimum diameter 1/2
inch (13 mm); fabricated for drilled -in application to frame.
2.10 FABRICATION
A. Manufacturer's Nameplate: Do not provide manufacturers' products that have manufacturer's
name or trade name displayed in a visible location (omit removable nameplates) except in
conjunction with required fire -rated labels and as otherwise approved by Architect.
1. Manufacturer's identification will be permitted on rim of lock cylinders only.
B. Base Metals: Produce door hardware units of base metal, fabricated by forming method
indicated, using manufacturer's standard metal alloy, composition, temper, and hardness.
Furnish metals of a quality equal to or greater than that of specified door hardware units and
BHMA A156.18 for finishes. Do not furnish manufacturer's standard materials or forming
methods if different from specified standard.
C. Fasteners: Provide door hardware manufactured to comply with published templates generally
prepared for machine, wood, and sheet metal screws. Provide screws according to
commercially recognized industry standards for application intended. Provide Phillips flat -head
screws with finished heads to match surface of door hardware, unless otherwise indicated.
1. Concealed Fasteners: For door hardware units that are exposed when door is closed,
except for units already specified with concealed fasteners. Do not use through bolts for
installation where bolt head or nut on opposite face is exposed unless it is the only means
of securely attaching the door hardware. Where through bolts are used on hollow door
and frame construction, provide sleeves for each through bolt.
i
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTRC IS 08711 - 10
CDG 9830 DOOR HARDWARE
2. Steel Machine or Wood Screws: For the following fire -rated applications:
a. Mortise hinges to doors.
b. Strike plates to frames.
C. Closers to doors and frames.
3. Spacers or Sex Bolts: For through bolting of hollow metal doors.
4. Fasteners for Wood Doors: Comply with requirements of DHI WDHS.2,
"Recommended Fasteners for Wood Doors."
2.11 FINISHES
A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable,
temporary protective covering before shipping.
B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are
acceptable if they are Arithin one-half of the range of approved Samples. Noticeable variations
in the same piece are not acceptable. Variations in appearance of other components are
acceptable if they are within the range of approved Samples and are assembled or installed to
minimize contrast.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine doors and frames, with Installer present, for compliance with requirements for
installation tolerances, wall and floor construction, and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Wood Doors: Comply with DHI A115-W series.
3.3 INSTALLATION
A. Mounting Heights: Mount door hardware units at heights indicated in following applicable
publications, unless specifically indicated or required to comply with governing regulations:
1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural
Hardware for Standard Steel Doors and Frames."
2. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for
Wood Flush Doors."
B. Install each door hardware item to comply with manufacturer's written instructions. Where
cutting and fitting are required to install door hardware onto or into surfaces that are later to be
f 1'
LUBBOCK INTERNATIC L AIRPORT MID -TERMINAL RESTR( AS 08711 - 11
CDG 9830 DOOR HARDWARE
painted or finished in another way, coordinate removal, storage, and reinstallation of surface
protective trim units with finishing work specified in Division 9 Sections. Do not install
surface -mounted items until finishes have been completed on substrates involved.
1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment
substrates as necessary for proper installation and operation.
2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space
fasteners and anchors according to industry standards.
3.4 ADJUSTING
A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to
ensure proper operation or function of every unit. Replace units that cannot be adjusted to
operate as intended. Adjust door control devices to compensate for final operation of heating
and ventilating equipment and to comply with referenced accessibility requirements.
1. Door Closers: Adjust sweep period so that, from an open position of 70 degrees, the
door will take at least 3 seconds to move to a point 3 inches (75 mm) from the latch,
measured to the leading edge of the door.
B. Six -Month Adjustment: Approximately six months after date of Substantial Completion,
Installer shall perform the following:
1. Examine and readjust each item of door hardware as necessary to ensure function of
doors and door hardware.
2. Consult with and instruct Owner's personnel on recommended maintenance procedures.
3. Replace door hardware items that have deteriorated or failed due to faulty design.
materials, or installation of door hardy;pare units.
3.5 CLEANING AND PROTECTION
A. Clean adjacent surfaces soiled by door hardware installation.
B. Clean operating items as necessary to restore proper function and finish.
C. Provide final protection and maintain conditions that ensure door hardware is without damage
or deterioration at time of Substantial Completion.
3.6 DOOR HARDWARE SCHEDULE
HDWE -1
Doors Marked 1
Each to Have:
3 HINGES
1 LOCKSET
3 SILENCERS
TA2714 4 '/2 X 4 '/z US 1 OB
CL3355 NZD US 1 OB
1229A
MCKINNEY
CORBIN/RUSSWIN
TRIMCO
LUBBOCK INTERNATIC .L AIRPORT MID -TERMINAL RESTR( AS 08711 - 12
CDG 9830 DOOR HARDWARE
1 STOP 409 US 1 OB ROCKWOOD
1 CLOSER DC 2210 X TB BRZ CORBIN/RUSSWIN
1 KICKPLATE 10" X 2" LDW US lOB ROCKWOOD
END OF SECTION 08711
LUBBOCK INTERNATIO* L AIRPORT MID -TERMINAL RESTRC 2S 09220 - 1
CDG 9830 POtcfLAND CEMENT PLASTER
SECTION 09220 - PORTLAND CEMENT PLASTER
+ PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Metal framing and furring.
2. Metal lath and accessories.
3. Portland cement plaster with embedded, exposed aggregate (marblecrete).
1.3 SUBMITTALS
A. General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections.
B. Product Data for each product specified.
C. Samples for initial selection in the form of manufacturer's color charts consisting of actual units
or sections of units at least 12 inches (300 mm) square showing the full range of colors,
textures, and patterns available for each type of finish indicated.
1. Where finish involves normal color and texture variations, include Sample sets composed
of 2 or more units showing the full range of variations expected.
D. Material Certificates: Submit certificate signed by manufacturer for each kind of plaster
aggregate certifying that materials comply with requirements.
1.4 QUALITY ASSURANCE
A. Mockups: Prior to installing plaster work, construct panels for each type of finish and
application required to verify selections made under Sample submittals and to demonstrate
aesthetic effects as well as qualities of materials and execution. Build mockups to comply with
the following requirements, using materials indicated for final unit of Work.
1. Locate mockups on -site in the location and of the size indicated or, if not indicated, as
directed by Architect.
LUBBOCK INTERNATI01 . AIRPORT MID -TERMINAL RESTRC IS 09220 - 2
CDG 9830 POkfLAND CEMENT PLASTER 1
2. Erect mockups 48 by 48 inches (1200 by 1200 mm) by full thickness in presence of
Architect using materials, including lath, support system, and control joints, indicated for
-
final Work.
3. Notify Architect 7 days in advance of the dates and times when mockups will be
constructed.
4. Demonstrate the proposed range of aesthetic effects and workmanship.
5. Obtain Architect's approval of mockups before start of plaster Work.
6. Retain and maintain mockups during construction in an undisturbed condition as a
standard for judging the completed portland cement plaster Work.
a. When directed, remove mockups from Project site.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver cementitious materials to Project site in original packages, containers, or bundles,
labeled with manufacturer's name, product brand name, and lot number.
B. Store materials inside, under cover, and dry, protected from weather. direct sunlight, surface
contamination, aging, corrosion, and damage from construction traffic and other causes.
1.6 PROJECT CONDITIONS
A. Environmental Requirements, General: Comply with requirements of referenced plaster
application standards and recommendations of plaster manufacturer for environmental
conditions before, during, and after plaster application.
B. Warm -Weather Requirements: Protect plaster against uneven and excessive evaporation and
from strong flows of dry air, both natural and artificial. Apply and cure plaster as required by
climatic and job conditions to prevent dry out during cure period. Provide suitable coverings,
moist curing, and barriers as required.
C. Interior Plaster Work: Maintain at least 50 deg F (10 deg C) temperature in areas to be
plastered for at least 48 hours before, during, and after application.
D. Ventilation: Provide natural or mechanical means of ventilation to properly dry interior spaces
after portland cement plaster has cured.
E. Protect contiguous work from soiling and moisture deterioration caused by plastering. Provide
temporary covering and other provisions necessary to minimize harmful spattering of plaster on
other work.
LUBBOCK INTERNATIC L AIRPORT MID -TERMINAL RESTRC IS 09220 - 3
CDG 9830 POkfLAND CEMENT PLASTER
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
B. Manufacturers: Subject to compliance writh requirements, provide products by one of the
following:
1. Metal Framing and Supports:
a. Clark Steel Framing, Inc.
b. Dale//Incur Industries, Inc.
C. Marino -Ware Industries.
d. Unimast, Inc.
2. Expanded -Metal Lath:
a. Dale//Incor Industries, Inc.
b. National Gypsum Co.
C. Unimast, Inc.
d. United States Gypsum Co.
3. Metal Accessories:
a. Dale//Incor Industries, Inc.
b. Metalex (Keene Products).
C. National Gypsum Co.
d. Unimast, Inc.
e. United States Gypsum Co.
2.2 STEEL STUDS AND RUNNERS
A. General: Provide steel studs and runners complying with the following requirements:
1. Protective Coating: ASTM A 653, G40 (ASTM A 653M, Z90) hot -dip galvanized
coating.
B. Non -Load -Bearing Studs and Runners: ASTM C 645 and complying with the following
requirements for minimum thickness of base (uncoated) metal and other characteristics:
l . Gage: 16 ga., unless otherwise indicated.
2. Depth: 3-5/8 inches (92.1 nun), unless otherwise indicated.
2.3 LATH
LUBBOCK INTERNATIO L AIRPORT MID -TERMINAL RESTR( CIS 09220 - 4
CDG 9830 PORTLAND CEMENT PLASTER
A. Expanded -Metal Lath: Comply with ASTM C 847 for material, type, configuration, and other
characteristics indicated below.
1. Material: Fabricate expanded -metal lath from sheet metal conforming to the following:
a. Galvanized Steel: Structural -quality, zinc -coated (galvanized) steel sheet
complying with ASTM A 653, G60 (ASTM A 653M, Z180) minimum coating
designation, unless otherwise indicated.
2. Diamond -Mesh Lath: Comply with the following requirements:
a. Configuration: Self -furring.
1) Weight: 3.4 lb/sq. yd. (1.8 kg/sq. m).
2.4 ACCESSORIES
A. General: Comply with material provisions of ASTM C 1063 and the requirements indicated
below; coordinate depth of accessories N-,rith thicknesses and number of plaster coats required.
1. Galvanized Steel Components: Fabricated from zinc -coated (galvanized) steel sheet
complying with ASTM A 653, G40 (ASTM A 653M, Z90) minimum coating
designation.
B. Cornerbeads: Small nose cornerbeads fabricated from the following metal, with expanded
flanges of large -mesh diamond -metal lath allowing full plaster encasement.
1. Galvanized Steel: Minimum 0.0172 inch (0.44 mm) thick.
C. Casing Beads: Square -edged style, NNith expanded flanges of the following material:
1. Galvanized Steel: Minimum 0.0172 inch (0.44 min) thick.
D. Control Joints: Prefabricated, of material and type indicated below:
1. Galvanized Steel: Minimum 0.0172 inch (0.44 mm) thick.
2. One -Piece Type: Folded pair of nonperforated screeds in M-shaped configuration, with
expanded or perforated flanges.
a. Provide removable protective tape on plaster face of control joints.
E. Lath Attachment Devices: Material and type required by ASTM C 1063 for installations
indicated.
2.5 PLASTER MATERIALS
A. Base -Coat Cements: Type as indicated below:
LUBBOCK INTERNATIO1 AIRPORT MID -TERMINAL RESTRC IS 09220 - 5
CDG 9830 PORfLAND CEMENT PLASTER
1. Portland cement, ASTM C 150, Type I.
B. Factory -Prepared Finish Coat: Manufacturer's standard factory -packaged blend of portland
cement, ASTM C 150, Type I or III; hydrated lime, Type S, ASTM C 206 or ASTM C 207,
aggregate, ASTM C 897; and compatible with base coat and finish texture indicated: in color
indicated below:
1. Color as indicated, manufacturer's standard product consisting of white or gray cement
combined with colorfast mineral pigments and aggregates selected for color.
2. Provide color to match existing installation.
C. Lime: Special hydrated lime for finishing purposes, ASTM C 206, Type S; or special hydrated
lime for masonry purposes, ASTM C 207, Type S.
D. Sand Aggregate for Base Coats: ASTM C 897.
2.6 EXPOSED AGGREGATES
A. Marble Chips: Clean, sound, crushed marble of color and size gradation to match existing
installation.
B. Provide color and size gradation as required to match existing installation and field -erected
mockup.
2.7 MISCELLANEOUS MATERIALS
A. Fiber for Base Coat: Alkaline -resistant glass or polypropylene fibers, 1/2 inch (13 mm) long,
free of contaminates, manufactured for use in portland cement plaster.
B. Water for Mixing and Finishing Plaster: Potable.
C. Line Wire: 0.0475-inch- (1.2-mm-) diameter, zinc -coated (galvanized), soft, annealed steel
,Aire.
D. Steel drill screws complying with ASTM C 1002 for fastening metal lath to wood or steel
members less than 0.033 inch (0.84 mm) thick.
E. Steel drill screws complying with ASTM C 954 for fastening metal lath to steel members 0.033
to 0.112 inch (0.84 to 2.84 mm) thick.
2.8 PLASTER MIXES AND COMPOSITIONS
A. General: Comply with ASTM C 926 for base- and finish -coat mixes as applicable to plaster
bases, materials, and other requirements indicated.
B. Base -Coat Mixes and Compositions: Proportion materials for respective base coats in parts by
volume per sum of cementitious materials for aggregates to comply with the following
LUBBOCK INTERNATIO: L AIRPORT MID -TERMINAL RESTR( 2S 09220 - 6
CDG 9830 PORTLAND CEMENT PLASTER
requirements for each method of application and plaster base indicated. Adjust mix proportions
below within limits specified to attain workability.
C. Fiber Content: Add fiber to following mixes after ingredients have mixed at least 2 minutes
Comply with fiber manufacturer's written instructions but do not exceed I lb/cu. ft. (16 kg/cu
m) of cementitious materials. Reduce aggregate quantities accordingly to maintain workability.
D. Three -Coat Work over Metal Lath: Base -coat proportions as indicated below:
1. Scratch Coat: I part portland cement, 0 to 3/4 parts lime, 2-1/2 to 4 parts aggregate.
2. Brown Coat: 1 part portland cement, 0 to 3/4 parts lime, 3 to 5 parts aggregate.
E. Factory -Prepared Finish Coats: Add water only; comply with finish coat manufacturer's
written instructions.
A. Mechanically mix cementitious and aggregate materials for plasters to comply with applicable
referenced application standard and with recommendations of plaster manufacturer.
PART 3 - EXECUTION
3.1 INSTALLATION OF LATH AND FURRING, GENERAL
A. Standards: Comply with ML/SFA 920, "Guide Specifications for Metal Lathing and Furring,"
and with requirements of ASTM C 1063.
B. Install supplementary framing, blocking, and bracing at terminations in work and for support of
fixtures, equipment services, heavy trim, grab bars, handrails, furnishings, and similar work to
comply with details indicated or, if not otherwise indicated, to comply with applicable written
instructions of lath and furring manufacturer.
C. Isolation: Where lathing and metal support system abuts building structure horizontally and
where partition or wall abuts overhead structure, sufficiently isolate from structural movement
to prevent transfer of loading from building structure. Install slip- or cushion -type joints to
absorb deflections but maintain lateral support.
1. Frame both sides of control joints independently and do not bridge joints with furring and
lathing or accessories.
D. Install additional framing, furring, runners, lath, and beads, as required to form openings and
frames for other work as indicated. Coordinate support system for proper support of framed
work that is not indicated to be supported independently of metal furring and lathing system.
3.2 INSTALLATION OF STEEL STUD WALL AND PARTITION SUPPORT SYSTEMS
LUBBOCK INTERNATIO? . AIRPORT MID -TERMINAL RESTRO IS 09220 - 7
CDG 9830 PORfLAND CEMENT PLASTER
A. General: Install components of systems to comply with written instructions of steel stud
manufacturer for applications indicated and as follows:
1. For non -load -bearing stud systems, comply with ASTM C 754.
B. Steel Stud Systems to Receive Metal Lath: Comply with requirements of ML/SFA 920, "Guide
Specifications for Metal Lathing and Furring," applicable to each installation condition and
type of metal stud system indicated.
1. Extend and attach partition support systems above suspended ceilings, as indicated.
3.3 LATHING
A. Install metal lath for the following applications where plaster base coats are required. Provide
appropriate type, configuration, and «eight of metal lath selected from materials indicated that
comply «ith referenced ML/SFA specifications and ASTM lathing installation standards.
Vertical metal framing and furring using 3.4-lb/sq. yd. (1.8-kg/sq. m) minimum weight,
diamond -mesh lath and cold -rolled channel stud framing.
3.4 PREPARATIONS FOR PLASTERING
A. Clean plaster bases and substrates for direct application of plaster, removing loose material and
substances that may impair the Work.
B. Install temporary grounds and screeds to ensure accurate rodding of plaster to true surfaces;
coordinate with scratch -coat work.
3.5 INSTALLATION OF PLASTERING ACCESSORIES
A. General: Comply with referenced lathing and furring installation standards for provision and
location of plaster accessories of type indicated. Miter or cope accessories at corners; install
with tight joints and in alignment. Attach accessories securely to plaster bases to hold
accessories in place and in alignment during plastering. Install accessories of type indicated at
following locations:
1. External Corners: Install corner reinforcement at external corners.
2. Terminations of Plaster: Install casing beads, unless otherwise indicated.
3. Control Joints: Install at locations indicated or, if not indicated, at locations complying
N;ith the following criteria and approved by Architect:
a. Where an expansion or contraction joint occurs in surface of construction directly
behind plaster membrane.
b. Where plaster panel sizes or dimensions change, extend joints full width or height
of plaster membrane.
LUBBOCK INTERNATIOl AIRPORT MID -TERMINAL RESTRC `S 09220 - 8
CDG 9830 PORfLAND CEMENT PLASTER
3.6 PLASTER APPLICATION
A. Plaster Application Standard: Apply plaster materials, composition, and mixes to comply with
ASTM C 926.
B. Do not use materials that are frozen, caked, lumpy, dirty, or contaminated by foreign materials.
C. Do not use excessive water in mixing and applying plaster materials.
D. Flat Surface Tolerances: Do not deviate more than plus or minus 1/8 inch in 10 feet (3 min in 3
m) from a true plane in finished plaster surfaces, as measured by a 10-foot (3-m) straightedge
placed at any location on surface.
E. Sequence plaster application with installation and protection of other work so that neither will
be damaged by installation of other.
F. Corners: Make internal corners and angles square; finish external corners flush with
comerbeads on interior work, square and true with plaster faces on exterior work.
G. Number of Coats: Apply plaster of composition indicated, to comply with the following
requirements:
1. Three Coats: Over the following plaster base:
a. Metal lath.
H. Finish Coats: Apply finish coats to comply with the following requirements:
1. Exposed -Aggregate Finish (Marblecrete): Apply bedding coat of finish -coat plaster to
not less than the following thickness and straighten to a true, reasonably smooth surface
Ni7th rod and darby; allow bedding coat to set up until its consistency permits application IJ
of exposed aggregate. Apply aggregate to perimeter of panel areas and work toward
center of panels; tamp lightly and evenly to achieve embedment and to bring surface to
even plane matching previously approved mockup.
a. Bedding -Coat Thickness: Not less than 3/8 inch (9 mm) for maximum exposed -
aggregate size of 1/2 inch (13 mm) or less.
b. Bedding -Coat Thickness: Not less than 1/2 inch (13 nun) for maximum exposed -
aggregate size of 5/8 inch (16 nun).
I. Moist -cure plaster base and finish coats to comply with ASTM C 926, including written
instructions for time between coats and curing in "Annex A2 Design Considerations." l
LA
3.7 CUTTING AND PATCHING
A. Cut, patch, replace, repair. and point up plaster as necessary to accommodate other work.
Repair cracks and indented surfaces. Point -up finish plaster surfaces around items that are
built into or penetrate plaster surfaces. Repair or replace work to eliminate blisters, buckles.
�1
a_
t
LUBBOCK INTERNATIOi — AIRPORT MID -TERMINAL RESTRC IS 09220 - 9
CDG 9830 PORTLAND CEMENT PLASTER
check cracking, dry outs, efflorescence, excessive pinholes, and similar defects. Repair or
replace work as necessary to comply with required visual effects.
3.8 CLEANING AND PROTECTING
A. Remove temporary covering and other provisions made to minimize spattering of plaster on
other work. Promptly remove plaster from door frames, windows, and other surfaces not to be
plastered. Repair surfaces stained, marred or otherwise damaged during plastering work.
When plastering work is completed, remove unused materials, containers, equipment, and
plaster debris.
B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and
Installer, that ensure plaster work is without damage or deterioration at the time of Substantial
Completion.
END OF SECTION 09220
LUBBOCK INTERNATIO L AIRPORT MID -TERMINAL RESTRC JS 09255 - 1
CDG 9830 GYPSUM BOARD ASSEMBLIES
SECTION 09255 - GYPSUM BOARD ASSEMBLIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the folloNNing:
1. Nonload-bearing steel framing members for gypsum board assemblies.
2. Gypsum board assemblies attached to steel framing.
3. Cementitious backer units installed «rith gypsum board assemblies.
4. Water-resistant gypsum backing board installed «rith gypsum board assemblies.
1.3 DEFINITIONS
A. Gypsum Board Construction Terminology: Refer to ASTM C 11 and GA-505 for definitions
of terms for gypsum board assemblies not defined in this Section or in other referenced
standards.
1.4 SUBMITTALS
A. General: Submit each item in this Article according to the Conditions of the Contract and
Division 1 Specification Sections.
B. Product Data for each type of product specified.
C. Product certificates signed by manufacturers of gypsum board assembly components certifying
that their products comply ,%pith specified requirements.
1.5 QUALITY ASSURANCE
A. Single -Source Responsibility for Steel Framing: Obtain steel framing members for gypsum
board assemblies from a single manufacturer, unless othenvise indicated.
B. Single -Source Responsibility for Panel Products: Obtain each type of gypsum board and other
panel products from a single manufacturer.
LUBBOCK iNTERNATIO. L AIRPORT MID -TERMINAL RESTR( AS 09255 - 2
CDG 9830 GYPSUM BOARD ASSEMBLIES
C. Single -Source Responsibility for Finishing Materials: Obtain finishing materials from either the
same manufacturer that supplies gypsum board and other panel products or from a
manufacturer acceptable to gypsum board manufacturer.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original packages, containers, or bundles bearing brand name and
identification of manufacturer or supplier.
B. Store materials inside under cover and keep them dry and protected against damage from
weather, direct sunlight, surface contamination, corrosion, construction traffic, and other
causes. Neatly stack gypsum panels flat to prevent sagging.
1.7 PROJECT CONDITIONS
A. Environmental Conditions, General: Establish and maintain environmental conditions for
applying and finishing gypsum board to comply with ASTM C 840 requirements or gypsum
board manufacturer's recommendations, whichever are more stringent.
B. Room Temperatures: For nonadhesive attachment of gypsum board to framing, maintain not
less than 40 deg F (4 deg Q. Do not exceed 95 deg F (35 deg Q when using temporary heat
sources.
C. Ventilation: Ventilate building spaces as required to dry joint treatment materials. Avoid drafts
during hot, dry weather to prevent finishing materials from drying too rapidly.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Steel Framing and Furring:
a. Clark Steel Framing, Inc.
b. Dale Industries, Inc.
C. MarinoNVare (formerly Marino Industries Corp.).
d. Unimast, Inc.
2. Gypsum Board and Related Products:
a. Domtar Gypsum.
b. Georgia-Pacific Corp.
C. National Gypsum Co., Gold Bond Building Products Division.
d. United States Gypsum Co.
LUBBOCK INTERNATIO1 _L AIRPORT MID -TERMINAL RESTRC IS 09255 - 3
CDG 9830 GYPSUM BOARD ASSEMBLIES
2.2 STEEL FRAMING FOR WALLS AND PARTITIONS
A. General: Provide steel framing members complying with the following requirements:
1. Protective Coating: ASTM A 653, G 40 (ASTM A 653M, Z 90) hot -dip galvanized
coating.
B. Steel Studs and Runners: ASTM C 645, with flange edges of studs bent back 90 degrees and
doubled over to form 3/16-inch- (5-mm-) wide minimum lip (return), and complying with the
following requirements for minimum thickness of base (uncoated) metal and for depth:
1. Gauge: 16 ga., unless otherwise indicated
2. Depth: 3-5/8 inches (92.1 mm), unless otherwise indicated.
2.3 GYPSUM BOARD PRODUCTS
A. General: Provide gypsum board of types indicated in maximum lengths available that will
minimize end -to -end butt joints in each area indicated to receive gypsum board application.
I. Widths: Provide gypsum board in wridths of 48 inches (1219 mm).
B. Gypsum Wallboard: ASTM C 36 and as follows:
1. Type: Regular for vertical surfaces, unless otherwise indicated.
2. Edges: Tapered.
3. Thickness: 5/8 inch (15.9 mm) wJhere indicated.
C. Water -Resistant Gypsum Backing Board: ASTM C 630 and as follows:
1. Type: Regular, unless otherwise indicated.
2. Thickness: 5/8 inch (15.9 mm), unless otherwise indicated.
2.4 CEMENTITIOUS BACKER UNITS
A. Provide cementitious backer units complying with ANSI A118.9, of thickness and width
indicated below, and in maximum lengths available to minimize end -to -end butt joints.
1. Thickness: 5/8 inch (15.9 mm), where indicated.
2. Width: 32 inches (813 mm).
LUBBOCK INTERNATIO: L AIRPORT MID -TERMINAL RESTRC CIS 09255 - 4
CDG 9830 GYPSUM BOARD ASSEMBLIES
B. Available Products: Subject to compliance with requirements, cementitious backer units that
may be incorporated in the Work include, but are not limited to, the following:
1. DomCrete Cementitious Tile -Backer Board; Domtar Gypsum.
2. Util-A-Crete Concrete Backer Board; FinPan, Inc.
3. DUROCK Cement Board; United States Gypsum Co.
2.5 TRIM ACCESSORIES
A. Accessories for Interior Installation: Comerbead, edge trim, and control joints complying with
ASTM C 1047 and requirements indicated below:
I . Material: Formed metal or plastic, with metal complying with the following requirement:
a. Steel sheet zinc coated by hot -dip process or rolled zinc.
2. Shapes indicated below by reference to Fig. 1 designations in ASTM C 1047:
a. Cornerbead on outside corners, unless otherwise indicated.
b. LC -bead with both face and back flanges; face flange formed to receive joint
compound. Use LC -beads for edge trim, unless otherwise indicated.
C. L-bead with face flange only; face flange formed to receive joint compound. Use
L-bead where indicated.
d. U-bead with face and back flanges; face flange formed to be left without
application of joint compound. Use U-bead where indicated.
2.6 JOINT TREATMENT MATERIALS
A. General: Provide joint treatment materials complying with ASTM C 475 and the
recommendations of both the manufacturers of sheet products and of joint treatment materials
for each application indicated.
B. Joint Tape for Gypsum Board: Paper reinforcing tape, unless otherwise indicated.
1. Use pressure -sensitive or staple -attached, open-Nveave, glass -fiber reinforcing tape with
compatible joint compound where recommended by manufacturer of gypsum board and
joint treatment materials for application indicated.
C. Joint Tape for Cementitious Backer Units: As recommended by cementitious backer unit
manufacturer.
D. Drying -Type Joint Compounds for Gypsum Board: Factory -packaged vinyl -based products
complying with the following requirements for formulation and intended use.
I . Ready -Mixed Formulation: Factory -mixed product.
a. Taping compound formulated for embedding tape and for first coat over fasteners
and face flanges of trim accessories.
i-
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTR( AS 09255 - 5
CDG 9830 GYPSUM BOARD ASSEMBLIES
b. Topping compound formulated for fill (second) and finish (third) coats.
C. All-purpose compound formulated for both taping and topping compounds.
E. Joint Compound for Cementitious Backer Units: Material recommended by cementitious
backer unit manufacturer.
2.7 MISCELLANEOUS MATERIALS
A. General: Provide auxiliary materials for gypsum board construction that comply with
referenced standards and recommendations of gypsum board manufacturer.
B. Steel drill screws complying with ASTM C 1002 for the following applications:
1. Fastening gypsum board to steel members less than 0.033 inch (0.84 mm) thick.
C. Steel drill screws complying with ASTM C 954 for fastening gypsum board to steel members
from 0.033 to 0.112 inch (0.84 to 2.84 nun) thick.
D. Steel drill screws of size and type recommended by unit manufacturer for fastening
cementitious backer units.
2.8 TEXTURE FINISH PRODUCTS
A. Primer: Of type recommended by texture finish manufacturer.
1. Fine textured finish.
PART 3 - EXECUTION
N
A. Examine substrates to which gypsum board assemblies attach or abut, installed hollow metal
frames, cast -in -anchors, and structural framing, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance of
assemblies specified in this Section. Do not proceed with installation until unsatisfactory �
conditions have been corrected.
3.2 PREPARATION
3.3 INSTALLING STEEL FRAMING, GENERAL
A. Steel Framing Installation Standard: Install steel framing to comply with ASTM C 754 and
xvith ASTM C 840 requirements that apply to framing installation.
LUBBOCK INTERNATIO. .L AIRPORT MID -TERMINAL RESTR(. AS 09255 - 6
CDG 9830 GYPSUM BOARD ASSEMBLIES
B. Install supplementary framing, blocking, and bracing at terminations in gypsum board
assemblies to support fixtures, equipment services, heavy trim, grab bars, toilet accessories,
furnishings, or similar construction. Comply with details indicated and with recommendations
of gypsum board manufacturer or, if none available, with United States Gypsum Co.'s
"Gypsum Construction Handbook."
C. Do not bridge building control and expansion joints with steel framing or furring members.
Independently frame both sides of joints with framing or furring members.
3.4 INSTALLING STEEL FRAMING FOR WALLS AND PARTITIONS
A. Install runners (tracks) at floors, ceilings, and structural walls and columns where gypsum
board stud assemblies abut other construction.
B. Installation Tolerances: Install each steel framing and furring member so that fastening
surfaces do not vary more than 1/8 inch (3 mm) from the plane formed by the faces of adjacent
framing.
C. Extend partition framing above suspended ceilings as indicated. Continue framing over frames
for doors and openings and frame around ducts penetrating partitions above ceiling to provide
support for gypsum board.
D. Install steel studs and furring in sizes and at spacings indicated.
1. Single -Layer Construction: Space studs 16 inches (406 mm) o.c., unless otherwise
indicated.
2. Cementitious Backer Unit Construction: Space studs 16 inches (406 mm) o.c., unless
otherwise indicated.
E. Install steel studs so flanges point in the same direction and leading edge or end of each gypsum
board panel can be attached to open (unsupported) edges of stud flanges first.
3.5 APPLYING AND FINISHING GYPSUM BOARD, GENERAL
A. Gypsum Board Application and Finishing Standards: Install and finish gypsum panels to
comply with ASTM C 840 and GA-216.
B. Install gypsum panels with face side out. Do not install imperfect, damaged, or damp panels.
Butt panels together for a light contact at edges and ends with not more than 1/16 inch (1.5
nun) of open space between panels. Do not force into place.
C. Locate both edge or end joints over supports, except in ceiling applications where intermediate
supports or gypsum board back -blocking is provided behind end joints. Do not place tapered
edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Avoid
joints other than control joints at corners of framed openings .where possible.
D. Attach gypsum panels to steel studs so leading edge or end of each panel is attached to open
(unsupported) edges of stud flanges first.
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTR( AS 09255- 7
CDG 9830 GYPSUM BOARD ASSEMBLIES
E. Attach gypsum panels to framing provided at openings and cutouts.
F. Form control and expansion joints at locations indicated and as detailed, with space between
edges of adjoining gypsum panels, as well as supporting framing behind gypsum panels.
1. Fit gypsum panels around ducts, pipes, and conduits.
G. Isolate perimeter of nonload-bearing gypsum board partitions at structural abutments, except
floors, as detailed. Provide 1/4- to 1/2-inch- (6.4- to 12.7-mm-) wide spaces at these locations
and trim edges with U-bead edge trim where edges of gypsum panels are exposed. Seal joints
between edges and abutting structural surfaces with acoustical sealant.
H. Space fasteners in gypsum panels according to referenced gypsum board application and
finishing standard and manufacturer's recommendations.
1. Space screws a maximum of 12 inches (304.8 mm) o.c. for vertical applications.
I. Space fasteners in panels that are the substrates a maximum of 8 inches (203.2 min) o.c.
3.6 GYPSUM BOARD APPLICATION METHODS
A. Single -Layer Application: Install gypsum wallboard panels as follows:
On partitionshvalls, apply gypsum panels horizontally (perpendicular to framing), unless
parallel application is required for fire -resistance -rated assemblies. Use maximum -length
panels to minimize end joints.
a. Stagger abutting end joints not less than one framing member in alternate courses
of board.
B. Wall Tile Substrates: For substrates indicated to receive thin -set ceramic tile and similar rigid
applied wall finishes, comply with the following:
1. Install cementitious backer units to comply with ANSI A108.11 where indicated.
2. Install water-resistant gypsum backing board panels where indicated. Install with 1/4-
inch (6.4-mm) open space where panels abut other construction or penetrations.
C. Single -Layer Fastening Methods: Apply g�lpsum panels to supports as follows:
Fasten with screws.
3.7 INSTALLING TRIM ACCESSORIES
A. General: For trim accessories with back flanges, fasten to framing with the same fasteners used
to fasten gypsum board. Otherwise, fasten trim accessories according to accessory
manufacturer's directions for type, length, and spacing of fasteners.
B. Install comerbead at external corners.
1__,
LUBBOCK INTERNATIO, _L AIRPORT MID -TERMINAL RESTRO S 09255 - 8
CDG 9830 GYPSUM BOARD ASSEMBLIES
C. Install edge trim where edge of gypsum panels would otherwise be exposed. Provide edge trim
type with face flange formed to receive joint compound, except where other types are indicated.
1. Install LC -bead where gypsum panels are tightly abutted to other construction and back
flange can be attached to framing or supporting substrate.
2. Install L-bead where edge trim can only be installed after gypsum panels are installed.
3. Install U-bead where indicated.
D. Install control joints at locations indicated.
E. Install control joints according to ASTM C 840 and manufacturer's recommendations and in
specific locations approved by Architect for visual effect.
3.8 FINISHING GYPSUM BOARD ASSEMBLIES
A. General: Treat gypsum board joints, interior angles, flanges of cornerbead, edge trim, control
joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare
gypsum board surfaces for decoration.
B. Prefill open joints, rounded or beveled edges, and damaged areas using setting -type joint
compound.
C. Apply joint tape over gypsum board joints, except those with trim accessories having flanges
not requiring tape.
D. Levels of Gypsum Board Finish: Provide the following levels of gypsum board finish per GA-
214.
I. Level 2 where panels form substrates for tile and where indicated.
2. Level 4 for gypsum board surfaces exposed to view.
E. Use the following joint compound combination as applicable to the finish levels specified:
1. Embedding and First Coat: Ready -mixed, drying -type, all-purpose or taping compound.
Fill (Second) Coat: Ready -mixed, drying -type, all-purpose or topping compound. Finish
(Third) Coat: Ready -mixed, drying -type, all-purpose or topping compound.
F. For Level 4 gypsum board finish, embed tape in joint compound and apply first, fill (second),
and finish (third) coats of joint compound over joints, angles, fastener heads, and accessories.
Touch up and sand between coats and after last coat as needed to produce a surface free of
visual defects and ready for decoration.
G. Where Level 2 gypsum board finish is indicated, embed tape in joint compound and apply first
coat of joint compound.
H. Finish water-resistant gypsum backing board forming base for ceramic the to comply with
ASTM C 840 and gypsum board manufacturer's directions for treatment of joints behind tile.
I. Finish cementitious backer units to comply with unit manufacturer's directions.
LUBBOCK INTERNATIOI AIRPORT MID -TERMINAL RESTRC IS 09255 - 9
CDG 9830 GYPSUM BOARD ASSEMBLIES
3.9 APPLYING TEXTURE FINISHES
A. Surface Preparation and Primer: Prepare and apply primer to gypsum panels and other
surfaces receiving texture finishes according to texture finish manufacturer's instructions.
Apply primer only to surfaces that are clean, dry, and smooth.
B. Texture Finish Application: Mix and apply finish to gypsum panels and other surfaces
indicated to receive texture finish according to texture finish manufacturer's directions. Using
powered spray equipment, produce a uniform texture matching approved mockup and free of
starved spots or other evidence of thin application or of application patterns.
C. Prevent texture finishes from coming into contact with surfaces not indicated to receive texture
finish by covering them with masking agents, polyethylene film, or other means. If, despite
these precautions, texture finishes contact these surfaces, immediately remove droppings and
overspray as recommended by texture finish manufacturer to prevent damage.
3.10 CLEANING AND PROTECTION
A. Promptly remove any residual joint compound from adjacent surfaces.
B. Provide final protection and maintain conditions, in a manner acceptable to Installer, that ensure
gypsum board assemblies are without damage or deterioration at the time of Substantial
Completion.
END OF SECTION 09255
LUBBOCK INTERNATIOr AIRPORT MID -TERMINAL RESTRO( 'S 09310 - 1
CDG 9830 CERAMIC TILE
SECTION 09310 - CERAMIC TILE
PART 1-GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Ceramic mosaic tile.
2. Stone thresholds installed as part of tile installations.
B. Related Sections include the following:
.l. Division 2 Section "Selective Demolition" for removing existing tile.
2. Division 9 Section "Gypsum Board Assemblies" for cementitious backer units installed
in gypsum wallboard assemblies.
1.3 DEFINITIONS
A. Module Size: Actual tile size (minor facial dimension as measured per ASTM C 499) plus joint
width indicated.
B. Facial Dimension: Nominal tile size as defined in ANSI A137.1.
1.4 PERFORMANCE REQUIREMENTS
A. Static Coefficient of Friction: For tile installed on walkway surfaces, provide products with the
following values as determined by testing identical products per ASTM C 1028:
1. Level Surfaces: Minimum 0.6.
B. Load -Bearing Performance: For ceramic the installed on walkway surfaces, provide
installations rated for the following load -bearing performance level based on testing assemblies
according to ASTM C 627 that are representative of those indicated for this Project:
1. Moderate: Passes cycles 1 through 10.
LUBBOCK INTERNATIO; AIRPORT MID -TERMINAL RESTRC IS
CDG 9830
09310 - 2
CERAMIC TILE �-
1.5
1109
A. Product Data: For each type of tile, mortar, grout, and other products specified.
B. Tile Samples for Initial Selection: Manufacturer's color charts consisting of actual tiles or
sections of tiles showing the full range of colors, textures, and patterns available for each type
and composition of tile indicated. Include Samples of accessories involving color selection.
C. Grout Samples for Initial Selection: Manufacturer's color charts consisting of actual sections of
grout showing the full range of colors available for each type of grout indicated.
D. Samples for Verification: Of each item listed below, prepared on Samples of size and
construction indicated. Where products involve normal color and texture variations, include
Sample sets showing the full range of variations expected.
1. Each type and composition of tile and for each color and texture required, at least 12
inches (300 mm) square, mounted on braced cementitious backer units, and with grouted
joints using product complying with specified requirements and approved for completed
work in color or colors selected by Architect.
2. Full-size units of each type of trim and accessory for each color required.
3. Stone thresholds in 6-inch (150-mm) lengths.
E. Master Grade Certificates: For each shipment, type, and composition of tile, signed by tile
manufacturer and Installer.
F. Product Certificates: Signed by manufacturers certifying that the products furnished comply
with requirements.
G. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to
demonstrate their capabilities and experience. Include Iists of completed projects with project
names and addresses, names of architects and owners, and other information specified.
H. Setting Material Test Reports: Indicate and interpret test results for compliance of tile -setting
and -grouting products with specified requirements. Hill
QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced installer who has completed tile installations
similar in material, design, and extent to that indicated for this Project and with a record of
successful in-service performance.
B. Source Limitations for Tile: Obtain each color, grade, finish, type, composition, and variety of
tile from one source with resources to provide products from the same production run for each
contiguous area of consistent quality in appearance and physical properties without delaying the
Work.
C. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality
for each mortar, adhesive, and grout component from a single manufacturer and each aggregate
from one source or producer.
LUBBOCK INTERNATIO. _L AIRPORT MID -TERMINAL RESTR( AS 09310 - 3
CDG 9830 CERAMIC TILE
D. Source Limitations for Other Products: Obtain each of the following products specified in this
Section from one source and by a single manufacturer for each product:
1. Stone thresholds.
2. Joint sealants.
E. Mockups: Before installing tile, construct mockups for each form of construction and finish
required to verify selections made under Sample submittals and to demonstrate aesthetic effects
and qualities of materials and execution. Build mockups to comply with the following
requirements, using materials indicated for completed Work.
1. Locate mockups in the location and of the size indicated or, if not indicated, as directed
by Architect.
2. Notify Architect 7 days in advance of the dates and times when mockups will be
constructed.
3. Demonstrate the proposed range of aesthetic effects and workmanship.
4. Obtain Architect's approval of mockups before proceeding with final unit of Work.
5. Maintain mockups during construction in an undisturbed condition as a standard for
judging the completed Work.
a. When directed, demolish and remove mockups from Project site.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver and store packaged materials in original containers with seals unbroken and labels
�- intact until time of use. Comply with requirement of ANSI A137.1 for labeling sealed the
packages.
B. Prevent damage or contamination to materials by water, freezing, foreign matter, and other
causes.
1.8 PROJECT CONDITIONS
A. Environmental Limitations: Do not install tile until construction in spaces is completed and
ambient temperature and humidity conditions are being maintained to comply with referenced
standards and manufacturer's written instructions.
2.1 MANUFACTURERS
A. Products: Subject to compliance with requirements, provide products indicated in the ceramic
tile installation schedules at the end of this Section.
LUBBOCK INTERNATIC L AIRPORT MID -TERMINAL RESTR( AS 09310 - 4 '
CDG 9830 CERAMIC TILE
B. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. Tile Products:
a.
American Olean Tile Company.
b.
Dal -Tile Corporation.
C.
Florida Tile Industries, Inc.
2. Tile -Setting and -Grouting Materials:
a.
American Olean Tile Company.
b.
Bonsal: W.R. Bonsal Company.
C.
Dal -Tile Corporation.
d.
Laticrete International, Inc.
2.2 PRODUCTS, GENERAL
A. ANSI Ceramic Tile Standard: Provide the that complies «ith ANSI A137.1, "Specifications
for Ceramic Tile," for t ,Tes, compositions, and other characteristics indicated.
1. For facial dimensions of tile, comply «rith requirements relating to tile sizes specified in
Part 1 "Definitions" Article.
B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI i
standards referenced in "Setting Materials" and "Grouting Materials" articles.
C. Colors, Textures, and Patterns: Where manufacturer's standard products are indicated for tile,
grout, and other products requiring selection of colors, surface textures, patterns, and other
appearance characteristics, provide specific products or materials complying with the following
requirements:
1. Match Architect's samples.
2. Provide the trim and accessories that match color and finish of adjoining flat the or as
indicated.
D. Factory Blending: For tile exhibiting color variations within the ranges selected during Sample
submittals, blend the in the factory and package so tile units taken from one package show the
same range in colors as those taken from other packages and match approved Samples.
2.3 TILE PRODUCTS
A. Unglazed Ceramic Mosaic Tile: Provide factory -mounted flat tile complying with the following
requirements:
1. Composition: Porcelain.
2. Module Size: 2 by 2 inches (50.8 by 50.8 mm).
3. Nominal Thickness: 1/4 inch (6.35 mm).
LUBBOCK INTERNATIO' L AIRPORT MID -TERMINAL RESTRC 4S 09310 - 5
CDG 9830 CERAMIC TILE
4. Face: Plain with cushion edges.
B. Glazed Ceramic Tile: Provide factory -mounted flat the complying with the following
requirements:
1. Composition: Ceramic.
2. Module Size: 4 '/4 by 4 i/4 inches (108 by 108 mm). -
3. Thickness: 5/16 inch (7.94 mm).
4. Face: Plain with cushion edges.
C. Trim Units: Provide tile trim units to match characteristics of adjoining flat tile and to comply
with the following requirements:
1. Size: As indicated, coordinated with sizes and coursing of adjoining flat tile where
applicable.
2. Shapes: As follows, selected from manufacturer's standard shapes:
a. Base for Thin -Set Mortar Installations: Coved
b. External Corners for Thin -Set Installations: Surface bullnose.
C. Internal Corners: Field -butted square corners, except with coved base and cap
angle pieces designed to member with stretcher shapes.
2.4 STONE THRESHOLDS
A. General: Provide stone thresholds that are uniform in color and finish, fabricated to sizes and
profiles indicated to provide transition between tile surfaces and adjoining finished floor
surfaces.
1. Fabricate thresholds to heights indicated, but not more than 1/2 inch (12.7 mm) above
adjoining finished floor surfaces, with transition edges beveled on a slope of no greater
than 1:2.
B. Marble Thresholds: Provide marble thresholds complying with ASTM C 503 requirements for
exterior use and with a minimum abrasive -hardness value of 10 per ASTM C 241.
1. Match Architect's sample for color and finish.
2.5 SETTING MATERIALS - FLOORS
A. Portland Cement Mortar Installation Materials: Provide materials complying with
ANSI A 108.1 A and as specified below:
1. Cleavage Membrane: Asphalt felt, ASTM D 226, Type I (No. 15), or polyethylene
sheeting ASTM D 4397, 4.0 mils (0.1 mm) thick.
2. Reinforcing Wire Fabric: Galvanized, welded wire fabric, 2 by 2 inches (50.8 by 50.8
mm) by 0.062-inch (1.57-min) diameter, comply with ASTM A 185 and ASTM A 82.
except for minimum „ire size.
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTRC IS 09310 - 6
CDG 9830 CERAMIC TILE
2.6 SETTING MATERIALS - WALLS
A. Organic Adhesive: ANSI A136.1, Type 1.
2.7 GROUTING MATERIALS
A. Latex -Portland Cement Grout: ANSI A118.6 for materials described in Section H-2.4,
composed as follows:
1. Factory -Prepared, Dry -Grout Mixture: Factory -prepared mixture of portland cement;
dry, redispersible, ethylene vinyl acetate additive; and other ingredients to produce the
following:
a. Unsanded grout mixture for joints 1/8 inch (3.2 nun) and narrower.
2.8 ELASTOMERIC SEALANTS
A. Colors: Provide colors of exposed sealants to match colors of grout in the adjoining sealed
joints, unless otherwise indicated.
B. One -Part, Mildew -Resistant Silicone Sealant: ASTM C 920; Type S; Grade NS; Class 25;
Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, 0; formulated with
fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that
are subject to in-service exposures of high humidity and temperature extremes.
C. Multipart, Pourable Urethane Sealant for Use T: ASTM C 920; Type M; Grade P; Class 25;
Uses T, M, A, and, as applicable to joint substrates indicated, 0.
D. Available Products: Subject to compliance with requirements, products which may be
incorporated into the Work include, but are not limited to, the following:
1. One -Part, Mildew -Resistant Silicone Sealants:
a. Dow Corning 786, Dow Corning Corporation.
b. Sanitary 1700; GE Silicones.
C. Pecora 898 Sanitary Silicone Sealant; Pecora Corp.
d. Tremsil 600 White; Tremco, Inc.
2. Multipart, Pourable Urethane Sealants:
a. Chem -Calk 550; Bostik.
b. NR-200 Urexpan; Pecora Corp.
C. THC-900; Tremco, Inc.
LUBBOCK INTERNATIO_ L AIRPORT MID -TERMINAL RESTR( AS 09310 - 7
CDG 9830 CERAMIC TILE
2.9 MISCELLANEOUS MATERIALS
' A. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and
grout surfaces, specifically approved for materials and installations indicated by tile and grout
manufacturers.
2.10 MIXING MORTARS AND GROUT
A. Mix mortars and grouts to comply with referenced standards and mortar and grout
manufacturers' written instructions.
B. Add materials, water, and additives in accurate proportions.
C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and
other procedures to produce mortars and grouts of uniform quality with optimum performance
characteristics for installations indicated.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions where the vcrill be installed, with Installer present, for
compliance with requirements for installation tolerances and other conditions affecting
performance of installed tile.
1. Verify that substrates for setting the are firm; dry; clean; free from oil, waxy films, and
curing compounds; and within flatness tolerances required by referenced ANSI A 108
series of tile installation standards for installations indicated.
2. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical
units of ,vork, and similar items located in or behind tile has been completed before
installing tile.
3. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if
not coordinated, adjust latter in consultation with Architect.
B. Do not proceed with installation until unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Remove coatings, including curing compounds, and other substances that contain soap, wax,
oil, or silicone and are incompatible with tile -setting materials by using a terrazzo or concrete
grinder, a drum sander, or a polishing machine equipped with a heavy-duty wire brush.
LUBBOCK INTERNATIOi "AIRPORT MID -TERMINAL RESTRC IS 09310 - 8
CDG 9830 CERAMIC TILE
B. Provide concrete substrates for the floors installed with dry -set or latex-portland cement
mortars that comply with flatness tolerances specified in referenced ANSI A108 series of the
installation standards for installations indicated.
1. Use trowelable leveling and patching compounds per tile -setting material manufacturer's
written instructions to fill cracks, holes, and depressions.
2. Remove protrusions, bumps, and ridges by sanding or grinding.
C. Blending: For tile exhibiting color variations within the ranges selected during Sample
submittals, verify that tile has been blended in the factory and packaged so tile units taken from
one package show the same range in colors as those taken from other packages and match
approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project
site before installing.
3.3 INSTALLATION, GENERAL
A. ANSI Tile Installation Standards: Comply with parts of ANSI A108 series of the installation
standards in "Specifications for Installation of Ceramic Tile" that apply to types of setting and
grouting materials and to methods indicated in ceramic tile installation schedules.
B. TCA Installation Guidelines: TCA's "Handbook for Ceramic Tile Installation." Comply with
TCA installation methods indicated in ceramic the installation schedules.
C. Extend the work into recesses and under or behind equipment and fixtures to form a complete
covering without interruptions, unless otherwise indicated. Terminate work neatly at
obstructions, edges, and corners without disrupting pattern or joint alignments.
D. Accurately form intersections and returns. Perform cutting and drilling of tile without marring
visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built-in items for
straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other
penetrations so plates, collars, or covers overlap tile.
E. Jointing Pattern: Lay tile in grid pattern, unless otherwise indicated. Align joints when
adjoining tiles on floor, base, walls, and trim are the same size. Lay out the work and center
tile fields in both directions in each space or on each wall area. Adjust to minimize the cutting.
Provide uniform joint widths, unless otherwise indicated.
For tile mounted in sheets, make joints between the sheets the same width as joints within
the sheets so joints between sheets are not apparent in finished work.
F. Expansion Joints: Locate expansion joints and other sealant -filled joints, including control, t t
contraction, and isolation joints, where indicated during installation of setting materials, mortar
beds, and tile. Do not saw -cut joints after installing tiles. g
1. Locate joints in tile surfaces directly above joints in concrete substrates. 1
2. Prepare joints and apply sealants to comply with requirements of Division 7 Section
"Joint Sealants." I
G. Grout tile to comply with the requirements of the following the installation standards:
LUBBOCK INTERNATIO, .L AIRPORT MID -TERMINAL RESTR( AS 09310 - 9
CDG 9830 CERAMIC TILE
H. Where indicated, install cementitious backer units and treat joints to comply with
ANSI A108.11 and manufacturer's written instructions for type of application indicated.
3.4 FLOOR TILE INSTALLATION
A. General: Install tile to comply with requirements in the Ceramic Tile Floor Installation
Schedule, including those referencing TCA installation methods and ANSI A108 series of the
installation standards.
B. Joint Widths: Install tile on floors with the following joint wridths:
1. Ceramic Mosaic Tile: 1/16 inch (1.6 mm).
C. Stone Thresholds: Install stone thresholds at locations indicated; set in same type of setting bed
as abutting field tile, unless otherwise indicated.
3.5 WALL TILE INSTALLATION
A. Install types of tile designated for wall installations to comply with requirements in the Ceramic
Tile Wall Installation Schedule, including those referencing TCA installation methods and
ANSI setting -bed standards.
B. Joint Widths: Install tile on walls with the following joint widths:
1. Ceramic Mosaic Tile and Bright Glazed Tile: 1/16 inch (1.6 mm).
3.6 CLEANING AND PROTECTING
A. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are
free of foreign matter.
1. Remove latex-portland cement grout residue from the as soon as possible.
2. Unglazed tile may be cleaned with acid solutions only when permitted by tile and grout
manufacturer's written instructions, but no sooner than 10 days after installation. Protect
metal surfaces, cast iron, and vitreous plumbing fixtures from effects of acid cleaning.
Flush surface with clean water before and after cleaning.
B. Finished Tile Work: Leave finished installation clean and free of cracked, chipped, broken,
unbonded, and otherwise defective tile work.
C. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and
Installer, that ensure tile is without damage or deterioration at the time of Substantial
�_. Completion.
i 1. When recommended by the manufacturer, apply a protective coat of neutral protective
cleaner to completed the walls and floors. Protect installed tile work with kraft paper or
other heavy covering during construction period to prevent staining, damage, and wear.
LUBBOCK INTERNAT10i -L AIRPORT MID -TERMINAL RESTRC .ZS 09310 - 10
CDG 98-30
CERAMIC TILE
2. Prohibit foot and wheel traffic from tiled floors for at least 7 days after grouting is
completed.
D. Before final inspection, remove protective coverings and rinse neutral cleaner from tile surfaces.
3.7 CERAMIC TILE FLOOR INSTALLATION SCHEDULE
A. Ceramic Tile Floor Installation: Comply with the following:
1. Tile Type/Products: Unglazed ceramic mosaic tile. Available products include the
following:
a. Unglazed Porcelain Ceramic Mosaics; American Olean
2. Installation Method: TCA F 111 (cement mortar bed with cleavage membrane, over
concrete subfloor).
3. Setting Bed and Grout: ANSI A108.1A with the following grout:
a. Unsanded latex-portland cement grout.
3.8 CERAMIC TILE WALL INSTALLATION SCHEDULE
A. Ceramic Tile Wall Installation: Where interior wall installations of this designation are
indicated, comply with the following:
1. Tile Type/Products: Glazed ceramic mosaic tile. Available products include the
following:
a. Bright Glaze: American Olean
b. Unglazed Porcelain Ceramic Mosaics: American Olean 1
2. Installation Method: TCA W242 (organic adhesive over gypsum board on metal studs).
a. Unsanded latex-portland cement grout.
3.9 CERAMIC TIL SCHEDULE
A. Refer to Drawings for locations of the following tile types:
1. Tile "A":
Unglazed Porcelain Ceramic Mosaic Tile, American Olean color A 13.
2. Tile `B":
Unglazed Porcelain Ceramic Mosaic Tile, American Olean color A03.
3. Tile "C":
Unglazed Porcelain Ceramic Mosaic Tile, American Olean color A93.
4. Tile "D":
Bright Glazed Ceramic Wall Tile, American Olean color 05 Polar White.
END OF SECTION 09310
I`
f,
1_ i
LUBBOCK INTERNATIO, ._ .L AIRPORT MID -TERMINAL RESTRC AS 09310 - 11
CDG 9830 CERAMIC TILE
LUBBOCK INTERNATIO. _L AIRPORT MID -TERMINAL RESTRt AS 09511 - 1
CDG 9830 ACOUSTICAL PANEL CEILINGS
SECTION 09511 - ACOUSTICAL PANEL CEILINGS �-
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes ceilings consisting of acoustical panels and exposed suspension systems.
1.3 SUBMITTALS
A. Product Data: For each type of product specified.
B. Samples for Verification: Full-size units of each type of ceiling assembly indicated; in sets for
each color, texture, and pattern specified, showing the full range of variations expected in these
characteristics.
1. FuIl-size samples of each acoustical panel type, pattern, and color.
2. Set of 12-inch- (300-mm-) long samples of exposed suspension system members,
including moldings, for each color and system type required.
C. Qualification Data: For firms and persons specified in "Quality Assurance" Article to U
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.
D. Product Test Reports: Indicate compliance of acoustical panel ceilings and components with
requirements based on comprehensive testing of current products. _?
1.4 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced installer who has completed acoustical panel
ceilings similar in material, design, and extent to that indicated for this Project and with a
record of successful in-service performance.
B. Source Limitations for Ceiling Units: Obtain each acoustical ceiling panel from one source
with resources to provide products of consistent quality in appearance and physical properties
without delaying the Work.
L_a
LUBBOCK INTERNATIC .L AIRPORT MID -TERMINAL RESTRC 4S 09511 - 2
CDG 9830 ACOUSTICAL PANEL CEILINGS
C. Source Limitations for Suspension System: Obtain each suspension system from one source
with resources to provide products of consistent quality in appearance and physical properties
without delaying the Work.
D. Fire -Test -Response Characteristics: Provide acoustical panel ceilings that comply with the
following requirements:
1. Surface -burning characteristics of acoustical panels comply with ASTM E 1264 for
Class A materials as determined by testing identical products per ASTM E 84.
2. Products are identified with appropriate markings of applicable testing and inspecting
agency.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver acoustical panels and suspension system components to Project site in original,
unopened packages and store them in a fully enclosed space where they will be protected
against damage from moisture, direct sunlight, surface contamination, and other causes.
B. Before installing acoustical panels, permit them to reach room temperature and a stabilized
moisture content.
C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any way.
1.6 PROJECT CONDITIONS
A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are enclosed
and weatherproof, wet -work in spaces is complete and dry, work above ceilings is complete,
and ambient temperature and humidity conditions are maintained at the levels indicated for
Project NNhen occupied for its intended use.
1.7 COORDINATION
A. Coordinate layout and installation of acoustical panels and suspension system with other
construction that penetrates ceilings or is supported by them, including light fixtures, HVAC
equipment, fire -suppression system, and partition assemblies.
1.8 EXTRA MATERIALS
A. Furnish extra materials described below that match products installed, are packaged with
protective covering for storage, and are identified with labels describing contents.
1. Acoustical Ceiling Units: Full-size units equal to 2.0 percent of amount installed.
2. Suspension System Components: Quantity of each exposed component equal to 2.0
percent of amount installed.
LUBBOCK INTERNATIO; i., AIRPORT MID -TERMINAL RESTR( ZS 09511 - 3
CDG 9
830 ACOUSTICAL PANEL CEILINGS '
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, those indicated for each designation
in the Acoustical Panel Ceiling Schedule at the end of Part 3.
2.2 ACOUSTICAL PANELS, GENERAL
A. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration indicated
that comply with ASTM E 1264 classifications as designated by types, patterns, acoustical
ratings, and light reflectances, unless otherwise indicated.
1. Mounting Method for Measuring Noise Reduction Coefficient: Type E-400; plenum
mounting in which face of test specimen is 15-3/4 inches (400 mm) away from test
surface per ASTM E 795.
B. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for each
product type.
C. Panel Characteristics: Comply with requirements indicated in the Acoustical Panel Ceiling
Schedule at the end of Part 3, including those referencing ASTM E 1264 classifications.
2.3 METAL SUSPENSION SYSTEMS, GENERAL
A. Metal Suspension System Standard: Provide manufacturer's standard direct -hung metal
suspension systems of types, structural classifications, and finishes indicated that comply with
applicable ASTM C 635 requirements.
B. Metal Suspension System Characteristics: Comply with requirements indicated in the
Acoustical Panel Ceiling Schedule at the end of Part 3.
C. Finishes and Colors, General: Comply with NAAMM's "Metal Finishes Manual for
Architectural and Metal Products" for recommendations for applying and designating finishes.
Provide manufacturer's standard factory -applied finish for type of system indicated.
D. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements:
1. Zinc -Coated Carbon -Steel Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft
temper.
2. Nickel -Copper -Alloy Wire: At exterior applications; ASTM B 164, nickel -copper -alloy t
UNS No. N04400. 1J,
3. Size: Select wire diameter so its stress at three times hanger design load (ASTM C 635,
Table 1, Direct Hung) will be less than yield stress of wire, but provide not less than
�f
0.106-inch- (2.69-mm-) diameter wire. j
i(
3 f
L_
LUBBOCK INTERNATIO: L AIRPORT MID -TERMINAL RESTRC IS 09511 - 4
CDG 9830 ACOUSTICAL PANEL CEILINGS
E. Hanger Rods: Mild steel, zinc coated or protected with rust -inhibitive paint.
t
F. Flat Hangers: Mild steel, zinc coated or protected with rust -inhibitive paint.
G. Angle Hangers: Angles with legs not less than 7/8 inch (22 mm) wide; formed with 0.04-inch-
(1-mm-) thick, galvanized steel sheet complying with ASTM A 653/A 653M, G90 (Z275)
coating designation; with bolted connections and 5/16-inch- (8=mm-) diameter bolts.
H. Sheet -Metal Edge Moldings and Trim: Type and profile indicated or, if not indicated,
manufacturer's standard moldings for edges and penetrations that fit acoustical panel edge
details and suspension systems indicated; formed from sheet metal of same material and finish
as that used for exposed flanges of suspension system runners.
1. For lay -in panels with reveal edge details, provide stepped edge molding that forms
reveal of same depth and width as that formed between edge of panel and flange at
exposed suspension member.
2. For circular penetrations of ceiling, provide edge moldings fabricated to diameter
required to fit penetration exactly.
3. Manufacturer: Subject to compliance with requirements, provide products by one of the
following:
a. Armstrong World Industries, Inc.
b. Chicago Metallic Corporation.
C. MM Systems, Inc.
d. USG Interiors, Inc.
I. Hold -Down Clips: Provide hold-down clips spaced 24 inches (610 mm) o.c. on all cross tees.
2.4 ACOUSTICAL SEALANT
A. Acoustical Sealant for Exposed and Concealed Joints: Manufacturer's standard nonsag,
paintable, nonstaining latex sealant complying with ASTM C 834 and the following
requirements:
1. Product is effective in reducing airborne sound transmission through perimeter joints and
openings in building construction as demonstrated by testing representative assemblies
according to ASTM E 90.
B. Acoustical Sealant for Concealed Joints: Manufacturer's standard nondrying, nonhardening,
nonskinning, nonstaining, gunnable, synthetic -rubber sealant recommended for sealing interior
concealed joints to reduce airborne sound transmission.
C. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
D. Products: Subject to compliance with requirements, provide one of the following:
I . Acoustical Sealant for Exposed and Concealed Joints:
LUBBOCK INTERNATIO_ .L AIRPORT MID -TERMINAL RESTR( CIS 09511 - 5 Fi
CDG 9830 ACOUSTICAL PANEL CEILINGS
a. PL Acoustical Sealant; Chemrex, Inc., Contech Brands.
b. AC-20 FTR Acoustical and Insulation Sealant; Pecora Corp.
C. SHEETROCK Acoustical Sealant; United States Gypsum Co.
2. Acoustical Sealant for Concealed Joints:
a. BA-98; Pecora Corp.
b. Tremco Acoustical Sealant; Tremco, Inc.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates and structural framing to which acoustical panel ceilings attach or abut,
with Installer present, for compliance with requirements specified in this and other Sections that
affect ceiling installation and anchorage, and other conditions affecting performance of
acoustical panel ceilings.
1. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Coordination: Furnish layouts for cast -in -place anchors, clips, and other ceiling anchors whose
installation is specified in other Sections.
1. Furnish cast -in -place anchors and similar devices to other trades for installation well in
advance of time needed for coordinating other work.
B. Measure each ceiling area and establish layout of acoustical panels to balance border widths at
opposite edges of each ceiling. Avoid using less -than -half -width panels at borders, and comply
writh layout shown on reflected ceiling plans. Ll
r-�
3.3 INSTALLATION
A. General: Install acoustical panel ceilings to comply with publications referenced below per
manufacturer's written instructions and CISCA's "Ceiling Systems Handbook."
1. Standard for Ceiling Suspension System Installations: Comply with ASTM C 636.
2. CISCA's Recommendations for Acoustical Ceilings: Comply with CISCA's
"Recommendations for Direct -Hung Acoustical Tile and Lay -in Panel Ceilings --Seismic
Zones 0-2."
3. U.B.C.'s "Metal Suspension Systems for Acoustical Tile and for Lay -in Panel Ceilings":
U.B.C. Standard 25-2.
LUBBOCK INTERNATIOP, .�, AIRPORT MID -TERMINAL RESTRC IS 09511 - 6
CDG 9830 ACOUSTICAL PANEL CEILINGS
IB. Suspend ceiling hangers from building's structural members and as follows:
1. Install hangers plumb and free from contact with insulation or other objects within
ceiling plenum that are not part of supporting structure or of ceiling suspension system.
2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces
by bracing, eountersplaying, or other equally effective means.
3. Where width of ducts and other construction within ceiling plenum produces hanger
spacings that interfere with location of hangers at spacings required to support standard
suspension system members, install supplemental suspension members and hangers in
form of trapezes or equivalent devices. Size supplemental suspension members and
hangers to support ceiling loads within performance limits established by referenced
standards and publications.
4. Secure wire hangers to ceiling suspension members and to supports above with a
minimum of three tight turns. Connect hangers directly either to structures or to inserts,
eye screws, or other devices that are secure; that are appropriate for substrate; and that
will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures.
5. Secure flat, angle, channel, and rod hangers to structure, including intermediate framing
members, by attaching to inserts, eye screws, or other devices that are secure and
appropriate for both structure to which hangers are attached and type of hanger involved.
Install hangers in a manner that will not cause them to deteriorate or fail due to age,
corrosion, or elevated temperatures.
6. Space hangers not more than 48 inches (1200 min) o.c. along each member supported
directly from hangers, unless otherwise indicated; and provide hangers not more than 8
inches (200 nun) from ends of each member.
C. Secure bracing wires at exterior applications, to ceiling suspension members and to supports
with a minimum of four tight turns. Suspend bracing from building's structural members as
required for hangers.
D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and
where necessary to conceal edges of acoustical panels.
1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs of
moldings before they are installed.
2. Screw attach moldings to substrate at intervals not more than 16 inches (400 min) o.c.
and not more than 3 inches (75 nun) from ends, leveling with ceiling suspension system
to a tolerance of 1/8 inch in 12 feet (3 mm in 3.6 m). Miter corners accurately and
connect securely.
3. Do not use exposed fasteners, including pop rivets, on moldings and trim.
E. Install suspension system runners so they are square and securely interlocked with one another.
Remove and replace dented, bent, or kinked members.
F. Install acoustical panels with undamaged edges and fitted accurately into suspension system
runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat,
precise fit.
For reveal -edged panels on suspension system runners, install panels with bottom of
reveal in firm contact with top surface of runner flanges.
LUBBOCK INTERNATIO� ..L AIRPORT MID -TERMINAL RESTRC 1S 09511 - 7
CDG 98310
ACOUSTICAL PANEL CEILINGS
2. Paint cut panel edges remaining exposed after installation; match color of exposed panel
surfaces using coating recommended in writing for this purpose by acoustical panel
manufacturer.
3.4 CLEANING
A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings, and
suspension system members. Comply with manufacturer's written instructions for cleaning and
touchup of minor finish damage. Remove and replace ceiling components that cannot be
successfully cleaned and repaired to permanently eliminate evidence of damage.
3.5 ACOUSTICAL PANEL CEILING SCHEDULE
A. Mineral -Base Acoustical Panels for Acoustical Panel Ceiling: Where this designation is
indicated, provide acoustical panels complying with the following:
1. Products: Available products include the following:
a. USG Interiors, Inc., Glacier #707.
2. Classification: Panels fitting ASTM E 1264 for type and form as follows:
a. Type III, mineral base «1th painted finish; Form 4.
3. Pattern: Panels fitting ASTM E 1264 pattern designation (description) F.
4. Color: Parchment.
5. Light Reflectance Coefficient: Not less LR 0.69.
6. Noise Reduction Coefficient: NRC 0.65.
7. Ceiling Attenuation Class: 35-39.
8. Edge Detail: Reveal sized to fit flange of exposed suspension system members.
9. Thickness: 3/4 inch (19 mm).
10. Size: 24 by 24 inches (610 by 610 mm).
B. Suspension System for Acoustical Panel Ceiling: Where this designation is indicated, provide
acoustical panel ceiling suspension system complying with the following:
1. Products: Available products include the following:
a. USG Interiors, Inc., Donn DX.
f
2. Wide -Face, Capped, Double -Web, Steel Suspension System: Main and cross runners
roll formed from cold -rolled steel sheet, prepainted or electrolytically zinc coated with
prefinished 15/16-inch- (24-nun-) wide metal caps on flanges; other characteristics as
follows:
a. Structural Classification: Intermediate -duty system.
b. End Condition of Cross Runners: Override (stepped) or butt -edge type, as
standard with manufacturer.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09511 - 8
CDG 9830 ACOUSTICAL PANEL CEILINGS
C. Face Design: Flush face.
d. Cap Material: Steel sheet.
e. Cap Finish: Painted white.
END OF SECTION 09511
c2
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09651 - 1
CDG 9830 RESILIENT WALL BASE AND ACCESSORIES
SECTION 09651 - RESILIENT WALL BASE AND ACCESSORIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Resilient wall base and accessories.
1.3 SUBMITTALS
r
A.
Product Data: For each type of product specified.
B.
Samples for Initial Selection: Manufacturer's color charts consisting of units or sections of
units showing the full range of colors and patterns available for each type of product indicated.
C.
Samples for Verification: For resilient accessories, manufacturer's standard -size samples, but
not less than 12 inches long, of each resilient accessory color and pattern specified.
D.
Product Certificates: Signed by manufacturers of resilient products certifying that each product
furnished complies with requirements.
1.4
QUALITY ASSURANCE
A.
Installer Qualifications: Engage an experienced installer to perform work of this Section who
has specialized in installing resilient products similar to those required for this Project and with
a record of successful in-service performance.
}
B.
Source Limitations: Obtain each type, color, and pattern of product specified from one source
with resources to provide products of consistent quality in appearance and physical properties
,
without delaying the Work.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Deliver products to Project site in manufacturer's original, unopened cartons and containers,
each bearing names of product and manufacturer, Project identification, and shipping and
handling instructions.
1
1_
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09651 - 2
CDG 9830 RESILIENT WALL BASE AND ACCESSORIES
B. Store products in dry spaces protected from the weather, with ambient temperatures maintained
between 50 and 90 deg F (10 and 32 deg Q.
I C. Move products into spaces where they will be installed at least 48 hours before installation,
f- unless longer conditioning period is recommended in writing by manufacturer.
1.6 PROJECT CONDITIONS .
A. Maintain a temperature of not less than 70 deg F (21 deg C) or more than 95 deg F (35 deg C)
in spaces to receive products for at least 48 hours before installation, during installation, and
for at least 48 hours after installation, unless manufacturer's written recommendations specify
longer time periods. After postinstallation period, maintain a temperature of not less than 55
deg F (13 deg C) or more than 95 deg F (35 deg Q.
B. Do not install products until they are at the same temperature as the space where they are to be
installed.
C. Close spaces to traffic during flooring installation and for time period after installation
recommended in writing by manufacturer.
D. Install base and accessories after other finishing operations, including painting, have been
completed.
1.7 EXTRA MATERIALS
A. Fun;ish extra materials described below that match products installed, are packaged with
protective covering for storage, and are identified with labels describing contents.
1. Furnish not less than 10 linear feet (3 linear m) for each 500 linear feet (150 linear m) or
fraction thereof, of each type, color, pattern, and size of resilient accessory installed.
2. Deliver extra materials to Omer.
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. Products: Subject to compliance with requirements, provide one of the products indicated for
each designation in the Resilient Base Schedule at the end of Part 3.
2.2 RESILIENT ACCESSORIES
A. Rubber Wall Base: Products complying with FS SS-W-40, Type I and with requirements
specified in the Resilient Base Schedule.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09651 - 3
CDG 9830 RESILIENT WALL BASE AND ACCESSORIES
B. Vinyl Accessory Moldings: Products complying with requirements specified in the Resilient
Tile Flooring Schedule.
2.3 INSTALLATION ACCESSORIES
A. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and
substrate conditions indicated.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions where installation of resilient products will occur,
with Installer present, for compliance with manufacturer's requirements. Verify that substrates
and conditions are satisfactory for resilient product installation and comply with requirements
specified.
B. Do not proceed with installation until unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. General: Comply with resilient product manufacturer's written installation instructions for
preparing substrates indicated to receive resilient products.
B. Use trow-elable leveling and patching compounds, according to manufacturer's written
instructions, to fill cracks, holes, and depressions in substrates.
C. Broom and vacuum clean substrates to be covered immediately before product installation.
After cleaning, examine substrates for moisture, alkaline salts, carbonation, or dust. Do not
proceed with installation until unsatisfactory conditions have been corrected.
3.3 RESILIENT ACCESSORY INSTALLATION
A. General: Install resilient accessories according to manufacturer's written installation
instructions.
B. Apply resilient wall base to walls, columns, pilasters, casework and cabinets in toe spaces, and
other permanent fixtures in rooms and areas where base is required.
1. Install wall base in lengths as long as practicable without gaps at seams and with tops of
adjacent pieces aligned.
2. Tightly adhere wall base to substrate throughout length of each piece, with base in
continuous contact with horizontal and vertical substrates.
3. Do not stretch base during installation.
L_
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09651 - 4
CDG 9830 RESILIENT WALL BASE AND ACCESSORIES
4. On masonry surfaces or other similar irregular substrates, fill voids along top edge of
resilient wall base with manufacturer's recommended adhesive filler material.
5. Form outside corners on job from straight pieces of maximum lengths possible, without
whitening at bends. Shave back of base at points where bends occur and remove strips
perpendicular to length of base that are only deep enough to produce a snug fit without
removing more than half the wall base thickness.
6. Form inside corners on job, from straight pieces of maximum lengths possible, by cutting
an inverted V-shaped notch in toe of wall base at the point where corner is formed.
Shave back of base where necessary to produce a snug fit to substrate.
C. Place resilient accessories so they are butted to adjacent materials and bond to substrates with
adhesive. Install reducer strips at edges of flooring that would otherwise be exposed.
3.4 CLEANING AND PROTECTING
A. Perform the following operations immediately after installing resilient products:
1. Remove adhesive and other surface blemishes using cleaner recommended by resilient
product manufacturers.
2. Sweep or vacuum floor thoroughly.
3.5 RESILIENT TILE FLOORING SCHEDULE
A. Rubber Wall Base: Provide rubber wall base complying vcrith the following:
1. Available Products: Johnsonite and Roppe.
2. Color and Pattern: As selected by Architect from manufacturer's full range of colors and
patterns produced for rubber wall base complying with requirements indicated.
3. Style: Cove with top -set toe.
4. Minimum Thickness: 1/8 inch (3.2 mm).
5. Height: 4 inches (101.6 mm).
6. Lengths: Cut lengths 48 inches (1219.2 mm) long.
7. Outside Corners: Job formed.
8. Inside Corners: Job formed.
9. Surface: Smooth.
B. Vinyl Accessory Molding: Provide rubber accessory molding complying with the following:
1. Products: As follows: Jolmsonite, carpet to brick flooring transition strip, CTA series,
or approved equal.
2. Color: As selected by Architect from manufacturer's full range of colors produced for
vinyl accessory molding complying with requirements indicated.
END OF SECTION 09651
{
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09680 - 1
CDG 9830 CARPET
SECTION 09680 - CARPET
PART 1 - GENERAL
1.1 RELATED DOCUMENTS.
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1. Textured pattern loop carpet with cushion.
B. Related Sections include the following:
1. Division 2 Section "Selective Demolition" for removing existing floor coverings.
2. Division 9 Section "Resilient Tile Flooring" for resilient wall base and accessories
installed with carpet.
1.3 SUBMITTALS
A. Product Data: For each type of product indicated. Include manufacturer's written data on
physical characteristics, durability, and fade resistance. Include installation recommendations
for each type of substrate required.
B. Shop Drawings: Show the following:
1. Columns, doorways, enclosing walls or partitions, built-in cabinets, and locations where
cutouts are required in carpet.
2. Existing flooring materials to be removed.
3. Existing flooring materials to remain.
4. Carpet type, color, and dye lot.
5. Type, color, and location of edge, transition, and other accessory strips.
6. Transition details to other flooring materials.
C. Samples: For each of the following products and for each color and texture required. Label
each Sample with manufacturer's name, material description, color, pattern, and designation
indicated on Drawings and in schedules.
1. Carpet: 12-inch- (300-mm-) square Sample.
2. Exposed Edge Stripping and Accessory: 12-inch- (300-mm-) long Samples.
3. Carpet Seam: 6-inch (150-mm) Sample.
f
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09680 - 2
CDG 9830 CARPET
D. Product Schedule: Use same room and product designations indicated on Drawings and in
schedules.
E. Maintenance Data: For carpet to include in maintenance manuals specified in Division 1.
Include the following:
1. Methods for maintaining carpet, including clearing and stain -removal products and
procedures and manufacturer's recommended maintenance schedule.
2. Precautions for cleaning materials and methods that could be detrimental to carpet.
1.4 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who is certified by the Floor Covering
Installation Board or who can demonstrate compliance with its certification program
requirements.
B. Fire -Test -Response Characteristics: Provide products with the critical radiant flux
classification indicated in Part 2, as determined by testing identical products per ASTM E 648
by an independent testing and inspecting agency acceptable to authorities having jurisdiction.
C. Product Options: Products and manufacturers named in Part 2 establish requirements for
product quality in terms of appearance, construction, and performance. Other manufacturers'
products comparable in quality to nar.►ed products and complying with requirements may be
considered. Refer to Division 1 Section "Substitutions."
1.5 DELIVERY, STORAGE, AND HANDLING
A. General: Comply Frith CRI 104, Section 5, "Storage and Handling."
1.6 PROJECT CONDITIONS
A. General: Comply with CRI 104, Section 6.1, "Site Conditions; Temperature and Humidity."
B. Environmental Limitations: Do not install carpet until Nvet work in spaces is complete and dry,
and ambient temperature and humidity conditions are maintained at the levels indicated for
Project when occupied for its intended use.
1.7 WARRANTY
A. General Warranty: Special warranty specified in this Article shall not deprive Owner of other
rights Owner may have under other provisions of the Contract Documents and shall be in
addition to, and run concurrent with, other warranties made by Contractor under requirements
of the Contract Documents.
B. Special Carpet Warranty: Written warranty, signed by carpet manufacturer agreeing to replace
carpet that does not comply with requirements or that fails within specified warranty period.
t f
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09680 - 3
CDG 9830 CARPET
Warranty does not include deterioration or failure of carpet due to unusual traffic, failure of
substrate, vandalism, or abuse. Failures include, but are not limited to, more than 10 percent
loss of face fiber, edge raveling, snags, runs, and delamination.
1. Warranty Period: 10 years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 TEXTURED PATTERN LOOP CARPET.
A. Available Product: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, the following:
1. "Infinity," Powerbond Vinyl Cushion, Mark I RS, Style #1637, as manufactured by
Collins & Aikman Corporation Floor Covering Division.
B. Construction: Textured pattern loop.
C. Width: 6'.
D. Gauge: 1/13".
E. Pile Units Per Inch: 9.5.
F. Pile Height Average (ASTM 418, Section 12): .l 17".
G. Pile Yam Weight (ASTM 418, Section 8): 20.0 oz/sq. yd.
H. Weight Density Factor: 123,076.
I. Yam Size: 1235/2
J. Fiber System: 75% DSDN/25% CF Antron Legacy Nylon with Static control and Ensure.
K. Dyeing Method: Solution/Yam dyed.
L. Powerbond Backing System:
I. Primary: Woven Synthetic
2. Fusion Coat: Sealant Vinyl.
3. Backing (ASTM D 1667-70): Closed Cell Vinyl Cushion. Weight 35.5 oz/sq. yd.
Density 18.5 lbs/cu ft. Thickness .156". Compression Sat -max. 10%. Compression
Deflection — min. 7 lbs/sq. in. at 25%.
M. Total Backing Weight: 62.70 oz/sq yd +/- 5%.
N. Total Product Weight: 82.70 oz/sq yd +/- % 5%.
RA
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09680 - 4
CDG 9830 CARPET
0. Flooring Radiant Panel Test (ASTM E-648): Mean average critical radiant flux:.45 w/sq cm
or higher.
P. Smoke Density: Flaming: Mean average: 450 or lower.
Q. Flammability (SPSC FF 1-70): Passes.
R. Electrostatic Propensity (AATCC 134): 2.2 K.V. or lower.
2.2 INSTALLATION ACCESSORIES
A. Trowelable Leveling and Patching Compounds: Latex -modified, hydraulic -cement -based
formulation provided by or recommended by the following:
1. Carpet manufacturer.
B. Adhesives: Water-resistant, mildev.-resistant, nonstaining type to suit products and subfloor
conditions indicated, that complies with flammability requirements for installed carpet and that
is recommended by the following:
1. Carpet manufacturer.
C. Seaming Cement: Hot -melt adhesive tape or similar product recommended by carpet
manufacturer -for taping seams and butting cut edges at backing to form secure seams and to
prevent pile loss at seams.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions for compliance with requirements for maximum
moisture content, alkalinity range, installation tolerances, and other conditions affecting carpet
performance. Verify that substrates and conditions are satisfactory for carpet installation and
comply with requirements specified.
B. Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following:
1. Substrates are dry and free of curing compounds, sealers, hardeners, and other materials
that may interfere with adhesive bond. Determine adhesion and dryness characteristics
by perfonming bond and moisture tests recommended by the following:
a. Carpet manufacturer.
2. Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
f .-
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09680 - 5
CDG 9830 CARPET
3.2 PREPARATION
t
A. General: Comply with CRI 104, Section 6.2, "Site Conditions; Floor Preparation," and carpet
manufacturer's written installation instructions for preparing substrates indicated to receive
carpet installation.
B. Use trowelable leveling and patching compounds, according to manufacturer's written
instructions, to fill cracks, holes, and depressions in substrates.
C. Remove coatings, including curing compounds, and other substances that are incompatible with
adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical
methods recommended in writing by the following:
1. Carpet manufacturer.
D. Broom and vacuum clean substrates to be covered immediately before installing carpet. After
cleaning, examine substrates for moisture, alkaline salts, carbonation, or dust. Proceed with
installation only after unsatisfactory conditions have been corrected.
3.3 INSTALLATION
A. Direct -Glue -Doan Installation: Comply with CRI 104, Section 8, "Direct Glue-DOttm
Installation."
B. Comply ttzth carpet manufacturer's written recommendations for seam locations and direction
of carpet; maintain uniformity of carpet direction and lay of pile. At doorways, center seams
under the door in closed position.
1. Level adjoining border edges.
C. Do not bridge building expansion joints with carpet.
D. Cut and fit carpet to butt tightly to vertical surfaces, permanent fixtures, and built-in furniture
including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as
recommended by carpet manufacturer.
tj
E. Extend carpet into toe spaces, door reveals, closets, open -bottomed obstructions, removable
flanges, alcoves, and similar openings.
F. Maintain reference markers, holes, and openings that are in place or marked for future cutting
by repeating on finish flooring as marked on subfloor. Use nonpermanent, nonstaining marking
device.
G. Install pattern parallel to walls and borders.
3.4 CLEANING AND PROTECTION
A. Perform the following operations immediately after installing carpet:
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09680 - 6
CDG 9830 CARPET
1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner
recommended by carpet manufacturer.
2. Remove yarns that protrude from carpet surface.
3. Vacuum carpet using commercial machine urith face -beater element.
B. Protect installed carpet to comply u7th CRI 104, Section 15, "Protection of Indoor
Installations."
C. Protect carpet against damage from construction operations and placement of equipment and
fixtures during the remainder of construction period. Use protection methods indicated or
recommended in uniting by carpet manufacturer.
END OF SECTION 09680
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS
CDG 9830
09900 - 1
PAINTING
SECTION 09900 - PAINTING
PART I - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division I Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes surface preparation and field painting of the following:
1. Exposed interior items and surfaces.
B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is
not to be painted or is to remain natural. If the paint schedules do not specifically mention an
item or a surface, paint the item or surface the same as similar adjacent materials or surfaces
whether or not schedules indicate colors. If the schedules do not indicate color or finish, the
Architect will select from standard colors and finishes available.
C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and
labels.
1. Prefinished items include the following factory -finished components:
a. Finished mechanical and electrical equipment.
b. Light fixtures.
C. Distribution cabinets.
2. Concealed surfaces include walls or ceilings in the following generally inaccessible
spaces:
a. Furred areas.
b. Ceiling plenums.
C. Duct shafts.
3. Finished metal surfaces include the following:
a. Anodized aluminum.
b. Stainless steel.
C. Chromium plate.
d. Copper.
e. Bronze and brass.
4. Operating parts include moving parts of operating equipment and the following:
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09900 - 2
CDG 9830 PAINTING
a. Valve and damper operators.
b. Linkages.
C. Sensing devices.
4 d. Motor and fan shafts.
5. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM), or
other code -required labels or equipment name, identification, performance rating, or
nomenclature plates.
1.3 DEFINITIONS
A. General: Standard coating terms defined in ASTM D 16 apply to this Section.
1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at
an 85-degree meter.
2. Eggshell refers to low -sheen finish with a gloss range between 5 and 20 when measured
at a 60-degree meter.
3. Satin refers to low -sheen finish with a gloss range between 15 and 35 when measured at
a 60-degree meter.
4. Semigloss refers to medium -sheen finish with a gloss range between 30 and 65 when
measured at a 60-degree meter.
5. Full gloss refers to high -sheen finish with a gloss range more than 65 when measured at a
60-degree meter.
1.4 SUBMITTALS
A. Product Data: For each paint system specified. Include primers.
I. Material List: Provide an inclusive list of required coating materials. Indicate each
material and cross-reference specific coating, finish system, and application. Identify
each material by manufacturer's catalog number and general classification.
2. Manufacturer's Information: Provide manufacturer's technical information, including
label analysis and instructions for handling, storing, and applying each coating material
proposed for use.
B. Samples for Verification: Of each color and material to be applied, with texture to simulate
actual conditions, on representative Samples of the actual substrate.
I. Provide stepped Samples, defining each separate coat, including primers. Use
representative colors when preparing Samples for review. Resubmit until required sheen,
color, and texture are achieved.
2. Provide a list of materials and applications for each coat of each sample. Label each
sample for location and application.
3. Submit Samples on the following substrates for the Architect's review of color and
texture only:
' a. Stained or Natural Wood: Provide two 4-by-8-inch (100-by-200-nun) samples of
natural- or stained -wood finish on actual wood surfaces.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 09900 - 3
CDG 9830 PAINTING IJ
C. Qualification Data: For fines and persons specified in the "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.
1.5 QUALITY ASSURANCE
A. Applicator Qualifications: Engage an experienced applicator who has completed painting
system applications similar in material and extent to that indicated for this Project with a record
of successful in-service performance.
B. Source Limitations: Obtain primers, and undercoat materials for each coating system from the
same manufacturer as the finish coats.
1. Final approval of colors will be from job -applied samples.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the Project Site in manufacturer's original, unopened packages and
containers bearing manufacturer's name and label, and the following information:
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Manufacturer's stock number and date of manufacture.
4. Contents by volume, for pigment and vehicle constituents.
5. Thinning instructions.
6. Application instructions.
7. Color name and number.
B. Store materials not in use in tightly covered containers in a -well-ventilated area at a minimum
ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean
condition, free of foreign materials and residue.
1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste
daily. Take necessary measures to ensure that workers and work areas are protected
from fire and health hazards resulting from handling, mixing, and application.
1.7 PROJECT CONDITIONS
A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding LA
air temperatures are between 50 and 90 deg F (10 and 32 deg C).
B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and
surrounding air temperatures are between 45 and 95 deg F (7.2 and 35 deg C).
�i
t
LUBBOCK INTERNATIOI . AIRPORT MID -TERMINAL RESTRC IS 09900 - 4
CDG 9830 PAINTING
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in the paint schedules.
B. Products: Subject to compliance with requirements, provide one of the products in the paint
schedules.
C. Manufacturers Names: The following manufacturers are referred to in the paint schedules by
use of shortened versions of their names, which are shown in parentheses:
1. Devoe & Raynolds Co. (Devoe).
2. Fuller -O'Brien Paints (Fuller).
3. Glidden Co. (The) (Glidden).
4. Benjamin Moore & Co. (Moore).
5. PPG Industries, Inc. (PPG).
6. Pratt & Lambert, Inc. (P & L).
7. Sherwin-Williams Co. (S-W).
2.2 PAINT MATERIALS, GENERAL
A. Material Compatibility: Provide primers, undercoats, and finish -coat materials that are
compatible with one another and the substrates indicated under conditions of service and
application, as demonstrated by manufacturer based on testing and field experience.
B. Material Quality: Provide manufacturer's best -quality paint material of the various coating
types specified. Paint -material containers not displaying manufacturer's product identification
will not be acceptable.
1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors
or materials is not intended to imply that products named are required to be used to the
exclusion of equivalent products of other manufacturers. Furnish manufacturer's
material data and certificates of performance for proposed substitutions.
C. Colors: Provide color selections made by the Architect.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas. and conditions, with the Applicator present, under which painting
will be performed for compliance with paint application requirements.
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTRO :S 09900 - 5
CDG 9830 PAINTING
1. Do not begin to apply paint until unsatisfactory conditions have been corrected and
surfaces receiving paint are thoroughly dry.
-
2. Start of painting will be construed as the Applicator's acceptance of surfaces and
conditions within a particular area.
B. Coordination of Work: Review other Sections in which primers are provided to ensure
compatibility of the total system for various substrates. On request, furnish information on
characteristics of finish materials to ensure use of compatible primers.
1. Notify the Architect about anticipated problems using the materials specified over
substrates previously primed and painted by others.
3.2 PREPARATION
A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting
fixtures, and similar items already installed that are not to be painted. If removal is impractical
or impossible because of the size or weight of the item, provide surface -applied protection
before surface preparation and painting.
After completing painting operations in each space or area, reinstall items removed using
workers skilled in the trades involved.
B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances
that could impair the bond of the various coatings. Remove oil and grease before cleaning.
1. Schedule cleaning and painting so dust and other contaminants from the cleaning process
will not fall on wet, newly painted surfaces.
C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's
written instructions for each particular substrate condition and as specified.
1. Provide barrier coats over incompatible primers or finishes.
2. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral
spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.
D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written
instructions.
1. Maintain containers used in mixing and applying paint in a clean condition, free of
foreign materials and residue.
2. Stir material before application to produce a mixture of uniform density. Stir as required
during application. Do not stir surface film into material. If necessary, remove surface
film and strain material before using.
3. Use only thinners approved by paint manufacturer and only within recommended limits.
LUBBOCK INTERNATIO1 J, AIRPORT MID -TERMINAL RESTRC .1S 09900 - 6
CDG 9830 PAINTING
E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when
multiple coats of the same material are applied. Tint undercoats to match the color of the finish
coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat.
3.3 APPLICATION
A. General: Apply paint according to manufacturer's written instructions. Use applicators and
techniques best suited for substrate and type of material being applied.
1. Paint colors, surface treatments, and finishes are indicated in the schedules.
2. Do not paint over dirt, rust, mildew, scale, loose or flaking paint grease, moisture,
scuffed surfaces, or conditions detrimental to formation of a durable paint film.
3. Provide finish coats that are compatible with primers used.
4. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures,
convector covers, grilles, and similar components are in place. Extend coatings in these
areas, as required, to maintain the system integrity and provide desired protection.
5. Sand lightly belhveen each succeeding enamel or varnish coat.
B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or
otherwise prepared for painting as soon as practicable after preparation and before subsequent
surface deterioration.
1. The number of coats and the film thickness required are the same regardless of
application method. Do not apply succeeding coats until the previous coat has cured as
recommended by the manufacturer. If sanding is required to produce a smooth, even
surface according to manufacturer's written instructions, sand between applications.
2. Omit primer on metal surfaces that have been shop primed and touchup painted.
3. If undercoats, stains, or other conditions show through final coat of paint, apply
additional coats until paint film is of uniform finish, color, and appearance. Give special
attention to ensure edges, corners, crevices, %velds, and exposed fasteners receive a dry
film thickness equivalent to that of flat surfaces.
4. Allow sufficient time between successive coats to permit proper drying. Do not recoat
surfaces until paint has dried to where it feels firm, does not deform or feel sticky under
moderate thumb pressure, and where application of another coat of paint does not cause
the undercoat to lift or lose adhesion.
C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators
according to manufacturer's written instructions.
1. Brushes: Use brushes best suited for the type of material applied. Use brush of
appropriate size for the surface or item being painted.
2. Rollers: Use rollers of carpet, velvet back, or high -pile sheep's wool as recommended by
the manufacturer for the material and texture required.
3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the
manufacturer for the material and texture required.
LUBBOCK INTERNATIO: L AIRPORT MID -TERMINAL RESTRC CIS 09900 - 7
CDG 9830 PAINTING
D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's
recommended spreading rate. Provide the total dry film thickness of the entire system as
recommended by the manufacturer.
E. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by
the manufacturer, to material that is required to be painted or finished and that has not been
prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or
unsealed areas in first coat appears, to ensure a finish coat with no burn through or other
defects due to insufficient sealing.
F. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth,
opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting,
holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be
acceptable.
G. Transparent (Clear) Finishes: Use multiple coats to produce a glass -smooth surface film of
even luster. Provide a finish free of laps, runs, cloudiness, color irregularity, brush marks,
orange peel, nail holes, or other surface imperfections.
1. Provide satin finish for final coats.
H. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish,
or repaint work not complying with requirements.
3.4 CLEANING
A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded
paint materials from the site.
1. After completing painting, clean glass and paint -spattered surfaces. Remove spattered
paint by washing and scraping. Be careful not to scratch or damage adjacent finished
surfaces.
3.5 PROTECTION
A. Protect work of other trades, whether being painted or not, against damage by painting. Correct
damage by cleaning, repairing or replacing, and repainting, as approved by Architect.
B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective
wrappings provided by others to protect their work after completing painting operations.
At completion of construction activities of other trades, touch up and restore damaged or
defaced painted surfaces. Comply with procedures specified in PDCA P1. j
l _s
LUBBOCK INTERNATIO _L AIRPORT MID -TERMINAL RESTR( A 09900 - 8
CDG 9830 PAINTING
3.6 INTERIOR PAINT SCHEDULE
A. Gypsum Board and Previously Painted Wood: Provide the following finish systems over new
interior gypsum board surfaces and previously painted wood:
1. Flat Acrylic Finish: 2 finish coats over a primer.
a. Primer: Latex -based, interior primer applied at spreading rate recommended by
the manufacturer to achieve a total dry film thickness of not less than 1.2 mils
(0.031 mm).
i_:
1) Moore: Pristine Interior Primer Sealer 211, Low VOC.
b. First and Second Coats: Flat acrylic -latex, interior paint applied at spreading rate
recommended by the manufacturer to achieve a total dry film thickness of not less
than 2.5 mils.
1) Moore: Pristine Acrylic Flat 212, Low VOC.
B. Stained Woodwork: Provide the following stained finishes over new, interior woodwork:
1. Alkyd -Based, Satin -Varnish Finish: 2 finish coats of an alkyd -based, clear -satin varnish
over a sealer coat and an alkyd -based, interior wood stain. Wipe wood filler before
applying stain.
a. Filler Coat: Paste -wood filler applied at spreading rate recommended by the
manufacturer.
1) Devoe: None required.
2) Fuller: 680-00 Pen -Chrome Paste Wood Filler.
3) Glidden: Glidden Paste Wood Filler.
4) Moore: Benwood Paste Wood Filler #238.
5) PPG: None required.
6) P & L: None required.
7) S-W: Sher -Wood Fast -Dry Filler.
b. Stain Coat: Alkyd -based, interior wood stain applied at spreading rate
recommended by the manufacturer.
1) Devoe: 96XX WoodWorks Alkyd Interior Stain.
2) Fuller: 640-XX Pen -Chrome Interior Oil Base Wood Stain.
3) Glidden: 1600 Series Woodmaster Oil Wood Stain.
4) Moore: Benwood Penetrating Stain #234.
5) PPG: 77-302 Rez Interior Semi -Transparent Stain.
6) P & L: S-Series Tonetic Wood Stain.
7) S-W: Oil Stain A-48 Series.
C. Sealer Coat: Clear sanding sealer applied at spreading rate recommended by the
manufacturer.
LUBBOCK INTERNATIO. L AIRPORT MID -TERMINAL RESTR( AS
CDG 9830
09900 - 9
PAINTING
1) Devoe: 4900 Woodworks Quick -Dry Clear Sealer.
2) Fuller: None recommended.
3) Glidden: 5035 Ultra -Hide Quick -Dry Sanding Sealer, Clear.
4) Moore: Moore's Interior Wood Finishes Quick -Dry Sanding Sealer #413.
5) PPG: 77-30 Rez Interior Quick -Drying Sealer and Finish. a
6) P & L: H-40 Sanding Sealer.
7) S-W: ProMar Varnish Sanding Sealer B26V3. '
d. First and Second Finish Coats: Alkyd -based or polyurethane varnish, as
recommended by the manufacturer, applied at spreading rate recommended by the
manufacturer.
1)
2)
3)
4)
5)
6)
7)
END OF SECTION 09900
Devoe: 4600 Woodworks Alkyd Satin Varnish.
Fuller: 653-01 EPA Compliant Clear Polyurethane Satin Finish.
Glidden: 82 Satin Sheen Woodmaster Polyurethane Clear Finishes Varnish.
Moore: Benwood Satin Finish Varnish #404.
PPG: 77-7 Rez Varnish, Interior Satin Oil Clear.
P & L: H24 38 Clear Finish Gloss.
S-W: Oil Base Varnish, Gloss A66V91.
LUBBOCK INTERNATIO'i _L AIRPORT MID -TERMINAL RESTRC IS 10155 - 1
CDG 9830 TOILET COMPARTMENTS
SECTION 10155 -TOILET COMPARTMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes toilet compartments and screens as follows:
1. Type: Solid -plastic, polymer resin.
2. Compartment Style: Overhead braced and floor anchored.
3. Screen Style: Wall hung.
B. Related Sections include the following:
1. Division 10 "Toilet and Bath Accessories" for toilet paper holders, grab bars, purse
shelves, and similar accessories.
1.3 SUBMITTALS
A. Product Data: For each type and style of toilet compartment and screen specified. Include
details of construction relative to materials, fabrication, and installation. Include details of
anchors, hardware, and fastenings.
B. Shop Drawings: For fabrication and installation of toilet compartment and screen assemblies.
Include plans, elevations, sections, details, and attachments to other work.
C. Samples for Initial Selection: Manufacturer's color charts consisting of sections of actual units
showing the full range of colors, textures, and patterns available for each type of compartment
or screen indicated.
D. Samples for Verification: Of each compartment or screen color and finish required, prepared
on 6-inch- (150-mm-) square Samples of same thickness and material indicated for Work.
1.4 PROJECT CONDITIONS
A. Field Measurements: Verify dimensions in areas of installation by field measurements before
fabrication and indicate measurements on Shop Drawings. Coordinate fabrication schedule
} with construction progress to avoid delaying the Work.
LUBBOCK INTERNATIOi .L AIRPORT MID -TERMINAL RESTRC ',4S 10155 - 2
CDG 9830 TOILET COMPARTMENTS
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1. Capitol Partitions, Inc.
2. Compression Polymers Group; Comtec Industries.
3. Crane Plumbing; San}metal.
2.2 MATERIALS
A. General: Provide materials that have been selected for surface flatness and smoothness.
Exposed surfaces that exhibit pitting, seam marks, roller marks, stains, diseolorations,
telegraphing of core material, or other imperfections on finished units are unacceptable.
B. Solid -Plastic, Polymer Resin: High -density polyethylene (HDPE) with homogenous color
throughout. Provide material not less than 1 inch (25 mm) thick with seamless construction and
eased edges in color and pattern as follows:
1. Color and Pattern: One color and pattern in each room as selected by Architect from
manufacturer's full range of colors and patterns.
C. Pilaster Shoes and Sleeves (Caps): ASTM A 666, Type 302 or 304 stainless steel, not less
than 0.0312 inch (0.8 nun) thick and 3 inches (75 mm) high, finished to match hardware.
D. Stirrup Brackets: Manufacturer's standard ear or U-brackets for attaching panels and screens
to walls and pilasters of the following material:
1. Material: Chrome -plated, nonferrous, cast zinc alloy (zamac) or clear -anodized
aluminum.
E. Full -Height (Continuous) Brackets: Manufacturer's standard design for attaching panels and
screens to %walls and pilasters of the following material:
1. Material: Clear -anodized aluminum.
F. Hardware and Accessories: Manufacturer's standard design, heavy-duty operating hardware
and accessories of the following material:
1. Material: Chrome -plated, nonferrous, cast zinc alloy (zamac).
G. Overhead Bracing: Manufacturer's standard continuous, extruded -aluminum head rail with
antigrip profile in manufacturer's standard finish.
H. Heat -Sink Strip: Manufacturer's standard continuous, extruded -aluminum strip in
manufacturer's standard finish.
�a
i
1 LUBBOCK INTERNATIOi __ .L AIRPORT MID -TERMINAL RESTRG :IS 10155 - 3
CDG 9830 TOILET COMPARTMENTS
I. Anchorages and Fasteners: Manufacturer's standard exposed fasteners of stainless steel or
' chrome -plated steel or brass, finished to match hardware, with theft -resistant -type heads.
- Provide sex -type bolts for through -bolt applications. For concealed anchors, use hot -dip
§ galvanized or other rust -resistant, protective -coated steel.
2.3 FABRICATION
A. General: Provide standard doors, panels, screens, and pilasters fabricated for compartment
system. Provide units with cutouts and drilled holes to receive compartment -mounted
hardware, accessories, and grab bars, as indicated.
B. Solid -Plastic, Polymer -Resin Compartments and Screens: Provide aluminum heat -sink strips at
exposed bottom edges of HDPE units to prevent burning.
' C. Overhead -Braced -and -Floor -Anchored Compartments: Provide manufacturer's standard
corrosion -resistant supports, leveling mechanism, fasteners, and anchors at pilasters to suit
floor conditions. Make provisions for setting and securing continuous head rail at top of each
pilaster. Provide shoes at pilasters to conceal supports and leveling mechanism.
1. Provide manufacturer's standard 4-inch- (100-mm-) high, overhead cross bracing.
D. Wall -Hung Screens: Provide units in sizes indicated of same construction and finish as
compartment panels, unless otherwise indicated.
E. Doors: Unless otherwise indicated, provide 24-inch- (610-nun-) pride in -swinging doors for
standard toilet compartments and 36-inch- (914-mm-) wide doors with a minimum 32-inch-
(813-mm-) wide clear opening for compartments indicated to be handicapped accessible.
1. Hinges: Manufacturer's standard self -closing type that can be adjusted to hold door open
at any angle up to 90 degrees.
2. Latch and Keeper: Manufacturer's standard surface -mounted latch unit with
combination rubber -faced door strike and keeper designed for emergency access.
Provide units that comply with accessibility requirements of authorities having
jurisdiction at compartments indicated to be handicapped accessible.
3. Coat Hook: Manufacturer's standard combination hook and rubber -tipped bumper, sized
to prevent door from hitting compartment -mounted accessories.
4. Door Pull: Manufacturer's standard unit that complies with accessibility requirements of
authorities having jurisdiction at out-s Ainging doors. Provide units on both sides of
doors at compartments indicated to be handicapped accessible.
PART 3 - EXECUTION
3.1 INSTALLATION
A. General: Comply with manufacturer's written installation instructions. Install units rigid,
straight, plumb, and level. Provide clearances of not more than 1/2 inch (13 mm) between
LUBBOCK INTERNATIOi ..-.L, AIRPORT MID -TERMINAL RESTR( -,AS 10155 - 4 �
�r
CDG 9830 TOILET COMPARTMENTS
pilasters and panels and not more than 1 inch (25 mm) between panels and «alls. Secure units
in position with manufacturer's recommended anchoring devices.
1. Secure panels to walls and panels with not less than 2 stirrup brackets attached near top
and bottom of panel. Locate wall brackets so holes for wall anchors occur in masonry or
the joints. Align brackets at pilasters with brackets at walls.
B. Overhead -Braced -and -Floor -Anchored Compartments: Secure pilasters to floor and level,
plumb, and tighten. Secure continuous head rail to each pilaster with not less than 2 fasteners.
Hang doors and adjust so tops of doors are parallel with overhead brace when doors are in
closed position.
C. Screens: Attach with anchoring devices according to manufacturer's written instructions and to
suit supporting structure. Set units level and plumb and to resist lateral impact.
3.2 ADJUSTING AND CLEANING
A. Hardware Adjustment: Adjust and lubricate hardware according to manufacturer's written
instructions for proper operation. Set hinges on in -swinging doors to hold open approximately
30 degrees from closed position when unlatched..
B. Provide final protection and maintain conditions that ensure toilet compartments and screens are
without damage or deterioration at the time of Substantial Completion.
END OF SECTION 10155
t
LUBBOCK INTERNATIOI...L AIRPORT MID -TERMINAL RESTRG AS 10801 - 1
CDG 9830 TOILET AND BATH ACCESSORIES
SECTION 10801 - TOILET AND BATH ACCESSORIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
l . Toilet and bath accessories.
2. Coat and hat racks.
3. Underlavatory guards.
4. Infant care products.
B. Related Sections include the following:
1. Division 10 Section "Toilet Compartments" for compartments and screens.
1.3 SUBMITTALS
A. Product Data: Include construction details, material descriptions and thicknesses, dimensions,
profiles, fastening and mounting methods, specified options, and finishes for each type of
accessory specified.
B. Setting Drawings: For cutouts required in other work; include templates, substrate preparation
instructions, and directions for preparing cutouts and installing anchoring devices.
C. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each
accessory required. Use designations indicated in the Toilet and Bath Accessory Schedule and
room designations indicated on Drawings in product schedule.
D. Maintenance Data: For accessories to include in maintenance manuals specified in Division 1.
Provide lists of replacement parts and service recommendations.
1.4 QUALITY ASSURANCE
A. Source Limitations: Provide products of same manufacturer for each type of accessory unit
and for units exposed to view in same areas, unless otherwise approved by Architect.
! .
LUBBOCK INTERNATIO1, L AIRPORT MID -TERMINAL RESTRG _AS 10801 - 2
CDG 9830 TOILET AND BATH ACCESSORIES
B. Product Options: Accessory requirements, including those for materials, finishes, dimensions,
capacities, and performance, are established by specific products indicated in the Toilet and
Bath Accessory Schedule.
1. Products of other manufacturers listed in Part 2 with equal characteristics, as judged
solely by Architect, may be provided.
2. Do not modify aesthetic effects, as judged solely by Architect, except with Architect's
approval. Where modifications are proposed, submit comprehensive explanatory data to
Architect for review.
1.5 COORDINATION
1. Coordinate accessory locations with other work to prevent interference with clearances
required for access by disabled persons, proper installation, adjustment, operation,
cleaning, and servicing of accessories.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide accessories by one of the
following:
1. Toilet and Bath Accessories:
a. A & J Washroom Accessories, Inc.
b. Bobrick Washroom Equipment, Inc.
C. Bradley Corporation.
2. Underlavatory Guards:
a. Brocar Products, Inc.
b. Truebro, Inc.
3. Infant Care Products:
a. Rubbermaid
b. Koala Corporation
C. Brocar Products, Inc.
B. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, those indicated in the Toilet and Bath
Accessory Schedule at the end of Part 3.
C. Products: Subject to compliance with requirements, provide one of the products indicated for
each designation in the Toilet and Bath Accessory Schedule at the end of Part 3.
LUBBOCK INTERNATIOT._ _L AIRPORT MID -TERMINAL RESTRO IS 10801 - 3 -
CDG 9830 TOILET AND BATH ACCESSORIES
e;
2.2 MATERIALS
A. Stainless Steel: ASTM A 666, Type 304, with No. 4 finish (satin), in 0.0312-inch (0.8-mm)
minimum nominal thickness, unless otherwise indicated.
B. Brass: ASTM B 19, leaded and unleaded flat products; ASTM B 16 (ASTM B 16M), rods,
shapes, forgings, and flat products with finished edges; ASTM B 30, castings.
C. Sheet Steel: ASTM A 366/A 366M, cold rolled, commercial quality, 0.0359-inch (0.9-mm)
minimum nominal thickness; surface preparation and metal pretreatment as required for applied
finish.
D. Galvanized Steel Sheet: ASTM A 653/A 653M, G60 (Z180).
E. Chromium Plating: ASTM B 456, Service Condition Number SC 2 (moderate service), nickel
plus chromium electrodeposited on base metal.
F. Galvanized Steel Mounting Devices: ASTM A 153/A 153M, hot -dip galvanized after
fabrication.
G. Fasteners: Screws, bolts, and other devices of same material as accessory unit, tamper and
theft resistant when exposed, and of galvanized steel when concealed.
2.3 FABRICATION
A. General: Names or labels are not permitted on exposed faces of accessories. On interior
surface not exposed to view or on back surface of each accessory, provide printed, waterproof
label or stamped nameplate indicating manufacturer's name and product model number.
B. Surface -Mounted Toilet Accessories: Unless otherwise indicated, fabricate units with tight
seams and joints, and exposed edges rolled. Hang doors and access panels with continuous
stainless -steel hinge. Provide concealed anchorage where possible.
C. Recessed Toilet Accessories: Unless otherwise indicated, fabricate units of all -welded
construction, without mitered corners. Hang doors and access panels Kith full-length, stainless -
steel hinge. Provide anchorage that is fully concealed when unit is closed.
D. Framed Glass -Mirror Units: Fabricate frames for glass -mirror units to accommodate glass
edge protection material. Provide mirror backing and support system that permits rigid,
tamper -resistant glass installation and prevents moisture accumulation.
Provide galvanized steel backing sheet, not less than 0.034 inch (0.85 mm) and full
mirror size, with nonabsorptive filler material. Corrugated cardboard is not an
acceptable filler material.
2. One-piece, galvanized steel, wall -hanger device with spring -action locking mechanism to
hold mirror unit in position with no exposed screws or bolts.
j .
LUBBOCK INTERNATIO.._1I, AIRPORT MID -TERMINAL RESTR(_ AS 10801 - 4
1
CDG 9830 TOILET AND BATH ACCESSORIES
E. Keys: Provide universal keys for internal access to accessories for servicing and resupplying.
Provide minimum of six keys to Owner's representative.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install accessories according to manufacturers' written instructions, using fasteners appropriate
to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and
firmly anchored in locations and at heights indicated.
B. Install grab bars to withstand a downward load of at least 250 lbf (1112 N), when tested
according to method in ASTM F 446.
3.2 ADJUSTING AND CLEANING
A. Adjust accessories for unencumbered, smooth operation and verify that mechanisms function
properly. Replace damaged or defective items.
B. Remove temporary labels and protective coatings.
C. Clean and polish exposed surfaces according to manufacturer's written recommendations.
3.3 TOILET AND BATH ACCESSORY SCHEDULE
A. Combination Towel Dispenser/Waster Receptacle: Where this designation is indicated, provide
stainless -steel combination unit complying with the following:
1. Products: Bradley #234
2. Recessed Type: Designed for nomial 4-inch (100-mm) wall depth with continuous,
seamless wall flange; towel dispenser in unit's upper compartment designed to dispense
minimum of 600 C-fold or 800 multifold paper towels; waste receptacle in unit's lower ,
compartment with minimum I2-gal. capacity, reusable, vinyl liner; and flush doors on -
upper compartments with continuous hinge and tumbler lockset.
B. Mirror Unit: Where this designation is indicated, provide mirror unit complying with the
following:
1. Products: Bradley #781-18x36
2. Stainless -Steel, Channel -Framed Mirror: Fabricate frame from stainless -steel channels in
manufacturer's standard satin or bright finish with square corners mitered to hairline
joints and mechanically interlocked. 1 J
C. Grab Bars: Where this designation is indicated, provide stainless -steel grab bar complying with
the following: (_
i
j LUBBOCK INTERNATIOI`. J_ AIRPORT MID TERMINAL RESTRG _AS 10801 - 5
CDG 9830 TOILET AND BATH ACCESSORIES
1. Products: Available products include the following:
a. Form A: Bradley #8120-013600
b. Form B: Bradley #8120-014200
2. Stainless -Steel Nominal Thickness: Minimum 0.05 inch (1.3 mm).
3. Mounting: Concealed with manufacturer's standard flanges and anchors.
4. Gripping Surfaces: Smooth, satin finish.
5. Outside Diameter: 1-1/2 inches (38 mm) for heavy-duty applications.
D. Sanitary Napkin Vendor: Where this designation is indicated, provide stainless -steel sanitary
napkin vendor complying with the following:
1. Products: Available products include the following: Bradley 4401
2. General: Fabricate cabinet of all-Nvelded construction. Provide seamless door with
returned edges and secured by tumbler lockset. Provide identification reading "Napkins"
and "Tampons"; brand -name advertising is not allowed. Capacity not less than 30
napkins and 28 tampons.
3. Mounting: Semirecessed type, with stainless -steel collar to extend unit 2 inches (50.8
mm) from .vall.
4. Operation: Single -coin operation, 25 cents.
E. Underlavatory Guard: ' Where this designation is indicated, provide underlavatory guard
complying ,with the following:
1. Products: Available products include the following: Truebro LavGuard.
2. Insulating Piping Coverings: White, antimicrobial, molded -vinyl covering for supply and
drain piping assemblies intended for use at accessible lavatories to prevent direct contact
with and burns from piping. Provide components as required for applications indicated
with flip tops at valves that allow service access without removing coverings.
F. Coat and Hat Rack System: Where this designation is indicated, provide unit complying with
the following:
Products: Available products include the following: EMCO Specialty Products Inc,:
Model No. IHI, 36" long, hook model coat rack to accommodate 8 coats, 1" shelf bars
of satin finish aluminum, molded nylon coat hooks, gray color.
F. Diaper Changing Station: Where this designation is indicated, provide infant -care product
complying �ith the following:
l . Products: Available products include the following:
a. Rubbermaid, "Sturdy Station 2."
2. Horizontal. Surface -Mounted Unit: Diaper -changing station with surface -mounted,
mildew -resistant, molded polyethylene body that folds horizontally against wall when not
in use: projects not more than 4 '/2" inches from wall when closed: and is engineered to
r
i
LUBBOCK INTERNATIOi .L, AIRPORT MID -TERMINAL RESTRO 'IS 10801 - 6
CDG 9830 TOILET AND BATH ACC
ESSORIES
support a minimum of 400 lb. static weight when opened. Provide unit Kith pneumatic
shock -absorbing operating mechanism and built-in dispenser for sanitary liners.
END OF SECTION 10801
AGNEW ASSOCIATES, INC. DIVISION 15
PROJECT NUMBER 99010 MECHANICAL
LUBBOCK INTERNATIONAL AIRPORT
MID -TERMINAL RESTROOMS
TABLE OF CONTENTS
SECTION TITLE PAGE
15000 GENERAL PROVISIONS FOR MECHANICAL................................................1-11
15200 PIPING AND ACCESSORIES.......................................................................1-4
15210 PLUMBING SYSTEMS...............................................................................1-5
15320 AIR DISTRIBUTION..................................................................................1-3
15400 INSULATION...........................................................................................1-3
15600 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS ...............1-1
eNiu �'� 6•Sn 4
�4•�a�eoae^:•xsA-s�z.%3rR �`�r� e�i
ewatta r�rrwo«a.«c��.o« .,
N
LUBBOCK INTERNATIONf,.. AIRPORT MID -TERMINAL RESTROL_ 3 15000 - 1
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
SECTION 15000 - GENERAL PROVISIONS FOR MECHANICAL
PART 1 — GENERAL
1.1 SPECIAL NOTE
A. The Architectural and Structural Plans and Specifications, including the supplements issued
thereto, Information to Bidders, and other pertinent documents issued by the Architect, are
a part of these specifications and the accompanying mechanical and electrical plans, and
shall be complied with in every respect. All the above is included herewith, will be issued
separately or is on file at the Architect's office, and shall be examined by all bidders.
Failure to comply shall not relieve the Contractor of responsibility or be used as a basis for
additional compensation due to omission of drawings. Where the Supplementary General
Conditions conflict with the General Conditions, the Supplementary General Conditions.
shall govern.
1.2 CHECKING DOCUMENTS
A. The drawings and the specifications are numbered consecutively. The Contractor shall
check the drawings and specifications thoroughly and shall notify the Architect of any
discrepancies or omissions of sheets or pages. Upon notification, the Architect will
promptly provide the Contractor with any missing portions of the drawings or
specifications. No discrepancies or omissions of sheets or pages of the contract documents
will relieve the Contractor of his duty to provide all work required by the complete contract
documents.
1.3 GENERAL
A. In general, the lines and ducts to be installed by the various trades under these
specifications shall be run as indicated, as specified herein, as required by particular
conditions at the site, and as required to conform to the generally accepted standards as to
complete the work in a neat and satisfactorily workable manner. The following is a general
outline concerning the running of various lines and ducts and is to be excepted where the
drawings or conditions at the building necessitate deviating from these standards.
B. All piping and ductwork for the mechanical trade shall be concealed in chases in finished
areas, except as indicated on the drawings. Horizontal lines run in areas that have ceilings
shall be run concealed in those ceilings, unless otherwise specifically indicated or directed.
C. Piping and ductwork may be run exposed in machinery and equipment spaces, where
serving as connections to equipment items in finished rooms where exposed connections are
required, and elsewhere as indicated on the drawings or required.
D. The Contractor shall thoroughly acquaint himself with the details of the construction and
finishes before submitting his bid as no allowances will be made because of the
Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they
are under construction. All concealed lines shall be installed as required by the pace of the
general construction to precede that general construction.
€. ,
t
LUBBOCK INTERNATION.-.— AIRPORT MID -TERMINAL RESTROC _S 15000 - 2
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
E. The mechanical plans do not give exact details as to elevations of lines and ducts, exact
locations, etc., and do not show all the offsets, control lines, pilot lines and other
installation details. The Contractor shall carefully lay out his work at the site to conform to
the architectural and structural conditions, to provide proper grading of lines, to avoid all
obstruction, to conform to details of installation supplied by the manufacturers of the
equipment to be installed, and thereby to provide an integrated, satisfactorily operating
installation.
F. The mechanical plans do not give exact locations of outlets, fixtures, equipment items, etc.
The exact location of each item shall be determined by reference to the general plans and
to all detail drawings, equipment drawings, roughing -in drawings, etc., by measurements at
the building, and in cooperation with other sections. Minor relocations necessitated by the
conditions at the site or as directed by the Architect shall be made without any additional
cost accruing to the Owner.
G. The Contractor shall be responsible for the proper fitting of his material and apparatus into
the space. Should the particular equipment which any bidder proposes to install require
other space conditions than those indicated on the drawings, he shall arrange for such space
with the Architect before submitting his bid. Should changes become necessary on account
of failure to comply with this clause, the Contractor shall make such necessary changes at
his (the Contractor's) own expense.
H. The Contractor shall submit working scale drawings of all his apparatus and equipment
which in any way varies from these specifications and plans, which shall be checked by the
Architect before the work is started, and interferences with the structural conditions shall
be corrected by the Contractor before the work proceeds.
I. Order of precedence shall be observed in laying out,the pipe, ductwork, material, and
conduit in order to fit the material into the space above the ceiling and in the chases and
walls. The following order shall govern:
1. Items affecting the visual appearance of the inside of the building such as lighting
fixtures, diffusers, grilles, outlets, panelboards, etc. Coordinate all items to avoid
conflicts at the site.
2. Large ducts and pipes with critical clearances.
3. Conduit, water lines, and other lines whose routing is not critical and whose function
would not be impaired by bends and offsets.
J. Exceptions and inconsistencies in plans and specifications shall be brought to the
Architect's attention before the contract is signed. Otherwise, the Contractor shall be
responsible for any and all changes and additions that may be necessary to accommodate
his particular apparatus, material, or equipment.
K. The Contractor shall distinctly understand that the work described herein and shown on the
accompanying drawings shall result in a finished and working job, and any item required to
accomplish this intent shall be included whether specifically mentioned or not.
L. Each bidder shall examine the plans and specifications for the General Construction. If
these documents show any item requiring work under Division 15 and that work is not
indicated on the respective "MP" drawing, he shall notify the Architect in sufficient time to
clarify before bidding. If no notification is received, the Contractor is assumed to require
no clarification, and shall install the work as indicated on the General Plans in accordance
with the specifications.
1-
LUBBOCK INTERNATION,-.— AIRPORT MID -TERMINAL RESTROL_ .S 15000 - 3
t
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
1.4 DIMENSIONS
A. Before ordering any material or doing any work, the Contractor shall verify all dimensions,
including elevations, and shall be responsible for the correctness of the same. No extra
charge or compensation will be allowed on account of differences between actual
dimensions and measurements indicated on the drawings. Any difference which may be
found shall be submitted to the Architect for consideration before proceeding with the
work.
1.5 INSPECTION OF SITE
A. The accompanying plans do not indicate completely the existing mechanical installations.
The bidders for the work under these sections of the specifications shall inspect the existing
installations and thoroughly acquaint themselves with conditions to be met and the work to
be accomplished in removing and modifying the existing work, and in installing the new
work in the present building and underground serving to and from that structure. Failure
to comply with this shall not constitute grounds for any additional payments in connection
with removing or modifying any part of the existing installations and/or installing any new
work.
1.6 MANUFACTURER'S DIRECTIONS
A. All manufactured articles shall be applied, installed and handled as recommended by the
manufacturer.
1.7 PROGRESS OF WORK
A. The Contractor shall keep himself fully informed as to the progress of the work and do his
work at the proper time without waiting for notification from the Architect or Owner.
1.8 MATERIALS AND WORKMANSHIP
A. All materials shall be new unless otherwise specified and of the quality specified. Materials ! 3
shall be free from defects. All materials of a type for which the Underwriters
Laboratories, Inc. have established a standard shall be listed by the Underwriters
Laboratories, Inc. and shall bear their label.
B. Wherever the make of material or apparatus required is not definitely specified, the Li
Contractor shall submit a sample to the Architect before proceeding.-,
C. The Architect reserves the right to call for samples of any item of material offered in
substitution, together with a sample of the specified material, when, in the Architect's
opinion, the quality of the material and/or the appearance is involved and it is deemed that
an evaluation of the two materials may be better made by visual inspection. This shall be
limited to plumbing brass, grilles, registers, ceiling outlets and similar items and shall not t_'
be applicable to major manufacturers' items of equipment.
D. The Contractor shall be responsible for transportation of his materials to and on the job,
L_ 1
�_ t
i
LUBBOCK INTERNATIONt-.. AIRPORT MID -TERMINAL RESTROI._. S 15000 - 4
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
and shall be responsible for the storage and protection of these materials and work until the
final acceptance of the job.
E. The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all
kinds, and all labor required for the safe and expeditious execution of his contract.
F. The workmanship shall in all respects be of the highest grade and all construction shall be
done according to the best practice of the trade.
1.9 SUBSTITUTION OF MATERIAL
A. Where a definite material or only one manufacturer's name is mentioned in these
specifications, it has been done in order to establish a standard. The product of the
particular manufacturer mentioned is of satisfactory construction and any substitution must
be of quality as good as or better than the named article. No substitution shall be made
without review by the Architect, who will be the sole judge of equality.
B. The Contractor shall submit for approval a complete list of the materials he proposes to
use. This list shall give manufacturers' names and designations corresponding to each and
every item and the submission shall be accompanied by complete descriptive literature
and/or any supplementary data, drawings, etc., necessary to give full and complete details.
C. Should a substitution be accepted under the provisions of the conditions of these
specifications, and should this substitute prove to be defective or otherwise unsatisfactory
for the service for which it is intended within the guarantee period, the Contractor who
originally requested the substitution shall replace the substitute material with the specified
material.
1.10 SHOP DRAWINGS
A. Wherever shop drawings are called for in these specifications, they shall be furnished by
the Contractor for the work involved after review by the Architect as to the make and type
of material and in sufficient time so that no delay or changes will be caused. This is done
in order to facilitate progress on the job and failure on the part of the Contractor to comply
shall render him liable to stand the expense of any and all delays, changes in construction,
etc., occasioned by his failure to provide the necessary details. Also, if the Contractor fails
to cornply with this provision, the Architect reserves the right to go directly to the
manufacturer he selects and secure any details he might deem necessary and should there
t-- be any charges in connection with this, they shall be borne by the Contractor.
B. Shop drawings will be reviewed by the Architect for general compliance with the design
concept of the project and general compliance with the information given in the contract
t. documents. Review by the Architect and any action by the Architect in marking shop
drawings is subject to the requirements of the entire contract documents. Contractor will
be held responsible for quantities, dimensions which shall be confirmed and correlated at
the job site, fabrication processes and techniques of construction, coordination of all trades
and the satisfactory performance of his work.
C. Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets
therefrom that contain no indication of the exact item offered. Rather, the submission of
individual items shall designate the exact item offered and shall clearly identify the item
with the project.
D. All shop drawings shall be submitted at one time and shall consist of a bound catalogue of
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROG—S 15000 - 5
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
all shop drawings under each section, properly indexed and certified that they have been
checked by the Contractor.
E. The omissions of any material from the shop drawings which has been shown on the
contract drawings or specified, even though reviewed by the Architect, shall not relieve the
Contractor from furnishing and erecting same. t
1.11 PERMITS, FEE, ETC.
A. The Contractor under each section of these specifications shall arrange for a permit from
the local authority. The Contractor shall arrange for all utility services, including sewer,
water and gas services as applicable. If any charges are made by any of the utility
companies due to the work on this project, the Contractor shall pay these charges,
including charges for metering, connection, street cutting, etc. The Contractor shall pay
for any inspection fees or other fees and charges required by ordinance, law, codes and
these specifications.
1.12 TESTING
A. The Contractor under each division shall at his own expense perform the various tests as
specified and required by the Architect and as required by the State and local authorities.
The Contractor shall furnish all fuel and materials necessary for making tests. Notify the
Architect minimum 24 hours prior to all test.
1.13 LAWS, CODES AND ORDINANCES
A. All work shall be executed in strict accordance with all local, state and national codes,
ordinances and regulations governing the particular class of work involved, as interpreted
by the inspecting authority. The Contractor shall be responsible for the final execution of
the work under this heading to suit those requirements. Where these specifications and the
accompanying drawings conflict with these requirements, the Contractor shall report the
matter to the Architect, shall prepare any supplemental drawings required illustrating how
the work may be installed so as to comply and, on approval, make the changes at no cost to
the Owner. On completion of the various portions of the work the installation shall be l
tested by the constituted authorities, approved and, on completion of the work, the
Contractor shall obtain and deliver to the Owner a final certificate of acceptance.
1.14 TERMINOLOGY
A. Whenever the words "furnish", "provide", "furnish and install," "provide and install',
and/or similar phrases occur, it is the intent that the materials and equipment described be
furnished, installed and connected under this Division of the Specifications, complete for
operation unless specifically noted to the contrary.
LUBBOCK INTERNATIONA,. AIRPORT MID -TERMINAL RESTROO.._J" 15000 - 6
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
B. Where a material is described in detail, listed by catalogue number or otherwise called for,
it shall be the Contractor's responsibility to furnish and install the material.
C. The use of the word "shall" conveys a mandatory condition to the contract.
D. "This section" always refers to the section in which the statement occurs.
E. "The project" includes all work in progress during the construction period.
F. "Concealed" areas are those areas which cannot be seen by the building occupants from the
floor with all building components in place.
G. "Exposed" areas are all areas which are exposed to view by the building occupants,
including mechanical rooms.
H. In describing the various items of equipment, in general, each item will be described
singularly, even though there may be a multiplicity of identical or similar items.
1.15 COOPERATION AND CLEANING UP
A. The contractor for the work under each section of these specifications shall coordinate his
work with the work described in all other sections of the specifications to the end that, as a
whole, the job shall be a finished one of its kind, and shall carry on his work in such a
manner that none of the work under any section of these specifications shall be
handicapped, hindered or delayed at any time.
B. At all times during the progress of the work, the Contractor shall keep the premises clean
and free of unnecessary materials and debris. The Contractor shall, on direction at any
time from the Architect, clear any designated areas or area of materials and debris. On
completion of any portion of the work, the Contractor shall remove from the premises all
tools and machinery and all debris occasioned by the work, leaving the premises free of all
obstrurtions and hindrances.
1.16 CUTTING AND PATCHING
A. The Contractor for work specified under each section shall perform all structural and
general construction modifications and cut all openings through either, walls, floors or
ceilings required to install all work specified under that section or to repair any defects that
appear up to the expiration of the guarantee. The Contractor shall exercise due diligence to
avoid cutting openings larger than required or in wrong locations. Verify the scope of this
work at the site and in cooperation with all other trades before bidding.
B. No cutting shall be done to any of the structural members that would tend to lessen their
strength, unless specific permission is granted by the Architect to do such cutting.
C. The Contractor for work under each section shall be responsible for the patching of all
openings cut to install the work covered by that section and to repair the damage resulting
from the failure of any part of the work installed hereunder.
D. Before bidding, the Contractor shall review and coordinate the cutting and patching
required under the respective section with all trades.
LUBBOCK INTERNATION..— AIRPORT MID -TERMINAL RESTROu—IS 15000 - 7
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
E. In all spaces where new work under Division 15 is installed and no other alteration or
refinishing work is shown or called for, existing floors, walls and ceilings shall be restored
to match existing conditions. All cutting and patching shall be done by workmen skilled in
the affected trade.
F. Where openings are cut through masonry walls, the Contractor under each respective
section shall provide and install lintels or other structural supports to protect the remaining
masonry and adequate support shall be provided during the cutting operation to prevent any
damage to the masonry occasioned by the operation.
1.17 PAINTING
A. Painting for Division 15 shall be as follows:
1. Paint all surfaces above or behind perforated exhaust air grilles or other open spaced
air outlet devices with flat black paint. All pipes, conduits, ductwork and structural
members shall be painted. These surfaces shall be painted a distance away from the
grille such that no unpainted surfaces are visible to a person standing on the room side
and viewing through the device.
1.18 SEALING AROUND PIPES, DUCTS, ETC.
A. The Contractor installing pipes, ducts, etc. shall seal all spaces between pipes and/or
sleeves where they pierce walls, or partitions with Dow Corning No. 2000 fire resistant
caulk. The packing shall effect a complete fire and/or air seal where pipes, ducts, etc.,
pierce walls or partitions.
1.19 OWNERS OCCUPANCY
A. It shall be understood that the building in which the work is to be done is a necessary part
of the Owner's operation, and shall continue in use throughout the construction period
without interruption. Take all precautions required by the Owner for the protection of his
equipment and property.
B. Contractor shall cooperate with the owner in scheduling areas in which work is permitted.
Owners schedule will govern.
1.20 SCHEDULE OF WORK
A. The Contractor shall program his work in such manner as to interfere as little as possible
with the normal routine of the Owner. It must be understood that the Owner will continue
to function throughout the construction period. All water and sanitary facilities shall
therefore be continued in operation with a minimum of interruption and the Contractor shall
make any temporary connections necessary to comply with this requirement.
LUBBOCK INTERNATION,._ AIRPORT MID -TERMINAL RESTROt__.�S 15000 - 8
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
1.21 WORKING TIME
A. Where new connections are to be made into existing lines, present lines must be relocated
or rerouted, present equipment items relocated or other work accomplished that would
affect the operation of the present building, the work shall be carried on at such times as to
cause a minimum of interference with the normal operation of that building. In certain
cases the work may be accomplished during normal working hours during certain
designated seasons or times of the year. In other cases the work may have to be executed
during times of the day outside of the normal working period, on holidays, etc. Each
individual case presents a separate decision as to the time during which it shall be
performed. The Contractor involved shall present each case to the Architect for his
decision, which will be made after due consultation with the Owner. No additional
compensation for overtime will be granted for compliance with these requirements.
1.22 RELOCATION OF EXISTING INSTALLATIONS
A. There are portions of the existing plumbing system, heating, ventilating and air
conditioning system which shall remain in use to serve the finished building in conjunction
with the indicated new installations. By actual examination at the site, each bidder shall
determine those portions of the remaining present installations which must be relocated to
avoid interferences with the installations of new work of his particular trade and that of all
other trades. All such existing installations which interfere with new installations shall be
relocated by the Contractor under the Division in which the existing material normally
belongs, and in a manner as directed by the Architect.
B. Failure to become familiar with the extent of the relocation work involved shall not relieve
the Contractor of responsibility and shall not be used as a basis for additional
compensation.
1.23 SALVAGE MATERIALS
A. The Contractor shall remove existing equipment, piping, duct, grilles, and other items
associated with the mechanical and plumbing systems where shown on the drawings.
Where such items are exposed to view or uncovered by any cutting or removal of general
construction and has no continuing function (as determined by the Architect), they shall be
removed by the contractor under the section in which the item normally falls.
B. Existing items (see above) where concealed in/above construction which is not disturbed,
abandon in place. Plug, cap, disconnect or otherwise render harmless all such items.
C. All items or materials removed from the project shall be made available for the Owner's
inspection. The Owner retains the option to claim any item or material. Contractor shall
deliver any claimed item or material in good condition to the place designated by the
Owner. All item not claimed become the property of the contractor and shall be removed
from the site.
LUBBOCK INTERNATIONA— AIRPORT MID -TERMINAL RESTRO(,...a 15000 - 9
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
1.24 INSTALLATION DRAWINGS
A. It shall be incumbent upon the Contractor to prepare special drawings as called for
elsewhere herein or as directed by the Architect to coordinate the work under each section,
to illustrate changes in his work, to facilitate its concealment in finished spaces to avoid
obstructions or to illustrate the adaptability of any item of equipment which he proposes to
use.
B. These drawings shall be used in the field for the actual installation of the work. Unless
otherwise directed, they shall not be submitted for approval but three copies shall be
provided to the Architect for his information.
1.25 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT
A. The shop drawings for all equipment are hereby made a part of these specifications. The
Contractor under each section of the specifications shall rough -in for the exact item to be -
furnished on the job, whether in another section of the specifications or by the Owner. The
Contractor shall refer to all drawings and other sections of the specifications for the scope
of work involved for the new equipment, and by actual site examination determine the-J
scope of the required equipment connections for the Owner furnished equipment.
B. Should any of the equipment furnished require connections of a nature different from that
shown on the drawings, report the matter to the Architect and finally connect as directed by
the Architect.
C. Should any shop drawings not be available for equipment furnished under other contracts
or by the Owner, the Contractor under each section of these specifications shall bid the
work as detailed on the drawings.
D. Minor differences in the equipment furnished and that indicated on the drawings will not
constitute ground for additional payment to the Contractor.
H
1.26 MARKING OF PIPE
A. The Contractor shall mark all accessible piping systems. The identification of a piping
system shall be made by a positive identification of the material content of the system by
lettered legend, giving the nam-- of the content in full or abbreviated form. This mark shall
be conspicuously placed at frequent intervals on straight runs, close to all valves, at
-
changes of direction and where pipes pass through walls, floors or ceilings. Arrows shall
be used to indicate direction of flow.
B. Markers shall be placed on piping at each connection to an item of equipment, at each
pump, and on each drop to an outlet. Markers shall be placed on each run of piping at
intervals not exceeding 50 feet where exposed in a room and 25 feet when installed above
removable ceilings, except that no exposed line shall enter a room without being identified
t ,
therein. Markers on lines above removable ceilings shall be applied on the undersides of
the lines and in other areas shall be applied to be most visible.
C. Markers shall conform completely with "The Scheme for Identification of Piping Systems
t
(ANSI A131 1981). Markers shall have ANSI specified color coded background, color of
legend and legend letter size.-'
D. Markers shall be equal to Seton Set Mark Pipe Markers.
LUBBOCK INTERNATIONA. AIRPORT MID -TERMINAL RESTROG—S 15000 - 10
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
1.27 MARKING MANUAL BALANCING DAMPERS
A. The Contractor shall mark each manual balancing damper with fluorescent yellow 1-3/16"
wide plastic flagging tape equal to Seton 25468. Tape shall hang minimum 12" below
duct.
1.28 OPERATING INSTRUCTIONS
�- A. The Contractor for each section of the work hereunder shall, in cooperation with the
representatives of the manufacturers of the various equipment items, carefully instruct the
Owner's representatives in the proper operation of each item of equipment and of each
system. During the balancing and adjusting of systems, the Owner's representative shall be
i made familiar with all procedures.
1.29 OPERATING MANUALS
A. Prepare and submit 3 copies of the operating manuals bound in hard covers. Three weeks
prior to completion of the work, the Architect will check the manuals and any additional
material necessary to complete the manuals shall be furnished and inserted by the
Contractor.
B. Manuals shall contain the following data:
1. Catalogue data of all equipment.
2. Shop drawings of all equipment.
3. Recommended maintenance schedule for equipment.
4. Parts list for all items.
5. Name and address of each vendor.
1.30 GUARANTEE
A. Unless a longer guarantee is hereinafter called for, all work, material and equipment items
shall be guaranteed for a period of one year after acceptance by the Owner. All defects in
labor and materials occurring during this period, as determined by the Architect, shall be
repaired and/or replaced to the complete satisfaction of the Architect. Guarantee shall be
in writing and in triplicate.
LUBBOCK INTERNATIONA— AIRPORT MID -TERMINAL RESTROG..3 15000 - 11
CDG 9830 GENERAL PROVISIONS FOR MECHANICAL
1.31 COMPLETION REQUIREMENTS
A. Before acceptance and final payment the Contractor under each Division of the
specifications shall furnish:
1. Accurate record drawings, shown in red ink on blue line prints furnished for that
purpose all changes from the original plans made during installation of the work.
Drawings shall be filed with the Architect when the work is completed.
2. All manufacturers' guarantees.
3. All operating manuals.
4. Guarantees.
5. Test and Balance Report.
1.32 CONTRACTOR'S RESPONSIBILITY FOR FINAL INSPECTION
A. Before calling for the final inspection, the Contractor under each Division shall carefully
inspect his work to be sure it is complete and according to plans and specifications.
END OF SECTION
LUBBOCK INTERNATIONA— AIRPORT MID -TERMINAL RESTROG_ _.;i 15200 - 1
CDG 9830 PIPING AND ACCESSORIES
SECTION 15200 - PIPING AND ACCESSORIES
PART 1 - GENERAL
1.1 NOTE
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division-1 Specification sections, apply to work of this section.
1.2 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.3 SCOPE
A. This section of the specifications pertains to all labor, materials, equipment and service
necessary for and incidental to the piping and accessories as shown on the drawings and/or
specified herein.
1.4 INSPECTION
A. All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the
course of the work. Any defective materials found ' during field inspection or during
hydrostatic and leakage tests shall be removed from the site of the work and replaced by the
Contractor.
1.5 PROTECTION DURING STORAGE
A. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign
matter at all times. Valves and fittings shall be drained and stored in a manner that will protect
them from damage by freezing.
PART 2 - PRODUCTS
2.1 MATERIALS
A. All materials shall be manufactured or fabricated in the United States of America.
LUBBOCK INTERNATIONi-t- AIRPORT MID -TERMINAL RESTROC _3 15200 - 2
CDG 9830 PIPING AND ACCESSORIES
B. Materials shall conform to the listed standards. Refer to specific sections for materials to be
used under that section. The following tabulation is for reference only to identify the
applicable standard.
Cast Iron Soil Pipe and Fittings
Copper Tubing
Wrought Copper Solder Fittings
ASTM A74, Class SV.
ASTM B75-76
ANSI B16.22
C. Unions in Ferrous Lines: 150 pound malleable iron, screwed pattern, ground joint with brass
to iron seat; equal to Crane.
D. Insulating Fittings: Equal to Clear Flow fitting designed to meet requirements of ASTM
F-492.
E. Unions in Copper Lines: 125 pound all brass, screwed pattern, bround joint, equal to Chase,
Crane or Mueller.
PART 3 - EXECUTION
3.1 INSTALLATION OF PIPING SYSTEMS
A. Install runs of piping essentially as indicated on the drawings and/or as required. The location,
direction and size of the various lines are indicated on the drawings.
B. Make up all systems straight and true and properly graded for correct flow of contained
materials and to provide drainage. Cut pipes accurately to measurements established at the
building and work into place without forcing or springing. Except as required for specified
grading, run all piping above ground parallel with the lines of the building.
C. Make all changes in pipe sizes with reducing fittings. Use no long screws or bushings.
D. Install and support piping systems with loops, bends, expansion joints and/or flexible
connectors as required for flexibility, to accommodate expansion and contraction of piping due
to temperature changes in the contained fluids and in the surrounding space, and to minimize
the transmission of vibration to the building structure.
E. Provide unions in the lines assembled with screwed and soldered fittings, at points of
connection to equipment, and elsewhere as indicated or required to permit proper connections
to be made, or to permit valves, equipment items, etc. to be removed. Provide unions also in
welded lines at connections to equipment where flanges are not provided. Provide insulating
unions where ferrous material joins non-ferrous material.
F. In general, use listed materials in fabricating the various piping systems. The method of
assembly may be varied only to meet special conditions where it is impossible to comply with
the specified method of joining piping. Where special classes of piping are involved and are
not listed, request exact instructions as to the class of material involved and the method of
fabricating it before ordering materials.
LUBBOCK INTERNATIONA. AIRPORT MID -TERMINAL RESTROC._..S 15200 - 3
CDG 9830 PIPING AND ACCESSORIES
3.2 PIPE SLEEVES
A. Generally where pipes pass through walls or floors except sewer pipes through floors on grade,
pipe sleeves shall be used. The sizes of these sleeves shall be such as to permit readily the
subsequent insertion of the pipes of the proper size. In the case of insulated lines, the diameter
of the sleeves shall be approximately 1/2 inch greater than the outside diameter of the
insulation.
B. The pipes passing through interior walls or floors shall pass through galvanized pipe sleeves.
In walls, they shall finish flush with each finished surface. In pipe chases, they shall extend
1-1/2 inches above the floor slab. The annular space between the pipe and sleeve in floor
penetrations and fire rated wall penetrations shall be fire -sealed with fire resistive material
equal to 3M No. 2000 fire resistant caulk.
3.3 ESCUTCHEONS, CEILING PLATES
A. Except as otherwise noted provide and install concealed hinge, chrome plated escutcheons or
ceiling plates with spring catches around each pipe passing through any wall, floor, or ceiling
in any space, except in attic spaces. Plates shall be sized to fit snugly against the outside of
the pipe, or against the outside of the insulation on lines which are insulated.
3.4 FABRICATION OF PIPE JOINTS
A. Cast Iron Pipes, Caulked Joints: Make joints in cast iron bell and spigot pipe by centering the
spigot within the bell, packing the joint with oakum closely compacted, and then pouring the
remaining space in the bell full of molten lead. When the lead has cooled, thoroughly caulk
at least three times around the joint using caulking tools of the proper width.
B. No -Hub Joints: Install according to manufacturer's instructions. Rubber sleeve shall be
neoprene. Clamps and bolts shall be stainless steel.
C. Copper Tubing: Cut tubing square, ream and deburr. Clean insides of fittings and outsides
of tubing with sand cloth before assembly. Exercise care to prevent annealing of fittings and
hard drawn tubing. Make all joints with high temperature solid string or wire solder, 95 % tin,
5 % antimony, using non -corrosive paste flux of the proper type for all copper tubing. Low
temperature solder such as 50150 or 40/60 will not be permitted.
3.5 REVISIONS AND RELOCATION OF EXISTING SYSTEMS
A. Where conflicts occur between the new work and the existing piping systems which cannot be
resolved, the Contractor shall relocate the existing piping system. Relocated positions of
piping shall be tested for new work. All piping systems shall be free from leaks.
LUBBOCK INTERNATIONA— AIRPORT MID -TERMINAL RESTROO. 15200 - 4
t
CDG 9830 PIPING AND ACCESSORIES
3.6 REPAIR OF LEAKS
A. All leaks in piping systems shall be corrected as follows:
1. Repair leaks in solder joints by remaking the joint; no soldering or brazing over existing
joints will be permitted.
2. Repair leaks in screwed joints by tightening the joint; remake the joint if the tightening
fails to stop the leak.
3. Repair leaks in no hub joints by remaking the joint.
B. When any defect is repaired, retest that section of the system.
3.7 HANDLING OF MATERIAL
A. Hauling: All materials furnished by the Contractor shall be delivered and distributed at the site
by the Contractor.
r]
B. Loading and Unloading: Pipe, fittings, valves, and accessories shall be loaded or unloaded
by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances
shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled
'
against pipe already on the ground. Each piece shall be unloaded opposite or near the place
3
where it is to be installed. No material shall be unloaded where it will block any road, drive,
building entrance, or walkway or where it will be a hazard to safe vehicular or pedestrian
traffic.
-
C. Care of Pipe Coating and Lining: Pipe shall be so handled that the coating and lining shall not
be damaged. If, however, any part of the coating, or lining is damaged, the repair shall be
made by the Contractor at his expense. If satisfactory repair cannot be made, the Contractor
shall replace the damaged pipe.
3.8 ALIGNMENT AND GRADES
A. General: All pipe shall be laid and maintained to the required lines and grades with fittings,
valves, at the required locations; and all valve stems plumb. All pipe shall be installed straight
and true to line.
END OF SECTION
3 LUBBOCK INTERNATIONA.., AIRPORT MID -TERMINAL RESTROG. _. 15210 - 1
CDG 9830 PLUMBING SYSTEMS
SECTION 15210 - PLUMBING SYSTEMS
PART 1 - GENERAL
1.1 NOTE
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division-1 Specification sections, apply to work of this section.
1.2 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.3 SCOPE
A. This section of the specifications requires the furnishing and installation of all equipment,
labor, materials, transportation, tools and appliances and in performing all operations in
connection with the installation of the plumbing systems.
PART 2 - PRODUCTS
2.1 MATERIALS: Refer to Section "Piping and Accessories".
A. Interior Sanitary Soil, Waste and Drain Lines Above Grade: No -hub cast iron soil pipe and
fittings, each heavily coated at the factory with asphalts or coal tar pitch and each having the
manufacturer's mark or name and the date of manufacture cast on it. Type "L" copper in sizes
up to 2" may be used where space is restricted.
B. Sanitary Vent Lines Above Grade: Vents in the sanitary system shall be no -hub cast iron pipe
and fittings for all lines 2" and larger and Type L copper for lines smaller than 2".
C. Domestic Water Lines (Hot, Cold and Recirculating): All water lines underground or under
slabs on grade shall be of Type K soft drawn copper tubing. All interior water lines shall be
Type L hard drawn copper tubing. Copper tubing shall be assembled using solder joint
fittings.
D. Air Chambers: Air chambers of Type L copper, not less than 12" long and no smaller than
the supply pipe, shall be provided and installed in each water supply to each and every fixture,
outlet, item of equipment, etc. The length and/or the diameter of these air chambers shall be
greater where required to eliminate water hammer. PDI shock absorbers may be used if sized
in accordance with PDI recommendations.
E. Vacuum Breakers: On each water supply line serving a plumbing fixture, item of equipment,
or other device which has a water supply below the rim of the fixture, or which has a threaded
or tubing spout, provide and install an approved vacuum breaker. These vacuum breakers
shall be designed to prevent any possible backflow through them. Where these are installed
tin chrome plated lines, they shall be chrome plated to match.
LUBBOCK INTERNATION, AIRPORT MID -TERMINAL RESTROL S 15210 - 2
CDG 9830 PLUMBING SYSTEMS
2.2 PLUMBING FIXTURES 1 +
A. The plate numbers on the drawings represent fixtures that will be acceptable on the job.
Approved equal fixtures of American Standard, Eljer, and Kohler will be acceptable.
B. All exposed trim shall be chrome plated brass. This includes faucets, fittings, stops, risers,
strainers, tailpieces, traps, waste, escutcheons, flush valves, brackets, vacuum breakers,
goosenecks, hole covers, bolts, nuts and etc.
C. All threaded supply fittings shall have back flow preventers.
D. All fixtures shall have wheelhandle stop valves.
E. Generally all wall hung fixtures shall be provided with chair carriers so that no weight is
supported from the all.
F. All fixtures shall be cleaned before final acceptance.
G. Verify mounting height of each and every fixture before rough -in.
H. Where fixtures mate with walls or floor, the joint shall be grouted with dental plaster, G. E.
Silicone or other grout as directed by the Architect.
I. The Contractor shall verify all rough in heights before installation and shall secure a current
ruling on heights of handicapped fixtures before rough in to insure that they meet the
requirements of the parties having jurisdiction.
J. Controls for flush valves shall be mounted on the wide side of toilet areas.
K. All fixtures shall meet State of Texas SB587 water saving performance standards.
2.3 PLUMBING FIXTURE SCHEDULE
Water Closet WC'A'
Bowl Kohler K-4330 water saver, wall hung, elongated bowl, siphon
jet, standard height, with closet carrier fitting and chrome
t
mounting bolts.
Flush Valve Sloan Royal 8111-LH-MC, 11-1/2" riser, Optima Plus Battery
Powered Infrared Sensor, Chrome Plated Die Cast Metal
Cover Assembly with tempered glass window, dual filtered
1
diaphragm kit, triple seal packing, skirted high back -pressure
vacuum breaker, and free spinning vandal resistant stop cap.
Seat Bemis 1955 SS/CH white solid plastic open front.
Carrier Wade W-310, W-330, or W-340 adjustable carrier.
Water Closet WC'B' 1
Bowl Kohler K-4330 water saver, wall hung, elongated bowl, siphon 1-
jet, handicapped height, with closet carrier fitting and chrome
mounting bolts. TAS compliant. 1
l
LUBBOCK INTERNATIONf,— AIRPORT MID -TERMINAL RESTROC S 15210 - 3
CDG 9830 PLUMBING SYSTEMS
Flush Valve Sloan Royal 8111-LH-MC, 11-1/2" riser, Optima Plus Battery
Powered Infrared Sensor, Chrome Plated Die Cast Metal
Cover Assembly with tempered glass window, dual filtered
diaphragm kit, triple seal packing, skirted high back -pressure
vacuum breaker, and free spinning vandal resistant stop cap.
TAS compliant.
Seat Bemis 1955 SS/CH white solid plastic open front.
Carrier Wade W-310, W-330, or W-340 adjustable carrier.
Urinal U'A'
Fixture Kohler K-5016-ET vitreous china, wall hung, siphon jet, with
chair carrier, and 3/4" top spud. Mount at 24" height.
Flush Valve Sloan Royal 8186-1.0-LH-MC, Optima Plus Battery Powered
Infrared Sensor, Chrome Plated Die Cast Metal Cover
Assembly with tempered glass window, dual filtered
diaphragm kit, triple seal packing, skirted high back -pressure
vacuum breaker, and free spinning vandal resistant stop cap.
Urinal U'B'
Fixture Kohler K-5016-ET vitreous china, wall hung, siphon jet, with
chair carrier, and 3/4" top spud. Mount at 17" height. TAS
compliant.
Flush Valve Sloan Royal 8186-1.0-LH-MC, Optima Plus Battery Powered
Infrared Sensor, Chrome Plated Die Cast Metal Cover
Assembly with tempered glass window, dual filtered
diaphragm kit, triple seal packing, skirted high back -pressure
vacuum breaker, and free spinning vandal resistant stop cap.
TAS compliant.
Lavatory L'A'
Fixture Kohler K-2027 vitreous china 20" x 18" for concealed arms,
with 4" drillings. TAS compliant.
Supply Chicago Faucets 2302, single lever side valve, gooseneck spout,
aerator, and polished chrome plate finish. TAS compliant.
Tailpiece 803-0530 with offset drain for wheelchair.
P-trap 804-1180 with tubing waste and escutcheon.
Stops, risers 802-0325 with flexible chrome risers and loose key stops.
LUBBOCK INTERNATIONA_ AIRPORT MID -TERMINAL RESTROC .i 15210 - 4
CDG 9830 PLUMBING SYSTEMS
Carrier Wade chair carrier for concealed arms.
Insulation Truebro 102W insulation for p-trap, offset tailpiece, and hot and
cold supplies.
Lavatory L'B'
Fixture
Kohler K-12636 vitreous china wheelchair lavatory, 27"x20",
with 4" drillings. TAS compliant.
Supply
Chicago Faucets 2302, single lever side valve, gooseneck spout,
aerator, and polished chrome plate finish. TAS compliant.
Tailpiece
803-0530 with offset drain for wheelchair.
P-trap
804-1180 with tubing waste and escutcheon.
Stops, risers
802-0325 with flexible chrome risers and loose key stops.
Carrier
Wade chair carrier for concealed arms.
Insulation
Truebro 102W insulation for p-trap, offset tailpiece, and hot and
cold supplies.
Wall Hydrant WH
Fixture Zurn Z-1330 ecolotrol wall hydrant with integral backflow
preventer, all bronze interior parts, and 3/4" solder inlet in a
stainless steel box with a locked hinged cover.
2.4 DRAINS
A. Provide all drains as scheduled. Wade, Josam or Zurn are acceptable. Provide a clamping
device for the floor membrane, where applicable.
B. All floor drains, floor sinks and trench drains shall have deep seal p-trap.
Floor Drain FD
Fixture Wade No. W-1103 with 6" NB top, cast iron body, and
clamping device.
PART 3 - EXECUTION
3.1 INSTALLATION OF PIPING SYSTEMS
A. Refer to PIPING AND ACCESSORIES for requirements for installing pipes. In addition, the
following specifications shall apply.
LUBBOCK INTERNATIONt.— AIRPORT MID -TERMINAL RESTROC 3 15210 - 5
CDG 9830 PLUMBING SYSTEMS
B. Drain Lines and Sanitary Waste: Grade down toward the sewer connection at a uniform slope
of 1/4" per foot to serve individual fixtures or not less than 1/8" per foot to serve multiple
stacks or outlets. Slope shall be greater where possible and shall never be less than required
to produce a flow velocity of 2 feet per second.
C. Vents: Grade up to the existing vent.
D. Water Lines: Grade to established low points and provide valved drains to completely drain
the system.
E. Secure and anchor piping in plumbing chases such that there is no movement of flush valves,
stops, etc. at fixture rough -ins.
3.3 TESTING
A. Test all pipes before they are concealed in furrings or chases insulated, painted, or otherwise
covered up or rendered inaccessible. Accomplish testing by sections of lines or systems, as
required by conditions during construction. Clean all piping and equipment before testing.
B. Domestic Water Lines Interior: Hydrostatically test for 6 hours at 150 psig. There shall be
no leaks whatsoever.
C. Interior Soil, Waste and Vent Lines: Drainage and venting system piping shall be tested with
water before the fixtures are installed. Water test shall be applied to the drainage and venting
system either in its entirety or in sections. If the entire system is tested, all openings in the
pipes shall be tightly closed except the highest opening and the system shall be filled with
water to the point of overflow. If the system is tested in sections, each opening except the
highest opening of the section under test shall be tightly plugged, and each section shall be
filled with water and tested with at least a 10 foot head of water. The water shall be kept in
the system, or in the portion under test, for at least 30 minutes before the inspection starts. The
system shall then be tight at all joints. Water shall not drop more than 1" in 8 hours.
3.4 DISINFECTING
A. After cleaning, flushing and testing, the Contractor shall furnish all labor, equipment and
materials necessary for the disinfection of all domestic pipe lines which shall be disinfected by
the application of a chlorinating agent. The chlorinating agent may be a liquid chlorine, liquid
chlorine gas water mixture, or a calcium hypochlorite solution, which shall be fed into the lines
through a suitable solution feed device.
B. The chlorinating agent shall be applied at or near the point from which the line is being filled
and through a corporation stop or other approved connection inserted in the horizontal axis of
the newly laid pipe. The water being used to fill the line shall be controlled to flow into the
section to be disinfected very slowly.
C. The chlorine dose applied to the water entering the lines shall be at least 40 to 60 parts per
million. The treated water shall be retained in the pipe lines for a period of not less than 24
hours. At the end of the 24 hour retention period the chlorine residual shall be at least 20
ppm. All treated water shall be thoroughly flushed from the lines until the replacement water
in the lines has a chlorine residual of not more than 0.2 parts per million.
END OF SECTION
LUBBOCK INTERNATIONh— AIRPORT MID -TERMINAL RESTROG. � 15320 - 1
CDG 9830 AIR DISTRIBUTION
SECTION 15320 - AIR DISTRIBUTION
PART 1 - GENERAL
1.1 NOTE
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division-1 Specification sections, apply to work of this section.
1.2 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.3 SCOPE
A. This section of the specifications comprises the furnishing of all labor, materials,
transportation, tools and appliances and in performing all operations in connection with the
installation of ductwork, linings, air distribution devices, dampers and control devices, curbs
and other materials and accessories as described herein and/or as shown on the accompanying
drawings, or reasonably implied therefrom.
PART 2 - PRODUCTS
2.1 METAL DUCTWORK
A. Except as otherwise specified herein, in other sections of the specifications, and/or noted on
the drawings, low pressure ducts shall be constructed of galvanized steel sheets in accordance
with the recommended construction for low pressure ductwork insofar as gauges of metal to
be used, bracing of joints and joint construction as established in HVAC DUCT
CONSTRUCTION STANDARDS, First Edition, as published by Sheetmetal and Air
Conditioning Contractors National Association, Inc. (SMACNA).
B. Unless indicated otherwise, all duct shall be constructed in conformance with 1" w.g. pressure
class.
C. Make square elbows where shown or required, with factory -fabricated turning vanes. Make
all other changes in direction with rounded elbows having a centerline radius equal to 1-1/2
times the width of the duct in the plane of the bend.
D. Make transformations in duct shape or dimension with gradual slopes on all sides. Make
increases in dimensions in the direction of air flow, with a maximum slope of 1" in 7" on any
side. Make decreases in dimensions in the direction of air flow preferably with a slope of 1"
in 7" on any side, but with a maximum slope of 1" in 4" where conditions necessitate.
LUBBOCK INTERNATIONe AIRPORT MID -TERMINAL RESTROC 3 15320 - 2
CDG 9830 AIR DISTRIBUTION
E. Ducts shall be routed in conjunction with pipes, electrical conduits, ceiling hangers, etc. so as
to avoid interferences insofar as possible. Where duct penetrations are unavoidable, provide
streamline shaped sleeves around such material penetrations, made airtight at duct surfaces,
except that such sleeves are not required at tie rods. Where obstructions are of a size to
exceed 10 % of the duct area, the duct shall be transformed to maintain the same duct area.
F. All ductwork shall be supported in accordance with standards published by Sheet Metal and
Air Conditioning Contractors National Association, Inc (SMACNA).
2.2 DUCT SEALER
A. All exhaust air ductwork shall be sealed to provide airtight construction. Metal surfaces to be
joined shall be clean, dry and free of dirt or grease. Apply a heavy coat of Kingco Seal -Rite
18-120 to the interior metal surface of the slip joint, then interlock into place metal duct
sections. Apply a heavy coat of 18-120 to the exterior metal surface duct joint, making sure
any voids are filled to secure a continuous air pressure sealant.
B. Allow sealant to dry a minimum of 48 hours before pressurizing system.
C. Blue Glue or Hardcast will be considered equal.
2.3 AIR CONTROL DEVICES
A. Manual dampers shall be installed as required to afford complete control of the air flow in the
duct system. In rectangular supply ducts, a volume damper shall be installed at each point
where a branch is taken off to achieve the final air balance.
B. Volume dampers of the "butterfly" type shall be constructed of 22 gauge galvanized steel
riveted or welded to square operating rods. Dampers shall have bearings of brass, bronze or
approved plastic in most instances. Volume dampers of the butterfly type shall be used only
in cases where neither dimension of the damper exceed 24". The metal used shall match that
of duct system containing the damper in each case. Use special metals for damper rods and
bearings as required to resist corrosion.
C. Each volume damper, unless specified for automatic operation, shall be fitted with an adjusting
device having a locking mechanism. Wherever the ducts are rendered inaccessible behind
non -removable ceilings or furrings, or other construction that is not easily removable to permit
access to the ducts, the devices shall be equal to Young Regulator Co. No. 1200 right angle
worm gear regulator with 301 concealed damper regulator. On exposed or easily accessible
ducts the adjusting devices shall be equal to Young No. 1 or No. 900 and shall be fastened to
the ducts.
D. Damper rods and operators on insulated ducts shall have extended rods and stand off brackets.
2.4 AIR DISTRIBUTION DEVICES
A. Furnish and install all grilles, registers, and diffusers for every purpose. Refer to the
tabulation on the drawings for types, sizes and accessories.
LUBBOCK INTERNATIONE. AIRPORT MID -TERMINAL RESTROC 3 15320 - 3
CDG 9830 AIR DISTRIBUTION
B. All grilles, registers, and diffusers located in the ceiling shall be factor finished in
g g b Y
OFF-WHITE. Door grilles shall be factory finished in baked enamel medium birch
tan. All other grilles and registers shall be factory primed and spray painted 2 coats
on the job.
C. All grilles and registers shall be installed with tamperproof screws and shall be secured
to the duct with a minimum of four screws.
D. Where perforated supply grilles or diffusers are scheduled, they shall be of the type
with adjustable curved blades in the neck of the diffusers. Other types are not
acceptable.
E. Where ceiling mounted air distribution devices are shown and require a ceiling
radiation damper, the grille or diffuser shall be constructed of steel, aluminum is not
acceptable.
F. Air distribution devices as manufactured by Titus, Metal -Aire, or Krueger will be
acceptable.
END OF SECTION
LUBBOCK INTERNATIONr AIRPORT MID -TERMINAL RESTROC 15400 - 1
CDG 9830 INSULATION
SEC
TION 15400 - INSULATION
PART 1 - GENERAL
1.1 NOTE
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division-1 Specification sections, apply to work of this section.
1.2 SUBMITTALS
A. Submit manufacturer's data on all materials.
1.3 SCOPE
A. This section of the specifications comprises the furnishing of all labor, materials,
transportation, tools and appliances and in performing all operations in connection with the
installation of thermal insulation, coverings, jackets, supports, shields, etc. as described herein
and/or as shown on the accompanying drawings, or reasonably implied therefrom. All
surfaces which may vary from the ambient temperature shall be insulated unless specifically
excepted.
PART 2 - PRODUCTS
2.1 MATERIALS
A. In describing the various materials, application procedures, and finishes, each item will be
described singularly, even though there may be a multiplicity of identical applications. Also
where the description is only general in nature, exact dimensions, arrangements and other data
shall be determined by reference to plans, schedules, and details, including those provided by
equipment manufacturers.
B. Where materials are described under other sections of the specifications and are pertinent to
this section, they shall be installed hereunder as though they were repeated herein.
C. All insulation shall have composite fire and smoke hazard ratings as tested by procedure NFPA
225, not exceeding flame spread 25, smoke developed 50. Accessories such as adhesives,
mastics, cement, tape, cloth, etc. shall have these same component ratings.
D. All materials installed under this section of the specifications shall be manufactured in the
United States of America.
LUBBOCK INTERNATION, AIRPORT MID -TERMINAL RESTROC
CDG 9830
15400 - 2
INSULATION
2.2 VAPOR BARRIER JACKETS
A. Factory -applied vapor -barrier jackets shall be one of the following:
1. An All Service Jacket (ASJ) laminated of flame resistant white kraft paper, glass scrim
reinforcement, and kraft paper.
2. Foil Reinforced Kraft (FRK) Jacket laminated of flame resistant 0.001" aluminum foil,
glass scrim reinforcement and kraft paper.
B. Where specified, insulate valves and fittings with two fiberglass inserts and preformed Manville
Zeston covers with taped seams.
2.3 SHIELDS
A. Provide shield of No. 16 U.S. standard gage galvanized metal to protect insulation at hangers
and supports on piping 3 inches and smaller. For pipe 4 to 6 inches, use 14 gage; and for pipe
8 inches and larger, use 12 gage. Use a shield extending at least 6 inches on each side of the
support bearing area.
B. Under each shield on pipe 2" and larger, install a high density fiberglass insert equal to
Hamfab H Block, 20 lb. density, or approved equal.
PART 3 - EXECUTION
3.1 INSTALLATION
A. The installation of all thermal insulation shall be performed by a recognized firm regularly
engaged in the insulation business, using skilled insulation mechanics and using insulation
materials which are the product of reputable manufacturer of the materials, using any special
materials as required by these specifications and by those published standards.
B. Any insulation which is not applied in a workmanlike manner will be rejected and replaced.
All coverings shall be smooth, flush, dressed to line and tight. Mastic shall be neatly applied
and tooled. The Architect reserves the right to reject any insulation whose appearance he
deems unacceptable.
3.2 APPLICATION OF INSULATION
A. Apply insulation and pipe covering after all work has been tested, found to be tight and
accepted as such by the Architect. Thoroughly clean and dry all surfaces to be covered.
B. On glass fiber pipe covering with factory -applied vapor -barrier jacket, lap the jacket on the
longitudinal seams with a double tape, self-sealing lap, adhesive system. If a single tape,
self-sealing lap, adhesive system is used, an additional layer of Benjamin Foster 82-07 vapor
barrier lap adhesive must be used. Tightly butt the ends of the pipe covering and apply the 4"
wide butt strips as provided by the insulation manufacturer.
LUBBOCK INTERNATIONi AIRPORT MID -TERMINAL RESTRO( 3 15400 - 3
CDG 9830 INSULATION
r
3.3 EXCLUSIONS
A. Exclusions: No insulation shall be applied to the following equipment items and pipe. Bevel
adjacent insulation at termination points.
1. Exposed chrome plated lines.
2. Domestic water valves and unions.
3.4 INSULATION ON PIPING SYSTEMS
A. The following describes materials, thicknesses and finishes for insulation and coverings.
B. Also included in this section is the requirement for patching and repair of existing
insulation where new connections are made.
C. Domestic Hot Water and Circulating Lines: Insulate with 1" thick Owens-Corning Fiberglas
ASJ/SSL-II molded sectional glass fiber pipe covering with an All Service jacket (ASJ).
Insulate concealed valves and fittings with preformed "Zeston" PVC covers over fiberglass
insulation. Insulate exposed valves and fittings with Hamfab insulation fittings. Cover all
exposed lines, valves, and fittings in the kitchen/sculley with an approved PVC jacket.
D. Domestic Cold Water Lines: Insulate with 1/2" thick Owens-Corning ASJ/SSL-H molded glass
fiber pipe covering with factory applied All Service Jackets (ASJ). Insulate concealed valves
and fittings with preformed "Zeston" PVC covers over fiberglass insulation. Insulate exposed
valves and fittings with Hamfab insulation fittings. Vapor seal all insulation. Cover all
exposed lines, valves, and fittings in the kitchen/sculley with an approved PVC jacket.
3.5 INSULATION ON DUCTS
A. Insulate the supply and return ducts with 2" thick, 3/4 lb. Density, Owens-Corning "All Service
Wrap" glass fiber flexible insulation having a factory applied FSKL vapor barrier jacket.
END OF SECTION
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOM3 15600 - 1
CDG 9830 TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS
SECTION 15600 - TESTING, ADJUSTING AND BALANCING MECHANICAL SYSTEMS
PARTI-GENERAL
1.1 NOTE
A. Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division -I Specification sections, apply to work of this section.
1.2 SCOPE
A. This section of the specifications comprises the furnishing of all labor, materials, transportation,
tools and appliances and in performing all operations in connection with the testing, balancing and
adjusting of exhaust system to produce proper flows of air.
B. Upon completion of the installation, check, adjust, and balance systemic components to obtain
optimum conditions in each space of the building.
C. Prepare and submit to the Architect complete reports on the balance and operation of the system.
D. Before final acceptance is made, furnish the following data:
1. A listing of the measured air quantities at each outlet.
E. The above data shall be neatly entered on appropriate forms together with any typed supplements
required to completely document all results. Written explanations of any abnormal conditions
shall be included. All this shall be assembled into a suitable brochure and a total of 4 copies shall
be provided.
END OF SECTION
AGNEW ASSOCIATES, INC. DIVISION 16
PROJECT NUMBER 99010 ELECTRICAL
LUBBOCK INTERNATIONAL AIRPORT
MID -TERMINAL RESTROOMS
TABLE OF CONTENTS
SECTION TITLE PAGE
16000 GENERAL PROVISIONS FOR ELECTRICAL ........................................... 1-10
16060 MINOR ELECTRICAL DEMOLITION FOR REMODELING ........................ 1-3
16110 RACEWAYS AND FITTINGS................................................................1-8
16120 CONDUCTORS.................................................................................. 1-4
16140 WIRING DEVICES..............................................................................1-4
16450 GROUNDING AND BONDING.............................................................. 1-3
16500 LIGHTING........................................................................................1-5
P ago'l OF kNN
....
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO%__.IS 16000-1
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
SECTION 16000 - GENERAL PROVISIONS FOR ELECTRICAL
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to the work of
this Section.
1.2 ELECTRICAL LINES
A. General: In general, the electrical lines to be installed under these specifications shall r
be run as indicated, as specified herein, as required by particular conditions at the
site, and as required to conform to the generally accepted standards as to complete the
work in a neat and satisfactorily workable manner. The following is a general outline 1_
concerning the running of electrical lines and is to be excepted where the drawings or
conditions at the building necessitate deviating from these standards.
B. General Construction: The Contractor shall thorcughly acquaint himself with the
details of the construction and finishes before submitting his bid as no allowances will
be made because of the Contractor's unfamiliarity with these details. Place all inserts
in masonry walls while they are under construction. All concealed lines shall be
installed as required by the pace of the general construction to precede that general
construction.
C. Field Conditions: The electrical plans do not give exact details as to elevations of
electrical lines, exact locations, etc., and do not show all the offsets, and other
installation details. The Contractor shall carefully lay out his work at the site to N-
conform to the architectural and structural conditions, to avoid all obstruction, to
conform to details of installation supplied by the manufacturers of the equipment to be
installed, and thereby to provide an integrated, satisfactorily operating installation.
D. Locations of Electrical Devices: The electrical plans show diagrammatically the ..
locations of the various electrical outlets and apparatus and the method of circuiting
and controlling them. Exact locations of these outlets and apparatus shall be
determined by reference to the general plans and to all detail drawings, equipment
drawings, roughing -in drawings, etc., by measurements at the building, and in
cooperation with other sections, and in all cases shall be subject to the approval of the
Architect. The Architect reserves the right to make any reasonable change in location
of any outlet or apparatus before installation (within 10 feet of location shown on
drawings) or after installation if an obvious conflict exists, without additional cost to
the Owner.
E. Space Requirements: The Contractor shall be responsible for the proper fitting of his
material and apparatus into the space. Should the particular equipment which any
bidder proposes to install require other space conditions than those indicated on the
drawings, he shall arrange for such space with the Architect before submitting his bid.
Should changes become necessary on account of failure to comply with this clause,
the Contractor shall make such necessary changes at his (the Contractor's) own j
expense.
l.,
LUBBOCK INTERNATION, .L AIRPORT MID -TERMINAL RESTRG _ .CIS 16000-2
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
F. Working Drawings: The Contractor shall submit working scale drawings of all his
apparatus and equipment which in any way varies from these specifications and plans,
which shall be checked by the Architect before the work is started, and interferences
with the structural conditions shall be corrected by the Contractor before the work
proceeds.
G. Order of Precedence: Order of precedence shall be observed in laying out the conduit
in order to fit the material into the space above the ceiling and in the chases and
walls. The installation shall be coordinated with the work of all other trades. The
following order shall govern:
1. Items affecting the visual appearance of the inside of the building such as
lighting fixtures, outlets, panelboards, etc. Coordinate all items to avoid
conflicts at the site.
2. Lines requiring grade to function such as sewers.
3. Large ducts and pipes with critical clearances.
4. Conduit, water lines, and other lines whose routing is not critical and whose
function would not be impaired by bends and offsets.
H. Equipment Connections: Conduits serving outlets on items of equipment shall be run
in the most appropriate manner. Where the equipment has built-in chases, the lines
shall be contained therein. Where the equipment is of the open type, the lines shall
be run as close as possible to the underside of the top and in a neat and inconspicuous
manner.
I. Exceptions and Inconsistencies: Exceptions and inconsistencies in plans and
specifications shall be brought to the Architect's attention before the contract is
signed. Otherwise, the Contractor shall be responsible for any and all changes and
additions that may be necessary to accommodate his particular apparatus, material, or
equipment.
J. Intent of Drawings and Specifications: The Contractor shall distinctly understand that
the work described herein and shown on the accompanying drawings shall result in a
finished and working job, and any item required to accomplish this intent shall be
included whether specifically mentioned or not.
K. Examination of Drawings and Specifications: Each bidder shall examine the
Drawings and Specifications for the General Construction. If these documents show
any item requiring work under Division 16 and that work is not indicated on the
respective Electrical drawings, he shall notify the Architect in sufficient time to clarify
before bidding. If no notification is received, the Contractor is assumed to require no
clarification, and shall install the work as indicated on the General Plans in
accordance with the specifications.
1.3 DIMENSIONS
A. General: Before ordering any material or doing any work, the Contractor shall verify
all dimensions, including elevations, and shall be responsible for the correctness of the
same. No extra charge or compensation will be allowed on account of differences
between actual dimensions and measurements indicated on the drawings. Any
difference which may be found shall be submitted to the Architect for consideration
before proceeding with the work.
LUBBOCK INTERNATIONt.— AIRPORT MID -TERMINAL RESTRO�. _.IS 16000-3
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
1.4 INSPECTION OF SITE
A. General: The accompanying plans do not indicate completely the existing electrical
installations. The bidders for the work under these sections of the specifications shall
inspect the existing installations and thoroughly acquaint themselves with conditions to
be met and the work to be accomplished in removing and modifying the existing
work, and in installing the new work in the present building and underground serving
to and from that structure. Failure to comply with this shall not constitute grounds
for any additional payments in connection with removing or modifying any part of the
existing installations and/or installing any new work.
1.5 ELECTRICAL WIRING
A. Description: All electric wiring of every character, both for power supply, for pilot
and control, for temperature control, for communications, etc. will be done under
Division 16 of these specifications. Every electrical current consuming device
furnished as a part of this project, or furnished by the Owner and installed in this
project, shall be completely wired up under Division 16. Verification of exact
location, method of connection, number and size of wires required, voltage
requirements, and phase requirements is the responsibility of the Contractor under
Division 16. If conflicts occur between the drawings and the actual requirements,
actual requirements shall govern.
1.6 PROGRESS OF WORK
A. General: The Contractor shall keep himself fully informed as to the progress of the
work and do his work at the proper time without waiting for notification from the
Architect or Owner.
1.7 MANUFACTURER'S DIRECTIONS
A. General: All manufactured articles shall be applied, installed and handled as
recommended by the manufacturer.
1.8 MATERIALS AND WORKMANSHIP
A. Materials: All materials shall be new unless otherwise specified and of the quality
specified. Materials shall be free from defects and undamaged. All materials of a
type for which the Underwriters Laboratories, Inc. have established a standard shall
be listed by the Underwriters Laboratories, Inc. and shall bear their label.
1. LUBBOCK INTERNATIONt-.L AIRPORT MID -TERMINAL RESTROk_.,IS 16000-4
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
B. Samples: The Architect reserves the right to call for samples of any item of material
offered in substitution, together with a sample of the specified material, when, in the
Architect's opinion, the quality of the material and/or the appearance is involved and
it is deemed that an evaluation of the two materials may be better made by visual
inspection. This shall be limited to lighting fixtures, wiring devices, and similar items
and shall not be applicable to major manufacturers' items of equipment.
C. Transportation: The Contractor shall be responsible for transportation of his materials
to and on the job, and shall be responsible for the storage and protection of these
materials and work until the final acceptance of the job.
D. Appurtenances: The Contractor shall furnish all necessary scaffolding, tackle, tools
and appurtenances of all kinds, and all labor required for the safe and expeditious
execution of his contract.
E. Workmanship: The workmanship shall in all respects be of the highest grade and all
construction shall be done according to the best practice of the trade.
1.9 SUBSTITUTION OF MATERIALS
A. Where a definite material of a specific manufacturer is mentioned in these
specifications, it has been done in order to establish a base for competitive bidding,
and each bidder shall include in his bid sum the cost of the named materials or
manufactured items.
B. Where practical, in mentioning the name of a specific manufacturer, the specifications
list alternate manufacturers whose products are acceptable. In each such case, the
bidder shall list the equipment item and opposite it shall list the name of the
manufacturer whose product he proposes to use. This list of manufacturers shall be
submitted with his proposal, and shall be a part thereof.
C. It is recognized that acceptable materials are offered by manufacturers other than
those named in the specifications. Each bidder may therefore submit, with his
proposal, all requests for substitutions which he desires to make, together with the
adjustment to be made in his bid sum in each case should the substitute be accepted.
Requests for permission to make substitutions will not be considered subsequent to the
opening of bids except in the case of an emergency which would result in delay of the
project.
1.10 PROTECTION OF APPARATUS
A. General: The Contractor shall at all times take such precautions as may be necessary
to properly protect his new apparatus from damage. This shall include the erection of
all required temporary shelters to adequately protect any apparatus stored in the open
on the site, the cribbing of any apparatus above the floor of the construction, and the
covering of apparatus in the uncompleted building with tarpaulins or other protective
covering. Failure on the part of the Contractor to comply, with the above to the entire
satisfaction of the Architect will be sufficient cause for the rejection of the pieces of
apparatus in question.
LUBBOCK INTERNATION, .L AIRPORT MID -TERMINAL RESTRO,,_dS 16000-5
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
1.11 PERMITS, FEE, ETC.
A. General: The Contractor under each section of these specifications shall arrange for a
permit from the local authority. The Contractor shall arrange for all utility services,
including electric services. If any charges are made by any of the utility companies
due to the work on this project, the Contractor shall pay these charges, including
charges for metering, connection, street cutting, etc. The Contractor shall pay for
any inspection fees or other fees and charges required by ordinance, law, codes and
these specifications.
1.12 TESTING
A. General: The Contractor under each division shall at his own expense perform the
various tests as specified and required by the Architect and as required by the State
and local authorities. The Contractor shall furnish all fuel and materials necessary for
making tests.
1.13 LAWS, CODES AND ORDINANCES
A. General: All work shall be executed in strict accordance with all local, state and
national codes, ordinances and regulations governing the particular class of work
involved, as interpreted by the inspecting authority. The Contractor shall be
responsible for the final execution of the work under this heading to suit those
requirements. Where these specifications and the accompanying drawings conflict
with these requirements, the Contractor shall report the matter to the Architect, shall
prepare any supplemental drawings required illustrating how the work may be
installed so as to comply and, on approval, make the changes at no cost to the Owner.
On completion of the various portions of the work the installation shall be tested by
the constituted authorities, approved and, on completion of the work, the Contractor
shall obtain and deliver to the Owner a final certificate of acceptance.
1.14 TERMINOLOGY
A. "Furnish, Provide, Install": Whenever the words "furnish", "provide", "furnish and
install," "provide and install', and/or similar phrases occur, it is the intent that the
materials and equipment described be furnished, installed and connected under this
Division of the Specifications, complete for operation unless specifically noted to the
contrary.
B. Materials: Where a material is described in detail, listed by catalogue number or
otherwise called for, it shall be the Contractor's responsibility to furnish and install
the material. <
C. "Shall": The use of the word "shall" conveys a mandatory condition to the contract.
D. "Section": "This section" always refers to the section in which the statement occurs.
E. "Project": "The project" includes all work in progress during the construction period.
F. Multiple Items: In describing the various items of equipment, in general, each item
will be described singularly, even though there may be a multiplicity of identical or 1
similar items. Y....�
LUBBOCK INTERNATIONi, AIRPORT MID -TERMINAL RESTRO,,_, S 16000-6
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
1.15 COOPERATION
A. General: The contractor for the work under each section of these specifications shall
coordinate his work with the work described in all other sections of the specifications
to the end that, as a whole, the job shall be a finished one of its kind, and shall carry
on his work in such a manner that none of the work under any section of these
specifications shall be handicapped, hindered or delayed at any time.
1.16 COORDINATION OF TRADES
A. General: The Contractor shall be responsible for resolving all coordination required
between trades. For example, items furnished under Division 15 which require
electrical connections shall be coordinated with Division 16 for:
1. Voltage
2. Phase
3. Ampacity
4. No. and size of wires
5. Wiring diagrams
6. Starter size, details and location
7. Control devices and details
B. Ceiling Mounted Items: Items installed in/on finished ceilings shall be coordinated
with the ceiling construction. The Contractor under each section shall conform to the
reflected ceiling plan and shall secure details and/or samples of the ceiling materials as
necessary to insure compatibility. Any device not conforming to this requirement
shall be replaced by the Contractor at his expense.
C. Electrical Items: All items specified under Divisions 16 shall be installed tight,
plumb, level, square and symmetrically placed in relation to the work of other trades.
1.17 CUTTING AND PATCHING
A. General: The Contractor for work specified under each section shall perform all
structural and general construction modifications and cut all openings through either
roof, walls, floors or ceilings required to install all work specified under that section
or to repair any defects that appear up to the expiration of the guarantee. All of this
cutting shall be done under the supervision of the Architect and the Contractor shall
exercise due diligence to avoid cutting openings larger than required or in wrong
locations.
B. Structural Members: No cutting shall be done to any of the structural members that
would tend to lessen their strength, unless specific permission is granted by the
Architect to do such cutting.
C. Patching: The Contractor for work under each section shall be responsible for the
patching of all openings cut to install the work covered by that section and to repair
t the damage resulting from the failure of any part of the work installed hereunder.
D. Coordination: Before bidding, the Contractor shall review and coordinate the cutting
and patching required with all trades.
LUBBOCK INTERNATIONP._ AIRPORT MID -TERMINAL RESTRO%_ -IS 16000-7
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
8
E. Existing Surfaces: In all spaces where new work under Division 16 is installed and
no other alteration or refinishing work is shown or called for, existing floors, walls
and ceilings shall be restored to match existing conditions. All cutting and patching
shall be done by workmen skilled in the affected trade.
F. Masonry Walls: Where openings are cut through masonry walls, the Contractor
under each respective section shall provide and install lintels or other structural
supports to protect the remaining masonry and adequate support shall be provided
during the cutting operation to prevent any damage to the masonry occasioned by the
operation. All structural members, supports, etc. shall be of the size, shape, and
installed as directed by the Architect.
1.18 PAINTING
A. Painting for Division 16 shall be as follows:
1. If the factory finish on any apparatus or equipment is marred, it shall be
touched up and then given one coat of half -flat -half -enamel, followed by a
coat of machinery enamel of a color to match the original. Paint factory
primed surfaces.
2. Paint all exposed conduit, boxes, cabinets, hangers and supports, and
miscellaneous metal.
3. Generally, painting is required on all surfaces such that no exposed bare metal
is visible.
1.19 LARGE APPARATUS
A. General: Any large piece of apparatus which is to be installed in any space in the
building, and which is too large to permit access through windows, doorways or
shafts, shall be brought to the job by the Contractor involved and placed in the space
before the enclosing structure is completed.
1.20 RELOCATION OF EXISTING INSTALLATIONS
A. General: There are portions of the existing electrical System which shall remain in
use to serve the finished building in conjunction with the indicated new installations.
By actual examination at the site, each bidder shall determine those portions of the
remaining present installations which must be relocated to avoid interferences with the
installations of new work of his particular trade and that of all other trades. All such
existing installations which interfere with new installations shall be relocated by the
Contractor under the Division in which the existing material normally belongs, and in
a manner as directed by the Architect. For example where existing conduit and
electrical equipment interferes with the installation of new work, it shall be relocated
under Division 16. Failure to become familiar with the extent of the relocation work
involved shall not relieve the Contractor of responsibility and shall not be used as a
basis for additional compensation.
LUBBOCK INTERNATION,._ AIRPORT MID -TERMINAL RESTRO\ ..iS 16000-8
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
1.21 SALVAGE MATERIALS
A. The Contractor shall remove existing equipment, conduit, wiring, panelboards, light
fixtures, and other items associated with the electrical system where shown on the
drawings. Where such items are exposed to view or uncovered by any cutting or
removal of general construction and has no continuing function (as determined by the
Architect), they shall be removed by the Contractor under the section in which the
item normally falls.
B. Existing items (see above) where concealed in/above construction which is not
disturbed, abandon in place. Plug, cap, disconnect or otherwise render harmless all
such items.
C. All items or materials removed from the project shall be made available for the
Owner's inspection. The Owner retains the option to claim any item or material.
Contractor shall deliver any claimed item or material in good condition to the place
designated by the Owner. All items not claimed become the property of the
Contractor and shall be removed from the site.
1.22 INSTALLATION DRAWINGS
A. General: It shall be incumbent upon the Contractor to prepare special drawings as
called for elsewhere herein or as directed by the Architect to coordinate the work
under each section, to illustrate changes in his work, to facilitate its concealment in
finished spaces to avoid obstructions or to illustrate the adaptability of any item of
equipment which he proposes to use. These drawings shall be used in the field for
the actual installation of the work. Unless otherwise directed, they shall not be
submitted for approval but three copies shall be provided to the Architect for his
information.
1.23 ROUGH -IN AND MAKE FINAL CONNECTION FOR EQUIPMENT
A. General: The shop drawings for all equipment are hereby made a part of these
specifications. The Contractor under each section of the specifications shall rough -in
for the exact item to be furnished on the job, whether in another section of the
specifications or by the Owner. The Contractor shall refer to all drawings and other
sections of the specifications for the scope of work involved for the new equipment,
and by actual site examination determine the scope of the required equipment
connections for the Owner furnished equipment.
B. Discrepancies: Should any of the equipment furnished require connections of a nature
different from that shown on the drawings, report the matter to the Architect and
finally connect as directed by the Architect. Minor differences in the equipment
furnished and that indicated on the drawings will not constitute ground for additional
payment to the Contractor.
LUBBOCK INTERNATION, s. AIRPORT MID -TERMINAL RESTRG_ -CIS 16000-9
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
1.24 YEAR 2000 PERFORMANCE WARRANTY
A. For purposes of this warranty, the following definitions shall apply:
1. "Accurately" shall be defined to include:
2. Calculations correctly performed using four digit year processing;
3. Functionality on-line, batch, including but not limited to, entry, inquiry,
maintenance and updates support four digit year processing;
4. Interfaces and reports must support four digit year processing;
5. Successful translation into year 2000 with valid date (e.g. CC/YY/MM/DD)
without human intervention. Additional representations for week, hour,
minute and second, if required, complies with the international standard ISO
8601:1988, "Data elements and interchange formats - Information exchange
Representation of dates and time." When ordinal dates are used, the ISO
standard format CCYYDDD is used;
6. Processing with four digit year after transition to any date beyond the year
2000 without human intervention;
7. Correct results in forward and backward date calculations spanning century
boundaries;
8. Correct leap year calculations; and
9. Correct forward and backward date calculations spanning century boundaries,
including conversion of previous years stored, recorded or entered as two
digits.
B. "Date integrity" shall mean all manipulations of time -related data (dates, durations,
days of week, etc.) will produce desired results for all valid date values within the
application domain.
C. "Explicit century" shall mean date elements in interfaces and data storage permit
specifying century to eliminate date ambiguity.
D. "Extraordinary actions" shall be defined to mean any action outside the normal
documented processing steps identified in the product's reference documentation.
E. "General integrity" shall mean no value for current date will cause interruptions in
desired operation- especially from the 20th to 21st centuries.
F. "Implicit century" shall mean for any data element without century, the correct
century is unambiguous for all manipulations involving that element.
G. "Product" or "products" shall be defined to include, but is not limited to, any
supplied or supported hardware, software, firmware and/or micro code.
H. "Valid date" shall be defined as a date containing a four digit year, a two digit month
and a two digit day., or the ISO 8601:1988, Data elements - Information Exchange -
Representation of dates and times". When ordinal dates are used, ISO standard
format of CCYYDDD is used.
1.25 The contractor warrants that product(s) delivered and installed under this contract shall be
able to accurately process valid date data when used in accordance with the product
documentation provided by the contractor and require no extraordinary actions on the part of
the Owner or its personnel. Products under this Contract possess general integrity, date
integrity, explicit and implicit century capabilities. If the Contract requires that specific
products must perform as a system in accordance with the foregoing warranty, then the
warranty shall apply to those listed products as a system. The duration of this warranty and
the remedies available the Owner for breach of this warranty shall be as defined in, and 1
l LUBBOCK INTERNATION,,. AIRPORT MID -TERMINAL RESTRG_.✓IS 16000-10
CDG 9830 GENERAL PROVISIONS FOR ELECTRICAL
subject to, the terms and conditions contained in this Contract; provided, that notwithstanding
any provision to the contrary in such commercial warranty or warranties, the remedies
available to the Owner under this warranty shall include repair or replacement of any supplied
product whose non-compliance is discovered and made known to the contractor in writing
within one year after final acceptance, as that term is defined elsewhere in the contract.
Nothing in this warranty shall be considered to limit any rights or remedies the Owner may
otherwise have under this contract with respect to defects other than Year 2000 performance.
1.26 Prior to final acceptance the Owner may require demonstration of correct system operation
without manual intervention before and after roll over between the following dates:
Dec 31, 1998
- Jan 1, 1999
Tests for use of 9's as control code errors
Sep 9, 1999
- Sep 10, 1999
Tests for use of 9's as control code errors
Dec 31, 1999
- Jan 1, 2000
Tests century digits rollover
Feb 28, 2000
- Feb 29, 2000
Tests recognition of leap year
Feb 29, 2000
- Mar 1, 2000
Tests recognition of leap year
Mar 31, 2000
- Apr 1, 2000
Tests recognition of leap year
Apr 30, 2000
- May 1, 2000
Tests recognition of leap year
Dec 31, 2000
- Jan 1, 2001
Tests millennium rollover
Feb 28, 2001
- Mar 1, 2001
Tests recognition of no leap year
Dec 31, 2009
- Jan 1, 2010
Tests normal decade rollover
Dec 31, 2027
- Jan 1, 2028
Tests normal decade rollover
END OF SECTION
i
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16060-1
CDG 9830 MINOR ELECTRICAL DEMOLITION FOR REMODELING
]SECTION 16060 - MINOR ELECTRICAL DEMOLITION FOR REMODELING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
PART 2 - PRODUCTS
2.1 MATERIALS AND EQUIPMENT
A. Materials and equipment for patching and extending work: As specified in individual
Sections.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Field Measurements: Verify field measurements and circuiting arrangements are as
shown on Drawings.
B. Abandoned Circuits: Verify that abandoned wiring and equipment serve only
abandoned facilities.
C. Field Conditions: Demolition Drawings are based on casual field observation and
existing record documents. Report discrepancies to Owner and Architect/Engineer
before disturbing existing installation.
D. Existing Conditions: Beginning of demolition means installer accepts existing
conditions.
3.2 PREPARATION
A. Demolition: Disconnect electrical systems in walls, floors, and ceilings scheduled for
removal.
B. Temporary Wiring: Provide temporary wiring and connections to maintain existing
systems in service during construction. When work must be performed on energized
equipment or circuits, use personnel experienced in such operations.
C. Existing Electrical Service: Maintain existing system in service until new system is
complete and ready for service. Disable system only to make switchovers and
connections. Obtain permission from Owner at least 72 hours before partially or I
completely disabling system. Minimize outage duration. Make temporary
connections to maintain service in areas adjacent to work area.
1
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16060-2
CDG 9830 MINOR ELECTRICAL DEMOLITION FOR REMODELING
D. Existing Fire Alarm System: Maintain existing system in service until new system is
accepted. Disable system only to make switchovers and connections. Notify Owner
at least 72 hours before partially or completely disabling system. Minimize outage
duration. Make temporary connections to maintain service in areas adjacent to work
area.
E. Existing Telephone System: Maintain existing system in service new system is
accepted. Disable system only to make switchovers and connections. Notify Owner
and Telephone Utility Company at least 72 hours before partially or completely
disabling system. Minimize outage duration. Make temporary connections to
maintain service in areas adjacent to work area.
3.3 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK
A. General: Demolish and extend existing electrical work under provisions of the
Drawings, General Provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification sections.
B. New Construction: Remove, relocate, and extend existing installations to
accommodate new construction.
C. Abandoned Wiring: Remove abandoned wiring to source of supply.
D. Exposed Conduit: Remove exposed abandoned conduit, including abandoned conduit
above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch
surfaces.
E. Abandoned Devices: Disconnect abandoned outlets and remove devices. Remove
abandoned outlets if conduit servicing them is abandoned and removed. Provide
blank cover for abandoned outlets which are not removed.
F. Abandoned Equipment: Disconnect and remove electrical devices and equipment
serving utilization equipment that has been removed.
G. Abandoned Lighting Fixtures: Disconnect and remove abandoned lighting fixtures.
Remove brackets, stems, hangers, and other accessories.
H. Adjacent Construction: Repair adjacent construction and finishes damaged during
demolition and extension work.
I. Existing wiring to remain active: Maintain access to existing electrical installations
which remain active. Modify installation or provide access panel as appropriate.
J. Extension of existing wiring: Extend existing installations using materials and
methods compatible with existing electrical installations, as specified.
3.4 CLEANING AND REPAIR
A. Existing Materials: Clean and repair existing materials and equipment which remain
or are to be reused.
B. Panelboards: Clean exposed surfaces and check tightness of electrical connections.
Replace damaged circuit breakers and provide closure plates for vacant positions.
Provide typed circuit directory showing revised circuiting arrangement.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16060-3
CDG 9830 MINOR ELECTRICAL DEMOLITION FOR REMODELING
3.5 INSTALLATION
A. Relocated Materials: Install relocated materials and equipment under the provisions of
Division 1 of the Specifications.
END OF SECTION
LUBBOCK INTERNATION, ,i, AIRPORT MID -TERMINAL RESTR(_ _ %4S 16110-1
CDG 9830 RACEWAYS AND FITTINGS
SECTION 16110 - RACEWAYS AND FITTINGS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of
this section.
1.2 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of
the Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog data on all conduit, conduit fittings, raceway, outlet boxes,
pull boxes and junction boxes.
1.3 SCOPE
A. Description: The work shall include furnishing and installing all electrical raceways,
conduit, wireways, pull and junction boxes and outlet boxes, together with all fittings,
supporting devices, and other accessories required.
1.4 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc.
as suitable for purpose specified and shown.
1.5 DELIVERY, STORAGE, AND HANDLING
A. General: Deliver, store, protect, and handle products under provisions of the General
Requirements. Accept delivery of conduit, raceway, pull and junction and outlet
boxes on site and inspect for damage. Report concealed damage to carrier within
their required time period. Protect conduit and raceway from corrosion and entrance
of debris by storing above grade protected from the weather. Provide appropriate
covering. Protect PVC conduit from sunlight.
LUBBOCK INTERNATION.... AIRPORT MID -TERMINAL RESTRG_ _✓IS 16110-2
CDG 9830 RACEWAYS AND FITTINGS
1.6 PROJECT CONDITIONS
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Routing of Conduit: Verify routing and termination locations of conduit prior to
rough -in. Conduit routing is shown on the Drawings in approximate locations unless
dimensioned. The contractor shall verify all site conditions and shall route as
required to complete the wiring system.
PART 2 - PRODUCTS
2.1 CONDUITS
A. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or
galvanized outside with a protective coating inside; UL listed and labeled according to
Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel,
Robroy, Allied or approved equivalent.
B. Electrical Metallic Tubing (EMT): Steel tubing, galvanized outside and provided with
a slick corrosion resistant interior coating; UL listed and labeled according to
Standard 797; conforming to ANSI Standard C80.3; Pittsburg, Republic Steel,
Robroy, Allied or approved equivalent.
C. Flexible Metal Conduit: Spirally wound with hot dip galvanized steel strips
(commercial Greenfield) or interlocked aluminum construction; conforming to UL
Standard UL 1 and UL listed and labeled; Triangle Conduit and Cable Company, or
approved equivalent.
2.2 CONDUIT FITTINGS
A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded
couplings conforming to ANSI/NEMA FB1; bushing at all boxes and cabinets, with
locknuts inside and outside box or cabinet.
B. Couplings and Terminations for Electrical Metallic Tubing (Compression Couplings):
Join lengths of EMT with steel compression type couplings conforming to
ANSI/NEMA FB1. Attach EMT to boxes or cabinets with steel compression -type
box connectors having an insulated throat with locknuts. Where grounding bushings
are requires at terminations, they shall be T&B Series 3802, or approved equivalent.
Set screw type connectors or indent connectors will not be allowed.
C. Couplings and Terminations for Flexible Metal Conduit: Conforming to
ANSI/NEMA F131; T & B 440 Series or approved equivalent couplings at connections
between flexible and rigid conduit; T & B 3110 or 3130 Series or approved
equivalent nylon insulated throat, steel connectors at box or cabinet terminations.
2.3 WIREWAYS
A. Interior Use: UL listed; enamel finished; sizes shown or required; screw covers;
complete with all fittings, couplings, hangers and accessories; Square D, General
Electric, or approved equivalent.
LUBBOCK INTERNATIONt,L, AIRPORT MID -TERMINAL RESTRO�.dS 16110-3
CDG 9830 RACEWAYS AND FITTINGS
B. Exterior Use: UL listed; enamel finished; sizes shown or required; removable front
cover which is gasketed; weatherproof rainhood.
2.4 OUTLET BOXES
A. General: Outlet boxes shall be UL listed of sizes and types specified.
B. Sheet Steel Boxes: NEMA OS 1, sheet steel not lighter than No. 14 gauge,
galvanized after fabrication; Raco, Steel City, Appleton or approved equivalent.
C. Cast Metal Boxes: NEMA FBI, cast iron or cast alloy with threaded hubs; Crouse -
Hinds, Appleton, Pyle National or approved equivalent.
2.5 PULL BOXES AND JUNCTION BOXES
A. Description: Sheet steel, galvanized inside and outside, with galvanized covers.
B. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use
standard outlet boxes.
C. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use
cabinets as specified for panelboards cabinets with covers of the same gauge as
cabinets, secured with corrosion resistant bolts or screws.
PART 3 - EXECUTION
3.1 EXAMINATION
A. General: Examine surfaces to receive raceways, boxes and enclosures for compliance
E with installation tolerances and other conditions affecting performance of the raceway
system. Do not proceed with installation until unsatisfactory conditions have been
corrected.
3.2 WIRING METHODS
A. Description: All wiring of every description shall be run in conduit or electrical
metallic tubing unless noted or specified otherwise. Conduits may be run exposed in
machinery and electrical rooms and unfinished areas. All other conduits shall be run
concealed unless otherwise noted.
3.3 CONDUIT REQUIREMENTS
A. Outdoor Locations Above Grade:
1. Type: Rigid steel conduit.
2. Minimum size: 1/2 inch.
B. Wet and Damp Locations:
1. Type: Rigid Steel Conduit.
2. Minimum size: 1/2 inch.
LUBBOCK INTERNATION , AIRPORT MID -TERMINAL RESTRO :S 16110-6
CDG 9830 RACEWAYS AND FITTINGS
3.7 CONDUIT SUPPORTS
A. Support Spacing: Use minimum spacing as directed by National Electrical Code, but
space hangers more closely where required by conditions.
B. Vertical Conduit Risers: Support vertical conduits at each floor by means of riser
clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor.
C. Individual Conduits: Support conduits running vertically or horizontally with
galvanized malleable iron one hole clamps. Carry individually supported horizontal
conduits 1-1/4" and larger on galvanized steel hangers. Use no perforated strap iron
as hanger material. Arrange supports to prevent misalignment of conduit during wire
installation.
D. Above Non -removable Ceilings: Where conduits smaller than 1-1/4" are installed
above metal lath and plaster ceilings or mechanically suspended dry ceilings of the
non -removable type, they may be supported on ceiling runner channels.
E. Above Removable Ceilings: Where conduits smaller than 1-1/4" are installed above
removable ceilings, attach them to the structure or bar joists (where present) or
support them on threaded hanger rods with clips. Do not use any wire to support
conduits or to attach conduits to supporting members. Do not attach conduit to
ceiling support wires. Locate conduits a sufficient distance above the ceiling to permit
removal of the ceiling panels. Locate them so as not to hinder access to mechanical
and electrical equipment through the ceiling panels.
F. Multiple Conduits: Where multiple raceways are run horizontally at the same
elevations, they may be supported on trapezes formed of sections of Unistrut or
approved equal angle iron or channels suspended on rods or pipes. Size trapeze
members including the suspension rods for the number size and loaded weight of the
conduits they are to support. Space them as required for the smallest conduit
supported. Group related conduits together. Provide space on each rack for 25
percent additional conduit.
3.8 INSTALLATION OF OUTLET BOXES
A. Usage: Provide at each outlet or device of whatever character a metal outlet box in
which conduits shall terminate. Install boxes in accordance with NECA "Standard of
Installation." Install in locations as shown on the Drawings, and as required for
splices, taps, wire pulling, equipment connections and compliance with regulatory
requirements.
B. Boxes recessed in construction: Sheet steel boxes.
C. For Lighting Fixture Outlets: 4" octagonal by 1-1/2" minimum depth with 3/8"
fixture stud for incandescent lights which are surface mounted, wall mounted or
suspended.
D. For Wall Switches, Receptacles and Communications Use: Use 4"x4" size with
proper square cornered the wall cover, plaster cover, or finishing plate, except where
construction will not permit or the device requires a larger box.
E. Wall Mounted Telephone Outlet Boxes: 4-11/16" square by 2-1/8" deep, unless
otherwise noted or unless wall construction requires a smaller box.
F. Boxes for Exposed Work: Cast metal boxes. Use cast fully adjustable floor boxes
for installations in slab on grade.
i
LUBBOCK INTERNATION. . AIRPORT MID -TERMINAL RESTRO S 16110-7
CDG 9830
RACEWAYS AND FITTINGS
i
G.
Boxes for Outdoors: Cast metal boxes with gasketed covers. Use cast outlet box in
exterior locations exposed to weather and wet locations.
H.
Location of Boxes: Set wall mounted boxes at elevations to accommodate mounting
heights indicated or specified in section for outlet device. Electrical boxes are shown
on Drawings in approximate locations unless dimensioned. Adjust box location up to
10 feet if required to accommodate intended purpose. Install pull boxes and junction
boxes above accessible ceilings and in unfinished areas only.
I.
Orientation of Boxes: Orient boxes to accommodate wiring devices oriented as
specified in Section 16140 - WIRING DEVICES.
J.
Above Accessible Ceilings: Install outlet and junction boxes no more than 6 inches
from ceiling access panel or from removable recessed lighting fixture. Locate outlet
boxes to allow lighting fixtures positioned as shown on reflected ceiling plan.
K.
Fire Resistance: Install boxes to preserve fire resistance rating of partitions and other
elements, using materials and methods specified.
L.
Coordination: Coordinate mounting heights and locations of outlets mounted above
counters, benches, and backsplashes.
M.
Adjacent Devices: Align adjacent wall mounted outlet boxes for switches,
thermostats, and similar devices.
N.
Masonry Boxes: Locate flush mounting box in masonry wall to require cutting of
masonry unit only. Coordinate masonry cutting to achieve neat opening.
O.
Wall Boxes: Use flush mounting outlet box in finished areas. Do not install flush
mounting box back-to-back in walls; provide minimum 6 inches separation. Provide
minimum 24 inches separation in acoustic rated walls. Secure flush mounting box to
interior wall and partition studs. Accurately position to allow for surface finish
thickness. Use stamped steel bridges to fasten flush mounting outlet box between
studs. Install flush mounting box without damaging wall insulation or reducing its
effectiveness.
P.
Ceiling Boxes: Use adjustable steel channel fasteners for hung ceiling outlet box. Do
not fasten to ceiling support wires or ceiling panels. Support boxes independently of
conduit.
Q.
Gang Boxes: Use gang box where more than one device is mounted together. Do not
use sectional box. Use gang box with plaster ring for single device outlets.
3.9 INSTALLATION OF PULL AND JUNCTION BOXES
A. Sizing: Size all pull and junction boxes in accordance with NEC, using larger sizes
than required by code where job conditions so indicate.
B. Mounting: Fasten all boxes securely to the building construction, independent of
conduit systems. On concealed conduit systems where boxes are not otherwise
accessible, set box covers flush with finished surfaces for access.
3.10 IDENTIFICATION OF PULL AND JUNCTION BOXES
A. Branch Circuits: Each pull and junction box shall be labeled with indelible ink to
indicate the wiring contained inside the box. The label shall indicate the panel and
circuit number of the wiring contained.
LUBBOCK INTERNATION, , AIRPORT MID -TERMINAL RESTRO .S 16110-8
CDG 9830 RACEWAYS AND FITTINGS
B. Emergency Systems: Each pull and junction box serving emergency circuits shall be
painted red and shall be labeled with indelible ink to indicate the wiring contained
inside the box. The label shall indicated the panel and circuit number of the wiring
contained.
C. Other System: Boxes serving other systems shall be labeled with indelible ink to
indicate the wiring contained inside the box. Identify the wiring system by name
(Fire Alarm, P.A., Telephone, Data Cable, Nurse Call, Security, Closed-circuit TV,
Etc.).
END OF SECTION
C3
LUBBOCK INTERNATION. AIRPORT MID -TERMINAL RESTRO
CDG 9830
f.
SECTION 16120 - CONDUCTORS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
IS 16120-1
CONDUCTORS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.2 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of
the Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog data on conductor and insulation materials.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing
agency specified under Regulatory Requirements.
1.3 SCOPE
A. Description: The work shall include the furnishing of all conductors, together with all
splices, connections, terminations and identification for wiring systems rated 600 volts
and less.
1.4 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc.
as suitable for purpose specified and shown.
1.5 PROJECT CONDITIONS
A. Field Measurements: Verify that field measurements are as shown on the Drawings.
B. Routing of Wire and Cable: Wire and cable routing shown on the Drawings is
approximate unless dimensioned. Route wire and cable as required to meet Project
Conditions. Where wire and cable routing is not shown, and destination only is
indicated, determine exact routing and lengths required.
LUBBOCK INTERNATION. AIRPORT MID -TERMINAL RESTRC. AS
CDG 9830
16120-2
CONDUCTORS 1
r
PART 2 - PRODUCTS
2.1 CONDUCTORS (600 VOLTS AND UNDER)
A. Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without
weld, splice or joint, uniform cross-section, free from flaws, scale and other
imperfections. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid.
B. Insulation: Branch circuits shall have type THHN or THWN-2 insulation,
temperature rated 90 degrees C, unless the type is specifically designated or specified.
Service feeders shall be type THWN-2. Feeder circuits shall be Type THWN-2.
C. Circuits Subjected to High Temperatures: Type THHN or THWN-2 conductors,
temperature rated 90 degrees C, for wiring in proximity to boilers, and for motors
and devices subject to high temperature because of high ambient temperature or
convection or radiant heat.
D. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose.
E. Manufacturers: Okonite, Triangle, Anaconda, Simplex or approved equivalent.
2.2 JOINTS AND SPLICES
A. Stranded Copper Conductors: UL approved solderless bolted pressure connectors or
compression connectors. All connectors shall be of proper sizes to match conductor
sizes. All compression connectors shall be applied with properly sized dies and tools.
Split -bolt connectors are not acceptable.
B. Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL
approved electrical spring connectors make. All connectors shall be of proper sizes to
match conductor sizes. Split bolt connectors are not acceptable.
2.3 COLOR CODING
A. General: Use standardized color -coding of conductors throughout. All color coding
shall be continuous for the entire length of the conductors, and shall be permanent and
readily distinguished after installation. In cases where the specified colors of insulated
wire and cable are unavailable, such conductors shall be color -coded, as specified
above, by means of slip-on colored plastic sleeves or plastic tape at all pull boxes,
support boxes, outlet boxes, panelboards, and other terminal and splicing points.
B. Neutral and Grounding Conductors: Neutral conductors shall be white or natural
grey. Grounding conductors shall be green, or green with one or more yellow
stripes.
C. 208 Volt System: Phase conductors shall be black, red and blue for phases, A, B,
and C respectively in the 208 volt system.
D. 480 Volt System: Phase conductors shall be yellow, brown and orange for phases A,
B, and C respectively in the 480 volt system.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16120-3
CDG 9830 CONDUCTORS
PART 3 - EXECUTION
3.1 EXAMINATION
A. General: Examine raceways and building finishes to receive wires and cables for
compliance with installation tolerances and other conditions. Do not proceed with
installation until unsatisfactory conditions have been corrected.
3.2 WIRE PULLING
A. Preparation: Completely and thoroughly swab raceway before installing wire. Pull
no conductors into conduits until all work of a nature which may cause injury to
conductors is completed.
B. Pulling Lines: Provide suitable installation equipment for pulling conductors into
raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to
pull in conductors. Attach pulling lines to conductors by means of woven basket
grips or by pulling eyes attached directly to conductors.
C. Multiple Wires in a Raceway: All conductors to be installed in a single conduit shall
be pulled in simultaneously.
D. Cable Lubricant: Use an Underwriters' listed cable pulling compound for building
wire No. 4 and larger. All cable lubricants shall be UL listed, and shall be certified
by their manufacturer to be non -injurious to the insulation on which they are used.
E. Existing Conduit: Remove existing wire from raceway before pulling in new
conductors.
3.3 INSTALLATION OF BUILDING WIRE (600 VOLTS AND UNDER)
A. General: Install conductors as indicated, according to manufacturer's written
instructions and the NECA "Standard of Installation."
B. Feeders: Run all feeders their entire length in continuous pieces without joints or
splices, insofar as practicable. Make joints in branch circuits only where circuits
divide as shown on drawings. Such joints shall consist of one through circuit to
which shall be spliced the tap circuit.
C. Branch Circuits: Not more than one power or lighting circuit shall be installed in a
single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2
different phase wires and a common neutral or 3 different phase wires and a common
neutral may be installed in a single conduit. This provision shall not prohibit the
installation in a single conduit of all conductors of a circuit with three- and four-way
switching.
D. Dedicated Neutrals: Where indicated on the drawings, branch circuits shall be
installed with dedicated neutrals in a single conduit.
E. Wiring at Outlets and Switches: Install with at least 12 inches of slack conductor at
each outlet and wall switch.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16120-4
CDG 9830 CONDUCTORS
F. Terminations: Connect outlets and components to wiring and to ground as indicated
and instructed by manufacturer. Tighten connectors and terminals, including screws
and bolts, according to equipment manufacturer's published torque -tightening values
or as specified in UL Standard 486A.
G. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits, and
except for individual lighting fixture taps as permitted by the National Electrical
Code.
H. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled
otherwise.
I. Home runs on 120 volt, 20 ampere Lighting Branch Circuits: Where length of run
from panelboard to first lighting outlet exceeds 75 feet use No. 10 conductors;
otherwise use No. 12 conductors.
J. Home runs on 277 volt, 20 ampere Lighting Branch Circuits: Where length of run
from panelboard to first lighting outlet exceeds 175 feet use No. 10 conductors;
otherwise use No. 12 conductors.
K. Different voltages in same raceway: Power and Lighting circuits of different system
voltages (e.g. 208Y/120 and 480Y/277 volts) shall not occupy the same conduit.
L. Emergency Lighting and Power Conductors: Run in conduits separate from all other
wiring.
M. Joints and Splices: Make joints and splices only where necessary and only at outlet
boxes and pull boxes. All joints shall be mechanically and electrically secure. After
a joint or splice is complete, insulate it with rubber tape, and friction tape to make the
insulation of the joint or splice equal to that of the conductor. In lieu of this, vinyl
plastic tape may be used if applied in at least four layers (half lapped in two
directions), with all larger splices, terminals, sharp corners and voids being first
protected by application of insulating putty.
N. Wet Locations: Conductor splices in wet locations shall be made in accordance with
the conductor manufacturer's recommendations.
O. Identifying Labels: Adhesive vinyl cloth or vinyl self -laminating adhesive labels;
stamped to clearly identify each circuit. Handwritten labels are not acceptable.
Securely fasten labels to all cables, feeders and power circuits in pull boxes, outlet
boxes, wireways, lighting, power and distribution panelboards, etc.
P. Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like,
using marlin twine lacing or nylon straps made for the purpose. Bundle conductors
larger than No. 10 in individual circuits. Bundle smaller conductors in larger groups.
Q. Cable Supports and Boxes: Install cable supports and boxes for all vertical conductors
in accordance with National Electrical Code requirements. Boxes shall be of heavy
galvanized steel plate construction, not less than No. 10 USS gauge, riveted to an
angle iron frame. Removable box covers shall be secured with corrosion -resistant
screws. For cables without a metallic sheath, cable supports shall be of the split
wedge type which clamps each conductor firmly and tightens due to the weight of
cable. For cables with metallic sheath, a basket weave or equal type of support shall
be provided as_ approved by the cable manufacturer.
END OF SECTION
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRObms
CDG 9830
SECTION 16140 - WIRING DEVICES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
16140-1
WIRING DEVICES
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division-1 Specification sections, apply to the work of
this section.
1.2 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of
the Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide
manufacturer's catalog information showing dimensions, colors, and configurations.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing
agency specified under Regulatory Requirements. Include instructions for storage,
handling, protection, examination, preparation, and installation of Product.
1.3 SCOPE
A. Description: Furnish and install in suitable outlet boxes, the wiring devices indicated,
complete with lamps, coverplates, etc. All shall be properly connected to conductors
so as to be operable.
1.4 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc.
as suitable for purpose specified and shown.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Acceptable Manufacturers: The catalog numbers listed herein are generally of
Hubbell manufacture. Equivalent devices of Leviton are also acceptable.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16140-2
CDG 9830 WIRING DEVICES
B. Specification Grade: All wiring devices shall be "Specification Grade", and shall be
UL listed.
2.2 COLORS
A. Ivory/Brown: All devices shall have an ivory finish where mounted in walls finished
in light colors and a brown finish where mounted in walls finished in dark colors.
B. Emergency Systems: All wiring devices which are connected to the emergency power
system shall have a red color. Otherwise, devices shall have a color as specified
above.
2.3 WALL SWITCHES (20 Ampere)
A. 20 Ampere Wall Switches: For all loads:
1. Single pole wall switch: Hubbell HBL1221.
2. Three-way wall switch: Hubbell HBL1223.
2.4 RECEPTACLES
A. 20 Ampere Receptacles:
1. Duplex: 20 ampere, 125 volt, 2 pole, 3 wire grounding duplex: Hubbell No.
5362 (NEMA 5-20R).
2. Ground Fault Current Interrupter: 20 ampere, 125 volt, 2 pole, 3 wire
grounding duplex with self-contained ground fault circuit interrupter: Hubbell
No. GF-5362 (NEMA 5-20R).
2.5 COVERPLATES
A. General: Provide coverplates for all wiring devices, telephone, signal outlets and
other kindred devices.
B. Stainless Steel For Flush Mounted Devices: Coverplates in finished spaces shall be
0.040" stamped satin stainless steel. Sierra Electric Corporation "S-Line" or
approved equivalent. In unfinished or machinery spaces plates shall be smooth plastic
to match devices which they cover. Sierra "P-Line" or approved equivalent.
C. Surface Mounted Devices: Zinc -coated sheet metal with rounded or beveled edges, of
same size as boxes, for indoor use; cast alloy plates with gaskets for outdoor use.
D. Weatherproof Devices: Die cast aluminum with spring loaded gasketed covers to
close automatically when plugs are removed. Stainless steel springs. UL listed for
use in damp locations and wet locations, cover closed. Orient device to maintain
watertightness. Sierra 4500 series or approved equivalent.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16140-3
CDG 9830 WIRING DEVICES
PART 3 - EXECUTION
3.1 EXAMINATION
A. Outlet Boxes: Verify that outlet boxes are installed at proper height. Coordinate
mounting heights with the Architectural elevations. Coordinate mounting heights with
the Architectural baseboard height. Verify that wall openings are neatly cut and will
be completely covered by wall plates.
B. Floor Boxes: Verify floor box locations and that floor boxes are adjusted properly.
C. Circuit Wiring: Verify that branch circuit wiring installation is completed, tested, and
ready for connection to wiring devices.
3.2 PREPARATION
A. Outlet Boxes: Provide extension rings to bring outlet boxes flush with finished
surface. Clean debris from outlet boxes.
3.3 INSTALLATION
A. General: Install products in accordance with manufacturer's instructions. Install in
accordance with NECA "Standard of Installation." Install devices plumb and level.
B. Switches: Install switches with OFF position down.
C. Wall Dimmers: Install wall dimmers to achieve full rating specified and indicated
after derating for ganging as instructed by manufacturer. Do not share neutral
conductor on load side of dimmers.
D. Receptacles: Install receptacles with grounding pole on top. Connect wiring device
grounding terminal to branch circuit equipment grounding conductor. Connect wiring
devices by wrapping conductor around screw terminal.
E. Coverplates: Install wall plates when painting is complete. Use jumbo size plates for
outlets installed in masonry walls. Install galvanized steel plates on outlet boxes and
junction boxes in unfinished areas, above accessible ceilings, and on surface mounted
outlets.
F. Adjacent Devices: Group adjacent devices under single, multigang wall plates.
3.4 FIELD QUALITY CONTROL
A. Wiring Devices: Inspect each wiring device for defects. Operate each wall switch
with circuit energized and verify proper operation. Verify that each receptacle device
is energized. Test each receptacle device for proper polarity. Test each GFCI
receptacle device for proper operation.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16140-4
CDG 9830 WIRING DEVICES
3.5 GFCI RECEPTACLES
A. General: At each GFCI receptacle location shown on the drawings install an actual
GFCI receptacle as indicated. No "feed-thru" protection of GFCI receptacles shall be
allowed.
3.6 ADJUSTING
A. General: Adjust devices and wall plates to be flush and level.
3.7 CIRCUIT IDENTIFICATION
A. Inside Coverplate: At each wiring device identify the panel and circuit number to
which the device is finally connected in indelible ink.
3.8 MOUNTING HEIGHTS
A. General. Where mounting heights are indicated on the drawings, the device shall be
installed with the centerline of the device at the indicated height. In general, devices
which are shown to be installed at counters or other millwork shall be installed above
the counter or millwork, unless noted. Wall switches shall be installed on the strike
side of the door as finally hung. Unless otherwise noted on the drawings, or directed
by the Architect, install devices at the following heights.
1. Wall Switch: 48".
2. Receptacle: 18".
3. Telephone and Data Outlet: 18".
4. Fire Alarm Visual Devices: lowest point of 80" or 6" below ceiling.
END OF SECTION
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS 16450-1
CDG 9830 GROUNDING AND BONDING
SECTION 16450 - GROUNDING AND BONDING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification sections, apply to the work of
this section.
1.2 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of
the Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Provide data
for grounding electrodes and connections.
C. Manufacturer's Instructions: Submit for review complete manufacturer's instructions.
Indicate application conditions and limitations of use stipulated by Product testing
agency specified under Regulatory Requirements. Include instructions for storage,
handling, protection, examination, preparation and installation of exothermic
connectors.
D. Field Test Reports: Submit for review Contractor's Field Tests of installation.
Indicate overall resistance to ground and resistance of each electrode.
1.3 SCOPE
A. Description: Furnish and install the various grounding systems outlined herein in
accordance with the National Electrical Code.
1.4 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc.
as suitable for purpose specified and shown.
1.5 PROJECT RECORD DOCUMENTS
A. General: Submit under provisions of the General Requirements.
B. As -built Drawings: Accurately record actual locations of grounding electrodes.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROUMS 16450-2
CDG 9830 GROUNDING AND BONDING
PART 2 - PRODUCTS
2.1 CONDUCTORS
A. Material: Stranded copper as specified in Section 16120 - CONDUCTORS.
B. Grounding Electrode Conductor: Size to meet NFPA 70 (NEC) requirements.
PART 3 - EXECUTION
3.1 GROUNDING RACEWAYS
A. General: Assure the electrical continuity of all metallic raceway systems, pulling up
all conduits and/or locknuts wrench tight. Where expansion joints or telescoping
joints occur, provide bonding jumpers. Where flexible metallic conduit is employed,
provide a green -insulated grounding jumper installed in the flexible conduit. Install a
separate green -insulated conductor in each non-metallic conduit. Provide grounding
bushings on all service and feeder raceways terminating within switchboards, motor
control centers, panelboards, cabinets, and all other enclosures. Provide grounding
conductors from such bushings to the frame of the enclosure and to the ground bus or
equipment grounding strap. Size grounding conductors in accordance with NEC
Table 250-95.
3.2 EQUIPMENT GROUNDING CONDUCTORS
A. General: Provide a separate, green -insulated copper grounding conductor, with
insulation of the same rating as phase conductors, for each feeder and for each branch
circuit indicated. Install the grounding conductor in the same raceway with the
related phase and neutral conductors, and connect the grounding conductor to pull
boxes or outlet boxes at intervals of 100 feet or less. Where paralleled conductors in
separate raceways occur, provide a grounding conductor in each raceway. Connect
all grounding conductors to bare grounding bars in panelboards, and to ground buses
in service equipment to the end that there will be an uninterrupted grounding circuit
from the point of a ground fault back to the point of connection of the equipment
ground and system neutral. Size all of these grounding conductors per NEC Table
250-95.
3.3 CONNECTIONS
A. General: Make connections in such a manner as to minimize possibility of galvanic
action or electrolysis. Select connectors, connection hardware, conductors, and
connection methods so metals in direct contact will be galvanically compatible.
1. Use electroplated or hot tin coated materials to assure high conductivity and
make contact points closer in order of galvanic series.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOM' S 16450-3
CDG 9830 GROUNDING AND BONDING
f
{ 2. Make connections with clean bare metal at points of contact.
3. Coat and seal connections involving dissimilar metals with inert material such
as red paint to prevent future penetration of moisture to contact surfaces.
B. Exothermic Weld Connections: Use for connections to structural steel and for
underground connections. Install at connections to ground rods. Comply with
manufacturer's written recommendations. Welds that are puffed up or that show
convex surfaces indicating improper cleaning are not acceptable.
C. Terminations: Tighten grounding and bonding connectors and terminals, including
screws and bolts, in accordance with manufacturer's published torque tightening
values or to values specified in UL 486A and 486B.
D. Compression Type Connections: Use hydraulic compression tools to provide the
correct circumferential pressure for compression connectors. Use tools and dies
recommended by the manufacturer of the connectors. Provide embossing die code or
other standard method to make a visible .indication that a connector has been
adequately compressed on the ground conductor.
END OF SECTION
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROUMS
CDG 9830
16500-1
LIGHTING
SECTION 16500 - LIGHTING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. General: Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division I Specification sections, apply to the work of
this section.
1.2 SUBMITTALS
A. General: Submit manufacturer's data on all materials according to the Conditions of
the Contract and Division 1 Specification Sections.
B. Product Data: Submit for review complete manufacturer's catalog information on all
items specified herein, including materials, construction and UL listing. Include
manufacturer's catalog data and drawings on all interior and exterior lighting fixtures
with separate sheet for each fixture, assembled by Luminaire "Type" in alphabetical
order, with the proposed fixture and accessories clearly labeled. Ballast and lamp
data shall accompany fixture submittals. Submit dimensioned drawings and
performance data including coefficients of utilization, candela distribution, spacing to
mounting height ratio, efficiency and visual comfort probability. Furnish scale
drawings, catalog data, samples of finish, distribution curves, and any other data
required by the Architect/Engineer for every type fixture. -,
C. Manufacturer's Installation Instructions: Submit for review complete manufacturer's
installation instructions. Indicate application conditions and limitations of use
stipulated by Product testing agency specified under Regulatory Requirements.
Include instructions for storage, handling, protection, examination, preparation, and
installation of Product.
D. Operation and Maintenance Manuals: Submit manufacturer's operation and
maintenance instructions for each product.
1.3 SUBSTITUTIONS
A. General: Where a lighting fixture has been scheduled on the drawings by
manufacturer's name and catalog number, it has been done in order to establish a j
standard. Any substitution to the scheduled lighting fixture shall be of equal or better
quality. No substitution shall be made without the review of the engineer, who will
be the sole judge of equality. It is the contractor's responsibility to submit sufficient 1
data for review by the Engineer. If requested by the engineer, the contractor shall L_
provide samples of each proposed substitution for review. Should a substitution be
unacceptable to the Engineer, the Contractor shall provide the originally specified
lighting fixture.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOwiS 16500-2
CDG 9830 LIGHTING
1.4 PRE -APPROVAL OF SUBSTITUTIONS
A. General: All requests for substitute lighting fixtures shall be submitted to the
Engineer no fewer than ten calendar days prior to the bid opening. The substitution
proposal shall be bound, manufacturer's catalog data in alphabetical order by Fixture
Type, and a cross index clearly indicating all proposed substitutions. Engineer's
review is only to establish the suitability of the manufacturer and the fixture series. If
approved by the Engineer, the substitution shall be listed in an addendum. The
substituted fixtures are still subject to Engineer's review as described elsewhere in this
section.
1.5 CATALOG NUMBERS
A. General: All features specified or scheduled for fixtures shall be provided, even if the
catalog number given in the specifications or schedule lacks the required numerals,
prefixes or suffixes corresponding to the features called for.
1.6 SCOPE
A. Description: The work shall include all labor, material, equipment and services
necessary for and incidental to the complete lighting system as shown on the drawings
and specified herein.
1.7 REGULATORY REQUIREMENTS
A. Code Requirements: Conform to requirements of ANSI/NFPA 70 (National Electrical
Code) and all applicable State and Local Electrical Ordinances.
B. UL Listing: Furnish products listed and classified by Underwriters Laboratories, Inc.
as suitable for purpose specified and shown.
1.8 DELIVERY, STORAGE, AND HANDLING
A. General: Deliver, store, protect, and handle products according to the Conditions of
the Contract and Division 1 Specification Sections. Accept delivery of lighting
fixtures on site and inspect for damage. Report concealed damage to carrier within
their required time period. Protect lighting fixtures from degradation by storing
above grade protected from the weather. Provide appropriate covering. Lighting
fixtures shall remain in factory protective shipping cartons until installation.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROOMS
CDG 9830
1.9 PROJECT CONDITIONS
16500-3
LIGHTING
A. Locations: The drawings are schematic and only indicate the approximate location of
lighting fixtures. The precise location of lighting fixtures shall be coordinated with
the architectural reflected ceiling plan and other architectural features.
B. Recessed Lighting Fixtures: Verify that there will be sufficient headroom for the
installation of recessed lighting fixtures prior to ordering lighting fixtures. Verify
ceiling system type and provide suitable plaster ring or frame if required.
1.10 EXTRA MATERIALS
A. General: Provide extra materials according to the Conditions of the Contract and
Division 1 Specification Sections. Deliver extra materials in factory packing.
PART 2 - PRODUCTS
2.1 INTERIOR LIGHTING FIXTURES
A. General: Provide and install a lighting fixture on each and every lighting outlet
shown. Furnish fixtures in accordance with the designations on the drawings and as
specified herein. Should any designations be omitted on the drawings, furnish fixtures
of the same type as used in rooms of similar usage:
2.2 ELECTRONIC FLUORESCENT BALLASTS
A. General: Electronic ballasts shall be constructed of discrete or integrated electronic
components and shall have a minimum frequency of operation of 20 kHz and shall
operate without visible flicker. Ballast shall be UL listed Class P, CSA certified and
sound rated "A". Ballast shall have a minimum power factor of 95% and an
maximum lamp current crest factor of 1.6. Input current total harmonic distortion
shall be 10% maximum. Ballasts shall maintain constant light output with input
voltage variations of plus or minus 25%. Ballast shall have a sequenced start
progression which first heats cathode filaments and then ignites the lamp. Ballasts
shall withstand line transients as defined in ANSI/IEEE C62.41, Category A and shall
comply with FCC Rules and Regulations Part 18, for non -consumer equipment.
B. Ballasts for T8 Rapid Start Lamps: Ballasts shall have the following maximum ANSI
input watts when used with F32T8 "Octron" lamps. Ballasts shall be Advance Mark
V "IC", Magnetek Triad HP or approved equivalent.
1. One Lamp: 31 watts.
2. Two Lamp: 61 watts.
3. Three Lamp: 95 watts.
4. Four Lamp: 121 watts.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTRO(,.,,iS 16500-4
CDG 9830 LIGHTING
2.3 ACRYLIC LENSES
A. 0.125 Inch Lenses: Wherever acrylic lenses are specified or noted, the material used
shall be virgin acrylic with a minimum nominal thickness of 0.125 inches. Only KSH
brand lenses shall be acceptable.
2.4 FLUORESCENT LAMPS
A. General: Fully equip each fixture with a full set of new lamps at the completion and
acceptance of the work; lamps shall be of the best grade, and of the ratings and types
scheduled on the drawings or as required by the lighting fixture manufacture; Philips,
General Electric, Sylvania or pre -approved equivalent.
B. T-8 3500K: Rapid start, T-8, 3500K, 32 watt, 2850 initial lumens, 82 CRI, 20000
hour minimum with 3 hours per start equal to Philips F32T8/TL835.
C. 32 Watt Compact Fluorescent: Rapid start, 3500K, 26 watts, 2400 initial lumens, 82
CRI, 10000 hour minimum with 3 hours per start equal to Philips PL-T32W/35/4P.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Installation of Interior Fixtures: Outlet box locations shown for fluorescent fixtures
are diagrammatic. Locate boxes to coincide with stem hangers where such occur.
Fixtures shall be level, square with the general construction and securely attached
according to manufacturer's written instructions.
B. Lay -in Type Fixtures: Locate recessed ceiling luminaries as indicated on reflected
ceiling plan. Center the fixtures in ceiling grids. Wire the fixtures using concealed
outlet boxes accessible through ceiling panels. Install conductors in flexible metallic
conduit from box to fixture. Fixtures shall be securely fastened to the ceiling framing
member by the use of four UL listed clips. Support luminaries larger than 2 x 4 foot
size independent of ceiling grid. Install recessed luminaries to permit removal from
below.
C. Fixtures in Plaster or Gypboard Ceilings: Provide a suitable plaster ring or frame for
each fixture recessed in a plaster or gypboard ceiling.
D. Surface Mounted Fixtures: Fixtures shall be installed flush with the ceilings. Install
surface mounted luminaries plumb and adjust to align with building lines and with
each other. Secure to prevent movement. For lay -in ceilings install a structural
member to span two tees and attach the fixture to the structural members. Do not
suspend fixtures from lay -in ceiling panels.
E. Continuous Rows: Where fixtures are installed in a continuous row, the row shall be
straight and plumb. Lens shall be aligned in all planes and no part of the lamp shall
be visible.
F. Pendant Mounted Fixtures: Install suspended luminaires using pendants supported
from swivel hangers. Provide pendant length required to suspend luminaire at
indicated height.
LUBBOCK INTERNATIONAL AIRPORT MID -TERMINAL RESTROvMS 16500-5
CDG 9830 LIGHTING
G.
Fixtures Mounted to Exposed Grid: Where fixtures are mounted to an exposed rid
ixtur p p g
ceiling, the fixtures may be clipped to the ceiling grid provided the attachment holds
,
the fixture flush, level, and secure, otherwise use bolts or screws to secure fixture to
ceiling grid. Where they cannot be centered on a grid, install a structural member to
span two tees and attach the fixture to the structural members.
H.
Wall Mounted Fixtures: Install wall mounted luminaries, emergency lighting units
and exit signs at height as indicated on Drawings or as scheduled. Coordinate the
locations with architectural wall elevations and with architectural features.
1.
Exit Signs: Install surface mounted exit signs plumb and adjust to align with building
lines and with each other. Secure to prevent movement.
J.
Accessories: Install accessories furnished with each luminaire.
K.
Connections: Connect luminaries to branch circuit outlets provided under Section
16110 - RACEWAYS AND FITTINGS. Make wiring connections to branch circuit
using building wire with insulation suitable for temperature conditions within
luminaire. Bond products and metal accessories to branch circuit equipment
grounding conductor.
L.
Lamps: Install specified lamps in each luminaire.
M.
Firestopping: Install recessed luminaries using accessories and firestopping materials
to meet regulatory requirements for fire rating.
_
3.2 FIELD QUALITY CONTROL
A. General: Operate each luminaire after installation and connection. Inspect for proper
connection and operation.
3.3 ADJUSTING
A. General: Aim and adjust luminaries as indicated or as directed.
B. Exit Signs: Position exit sign directional arrows as indicated.
3.4 CLEANING
A. General: Clean electrical parts to remove conductive and deleterious materials.
Remove dirt and debris from enclosures. Clean photometric control surfaces as
recommended by manufacturer. Clean finishes and touch up damage.
3.5 PROTECTION OF FINISHED WORK
A. General: Relamp luminaries that have failed lamps at Substantial Completion.
END OF SECTION